gujarat state electricity corporation ltd. office/sikka thermal power...electricity corporation ltd....

36
GUJARAT STATE ELECTRICITY CORPORATION LTD. THERMAL POWER STATION, SIKKA-361141 (DIST. JAMNAGAR) PHONE NO.: (0288) 2344106 / 2344116 FAX NO.: (0288) 2344033 GRAM : SELGRID Web Site : www.gseb.com E-mail : [email protected] : REGISTERED OFFICE : “ VIDYUT BHAVAN ”, RACE COURSE, VADODARA – 390 007. PHONE NO.: (0265) 2355193-95 FAX NO.: (0265) 2338847 Web Site : www.gsecl.com E-mail : [email protected]. Tender Notice No. : 35 / 01 Name of Section : Civil RFQ No. 27616 WEB-TENDER FOR THE WORK OF PROVIDING/REPAIRING/SERVICING OF ROLLING SHUTTERS OF VARIOUS BUILDINGS/PLANT OF POWER HOUSE AT SIKKA TPS

Upload: lynga

Post on 17-Mar-2018

217 views

Category:

Documents


2 download

TRANSCRIPT

GUJARAT STATE ELECTRICITY CORPORATION LTD. THERMAL POWER STATION,

SIKKA-361141 (DIST. JAMNAGAR) PHONE NO.: (0288) 2344106 / 2344116

FAX NO.: (0288) 2344033 GRAM : SELGRID

Web Site : www.gseb.com E-mail : [email protected]

: REGISTERED OFFICE : “ VIDYUT BHAVAN ”, RACE COURSE,

VADODARA – 390 007. PHONE NO.: (0265) 2355193-95

FAX NO.: (0265) 2338847 Web Site : www.gsecl.com

E-mail : [email protected].

Tender Notice No. : 35 / 01 Name of Section : Civil

RFQ No. 27616

WEB-TENDER FOR THE WORK OF

PROVIDING/REPAIRING/SERVICING OF ROLLING SHUTTERS OF VARIOUS

BUILDINGS/PLANT OF POWER HOUSE AT SIKKA TPS

GUJARAT STATE ELECTRICITY CORPORATION LTD. THERMAL POWER STATION,

SIKKA-361141 (DIST. JAMNAGAR) PHONE NO.: (0288) 2344106 / 2344116

FAX NO.: (0288) 2344033 GRAM : SELGRID

Web Site : www.gseb.com E-mail : [email protected]

: REGISTERED OFFICE : “ VIDYUT BHAVAN ”, RACE COURSE,

VADODARA – 390 007. PHONE NO.: (0265) 2355193-95

FAX NO.: (0265) 2338847 Web Site : www.gsecl.com

E-mail : [email protected].

NAME OF WORK: - PROVIDING/REPAIRING/SERVICING OF ROLLING SHUTTERS OF VARIOUS BUILDINGS/PLANT OF POWER HOUSE AT SIKKA

TPS

I N D E X

TENDER NOTICE ANNEXURE- I INTEGRITY PACT DETAILS OF BIDDER SPECIAL NOTE FOR PRE-QUALIFICATION FORMS AND AGREEMENT GENERAL INSTRUCTION TO BIDDER GENERAL CONDITIONS OF CONTRACT CIRCULAR-I SPECIAL CONDITION FOR USE OF CEMENT IN

WORK SCHEDULE-B ITEMWISE DETAILED SPECIFICATION

GUJARAT STATE ELECTRICITY CORPORATION LTD. THERMAL POWER STATION,

SIKKA-361141 (DIST. JAMNAGAR) PHONE NO.: (0288) 2344106 / 2344116

FAX NO.: (0288) 2344033 GRAM : SELGRID

Web Site : www.gseb.com E-mail : [email protected]

: REGISTERED OFFICE : “ VIDYUT BHAVAN ”, RACE COURSE,

VADODARA – 390 007. PHONE NO.: (0265) 2355193-95

FAX NO.: (0265) 2338847 Web Site : www.gsecl.com

E-mail : [email protected].

TENDER NOTICE NO. :- CE (Gen.) – Sikka TPS invites “Web Tenders” for the work of

“PROVIDING/REPAIRING/SERVICING OF ROLLING SHUTTERS OF VARIOUS

BUILDINGS/PLANT OF POWER HOUSE @ STPS. Tender Papers & Specifications may be down loaded from Web site http://gsecl.nprocure.com (For view, down load and hardcopy submission) and GUVNL / GSECL web sites www.gseb.com & www.gsecl.in (For view & down load only). Tender fee and EMD shall be paid along with submission of tender in separate cover, for respective tender. “All the relevant document of tenders to be submitted physically will be received only by Registered Post A.D or Speed Post addressed to CHIEF ENGINEER (GEN.) GUJARAT STATE ELECTRICITY

CORPORATION LTD, THERMAL POWER STATION SIKKA. DIST:-JAMNAGER – 361141. “NO

COURIER SERVICES OR HAND DELIVERY” will be accepted. Further bidder should be registered in class “E-2” or above with Govt/ semi Govt as per tender conditions. Otherwise their bids will not be considered eligible for technical scrutiny and as such, their technical bids will not be opened & price bid will not be considered.

1 ESTIMATED COST RS. Rs:- 498221=52

2 EARNEST MONEY DEPOSIT Rs:- 4982=00

3 TIME LIMIT 06 (SIX MONTH) CALENDER MONTH

4 TENDER FEE Rs.:- 500=00

5 VALIDITY OF TENDER 06 MONTHS [FROM THE OPENING

OF TECHNICAL BID].

6 CLASS OF REGISTRATION „ E-2 ‟ CLASS AND ABOVE

7 LAST DATE OF ISSUE OF TENDER As per WEB Tender Notice No. 35

8 LAST DATE OF RECEIPT OF TENDER (BY RPAD

ONLY) As per WEB Tender Notice No. 35

9

DATE OF OPENING OF TECHNICAL BID (IF

POSSIBLE)

As per WEB Tender Notice No. 35

Tender fee of Rs. ______ paid vide Receipt No. /D.D. No. ________ Dated ______ E.M.D. of Rs. _________ paid vide Receipt No. /D.D. No. ________ Dated ______

Note: Tender Fee/Earnest Money Deposit will be accepted by Demand Draft in favor Gujarat State Electricity Corporation Ltd. Payable at State Bank of India only (Branch Cod No. 60417). Cheque or Bank Guarantee will not accept. Right to reject any or all Tenders without assigning any reason there of is reserved by competent authority.

For Gujarat State Electricity Corporation Ltd.

Chief Engineer (Gen.) Dated Signature of Contractor Thermal Power Station, Sikka

GUJARAT STATE ELECTRICITY CORPORATION LTD. THERMAL POWER STATION,

SIKKA-361141 (DIST. JAMNAGAR) PHONE NO.: (0288) 2344106 / 2344116

FAX NO.: (0288) 2344033 GRAM : SELGRID

Web Site : www.gseb.com E-mail : [email protected]

: REGISTERED OFFICE : “ VIDYUT BHAVAN ”, RACE COURSE,

VADODARA – 390 007. PHONE NO.: (0265) 2355193-95

FAX NO.: (0265) 2338847 Web Site : www.gsecl.com

E-mail : [email protected].

ANNEXURE-I TENDER FOR THE WORK ________________________________________ On Firm‟s Letter Head.

CERTIFICATE-“A”

I / We _____________________________________________________ M/s. ___________________ hereby

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 Place Date

SIGNATURE OF THE BIDDER WITH DESIGNATION

GUJARAT STATE ELECTRICITY CORPORATION LTD. THERMAL POWER STATION,

SIKKA-361141 (DIST. JAMNAGAR) PHONE NO.: (0288) 2344106 / 2344116

FAX NO.: (0288) 2344033 GRAM : SELGRID

Web Site : www.gseb.com E-mail : [email protected]

: REGISTERED OFFICE : “ VIDYUT BHAVAN ”, RACE COURSE,

VADODARA – 390 007. PHONE NO.: (0265) 2355193-95

FAX NO.: (0265) 2338847 Web Site : www.gsecl.com

E-mail : [email protected].

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 practices and is fostered in an atmosphere of trust and respect between providers of goods and services and their users for the ultimate benefit of society and the nation.

GSECL‟S COMMITMENT PARTY‟S COMMITMENT

To maintain the highest ethical standards in business and professions.

Not to bring pressure recommendations from outside GSECL to influence its decision.

Ensure maximum transparency to the satisfaction of stakeholders.

Not to use intimation, threat, inducement or pressure of any kind on GSECL or any of its employees under any circumstances.

To ensure to fulfill the terms of agreement / contract and to consider objectively the view point of parties.

To be prompt and reasonable in fulfilling the contract, agreement, legal obligations.

To ensure regular and timely release of payments on due dates for work done.

To provide goods and / or services timely as per agreed quality and specifications at minimum cost to GSECL.

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.

To give maximum possible assistance to all the Vendors / Suppliers / Service Provider and others to enable them to complete the contract in time.

To be true and honest in furnishing information.

To provide all information to suppliers / contractors relating to contract / job which facilitates him to complete the contract / job successfully in time.

Not to divulge any information, business details available during the course of business relationship to others without the written consent of GSECL.

To ensure minimum hurdles to vendors / suppliers / contractors in completion of agreement / contract / work order.

Not to enter into cartel / syndicate / understanding whether formal / non-formal so as to influence the price.

Seal & Signature (GSECL‟s Authorized Signature)

Seal & Signature Party‟s Authorized Person)

GUJARAT STATE ELECTRICITY CORPORATION LTD. THERMAL POWER STATION,

SIKKA-361141 (DIST. JAMNAGAR) PHONE NO.: (0288) 2344106 / 2344116

FAX NO.: (0288) 2344033 GRAM : SELGRID

Web Site : www.gseb.com E-mail : [email protected]

: REGISTERED OFFICE : “ VIDYUT BHAVAN ”, RACE COURSE,

VADODARA – 390 007. PHONE NO.: (0265) 2355193-95

FAX NO.: (0265) 2338847 Web Site : www.gsecl.com

E-mail : [email protected].

DETAILS OF BIDDER

1 Name of Firm & Contact Person:-

2

Full Postal Address

Phone/Fax No.

Mobile No.

E-mail Address:

3 GST/CST/ECC No.

4 Status of the firm with supporting documents Proprietary /Partnership /Pvt. /Public Limited.

5 Name of Agencies/Directors if not prop. Name of owner, if propriety, with phone/Fax Nos.

6 Registration certificate No.: with GSECL.

7 SSI No. ( Enclose copy)

8 Labour License No.

9 P.F. A/C. Code No.

10 Service Tax No.

11 PAN No.

12 Last bank solvency certificate at least 20 % of estimated cost ( Not more then one year old)

13 Tender fee Amount DD No. and Date.

14 EMD Amount DD No. and Date.

IMPORTANT NOTE

01. The tender should be submitted duly signed without removing a single page. Otherwise the tender is liable to be rejected.

02. For SUPPLY TENDER, TIN number should be invariable mentioned in their technical bid otherwise your offer will be ignored and price bid will be not opened.

For Gujarat state Electricity Corporation Ltd.

Chief Engineer Thermal Power Station Sikka

Dated Signature of Vendor/Contractor

GUJARAT STATE ELECTRICITY CORPORATION LTD. THERMAL POWER STATION,

SIKKA-361141 (DIST. JAMNAGAR) PHONE NO.: (0288) 2344106 / 2344116

FAX NO.: (0288) 2344033 GRAM : SELGRID

Web Site : www.gseb.com E-mail : [email protected]

: REGISTERED OFFICE : “ VIDYUT BHAVAN ”, RACE COURSE,

VADODARA – 390 007. PHONE NO.: (0265) 2355193-95

FAX NO.: (0265) 2338847 Web Site : www.gsecl.com

E-mail : [email protected].

SPECIAL NOTE FOR PRE-QUALIFICATION

NAME OF WORK: - PROVIDING/REPAIRING/SERVICING OF ROLLING SHUTTERS OF VARIOUS BUILDINGS/PLANT OF POWER HOUSE AT SIKKA TPS The tender documents are of two separate bids i.e. technical and price bids. You are requested to submit the technical bid with the following credentials for pre-qualification, both online as well as physical as per schedule.

1. Contractor should produce evidence of having experience of executed similar nature of jobs in last seven years. Such as civil works like repairing door/ windows/rolling shutter & such allied works etc. (one work) executed successfully of 40 % amount of work estimated value in a single contract in the last seven years or 30% cost of tender executed -Two orders in last five years. in Govt., /Semi Govt., along with certified copies of documentary evidence, preferably photo copy of orders secured from GSECL /GETCO / DISCOMS / GEB / Central / State Government/Semi- Government,/ Railway department and satisfactory completion certificate from respective department thereof.

The experience certificate from Private Individuals / Company for whom the work is executed/ being executed, shall not be acceptable.

2. Latest bank solvency certificate from any Nationalized bank , Public Sector Banks, - IDBI Bank Ltd Private Sector Banks authorized by RBI to under take state government business (AXIS Bank, ICICI & HDFC Banks) or Kotak Mahindra Bank (Commercial Bank), Saurastra Gramin Bank (Regional Rural Bank of Gujarat), Baroda Gujarat Gramin Bank (Regional Rural Bank of Gujarat), Dena Gujarat Gramin Bank (Regional Rural Bank of Gujarat) , Kalupur Commercial Co-operative Bank Limited of Gujarat, Rajkot Nagrik Sahakari Bank Limited of Gujarat, The Ahmedabad Mercantile Co – Operative Bank Limited of Gujarat for a sum of Minimum 20% of estimated cost, of this wok, not more than 12 months old.

3. Separate provident fund code number towards registration of your firm with Regional P.F. Commissioner.

4. Contractor should submit evidence as a register contractor in appropriate class With Govt./ Semi. Govt.i.e. Class “E-2” and above or any such registration allowed to work for amount more than Rs. 15 Lacs or enlisted with or an un-enlisted contractor working with, erstwhile GEB / GSECL/ GETCO / DISCOM / Central / State Government / Semi Government.

5. EMD & Tender fee as described in the tender document.

6. Service tax Registration is mandatory and registration documents proof is compulsory. Attested copies of all above documents are to be submitted.

The above documents will be analyzed and after satisfaction, the price bid will be opened. GSECL may verify the documents, experience certificates from authority who have issued such certificates / details.

Sing. Of Contractor CHIEF ENGINEER (Gen)

G.S.E.C.L., SIKKA TPS.

GUJARAT STATE ELECTRICITY CORPORATION LTD. THERMAL POWER STATION,

SIKKA-361141 (DIST. JAMNAGAR) PHONE NO.: (0288) 2344106 / 2344116

FAX NO.: (0288) 2344033 GRAM : SELGRID

Web Site : www.gseb.com E-mail : [email protected]

: REGISTERED OFFICE : “ VIDYUT BHAVAN ”, RACE COURSE,

VADODARA – 390 007. PHONE NO.: (0265) 2355193-95

FAX NO.: (0265) 2338847 Web Site : www.gsecl.com

E-mail : [email protected].

FORMS AND AGREEMENT

Form - A: Details of Structure & Organization.

Form - B: Details of Personnel.

Form - C : Details of Machineries & Equipments

Form - D1: Details of Experience of completed works.

Form-D2: Details of Experience of Ongoing work.

Form - E : Details of Financial Capability

Form - F : Additional information

Statement - S 2 : Details of experience in execution of PWD / Railway or large

civil engineering works

Form - H : Details pertaining to the GSECL works for which bidder has been

qualified during last two years (i.e. during period 1.04.11 to 31.03.13)

Form- I : Additional Information & Litigation History

Signature of the Contractor

FORM-A

DETAILS OF STRUCTRURES & ORGANIZATION

1 Name of Bidder

2 Nationality of Bidder

3 Office address Telegraphic Number Telephone Number Telex / Fax Number

4 Year of Establishment

5 Location of Establishment

6 Application is submitted as

A an individual

B A proprietary firm

C a firm in partnership

D a limited company or corporation

E A group of companies

7 Attach the Organization chart Showing the structures of the Organization including the names of the Directors & position of Officers

8 Number of years of Experience

a) as a prime contractor (shouldering major responsibility)

i) in own country

ii) other countries (specify country)

9 For how many years has your organization been in business of similar work under its present Name? What were your fields when your organization was established? Whether any new fields were added in your organization? And if so, when?

10

Whether you were required to suspend construction for period more than six months continuously after the work is started? if so, give the name of project and reasons therefore.

11 Have you ever left the work awarded to you incomplete? If so, give name of projects and reasons for not completing work.

12 In how many your projects were penalties imposed for delay? (Please give details)

13 In which fields of civil engineering construction do you claim specialization and interest?

14 Give details of experience in Dismantling & construction works with modern Technology & quality control.

15 Give details of experience for various related works of similar magnitude

16 Give details of experience in using latest demolishing & construction equipments and related to quality control.

17 Give details of soil and material testing laboratory, if any?

18 In how many of your works cases Litigation has arisen.

Signature of the Contractor

FORM – B

DETAILS OF PERSONNEL

Give details of key Technical & Administrative Personnel who could be assigned the work. (A) Details of the Directors: 1. Name of Director : 2. Address : 3. Organization : (B) Key Technical & Administrative Personnel & Consultants 1. Name 2. Professional Qualification 3. Present position in the firm 4. Professional expérience and détails of work carried out. 5) No. of years worked with the Applicant. 6) Languages known 7) Additional information (C) Skilled and other labour (indicate number category wise)

1) Skilled labour 2) Other labour

Signature of the Contractor

FORM – C

DETAILS OF MACHINERY & EQUIPMENT

Give details of Machinery & Equipments owned and proposed to be used for the work of – 1. Name of Equipment i) Excavation Equipment a) Excavators b) Tippers c) Dozers/Tractors with blade d) Compressors and Breakers equipments for rock excavation e) Equipment required for drilling & blasting. ii) Concreting Equipment

a) Mobile concrete mixers b) Vibrators c) Water tankers iii) Dismantling /Rock cutting & Other machineries

a) Pump sets for dewatering b) Generators c) Cranes d) Concrete Breakers with compressor machine e) JCB/ Hitachi with Hydraulic Hard rock Breakers f) If any other latest machineries 2. No. of units of each category

(Give details whether new and/or old

owned and / or leased)

3. Year & make of equipment for

each category & date of purchase/

lease (with period of lease & date

of completion of the lease)

4. Capacity of each category of equipment.

5. Normal life specified by the

Manufacturer for each equipment

in working hours (age & condition

of the equipment)

6. No. of actual working hours put

in by the machine/equipment.

7. Present location of each equipment.

8. Present condition of each equipment.

9. Depreciated cost of each equipment

10. Remarks.

Signature of the Contractor

FORM –D1

DETAILS OF EXPERIENCE OF COMPLETED WORKS Give details of the similar type of work completed during last 7 years in the following Proforma (separately for each work) 1. Name of work.

2. Agreement No. & Date

3. Country and location

4. Client‟s name and address

5. Total tendered cost of work

6. Brief description of work Including principal features and quantities of main items of the work such as earth work, Concrete, Supply & Spreading of Ballast having size 40 to 60 mm, P&L 60 kg PRC Sleepers, P&L MS Rails 52 kg, P&L Points and crossing (67 nos.) work.

7. Annual achievement (duly supported by certificate from Engineer-in-charge)

a) Of key quantities, total Physical out put of last five Years.(Separately for each item) b) Financial out put in Rs. (Including cost of materials supplied by department) 8. Period of completion

a) Originally stipulated time limit Date of start. b) Extended time limit if any c) Actual time taken to complete the work. d) Reasons for non completion of work in stipulated time limit/ Extended time limit if so. 9. Name of applicant‟s Engineer-In-Charge of the work and his educational Qualification.

10. Where there any penalties/fines/ stop notice/compensation/liquidated Damage imposed? (Yes or NO) (If yes, give amount and explanation) 11. Give details of annual production Record, in respect of 60 kg PRC Sleepers, M. S. Rails 52 kg and Points and Crossing (67 nos.) , concrete work. In statement No.S1(a) and Statement No. S 1(b) and financial performance in statement S-2 respectively attached.

12. Details of litigation/arbitration Cases, if any pertaining to works completed. NOTE: Attached clients certificate for the details furnished in this Form.(Not below rank of Exe. Engineer or equivalent).

Signature of the Contractor

FORM – D 2

DETAILS OF EXPERIENCE OF ON-GOING SIMILAR WORK Give details of ongoing work and performance during last 7 years in the following Performa (separately in form for Rail Track line work) 1. Name of work

2. Agreement No. & Date 3. Location 4. Client‟s name and Address 5. Tendered cost of work 6. Name of applicant‟s E.I.C. With his educational qualification 7. Brief description of work including principal features and quantities of main items of the

work such as earth work, excavation in soil, concrete, (masonry in hydraulic structure, lining)

8. Details of works on hand i. Percentage of Physical completion ii. Amount billed for the work completed

a) up to b) up to iii. Date of start

(iv)Cost of work remaining to be executed

(v) Stipulated date of completion

(vi. Anticipated date of completion 9. Details of annual production record in respect of 60 kg PRC Sleepers, M. S. Rails 52 kg

and Points and Crossing (67 nos.) , concrete work in the statement No. S-1(a) and statement No.S-1(b) and financial performance in Statement-2 respectively.

10. Explain for non completion of work Within stipulated time limit, if so. 11. Where there any penalties/fine/Claims/stop notice/compensation liquidated damages

imposed?

(Yes/No) (If yes, give amount and explanation) 12 Details of litigation/arbitration Cases, if any. 13. Attach client‟s certificate for the Details furnished in this form (Not Below the rant of Exe.

Engineer or Equivalent) Signature of the Contractor

FORM – E

DETAILS OF FINANCIAL CAPABILITY 1. Name of firm

2. Name of Partner/Director

3. Capital

a) Authorized b) Issued and paid –up 4. Furnish Balance sheet and profit and loss statement with Auditor‟s report and Income Tax assessment orders for last seven years. It should Interalia include the following information.

i.) Working capital

ii) Foreign Investment

iii) Turnover for the last seven year

(Furnish reference page number to Balance sheet attached)

Sr. No

Year Turnover Rs in Lac Reference pg. No. of balance sheet

1 2005 - 2006

2 2006 -2007

3 2007 - 2008

4 2008-2009

5 2009-2010

6 2010-2011

7 2011-2012

iv) Gross income during last seven years.

Sr.No

Year Gross Income Rs. in lac

Reference pg. No. of balance sheet

1 2005 - 2006

2 2006 -2007

3 2007 - 2008

4 2008-2009

5 2009-20010

6 2010-2011 7 2011-2012

v) Total liabilities a) Ratio or acid- test (Ratio of Assets divided by current liabilities)

b) Total liabilities to net worth vi.) Maximum gross income from

Contract works during the seven years.

vii) Details of cash flow for three months

at the peak construction period.

5. What is the maximum annual turn

over of the project that you can handle ?

(please give details)

6. Have you ever been denied tendering

facilities by any Govt., Department/

Public sector under taking ?

(If yes, please give details)

7. List your source of finance.

8. Amount of financial soundness

Certified by Nationalize Bank (Attach copy

of certificate)

9. Name and address of Bank from whom

Reference can be obtained.

10. Have you ever been declared bankrupt?

(if yes, please give details ).

Sign of Contractor

FORM – F

ADDITIONAL INFORMATION (A) Please add any further information, which the applicant considers relevant in regard to his capabilities. (B) Please give a brief note indicating why applicant considers himself eligible for pre qualification for the work. (C)List of works for which bidder have already been submitted to the client but not awarded.

Sr.No Name of work Estimated amount Rs. in Crore

Date of submission of offer

Name of client

Likely date of award

Position with reference to lowest bid.

Sign of Contractor

FORM – G

ADDITIONAL INFORMATION & LITIGATION HISTORY

NAME OF APPLICANT OR PARTNER OF A JOINT VENTURE

1. Please describe: Company‟s history of litigation or arbitration from contracts executed in the last ten years or currently under execution. Please indicate for each case the year, name of employer, cause of litigation, matter in dispute, disputed amount, and whether the award was for or against company. Please add any further information that you consider to be relevant to the evaluation of your application for qualification. If you wish to attach.

Sign of Contractor Chief Engineer (gen)

GSECL,SIKKA TPS.

GENERAL INSTRUCTION TO BIDDERS 1. The tender‟s documents are of two bid system

i) The technical bid which is to be submitted in sealed envelope mentioning „TECHNICAL BID‟ on envelope, invariably be accompanied with an E.M.D. draft amount specified in details in Tender Notice. The bid should be clearly subscribed with our reference Tender Notice number, due date and title of work. The offer should be valid for acceptance for minimum period of 6 months from

the date of opening of Technical bid and reached to Chief Engineer [Gen] TPS Sikka at Specified date and time mentioned in the tender notice. ii) The items of work involved under the contract are described separately in schedule attached as price bid for which the rates should be quoted as the percentage rate below or above or same rate for the work, to be filled in e-tender format.

2. The technical bid received after time and date specified in the tender notice will not be accepted. Once the offer submitted by the bidder before due date of submission, the bidder will not be allowed to submitted revised / additional / modified / other even before due date.

3. The bidder should complete the tender / technical bid document and sign on every page of tender document as a token of acceptance of all the condition mentioned there in and submit the same on due date.

4. The bidder should produce evidence of having experience of similar jobs carried out with government, semi-government, other state electricity boards and attested true copies of orders secured from other clients and satisfactorily completion certificate / performance certificate from respective clients as under in supports of his past experience as a contractor and fill the schedule I to V enclosed else where along with this tender limited to under mentioned period & percentage. [1] 40% cost of tender executed -Single order in last seven years. [2] 30% cost of tender executed -Two orders in last five years. Experience of private companies shall not be considered. Special work of more than Rs.2.00 crores like building works, road works & railways siding etc experience of corporate should be considered as a special case.

5. Intending bidder may submit their tenders / technical bid after studying and requirement of all tender document carefully and after visiting the site for satisfying himself of the local conditions and location of site. Submission of tender implies that the bidder has obtained all the information required and contractor is fully acquainted with the work.

6. Tender do not fulfill all or any of the above conditions or incomplete in any respect are liable for rejection.

7. The bidder will not be permitted to assign or give a sub contract of the work awarded to him for any reason what so ever with out the prior permission of GSECL in writing.

8. Copy of Group Insurance Policy if applicable is required, along with all other relevant attested documents mentioned elsewhere in this tender.

9. On receipt of LOI/Work Order the bidder should process for obtaining Labour Licenses from Assistant Commissioner of labour, Jamnagar, before starting execution of work at site, if the numbers of contract labour being engaged exceeds nine or more. Bidder should submit the labour licenses of past executed works.

10. The technical bid shall be opened at 3.30 PM if possible on date specified in Tender Notice. After scrutinize of the technical bid if party fails the requirements for pre-qualification mentioned in the technical bid and here, the commercials bid of such parties will not be opened. The commercials bid of qualified parties shall be opened afterwards in the presence of parties.

11. Security Deposit (5% of contract value) shall be payable by the contractor. The lowest bidder shall have to pay the security deposit (SD) before placement of work order & same shall be

refunded after satisfactory completion of work & finalization of final bill or SIX months

whichever is later.

Signature of Chief Engineer (Gen.), Contractor with seal GSECL, TPS, Sikka

GUJARAT STATE ELECTRICITY CORPORATION LTD. THERMAL POWER STATION,

SIKKA-361141 (DIST. JAMNAGAR) PHONE NO.: (0288) 2344106 / 2344116

FAX NO.: (0288) 2344033 GRAM : SELGRID

Web Site : www.gseb.com E-mail : [email protected]

: REGISTERED OFFICE : “ VIDYUT BHAVAN ”, RACE COURSE,

VADODARA – 390 007. PHONE NO.: (0265) 2355193-95

FAX NO.: (0265) 2338847 Web Site : www.gsecl.com

E-mail : [email protected].

GENERAL CONDITION OF CONTRACT

1. The contractors, shall at their own expense make all necessary provision for housing water supply and sanitary arrangements for their employee as well as for works and shall pay direct to the authorities concerned all rates, and taxes.

2. The contractors shall make their own arrangements for the necessary approach road, for transport of their materials and be responsible for the compensations on account of damage to crop on GSECL property.

3. All royalties, sales tax, toll tax, local tax, development charges, VAT tax welfare cess and any other taxes including works contract tax etc. in respect of this contract and also any statutory variation in future towards above mentioned taxes and any other taxes if levied in future by statutory authority applicable to the this contract shall be payable by the Contractor and GSECL will not entertain any claim whatsoever in this respect. The rate will be

“Excluding the service tax“. The reimbursement against 50% “Service tax “is to be paid by

the contractor as per rules and regulations.

The service tax will be applicable as per Govt. Notification No. 30-2012 dt. 20/06/2012

as per prevailing GOVT. rules & regulations

4. The Proof of payment made by the contractor to the appropriate department shall be submitted to GSECL, failing which appropriate amount shall be withheld on getting information/ instruction from the concerned department. The contractor shall also produce the receipt of payment of 1% welfare cess from the respective Govt., Department before submission of final bill, otherwise final bill for the works will not be finalized.”

5. The organization will supply articles at the place and rates mentioned in Schedule „A‟ of Tender form.(if applicable). In case of the materials issued either through or with the recommendation of this organization it will be absolutely necessary for the contractor to maintain a correct and honest record of the daily consumption of the said materials with in side particular reference to the work during the day.

The Engineer in charge of this department, or his authorized agent shall have the right to inspect and check the stores containing these materials and the accounts for these materials shall be presented for inspection whenever asked for by them Every facility shall be afforded by the contractors for all these inspections Engineer in-charge will supply materials in any quantity as deemed fit.

6. Godowns or sheds hired or constructed for storage controlled materials and more particularly of cement shall be such as would prevent material from getting damaged in any way.

7. It will be absolutely incumbent on the contractors to have on the site of work only such of the materials as have been duly passed by the Engineer-in-charge Materials that have rejected must on no account be allowed to remain on the site and in spite of written order to do so any such rejected materials is on the site beyond a period of 48 hours notice, the Engineer-in-charge shall have the right to remove it at the risk and cost of the contractor and even destroy it.

8. It must be distinctly understood that the conditions of contract and claims in respect of extra work will not be allowed unless the works to which they relate is clearly without the spirit and meaning of the specifications or unless such work are ordered in writing by the Engineer-in-charge and claimed for in specified manner.

9. On completion of the work, the site shall be cleared by the contractors within the stipulated period and ground brought to original state and they shall not be entitled for any extra claim on this account.

10. General specifications of the latest edition of the P.W.D. Hand book volume I & II shall also apply.

11. When cement is obtained either through or with the recommendation or issued by the GSECL, it should be understood that the contractors will have to be very careful regarding the handling of the cement bags so to preserve their serviceability and quality.

12. DAMAGE CAUSES TO WORK: - The works whether fully constructed or not, and all materials, machinery plant tools, temporary building and other things connected there shall be at the risk and in the sole charge of the contractor until the works have been completed & delivered, to the Engineer in charge and certificate from him to that effect obtained Until such delivery the contractor shall at their own cost, take all the precautions reasonably necessary to keep all the aforesaid work materials machinery, plant, tools, Temporary building and other things connected with the work, free from any loss or damage and in the event to the some or any part there of being lost or damage shall from with within possible speed, reinstate and make good such loss or damages at contractor‟s own cost.

13. Supply of controlled articles will be invariably recommended after the actual requirement have been carefully scrutinized, In the event of any such materials remaining in surplus in charge of the contractor, on account of some modifications either in the design or changes in construction or any other reason will be returned to the department.

14. There will be generally no objection on the component parts of the works being given over to responsible sub contractors but it must be borne in mind that this department would under no circumstances recognize these sub-contractors and the responsibility of executing the work in accordance with the condition of contract will entirely on the main contractors. The main contractors will therefore always have the very responsible member preferably a technical hand, present on the works with power to sign, all work orders issued on the site of work and to take requisite actions in the interest of very efficient execution of works.

15. The Engineer in charge will fix the hours of work and no work shall be executed beyond that period during night time or in absence of the Engineer in charge or his authorized agent. The box measures shall be filled only in the presence of the Engineer in charge or his authorized agent.

16. Contractor will be asked to present the sample of materials and the approved samples will be preserved at the site of work no charge in the approved sample will be allowed without the written permission of the Engineer in charge.

17. If any work is not executed according to the specifications and the directions of the Engineer in charge the same will be rejected or reduce rate will be allowed as deemed fit by the Engineer in charge.

18. Contractor will have to communicate the name of his agent who shall be present at the works site and shall be authorized to sign the material requisitions receive instructions given verbally, or on the order book on behalf of the contractor.

19. The materials issued to the contractor as per schedule „A‟ of the tender shall not be removed from the works and all the surplus material at end of the works which is considered serviceable shall returned to the GSECL and even the unserviceable materials shall be removed only with the prior permission in writing.

20. The contractor will have to sign the conditions of contract and execute the agreement, send the list of previous works executed solvency certificates and pay up the security deposits, failing to that the tender will be rejected and earnest money deposit will be forfeited. The value of the stamp paper and stamp duty charges shall be borne by the contractor.

21. Bidder must return the form of tender with the specifications and the schedule of quantities and rate and other schedule duly signed, any tender not bearing signature of the bidder on the entire documents accompanying the tender is liable to be rejected.

22. Before submitting his percentage rate tender which shall be for the finished work complete including charges involved in testing and maintenance for a period of 06 [SIX] months. The bidder shall closely examine the specifications and carefully study the drawings and all document which from a part of the contract to be entered in to by the accepted tender.

23. The bidder must visit the site of works and see for himself the site conditions regarding availability and building materials rates, approach road during all season and other matters affecting the works before submitting the tender.

24. The submission of tender by a contractor implies that he has read these instructions, the conditions of contract etc, and has make himself aware of the scope and specifications of the work to be done and of conditions and rates at which stores will be issued to him and local conditions and other factors bearings on the execution of the works, the GSECL will not therefore after acceptance of contractor‟s rate pay any extra charge for lead of for any other reason, in case the contractor is found letter on the have misjudged the site conditions.

25. The contractor must arrange for all transport of materials weighting of material issued at department stores and all such cost include in the rates of schedule „B‟ with the less or above percentage quoted by the contractor for finished work.

25A. GSECL reserves the right to delete any item of schedule-B for which contractor shall not have any right to claim on this account.

25B.A Schedule of quantities is included in the tender documents for which it shall be definitely understood that the GSECL does not accept any responsibility for the correctness or completion of this schedule and this schedule is liable to alternations by deductions or additions at the description of the Chief Engineer or as set for the in the conditions of contract, specific percentage less or above shall be quoted by the contractor below the total amount of schedule „B‟. The tender document shall be written legibly and free from erasure, over writing on conversion of figures correction where unavoidable shall be made by crossing out initialing dating and rewriting both in figures and in words. In case of any discrepancy in figures; the price quoted in words shall prevail.

26. Tenders shall remain open for acceptance up till the validity period and during this period bidder shall not be allowed to with draw his tender. Any such withdrawal during the said period will entail forfeiture of the earnest money deposited with the tender.

27. This notice to tender shall from a part the contract.

28. The entire work is to be completed within the stipulated time limit from the date of work order or from the date of issuance of commencement letter from GSECL. The contractor will not be eligible for any extra for the idle period of work or waiting period that may be required to suit other considerations and no claim for compensation on account of such will be considered However in case of delay due to circumstances beyond the control of contractor either in date of commencement or due to waiting during construction extension time may be considered for completion of work.

29. The contractor shall keep one full time qualified Civil Engineer at site who shall be fully authorized to receive and comply with such instructions as given by the Executive Engineer. The names of such Engineer with his qualification and experience shall be intimated by the contractor. The E.E. shall have the right to demand the removal of any technical person, Skilled or unskilled workmen who in his opinion are considered to cause bad workman ship in the execution of work or to cause in discipline.

30. The department reserves the right to make any change in the design and the plans of the work. No, claim of compensation will be allowed on this account.

31. Bill in duplicate shall be submitted by the contractor monthly on or before the date fixed by the E.E. for all works executed in the previous months along with all supporting documents related with executed work. The work bill payment shall be made within 30 days on passing of R.A. bill / Final bill to Agency.

32. SUPPLY OF WATER: - Water for construction work shall be arranged by the contractor at his own cost. If possible water for construction may be supplied by the GSECL at single point and onwards distribution shall be arranged by contractor at his own cost. In case water supplied by GSECL, recovery towards water supplied shall be levied at [2%] two percent of cost of item rates as executed in which the water used.[Applicable to civil works only]

32 A. ELECTRICITY SUPPLY: Electric Power Supply if required for the work shall be given at single point, with free of cost by GSECL,STPS. Onwards distribution shall be arranged by the contractor at his own cost.

33. Should this tender be accepted, the contractor has agreed to abide by and full fill all the terms and provision of „Tender and Contract of works‟ applicable and in default there to we shall pay to the GSECL the sum of money due.

34. On acceptance of the tender the contractor has agreed that the full amount of „Earnest Money Deposit‟ paid shall be forfeited to the GSECL if he will not deposit the full amount of specified security deposit.

35. The work will have to be carried out in-co-coordination with other, agencies on the same site and on account of this in case the contractor has to stop or delay his works for some time he will not claim any thing extra and only GSECL may consider to give suitable extension in time limit if necessary on such account.

36. Any dispute arising out of the contract, if not settled mutually, than only the Jamnagar court shall have jurisdiction to settle & decide the dispute.

37. The GSECL reserves the right to terminate this contract at any time without assigning any reason whatsoever by giving a notice period of one month. From the date of notice of termination of the contract contractor will not be entitled for any compensations / damages / losses, whatsoever on account of such termination of the contract.

38. Before the work commencement the area as described and shown on the plan shall be cleared by the contractor at his own cost of all construction, loose stone, and material, grass, lumps of trees root and shrub etc. and stacked in such a way in any way hinder the construction of work. All the pits whether original existing or produced by digging roots or demolition of any old structures etc. shall be carefully filled up with earth rammed and leveled properly as directed at the cost of contractor.

39. The department shall provide one Benchmark for plinth height of all buildings and it shall be the responsibility of the contractor of providing BM pillar and thereafter maintaining it and proper protection of Benchmark from the commencement of work to its completion.

40. In addition to the general soundness of the construction, particular attention to be paid to the final finish and every effort should be made to have the entire work is completed with high standard of workmanship by the contractor.

41. AGREEMENT: The contractor will have to enter in an agreement with GSECL as per rules. The agreement will have to be executed by the contractor on required stamp paper at his own cost before commencement of work and submit to the Engineer-In- Charge.

42. The details specifications are not intended to cover all the minutes‟ details and work shall be executed according to the spirit of the specifications for the relevant items and in the event of any discrepancy the opinion of the EIC as to which of them is applicable shall be final and binding to the contractor.

43. PROGRESS REPORT: The contractor shall have to submit the weekly progress report to Chief Engineer/Executive Engineer (Civil), TPS, Sikka.

44. UNSATISFACTORY PROGRESS OF WORK: If your work is found slow and unsatisfactory, then GSECL shall arrange to complete this work through other agency at your risk and cost. Incase of work not carried out satisfactorily either during the progress of work or on its completion, the condition no. 5 read with condition no. 4 (b) of “ Tender & contract for work” booklet shall apply.

45. SUBMISSION OF BILL: If the work has been carried out satisfactorily, the contractor has to submit his monthly R.A. bill after due measurement along with the materials issued/supplied and consumption and balance details, then by prior intimation from the GSECL‟s officer, contractor shall have to sign/witness the recording of measurement on the appointed date within one month completion of the work. Measurement shall be considered as per the drawing or as per actual whichever is less. Bills shall be forwarded only after getting details of material account from the contractor.

46. Party has to maintain coordination & harmonious relations with GSECL staff and other agencies working in the same site

47. If the site in charge, supervisor or any labour of the contractor found misbehaving with GSECL‟s staff or found acting in such a manner which is objectionable to GSECL, directly or indirectly causing financial loss to GSECL such contractor‟s person, employee, labour etc. must be removed immediately at the risk & cost of contractor from the work after receiving return complains from the Executive Engineer [Civil]

48. WAGES TO BE PAID & TIME OF PAYMENT ETC, BY THE CONTRACTORS:- A) The Contractors shall pay minimum rates fixed under the minimum wages act. The wages of

every contract labour employed by him under this contract shall be paid by him before the expiry of 7th day of the last day of the month in respect of which the wages are payable (i.e. wages of a month have to the paid by him in the first 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 in the register of wages by the representatives of the company, Any default will result in cancellation of contract forthwith or also the contract shall be punishable to the extent of Rs. 100/- fine per each day.

B) The contractor shall give his telephone number and address to the Corporation so that in case of labour trouble etc. the contractor can be contacted. The contractor shall arrange to have his office outside the factory premises and the contractor shall keep himself present through out the working hours.

50 LABOURS LAWS: - A) Person below the age of 18 years and above the age 60 years shall not be employed for the work. B) No. female worker shall be employed in the night shift between 07-00 PM. To 06-00 AM. C) Contractor shall maintain a valid labour license under the contractor labour (Regulation and

Abolition) Act for the employing necessary manpower to be required by him in the absence of such license the contractor shall be liable to terminated without assign any reasons thereof.

D) The contractor shall at his own expense comply with all labour laws and keep the board indemnified in respect thereof. Some of the major liabilities under various labour and industrial laws which the contractor shall comply which are as under.

1) Payment of contributing of way of Employer‟ s contribution towards provident fund, family pension scheme, deposit linked insurance scheme, administrative charges etc, at the rates made applicable from time to time by Government of Gujarat / Government of India or other Statutory Authorities.

2) Payment of deposit in respect of each contract labour at rate of Rs. 30/- with the office of Commissioner of labour as per contract labour (Regulation and Abolition) Act.

3) License as prescribed under the contract labour (Regulation and Abolition) Act, and rules farmed there under depending upon the number of workman employed by the contractor License is compulsory if ten or more labours engaged during day.

4) Identity cards as prescribed under the factories Act, with photo affixed there to the same for identification.

5) Payment of retrenchment compensation, Notice pay and other liabilities as per Industrial Disputes Act. Payment to the contractor‟s employees arising out of any claim or disputes under the industrial Disputes Act. 1947 or any other labour laws.

6) Payment of compensation in case of accidental injury. 7) Provision of Creche if female labour employed is more than 30 numbers. 8) Maternity leave as per the provision of the Maternity Benefit Act.

51. PROVIDENT FUND AND FAMILY PENSION SCHEME: The contractor shall submit along with his bill (month wise) a statement regarding deduction

against employee provident fund and family pension scheme in respect of each concerned employees, provident fund and Family pension scheme at the rate applicable time to time by the Government from time to time of Wage. The contractor‟s and his workers contribution towards provident fund and family pension scheme shall be deposited by the contractor with Regional Provident fund commissioner Ahmedabad.

52. DEPOSIT LINKED INSURANCE SCHEME: The contractor shall have to deposit ½ % of the wages in respect of employees who is a member

of the provident fund as the contribution to the Deposit linked insurance Scheme with Regional Provident fund Commissioner Ahmedabad.

53. ADMINISTRATIVE CHARGES: Administrative charges for maintaining Provident fund account shall be deposited by the

contractor with regional provident fund commissioner Ahmedabad at the rates applicable.

54. PAID LEAVE FACILITY: Paid leave facility at the rate of one day for every 29 days worked by the contractor labour shall

be provided by the contractor to his workers. He shall maintain leave records / leave cards for individual labourers which be duly verified and approved certified by the authorized officer of the GSECL.

55. WORKMEN‟ S COMPENSATION FUND AND EMPLOYERS LIABILITY INSURANCE: The contractor shall cover all his employees under workmen‟s compensation fund and under the

liability Insurance.

56. The contractor shall employ adequate number of experienced staff at site for daily supervision and for maintenance of various registers and records required under the law and contract. No payment for supervision shall be admissible.

57. CONTRACTOR TO INDEMINITY THE GSECL: The contractor shall indemnity and keep Indemnified the GSECL and every member, officer and

employees of the GSECL, also Engineer in charge and his staff against action proceeding claims, costs and expenses whatever arising out of or in connection with the matters referred in above clauses and elsewhere and against all actions claims, demands, cost and expenses which may be made against the GSECL by any workmen / employees of the contractor or any sub contractor and / or contractor from any liability any wise workman employees of the contractor or sub contractor under any laws rules or regulation having the force or low including but not limited to claims against the owner workmen‟s compensation Act. 1923.

The employees Provident Fund 1952, and or / the Contract labour (Abolition and Regulation) Act. 1970 the GSECL shall no be liable for in respect of or in consequence of any accident or injury to workmen or other person in the employment of the contractor or his sub contractor and the contractor shall identify workmen in the GSECL against all such damage and compensation and against all claims, demands, proceedings costs charge and expenses what so ever in respect thereof or in relation there to.

58. WORKMAN‟ S COMPENSATION & EMPLOYER‟ S LIABILITY INSURANCE: - Insurance shall be applicable for all the contractor‟s employees engaged in the performance of

this contract. If any of the work is given on sublet, the contractor shall require the sub contractor to provide workman‟s compensation and Employers Liability Insurance for the employees covered under this scheme.

59. The Company reserves the right to terminate this rate contract at any time during contract period without giving notice of termination of any reasons thereof.

60. The Company will be entitled to deduct directly from the bills, to be paid to the contract or for any sum of sums payable by the contractor and which sum / sums the GSECL is required to pay as a principal employer on account of Contractor default in respect of all liabilities referred to in above clauses.

61. Nothing in the contract document stated shall anywise constitute that any workman/employees of the contractor or any sub contractor or to be workman employees of the owner are placed the obligation and liability in respect of any such workman / employee upon the GSECL.

62. Office Correspondence will be carried out in English and if any time to facilitate the contractor, Gujarati Translation may be furnished if deemed fit, the English version will be the contract one, the same only will held good for legal matters.

63. Contractor will be responsible and liable to pay difference in wages if any or observe the revised service conditions that may be awarded by the honorable Industrial Tribunal effective from the dated directed in the award.

64. Rate quoted are firm and hence no price escalation or labour escalation will be applicable towards execution of work.

65. In case of delay in execution of work the penalty as CI. No. 3 of “Tender and contract for work” will be applicable.

66. Party shall have to provide at their own the required personal protective equipments of standard make (ISI approved) to their staff during work execution and it will be your responsibility to see that the same are by your staff while at works.

67. Arbitration Clause shall be applicable as mention elsewhere in this tender in case of any dispute.

68 The rates of all items are inclusive to carry out the work at any height/ depth unless specified in

the item, and at any location /building / structures anywhere in plant area, irrespective the

quantum of work.

69 The quantity mention in schedule-B is totally tentative & may vary up to any extent in any of the

individual items to be carried out as per GCECL‟s requirements. However the payment will be

made on the base of quantity of actual work done.

70 The responsibility & liability of man power engaged for this work will be totally of contractor who

has been awarded this contract & he will take away all these man power for his own

establishment on completion of contract. The GSECL will not be held any responsible & liable in

any way in the matter.

71The agency has to carry out the work as per the GSECL's requirement as & when required.

72Due care has to be taken by the agency to carry out the above work in running plant, in safe

manner, without affecting/damaging the plant auxiliaries, installations, machineries,

structures, generation activities etc and in coordination by getting clearances from the concern

departments time to time.

73 GUARANTEE PERIOD: The party has to give the guarantee of the work for 06 months from the date of completion of the work. Damage or leakage, if found, the party will have to arrange for the rectification of same at his risk & cost. The Security Deposit will be refunded after r successful completion of guaranty period condition.

74. ARBITRATION. „ALL QUESTIONS, DISPUTES OR DIFFERENCES, WHATSOEVER WHICH MAY AT AN 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 PROVISIONS OF THE GUJARAT PUBLIC WORKS CONTRACTS DISPUTES ARBITRATION TRIBUNAL ACT, 1992.

Signature of Contractor Chief Engineer (Gen.),

With Seal GSECL-TPS Sikka

CIRCULAR – I

The following are the major obligations to be fulfilled by the Contractors as per the Contract

Labour (R&A) Act 1970 and rule mentioned there under:

1. License to be obtained before starting the Work where number of contract laborers is ten or

more.

2. Payment to contract labourers has to be made in presence of IRO/LWO. Wages rates for

contract labourers are applicable as per the terms and conditions of the license. Minimum rate of

the wages for unskilled labour is Rs. 211.00 for semiskilled labour is Rs. 215.00 and for skilled

labour is Rs. 220.00 w.e.f. 01-04-2013 to 30.09.2013 or as per the circular of GoG time to time.

3. Every contractor shall have to maintain the muster roll and wages register in respect of his

contract labour.

4. Every contractor is required to issue employment card, wages slip and attendance card to their

laborers.

5. The contractor has to maintain the register No. 13 containing details of contract labors

employed by him.

6. Earned leave register/ card as per the Factories Act and Rules.

7. Other registers required under Contract Labour Rules and the Factories Act and Rules.

8. Every contractor shall have to obtain insurance policy in respect of the contract labors engaged

by him to cover them under workmen‟s Compensation Act.

9. To send half yearly return to licensing officer as per Rule 82 (1) as per schedule time.

10. Before starting the work as per the contract awarded to him, he should make arrangement to

enter into the agreement in the prescribed format on the stamp paper as applicable. Before

fulfilling the above requirement the contractor is instructed not to start the work. The

responsibility will be on his head in case he fails.

11. Contractor should posses separate P.F. code on their firm, name otherwise their offer may not

be considered.

12. contractors shall have to pay wages as may be revised from time to time as may be declared by

GOVERNMENT All the contractors are informed to adhere to the rules and regulations applicable

to them, particularly in respect of the laborers engaged by them, the contractor not fulfilling the

obligations will not be allowed or continue with work/not be held qualified to carry out the work at

Sikka TPS.

SIGN OF CONTRACTOR CHIEF ENGINEER (G) GSECL, STPS

ANNEXURE-II

“GENERAL SAFETY RULES / NORMS TO BE OBSERVED BY THE CONTRACTORS”

All the contractors working at SIKKA 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.

01 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.

02 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.

03 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.

04 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 incase 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.

05 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 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.

06 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.

07 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 contractors‟ 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 EQUIPMENT

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 muffs. 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.

08

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.

09 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

or any type of material of explosive nature 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. 444 or 421 or 491 or 492 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.

21 In case, it comes to the notice of GSECL STPS 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.

Chief Engineer (gen)

GSECL, SIKKA TPS.

SIGNATURE OF CONTRACTOR

GUJARAT STATE ELECTRICITY CORPORATION LTD. THERMAL POWER STATION,

SIKKA-361141 (DIST. JAMNAGAR) PHONE NO.: (0288) 2344106 / 2344116

FAX NO.: (0288) 2344033 GRAM : SELGRID

Web Site : www.gseb.com E-mail : [email protected]

: REGISTERED OFFICE : “ VIDYUT BHAVAN ”, RACE COURSE,

VADODARA – 390 007. PHONE NO.: (0265) 2355193-95

FAX NO.: (0265) 2338847 Web Site : www.gsecl.com

E-mail : [email protected].

SCHEDULE: B NAME OF WORK:- PROVIDING/REPAIRING/SERVICING OF ROLLING SHUTTERS OF

VARIOUS BUILDINGS/PLANT OF POWER HOUSE AT SIKKA TPS.

SR.

NO DESCRIPTION OF ITEM QTY. RATE UNIT AMOUNT

1 Overhauling the rolling shutters by opening out the drum, servicing to the spring, greasing the side channel. Work should be carried out in such a way that rolling shutter shall be operated smoothly with six months guarantee period after completion of work.

45.00 1333.20 NO 59994.00

2 Providing and fixing complete mechanical heavy duty devices for smooth operation of opening, closing of rolling shutter M.S. complete gear set,(gear box, gear wheel , rod operating handles etc. complete set) in the existing rolling shutters perfectly working condition with six months guarantee period. The existing unserviceable deices to be removed from the shutter & credited to the main store.

5.00 4923.60 NO 24618.00

3 Providing and fixing the heavy duty duly approved parts of rolling shutter as mentioned below& wherever required at the time of servicing of rolling shutter if required. Fixing of new spring (27.5 cms.) grade no.2 of approved make.

60.00 891.00 Each 53460.00

4 Providing and fixing the heavy duty duly approved parts of rolling shutter as mentioned below& wherever required at the time of servicing of rolling shutter if required. Fixing of new lock plate.

8.00 410.52 NO 3284.16

5 Providing and fixing the heavy duty duly approved parts of rolling shutter as mentioned below& wherever required at the time of servicing of rolling shutter if required. Fixing of new intermediate patti in shutter.

100.00 295.68 NO 29568.00

6 Providing and fixing the heavy duty duly approved parts of rolling shutter as mentioned below& wherever required at the time of servicing of rolling shutter if required. Top drum cover above 3.50 mts.

22.00 189.00 RMT 4158.00

7 Providing and fixing the heavy duty duly approved parts of rolling shutter as mentioned below& wherever required at the time of servicing of rolling shutter if required. Shaft

8.00 1642.08 NO 13136.64

8 Providing and fixing the heavy duty duly approved parts of rolling shutter as mentioned below& wherever required at the time of servicing of rolling shutter if required. Guide channel (pair for one Shutter) of shutter.

8.00 3282.84 NO 22262.72

9 Providing and fixing rolling shutters of approved make made of 80 mm wide M.S. Laths inter-locked together through their entire length and jointed together at the ends by end locks mounted on specially designed pipe shaft with bracket plates, guide channels and arrangements for inside and out side locking with push pull operation complete including the cost of hood cover and spring etc. complete. (A) Shutters having width below 3.5 M.

20.00 4257.00 SMT 85140.00

10 Providing and fixing rolling shutters of approved make made of 80 mm wide M.S. Laths inter-locked together through their entire length and jointed together at the ends by end locks mounted on specially designed pipe shaft with bracket plates, guide channels and arrangements for inside and out side locking with push pull operation complete including the cost of hood cover and spring etc. complete. (B) Shutters having width above 3.5 M.

30.00 4636.00 SMT 139080.00

11 Painting two coats (excluding priming coat) on new steel and other metal surfaces with enamel paint brushing, interior to give enamel paint brushing, interior to give an even shade including cleaning the surface of all dirt, dust and other foreign matter

960.00 62.00 SMT 59520.00

ESTIMATED COST 498221=52

% ABOVE/BELOW

NET OFFER AMOUNT

I/We am/are willing to carry out the work at _____% (in words ________percentage) above/below the estimated cost. Accordingly the total amount of my/our tender works out to Rs._____________________________(in words Rs._______________________ ________________________________________________________________________________________________________)

Note: (1) The service tax will be applicable as per Govt. Notification No. 30-2012 dt. 20/06/2012 as per prevailing GOVT. rules & regulations. I/We hereby accept all the conditions and specifications of this tender document, and accordingly,

Sing. Of Contractor CHIEF ENGINEER (Gen)

G.S.E.C.L, TPS, SIKKA

GUJARAT STATE ELECTRICITY CORPORATION LTD. THERMAL POWER STATION,

SIKKA-361141 (DIST. JAMNAGAR) PHONE NO.: (0288) 2344106 / 2344116

FAX NO.: (0288) 2344033 GRAM : SELGRID

Web Site : www.gseb.com E-mail : [email protected]

: REGISTERED OFFICE : “ VIDYUT BHAVAN ”, RACE COURSE,

VADODARA – 390 007. PHONE NO.: (0265) 2355193-95

FAX NO.: (0265) 2338847 Web Site : www.gsecl.com

E-mail : [email protected].

ITEM SPECIFICATIONS AND MATERIALS

NAME OF WORK: - PROVIDING/REPAIRING/SERVICING OF ROLLING SHUTTERS OF

VARIOUS BUILDINGS/PLANT OF POWER HOUSE AT SIKKA TPS

MATERIAL SPECIFICATION M-32 ROLLING SHUTTERS:

32.1 The rolling shutters shall conform to I.S. 6248-1979. Rolling shutters shall be supplied of specification type with accessories. The size of the rolling shutters shall be specified in the drawings. The shutters shall be constructed with interlocking lath section formed from cold rolled steel strips not less than 0.9 mm thick and 80 mm wide for shutters up to 3.5 mtr. Strip not less than 1.25 mm thick and 80 mm wide for shutters 3.5 mtr in width and above unless otherwise specified.

32.2 Guide channels shall be of mild steel deep channel section and of rolled pressed or built up (fabricated) joint less construction. The thickness of sheet used shall not be less than 3.15 mm.

32.3 Hood covers shall be made of M.S. Sheets not less than 0.92 mm. Thickness. For shutters having width 3.5 Meter and above, the thickness of M.S. Sheet for the hood cover shall be not less than 1.25 mm.

32.4 The spring shall be of best quality and shall be manufactured from tested high tensile spring steel wire or strip of adequate strength to balance the shutters in all position. The spring pipe shaft etc. Shall be supported on strong M. S. Or malleable C. I. Brackets. The brackets shall be fixed on or fixed on or under the lintel as specified with raw plugs and screws bolts etc.

32.5 The rolling shutters shall be of self rolling type up to 8 Sq. M. Clear area without ball bearing and up to 12 Sq. M. Clear area with ball bearing. If the rolling shutters are larger, then gear operated type shutters shall be used.

32.6 The locking arrangement shall be provided at the bottom of shutter at both ends. The shutters shall be opened from outside.

32.7 The shutters shall be completed with door suspention shafts, locking arrangements, pulling hooks, handles and other accessories

ITEM NO. 1. Overhauling the rolling shutters by opening out the drum, servicing to the spring, greasing the side channel. Work should be carried out in such a way that rolling

shutter shall be operated smoothly with six months guarantee period after completion of

work.

The Drum Provided with the Rolling Shutter shall be removed and overhaul all the operating parts like gear box, shaft, gear wheel, guide channel, springs etc. and greasing shall be done as per requirement so that the operation of rolling shutters is smooth. The brought out items shall be got approved from Engineer – In – Charge before procurement. The item rate includes necessary scaffolding, hoisting for fixing equipments, necessary tools and tackles, transportation to site, loading and unloading. Required grease for overhauling shall be brought by contractor and rates are inclusive of the same. The guarantee period for the works is six months.

The rate shall be for a unit of No.

ITEM NO. 2 Providing and fixing complete mechanical heavy duty devices for smooth operation of opening, closing of rolling shutter M. S complete gear set, (gear box, gear

wheel, rod operating handles etc. complete set) in the existing rolling shutters perfectly working condition with six months guarantee period. the existing unserviceable deices to

be removed from the shutter & credited to the main store.

The rates are for providing and fixing complete assembly comprising of gear wheel etc.as per item specification.( The item rate includes necessary scaffolding, hoisting for fixing equipments, necessary tools and tackles, transportation to site, loading and unloading. Required grease for

overhauling shall be brought by contractor and rates are inclusive of the same. The guarantee period for the works is six months.) The rate shall be for a unit of No.

ITEM NO. 3. Providing and fixing the heavy duty duly approved parts of rolling shutter as

mentioned below& wherever required at the time of servicing of rolling shutter if required.

Fixing of new spring (27.5 cms.) grade no.2 of approved make.

providing and fixing various components required to be replaced as per item description of schedule-„B‟. The old removed parts shall be credited in main stores as per directive of Engineer-in- charge. The materials should be as per G.O.G. general technical specification booklet M-32. The rate shall be for a unit of EACH.

ITEM NO. 4: Providing and fixing the heavy duty duly approved parts of rolling shutter as mentioned below& wherever required at the time of servicing of rolling shutter if required.

Fixing of new lock plate.

providing and fixing various components required to be replaced as per item description of schedule-„B‟. The old removed parts shall be credited in main stores as per directive of Engineer-in- charge. The materials should be as per G.O.G. general technical specification booklet M-32.

The rate shall be for a unit of NO.

ITEM NO. 5: Providing and fixing the heavy duty duly approved parts of rolling shutter as mentioned below& wherever required at the time of servicing of rolling shutter if required.

Fixing of new intermediate patti in shutter.

providing and fixing various components required to be replaced as per item description of schedule-„B‟. The old removed parts shall be credited in main stores as per directive of Engineer-in- charge. The materials should be as per G.O.G. general technical specification booklet M-32.

The rate shall be for a unit of NO.

ITEM NO. 6: Providing and fixing the heavy duty duly approved parts of rolling shutter as mentioned below& wherever required at the time of servicing of rolling shutter if required.

Top drum cover above 3.50 mts.

providing and fixing various components required to be replaced as per item description of schedule-„B‟. The old removed parts shall be credited in main stores as per directive of Engineer-in- charge.The materials should be as per G.O.G. general technical specification booklet M-32.

The rate shall be for a unit of RMT.

ITEM NO. 7: Providing and fixing the heavy duty duly approved parts of rolling shutter as mentioned below& wherever required at the time of servicing of rolling shutter if required.

Shaft

providing and fixing various components required to be replaced as per item description of schedule-„B‟. The old removed parts shall be credited in main stores as per directive of Engineer-in- charge. The materials should be as per G.O.G. general technical specification booklet M-32.

The rate shall be for a unit of NO.

ITEM NO. 8: Providing and fixing the heavy duty duly approved parts of rolling shutter as mentioned below& wherever required at the time of servicing of rolling shutter if required.

Guide channel (pair for one Shutter) of shutter.

providing and fixing various components required to be replaced as per item description of schedule-„B‟. The old removed parts shall be credited in main stores as per directive of Engineer-in- charge. The materials should be as per G.O.G. general technical specification booklet M-32. The rate shall be for a unit of NO.

ITENM NO-9 Providing and fixing rolling shutters of approved make made of 80 mm wide M.S. Laths inter-locked together through their entire length and jointed together at the

ends by end locks mounted on specially designed pipe shaft with bracket plates, guide

channels and arrangements for inside and out side locking with push pull operation complete including the cost of hood cover and spring etc. complete.

(A) Shutters having width below 3.5 M

1. The rolling shutter shall confirm to IS 6248-1979(latest Amendment) The rolling shutter shall be supplied of specified type with all accessories. The size of rolling shutters shall be specified in drawing or as directed by engineer in charge. The shutter shall be constructed/ manufactured with interlocking lath sections formed from cold rolled strips not less than 0.9 mm thick and 80 mm wide for shutters up to 3.5 mtr. and not less than 1.25 mm thick and 80 mm wide for shutters 3.5 mtr.in width and above unless and otherwise specified. Guide channel shall be of mild steel deep channel section and of rolled pressed or built-up (fabricated) joint less construction. Thickness of sheet used shall be not less than 3.15 mm. The hood cover shall be made of M.S. sheets not less than 0.92 mm thickness for shutters having width up to 3.5 Mtr. and not less than 1.25mm thickness for shutters having width 3.5 meters and above. The spring shall be of best quality and shall be manufactured from tested high tensile spring steel wire or strip of adequate strength to balance the shutters in all position. The spring pipe shaft etc. shall be supported on strong M.S. or malleable C.I. brackets. the brackets shall be fixed on or under the lintel as specified with raw plugs and screw bolts etc. The rolling shutter shall be of self rolling type up to 8 square meter clear area without ball bearing and up to 12 square meter area with ball bearing. If the rolling shutters are larger than 12 square meter area then the gear operated shutter shall be used. The rolling shutter shall be provided with locking arrangement at both ends. The shutter shall be opened from outside. The rolling shutter shall be completed with door suspension shafts, locking arrangements, pulling hooks, handles and all other accessories. The rolling shutter shall be fixed at site in true line, level and plumb. The guide channel and hood shall be fixed properly in wall with necessary hold fasts, anchors etc. In case any damage occurs to existing work, while fixing the rolling shutter, it shall be repaired and made good to match existing work without any extra cost. The old/existing rolling shutter shall be removed from its position without damaging the existing structure and same shall be credited to store as directed by E.I.C. All members and components of rolling shutter shall be cleared of rust, dust, scales and given a coat of red lead primer before fixing. After fixing the rolling shutter on position ,it should be provided with two coat of oil paint of approved make and shade or aluminum paint as directed by EIC. 2.00 The rate quoted shall be inclusive of complete supply of shutter with hood, drives etc. scafolding, fixing in position, painting, labour, tools, equipements. Measurement shall be taken for clear area of opening plus drum area provided on top and paid as per unit rate quoted for item per sq.mt. on actual work done. Note: The brought out items shall be got approved from Engineer-in- charge before procurement. The rate shall be for a unit of SMT

ITEM NO. 10: Providing and fixing rolling shutters of approved make made of 80 mm wide

M.S. Laths inter-locked together through their entire length and jointed together at the ends by end locks mounted on specially designed pipe shaft with bracket plates, guide

channels and arrangements for inside and out side locking with push pull operation

complete including the cost of hood cover and spring etc. complete.

(B) Shutters having width above 3.5 M.

The rolling shutter shall confirm to IS 6248-1979(latest Amendment) The rolling shutter shall be supplied of specified type with all accessories. The size of rolling shutters shall be specified in drawing or as directed by engineer in charge. The shutter shall be constructed/ manufactured with interlocking lath sections formed from cold rolled strips not less than 0.9 mm thick and 80 mm wide for shutters above 3.5 mtr. and not less than 1.25 mm thick and 80 mm wide for shutters 3.5 mtr.in width and above unless and otherwise specified. Guide channel shall be of mild steel deep channel section and of rolled pressed or built-up (fabricated) joint less construction. Thickness of sheet used shall be not less than 3.15 mm. The hood cover shall be made of M.S. sheets not less than 0.92 mm thickness for shutters having width above 3.5 Mtr. and not less than 1.25mm thickness for shutters having width 3.5 meters and above. The spring shall be of best quality and shall be manufactured from tested high tensile spring steel wire or strip of adequate strength to balance the shutters in all position. The spring pipe shaft etc. shall be supported on strong M.S. or malleable C.I. brackets. the brackets shall be fixed on or under the lintel as specified with raw plugs and screw bolts etc. The rolling shutter shall be of self rolling type up to 8 square meter clear area without ball bearing and up to 12 square meter area with ball bearing. If the rolling shutters are larger than 12 square meter area then the gear operated shutter shall be used. The rolling shutter shall be provided with locking arrangement at both ends. The shutter shall be

opened from outside. The rolling shutter shall be completed with door suspension shafts, locking arrangements, pulling hooks, handles and all other accessories. The rolling shutter shall be fixed at site in true line, level and plumb. The guide channel and hood shall be fixed properly in wall with necessary hold fasts, anchors etc. In case any damage occurs to existing work, while fixing the rolling shutter, it shall be repaired and made good to match existing work without any extra cost. The old/existing rolling shutter shall be removed from its position without damaging the existing structure and same shall be credited to store as directed by E.I.C. All members and components of rolling shutter shall be cleared of rust, dust, scales and given a coat of red lead primer before fixing. After fixing the rolling shutter on position it should be provided with two coat of oil paint of approved make and shade or aluminum paint as directed by EIC. 2.00 The rate quoted shall be inclusive of complete supply of shutter with hood, drives etc. scafolding, fixing in position, painting, labour,tools, equipements. Measurement shall be taken for clear area of opening plus drum area provided on top and paid as per unit rate quoted for item per sq.mt. on actual work done. Note: The brought out items shall be got approved from Engineer-in- charge before procurement. The rate shall be for a unit of SMT

ITEM NO. 11:. Painting two coats (excluding priming coat) on new steel and other metal surfaces with enamel paint brushing, interior to give enamel paint brushing, interior to give

an even shade including cleaning the surface of all dirt, dust and other foreign matter

MATERIALS Synthetic enamel paint shall conform to I.S. 1932-1964.

2.0. WORKMANSHIP

2.1.General : The materials required for work of painting work shall be obtained directly from approved manufactures or approved dealer and brought to the site in maker's drums; kegs. etc. with seal unbroken.

2.1.2. All materials not in actual use shall be kept properly protected, lids of containers shall be kept closed and surface of paint in open or partially open containers covered with a thin layer of turpentine to prevent formation of skin. The materials which have become state or flat due to improper and long storage shall not be used. The paint shall be stirred thoroughly in its container before pouring into small containers. While applying also, the paint shall be continuously stirred in smaller container. No left over paint shall be put back into stock tins. When not in use the containers shall be kept properly closed.

2.1.3. If for any reasons, things is necessary, the brand of thinner recommended by the manufacturer shall be used.

2.1.4. The surface to be painted shall be thoroughly cleaned and dusted. All rust, dirt and grease shall be thoroughly removed before painting is started. No painting on exterior or other exposed part of the work shall be carried out in wet, damp or otherwise unfavorable weather and all the surfaces shall be thoroughly dry before painting work is started. 2.2. APPLICATION OF PAINT:

2.2.1. Brushing operations are to be adjusted to the spreading capacity advised by the manufacture of particular paint. The paint shall be applied evenly and smoothly by means of crossing and laying off. The crossing and laying off consists of covering the area over with paint, brushing the surface hard for the first time over and then brushing alternately in opposite directions two or three times and then finally brushing lightly in a direction at right angles to the same. In this process, no brush marks shall be left after the -laying off is finished. The full process of crossing and laying off will constitute one coat.

2.2.2. Each coat shall be allowed to dry completely and lightly rubbed with very fine grade of sand-paper and loose particles brushed off before next coat is applied. Each coat shall vary slightly in shade and shall be got approved from Engineer-in-charge before next coat is started.

2.2.3. Each coat the last shall be lightly rubbed down with sand paper of fine pumice stone and cleaned of dust before the next coat is applied. No hair marks from the brush of clogging of paint puddles in the corners of panels, angles of moldings etc. shall be left on the work.

2.2.4. Special care shall be taken while painting over bolts, nuts, rivets, overlaps etc. Approved best quality brushes shall be used.

MODE OF MEASUREMENT:

The payment will be made for this item on Square meter basis.

Note: - General specification of latest edition of PWD Handbook Vol – I & II is also applicable for all items & Contractor are bound accordingly.

Minor civil work related to cement work if required, will be executed by contractor without EXTRA claim. Detail specification shall be adhered as per item description and general specification booklet of R&B G.o.G. Contractor is bound to execute any Item of R & B S.O.R. as per site requirement and instruction of E.I.C. All materials required to execute any item shall be brought by contractor at his own cost. The payment shall be made as per unit of respective item only.

Chief Engineer (Gen) GSECL, SIKKA TPS.

SIGNATURE OF CONTRACTOR