tender of providing & applying of paint on various pipe lines … office/utran gas... ·...
TRANSCRIPT
1
GUJARAT STATE ELECTRICITY CORPORATION LTD.
CCPP-II, GBPS, Utran – 394 105
TENDER COPY
TECHNICAL BID
NAME OF THE WORK:-
PROVIDING AND APPLYING PAINT TO VARIOUS PIPELINES AT 370 MW CCPP-II AT GBPS, UTRAN
Tender No.:Web.45/2011/Mech-II
ESTIMATED COST: Rs- 3, 95,200.00
EMD DEPOSIT : Rs. 3952=00
TENDER FEE : Rs. 500=00
DEPARTMENT : MMD,CCPP-II
Last date for down loading of Tender : 10-10-2011 ( Up to 15=00 Hour)
Date for submission of tender. : 10-10-2011( 15=30 Hour )
Date of opening of Tender : 10-10-2011( 15=30 Hour ) (Only Technical Bid) if possible
Date of opening of Tender (Price bid) : Will be informed later.
2
INDEX
NAME OF WORK: PROVIDING AND APPLYING PAINT TO VARIOUS PIPELINES AT 370 MW CCPP-II AT GBPS, UTRAN(WEB.45/2011/MECH.II) . Sr. No.
Name of Document Page No.
Technical Bid 01 Tender notice 3 02 Pre-qualification criteria 4 03 Scope of work 5 04 Annexure-I (Terms & Conditions) 10
05 Deviation sheet 15
06 Labour laws 16 07 General safety rules/norms to be observed by the contractor 18 PRICE BID 08 Tender Notice 20 09 Schedule-A 21 10 Schedule-B 23
3
GUJARAT STATE ELECTRICITY CORPORATION LTD.
CCPP-II, UTRAN - 394105
TENDER NOTICE No.11
(1)Tender is invited in accordance with the Tender No. Tender No.:Web.45/2011/Mech-II
The tender Bid shall be furnished in two parts i.e. Technical Bid and price bid separately in 1+1
copies (Technical bid + Price bid) shall be submitted to this office on or before due date.
(2)Tender documents with technical specifications may be downloaded from our Web site
www.gseb.com & www.gsecl.in.
NON REFUNDABLE TENDER FEE `̀̀̀ 500/-
EARNEST MONEY DEPOSIT `̀̀̀ 3952/-
Tender fee is acceptable in Cash or by Demand Draft favouring Gujarat State Electricity Corporation
Ltd. payable at Bank of Baroda at UTRAN.
4
GUJARAT STATE ELECTRICITY CORPN. LTD. GAS BASED POWER STATION, UTRAN,DIST : SURAT-394 105.
PRE-QUALIFICATION REQUIREMENT
Name of work: Providing & applying paint to various pipelines at 370 MW CCPP-II at GBPS, UTRAN.(Web.45/2011/Mech.II)
The Bidder must furnish the following certificate / documents with their Technical Bid for Pre-qualification to
subject work.
a. The bidder shall have experience for carrying out similar work in any government or non-
government reputed organization. They will have to submit the complete copy of said reference
work order along with the satisfactory work completion for those reference work orders
b. The bidder shall have to submit Solvency Certificate not older than 12 months from the date of
submission of tender of minimum 20% of the estimated cost from a Nationalized Bank
c. The bidder shall have to submit detail of P.F. code number from appropriate authority and
Labour License
d. Copy Of Pan Card.
e. Copy of Service Tax registration certificate is necessary.
f. Profile (List of tools, employees strength etc.)
g. Schedule, terms & conditions duly signed on each page, deviation if any clearly be brought out.
Technical Bid without above will not be qualified and liable for rejection
Signature of Contractor with Seal Chief Engineer (Gen),
UGBPS, Utran
5
GUJARAT STATE ELECTRICITY CORPN. LTD. GAS BASED POWER STATION, UTRAN,DIST : SURAT-394 105.
Name of work: Providing & applying paint to various pipelines at 370 MW CCPP-II at GBPS,
UTRAN. (Web.45/2011/Mech.II)
SCOPE OF WORK
SPECIFICATIONS OF MATERIALS
1. INTRODUCTION
It applies to:
- Complete painting of equipment / piping at the equipment at site.
- Surface preparation and primer application prior to transportation and storage at site.
- Surface application of the final coats on the site, for the equipment covered with primer
2. DESIGN BASIS AND CODES & STANDARDS
The relevant codes and standards from following institutions are applicable.
- BIS (Bureau of Indian Standards)
- DIN (Deutsches Institut für Normung e.V)
- RAL (Colour codes of the German Institute for Quality Assurance & Labeling)
- ISO (International Organisation for Standardisation)
The work covered under this specification shall comply with the latest applicable standards listed below.
Other National/International Standards may be considered provided they are established to be equal or
superior to the standards mentioned herewith.
IS-5 : 2004 : Colours for ready mixed paints and enamels.
IS-55 : 1970 : Ultramarine blue for paints.
IS-63 : 1978 : Whiting for paint & Putty.
IS-101 : 1986 : Methods of sampling and test for paints, varnishes and related products.
IS-110: 1983 : Ready mixed Paint, brushing, grey filler, for enamels for use over primers.
IS-137: 1965 : Ready mixed paint, brushing, matt or egg shell flat, finishing, interior to Indian Standard
colour as required.( Reaffirmed 2004)
IS-384: 2002 : Brush paints and varnishes, flat.
1S-487: 1997 : Brush paint and varnish a) oval ferrule and b) round ferrule bound.
IS-958: 2000 : Temporary corrosion preventive grease, soft film, and cold application.
IS-277:2003 : Galvanized Steel Sheets, (Plain and Corrugated) – Specification (3)
B IS-1573:1986 : Specification for Electroplated Coatings ofZinc on Iron and Steel
IS-1153: 2000 : Temporary corrosion preventive fluid, hard film, solvent deposited.
IS-1303: 1983 : Glossary of terms relating to paints
IS-1477: 1971 : Code of practice for painting of ferrous metals in buildings.
IS-1674: 1960 : Temporary corrosion preventive fluid, soft film, solvent deposited.
IS-2074: 1992 : Ready mixed paint, air drying, red oxide zinc chrome, priming.
IS-2339: 1963 : Aluminium paint for general purpose, in dual container.
IS-2379: 1990 : Colour Code for Identification of pipelines.
IS-2932: 2003 : Enamel, synthetic, exterior (a) Undercoating, (b) Finishing.
IS-6005: 1998 : Code of practice for phosphating of iron and steel.
IS-8629: 1977 : Code of practice for Protection of Iron and Steel structures from atmospheric corrosion
IS-9404: 2002 : Colour Code for identification of Pipelines used in Thermal Power Plants
IS-9862: 1981 : Ready mixed paint, brushing, bituminous, black, lead free, acid, alkali, water and chlorine
resisting
6
IS-10221: 1982 : Code of practice for coating and wrapping of underground mild steel pipelines
IS-2629 : 1985 : Recommended Practice for Hot-Dip Galvanizingof Iron and Steel
IS 2633 : 1986 : Method for Testing Uniformity of Coating onZinc Coated Articles
IS 4826 : 1979 : Specification for Hot-Dipped Galvanized Coatings on Round Steel Wires
ISO-8501-1/ : Preparation of steel substrates before application of paints and SIS-05 5900 related product-
Visual assessment of surface cleanliness.
ISO 2409 : Paints and varnishes – Crosscut test
ISO 2178 : Non-magnetic coatings or magnetic substrates - measurement of coating thickness
BS 5493 : Code of practice for protective coatings on steel and iron structures against corrosion
DIN-EN 2409 : Cross cut adhesion test.
DIN-50981 : Magnetic method for measuring the thickness of non-ferromagnetic layers on ferromagnetic
materials.
DIN-55928 : Corrosion protection of standard steel works through protective coatings and topcoats
SSPC-SP : Steel, structures, Painting Council, USA - Surface Preparation specifications.
RAL : Colour cards of the German Institute for Quality Assurance and Labeling (RAL)
3. SYSTEM DATA
The paint system proposed shall cover surface preparation, application of primer coat, intermediate coat
and final coats on the substrate as appropriate.
3.1 Surface Preparation
3.1.1 Procedure of Surface Preparation
Adhesion of the paint film to surface depends largely on the surface preparation of the metal surface prior
to painting. In order to achieve the maximum durability, one or more of following methods of surface
preparation shall be followed, depending on condition of steel surface and as specified in the enclosed
technical data sheets:
a. Manual or hand tool cleaning
3.1.1.1 Manual or hand tool cleaning
Manual or hand tool cleaning shall be used only where safety problems limit the application of other
surface preparation procedures.
Hand tool cleaning shall normally consist of following :
a. Hand descaling and/or hammering
b. Hand scraping
c. Hand wire brushing
Rust, mill scale, spatters, old coatings and other foreign matter, shall be removed by hammering,
scrapping tools, emery paper cleaning, wire brushing or combination of these methods. On completion
of cleaning, loose material shall be removed from the surface by clean rags and the surface shall be
brushed, swept, dust removed and blown off with compressed air to remove all loose matter. Finally
the surface may be washed with water and dried for effective cleaning.
3.1.2 Surface Preparation Grades
3.1.2.1 Following grades for preparation of steel substrates conforming to SIS-05 5900 and ISO -8501 shall be
followed:
a. Surface preparation grade St 2
Thorough hand and power tool cleaning (scrapping and brushing with wire brush,machine brush,
grinding tool or similar) shall be carried out until loose mill scale, rust andforeign matters are removed.
Then, the surface shall be cleaned with a vacuum cleanerand/or with clean and dry compressed air or a
7
clean brush. After this treatment, the surface should have a faint etallic luster. The appearance of the
surface shall correspond to the illustrations for St 2.
3.1.3 Rub down and touch up of primer
The existing coated surfaces shall be rubbed down thoroughly with emery paper to remove all dust, rust
and other foreign matters, washed with degreasing solvent (white spirit) to completely remove grease
etc. then cleaned with warm fresh water and air dried.
In case degreasing with white spirit is not effective, the surface should be finally wiped clean with
aromatic solvent like xylol or light naphtha.
3.2 Paint Materials
The paints shall be of class-I quality and shall conform to the specifications given in Schedule-A
3.3 Mixing and thinning of paint
3.3.1 All ingredients in a paint container shall be thoroughly mixed to break-up lumps and disperse pigments
before use and during application, to maintain homogeneity. Mixing shall be mechanical except when
the container size is 20 litres or less. Mixing by air bubbling is not permitted. All pigmented paints shall
be strained after mixing.
3.3.2 Additives that are received separately, such as curing agents, catalysts, hardeners etc., shall be added
to the paint as per manufacturer’s instructions. These shall be promptly used within the pot life
specified by the manufacturers and unused paint shall be discarded.
3.3.3 Thinners shall not be used unless essential for proper application of the paint. Where thinners are
used, they shall be added during the mixing process and the type, quality and quantity of thinner shall
be in accordance with the instructions of the paint manufacturer.
3.3.4 Dry pigments, pastes, tinting and colours shall be mixed and/or made into plant so that all dry powders
get wetted by vehicles, and lumps and particles are uniformly dispersed.
3.4 Storage of Paint
3.4.1 All paints shall be stored strictly in accordance with requirements laid down by the paint manufacturer.
The storage area shall be well ventilated and protected from sparks, flame, direct exposure to sun or
excessive heat and shall be preferably located in an isolated room or in a separate building.
3.4.2 All paint containers shall be clearly labeled to show at the time of use the paint identification, date of
manufacture, batch number, order number and special instructions in legible form. Paints for which
the shelf life specified by the manufacturer has expired, shall not be used without inspection and
approval by the purchaser.
3.5 Paint Application
Paint shall be applied in accordance with paint manufacturer’s recommendations as supplemented by this
specification.
Paint shall not be applied when the ambient temperature is 5 °C and below. For paints, which dry by
chemical reaction, the temperature requirements specified by the manufacturer shall be met. Also, paint
shall not be applied during rain, wind, and fog or at relative humidity of 85 % and above or when the surface
temperature is below the dew point of air resulting in condensation of moisture. Any wet painted area
8
exposed to damaging weather conditions shall be inspected after drying and the damaged area repainted
after removal of the paint.
Each coat of paint shall be continuous, free of pores and of uniform film thickness. Each coat of
paint shall be allowed to dry sufficiently before application of the next coat to avoid damage such as lifting
or loss of adhesion. The over coating interval shall be as recommended by the paint manufacturer.
The application of paint could be by brush only, as per the Manufacturer’s recommendation / paint
suitability.
Primer, intermediate and finish paint for any particular painting system shall be from same Manufacturer in
order to ensure compatibility.
3.6 Inspection
All painting materials including primers and thinners shall be preferably procured directly from
manufactures as per specifications and shall be accompanied by manufacturer’s test certificates (clearly
indicating their expiry dates).
The painting work shall be subjected to inspection at different stages and records of inspection shall be
maintained. Stages of inspection are as follows:
- Surface preparation
- Primer application
- Each coat of paint
Final inspection shall include measurement of paint dry film thickness (DFT), tape adhesion test,check of
shade, finish and workmanship. The DFT should be measured at as many points/locations as agreed and
shall not be lower than the minimum specified DFT or more than 30%over the maximum specified DFT.Any
defect noticed during the various stages of inspection shall be rectified before proceeding further.
Irrespective of the inspection, repair and approval at intermediate stages of work, supplier shall be
responsible for making good any defects found during final inspection. Dry film thickness shall be checked
and recorded after application of each coat by contractor with standard calibrated dry film thickness
measurement i.e. elcometer to be arrange by contractor.
Following defects are not acceptable after painting:
• Pinholes
• Lack of adhesion
• Scaling
• Caulking
• Blistering
• Chalking
• Cracking
• Cratering
• Blushing
• Foreign material entrapment
• Mud cracking
• Orange peel
• Pinpoint rusting
Respective contractor shall be fully responsible for the quality of their supply and services and the quality
assurance process applied in this context. The application or non-application of any verification measure by
GSECL shall not relieve the supplier in any way of such responsibility
9
3.7 Colour Shades
3.7.1 Colour Shades for Piping
The colour code scheme is intended for identification of the individual group of the pipeline. The
system of colour coding consists of a ground colour and colour bands superimposed on it. Color
shades for piping shall be as given by GSECL
3.7.2 Colour Shades for Equipment
Colour shades for equipment/systems shall be as given by GSECL.
In the case of pumps, valves & tanks, if not specifically covered, same colour as that for the
corresponding pipeline shall be chosen.
Notes :
i) Value of DFT (Dry Film Thickness) given above are indicative only
ii) All primers and finish coats should be cold cured and air drying type unless otherwise specified.
iii) All paints shall be applied in accordance with manufacturer’s instructions for surface preparation, over
coating interval, curing and application. Good surface preparation, quality and workmanship shall be
ensured.
iv) The paints shall conform to the specifications given above and shall be of Class-I quality in the product
range of any of the following manufacturers:
a. Asian Paints (India) Ltd. b. Berger Paints (India) Ltd.
c. Goodlass Nerolac Paints Ltd. d. Garware Paints
e. Jenson & Nicholson f. Shalimar Paints
ITEM No.1:
Providing and applying Paint to M.S. Pipes (which are earlier painted) with one coat of BERGER
PROTECTOMASTIC PRIMER of M/S Berger Paint or it's equivalent product of M/S Asian paint Ltd.,M/S
Goodless Nerolec paint Ltd, Jenson & Nicholson, Garware paints, Shalimar paint with mixing of Thinner no 844
of M/S Berger or it's equivalent product of M/S Asian paint Ltd.,M/S Goodless Nerolec paint Ltd, Jenson &
Nicholson, Garware paints, Shalimar paint in suitable proportion maximum up to 15% and two coats of
BERGERTHANE PU GLOSSY FIN-Sea green of M/S Berger or it's equivalent product of M/S Asian paint Ltd.,M/S
Goodless Nerolec paint Ltd, Jenson & Nicholson, Garware paints, Shalimar paint including mixing thinner no
825 of M/S Berger or it's equivalent product of M/S Asian paint Ltd.,M/S Goodless Nerolec paint Ltd, Jenson &
Nicholson, Garware paints, Shalimar paint in suitable proportion maximum up to 15% , so as to give DFT of
230 micron ( 150 micron for primer + 80 micron of paint ) including cleaning the existing surface with wire
brush & removing of deposited scale, oil, foreign material, dust etc arranging scaffold complete as per the
instruction of E.I.C.
Chief Engineer (Gen)
GBPS,UTRAN
Seal & signature of contractor
10
GUJARAT STATE ELECTRICITY CORPORATION LTD.
GAS BASED POWER STATION UTRAN
Name of work: Providing & applying paint to various pipelines at 370 MW CCPP-II at GBPS, UTRAN. (Web.45/2011/Mech.II)
ANNEXURE-I
TERMS AND CONDITIONS:
1) The work shall be carried out according to the enclosed General Conditions, other conditions, Technical
Specifications etc & such of the working drawings approved by the GSECL.
2) Tenders must be submitted in the enclosed schedule of work & quantities. Those received in any other
form will not be accepted. They should be accompanied by a covering letter in which the bidder should give
all information as called for in the specifications &any other point which he would like to be considered
along with the tender.
3) EARNEST MONEY DEPOSIT (EMD)
a. Bidders are requested to pay an earnest money deposit by demand draft only on Public Sector
Banks, or IDBI Bank / AXIS Bank / HDFC Bank / ICICI / The Kalupur Commercial Co-Operative Bank
Limited Bank payable at Utran as specified in the tender notice. Payment of EMD in form of Cheque
shall not be accepted.
b. The EMD shall be submitted along with submission of Technical bid only. Tenders not accompanied
by EMD shall be rejected as non-responsive.
c. If during the tender validity period, i.e. 120 days, the tenderer withdraws his tender, the EMD shall
be forfeited and the tenderer may be disqualified from tendering for further works.
d. The EMD will be returned promptly to the unsuccessful tenderer. The EMD will be returned to the
successful tenderer after he furnishes the Security Deposit for performance and duly enters in to the
contract. If he fails to furnish the SD or to execute the contract for the work offered to him, his EMD
shall be forfeited and the tenderer may be disqualified from tendering for further work.
4) SECURITY DEPOSIT (SD):
a. Successful bidder shall have to pay Security Deposit (SD) equivalent to 05% of the ordered value.
Within 07 days of issue of the order or on intimation. Failure to deposit the SD will entail forfeiture
of EMD and the contract shall be treated as terminated. The contractor shall not be allowed to start
the work if SD is not paid before the stipulated period. Any loss to the GSECL due to late start of
work because of late payment SD shall be the contractor’s liability.
b. The amount of Security Deposit will be refunded after the satisfactory completion of the contract
after certification by the concerned Suptd. Engineer and after deducting any dues of the GSECL.
5) AGREEMENT:
The contractor will have to execute agreement on Rs.100/- non judicial stamp paper purchased from
Government treasury office/post office only before starting the work. In case of non execution of
agreement the payment will be withheld.
6) BOND :
You will have to execute Indemnity Bond on Rs. 100/- Non-judicial stamp paper purchased from
Government treasury office/post office only for indemnity of the material issued by GSECL for the above
work.
7) Any tender not bearing signature of the bidder & seal of the company on all the documents accompanying
the tender is liable to rejection. Further it is specifically instructed that conditional tenders shall summarily
be rejected.
11
8) The tenders received after time and date specified in the tender notice, will not be accepted. Once the
offer submitted by the contractor before due date of submission, the contractor will not be allowed to
submit revised / additional / modified / other even before due date. However, if the issue and receipt of
tender is extended by the GSECL due to any reason, the contractor may submit the revised offer before due
date of submission, if he wish to submit.
9) The bidders shall note that no deviations from the technical specifications or commercial conditions with
this bid are acceptable & it will be presumed that the bidder agrees entirely with the specifications &
General terms &conditions of the contract.
10) The work shall be completed within the period stipulated in the contract. In the event of any delay due to
any other reason not attributable to the contractor, reasonable extension in the completing the work may
be given at the discretion & as decided by the GSECL but no compensation or idle charges will be paid to
the contractor under any circumstances.
11) The GSECL reserves the right to accept any tender irrespective of whether it is lowest or not or to reject all
the tenders without assigning any reasons there of. Tenders departing from the technical Specification or
the method of bidding in a radical manner may also be rejected.
12) On acceptance of the tender the name(s) of the accredited representative(s) of the tenderer who would be
responsible for taking instructions from the Engineers of the GSECL shall be communicated to the Chief
Engineer (GEN), Gujarat State Electricity Corporation Ltd,UGBPS, UTRAN.
13) This specification is intended as a general description of quality envisaged for materials & workmanship &
of the finished work. It is not intended to cover minute details. The work shall be executed in accordance
with the best modern practice & to the complete satisfaction of the GSECL. Special techniques approved by
the GSECL shall be used if & where found necessary without any extra claim. This specification shall have
precedence if any thing contrary to this is stated elsewhere in the contract documents, the GSECL’s
decision shall be final & binding to the contractor on any issue arising out of such discrepancies
14) The contractor will observe all safety measures for his working persons. The Contractor will be responsible
for his working personnel for any injuries or mishap caused/occurred to them during the execution of
above work. GSECL will not pay any compensation in such case to Contractor’s persons.
15) The contractor will also be responsible for any damages caused to the GSECL property by his Personnel
during the execution of above work. In such cases, the contractor will arrange to repair/rectify or will pay
such amount to GSECL as may be decided by the competent authority of GSECL
16) The contractor will govern his working personnel with the labour laws and other prevailing laws in Gujarat
State. Contractor shall arrange for all necessary insurance policies for labour, material, equipment etc
17) The work will have to be carried out as and when required, as per the instruction of Engineer-in-charge.
18) If any dispute arise during the execution of the work,, the decision of Chief Engineer, GSECL , Utran, shall be
final & acceptable & binding to the contractor.
19) The contractor’s personnel will co-operate to the engineer –in-charge for execution and satisfactory
completion of work.
20) GSECL reserves Right to forfeit the security deposit in case of any beach of Contract condition in case of any
dispute the decision of the under Addl. Chief Engineer, GSECL UTRAN shall be final and acceptable &
binding to contractor.
21) COMPENSATION FOR DELAY :
The complete job as per schedule B is to be completed with time limit, failing which will be penalty at rate
of ½ % or order value per day to the extend of 10% of the order value will be recovered from the bill.
22) If engineer–in-charge feels that work done by the contractor is not done in satisfactory no extra charge will
be payable by the GSECL for such work if carried out again by Contractor, to complete the works as per the
requirement.
23) UNSATISFACTORY PROGRESS OF WORKS :
If contractor fails to start the work in time specified or his work is found dissatisfactory or he defaults In
proper execution of work or he fails to improve his working in spite of instruction given to him, GSECL
reserves the right to terminate the contract by serving 7(seven) days notice. The security deposit paid by
12
the contractor in such case shall be forfeited. GSECL also reserves the right to award the contract to any
other party or may carry out the work departmentally at the risk and cost of the contractor.
24) INCOME TAX :
Income tax as applicable will be deducted from the bill as per I.T. act/Rules
25) GSECL will provide accommodation if available on chargeable basis as per GSECL’s rules & one
quarter/Hostel room will be allocated to the contractor on request if available.
26) R.A./Final bill of this work will be prepaid after completion of work satisfactorily as per Engineer-in-charge.
27) Daily work progress report & labous’s presence will be submitted by Contractor to the Engineer-in –
charge.
28) The penalty will be levied, if the contractor will leave the work un-completed.
29) All debris/dirt will be cleaned regularly from the work place, & the working place will be kept cleaned by
the contractor.
30) The contractor shall bring his own tools & tackles & cleaning material & consumable as may be required
for carrying out the job.
31) VALIDITY OF TENDERS:
All quotations shall be opened for acceptance by GSECL for a period of 120 days from the date of opening
of the tenders and the Tenderer shall be bound to do so supply on such acceptance. All quotations
submitted against this tender shall be deemed to comply with this condition, unless otherwise agreed to,
by M/s GSECL.
32) QUOTATION
a) The Tenderer must quote his rates per unit specified in the schedule, in figures as well as in words.
b) Any variation in the rates etc will not be allowed on any ground such as a mistake, misunderstanding
etc, after the tender has been submitted. The Tenderer rate must include in general.
c) Suppliers printed terms & conditions of the contract will not be considered as part of tender, if our
standard terms are not acceptable they should specify deviation if any of the tender.
d) Tenderers are prohibited from making any addition or alteration in the description of articles
mentioned in the Schedule.
If they wish to quote for any similar items, they may do so, by adding such items at the end of the
Schedule.
e) All tenders must be submitted on this form and must be clearly and legibly filled in quotation and
remarks must be either in ink or typewriting. Tenderers are requested to sign the form of tender and
schedule of rates and if not so signed, the tender shall be rejected.
33) ACCEPTANCE OR REJECTION OF BID
(I) The GSECL reserves the right to accept any tender irrespective of whether it is lowest or not or to
reject all the tenders without assigning any reasons thereof. Tenders departing from the stipulated
technical specifications, commercial conditions or the method of bidding in a radical manner are
liable to be rejected.
(II) The bid is liable for rejection, if it is
• Without payment of EMD / Tender Fee.
• Not in prescribed form.
• Not bearing signature of the bidder & seal of the company on all the documents accompanying
the tender.
• Not confirming to specifications or conditional tender.
• Received after expiry of the due date & time.
• Received by telex or telegram or fax.
• Submitted by bidders who are listed under declaration of ineligibility for corrupt or fraudulent
practices issued by GSECL, Govt. of Gujarat or other Public Sector under taking.
13
• Tender not fulfilling all the above conditions and those specified in the documents attached or
incomplete in any respect are liable to rejection.
34) EARNEST MONEY OF UNSUCESSFUL TENDERS:
Earnest money deposited by unsuccessful tenders will be refund as soon as possible, after the tender
has been settled upon & the Tenderer has to return to the Chief Engineer, Utran, the original receipt
for the Earnest money together with the advance stamped receipt.
35) DISREGARD OF TENDER CONDITIONS:
M/s GSECL reserves the right to reject any tender which does not confirm to any of the above
conditions.
36) JURIDICTION:
All quotations or differences arising our or in connection with the contract if concluded shall be
subject to the exclusive jurisdiction of the court within whose jurisdiction the place from which the
acceptance of tender issued, is situated.
37) Arbitration: {
A }
“ All question, dispute or differences whatsoever which may at any time arise between the parties to
this agreement touching the agreement or subject matter thereof, arising out or in relation thee to
and whether as to construction or otherwise shall be referred to the decision of the sole Arbitrator,
appointed by the chairman & MD ,GSECL for that purpose, who shall be retired High Court Judge or a
retired District and Sessions Judge, and the decision of the said Arbitrator shall be final and binding
upon the parties, Reference to the Arbitrator shall be governed by the provisions of the Arbitration
and conciliation act-1996 as amended from time to time and rules made there under. The Arbitration
proceeding shall be conducted at HO, GSECL, Vadodara or at such place as the sole Arbitrator may be
determined. The award of sole Arbitrator shall be final be final and binding upon the parties”
{ B }
“ All question, dispute or differences whatsoever which may at any time arise between the parties to
this contract in connection with the contract or any matter arising out of or in relation thereto shall
be referred to the Gujarat Public Works Contract Dispute Arbitration Tribunal as per the provision of
the Gujarat Public Works Contract Dispute Arbitration Tribunal act-1992” “In case where divisible
orders for supply and works are placed instead of indivisible supply and works order, the arbitration
clause for such divisible supply order shall be incorporated as per Sr. A and for divisible work order the
Arbitration clause shall be as per Sr no- B above.”
38 The contract or any part thereof shall not be subject to change without the written permission of the Chief
Engineer (G), Gujarat State Electricity Corporation Ltd, Utran or his authorized representatives.
35. Further information required, if any, can be had from the office of the Chief Engineer (G), Gujarat State
Electricity Corporation Ltd, Utran, during working hours. But it must be clearly understood that the
tenders must be received complete in every respects by the due date & time.
36. The electric power, at site, will be made available at one mutually agreed points, free of cost (connection
only) by Gujarat State Electricity Corporation Ltd, Utran Gas Based Power Station within GSECL premises
only. Further distribution will have to be carried out by the contractor as per requirements at their own
cost.
14
37. Bidders must quote firm price only, till completion of work under contract, & this is to be confirmed by
bidder while submitting his offer.
38. No escalation towards labour and material / fuel shall be paid in this execution of contract. Price quoted
shall be firm.
39. Each tender shall contain the name, residence & place of business of person or persons making the tender
& shall be signed by the tenderer with his usual signature with seal of the company.
40. GSECL reserves the right to delete any item of Schedule-B for which contractor shall not have any right to
claim on this account.
41. No idle charges shall be entertained by Gujarat State Electricity Corporation Ltd for any site conditions or
any circumstances.
42. The contractor shall have a separate Provident Fund Code of RPFC in the name of company. The
contractors, who do not posses such separate P.F. code, shall not be considered for acceptance of tender.
The contractor has to submit such certificate showing P.F. code along with tender.
43. Effect and validity of Bid:
The submission of any bid connected with these documents and specification shall constitute on
agreement that bidder shall have no cause of action or claim against the owner for rejection of his bid. The
GSECL shall always be at liberty to reject or accept, split any bid or bids at his sole discretion and any
action will not be called into question and the bidder shall have no claim in that regards against the
owner.
44. Site visit:
The bidder may visit the site for all information that may be necessary for quoting the tender bid and
entering in to contract. All cash and liabilities arising out of the site visit shall be at bidder account.
45. Recoveries:
(I) In case of any damage to equipment/machinery or structure/building of GSECL or any public property
due to negligence’s of contractor or any other reasons attributed to contractor the decision of E.I.C.
regarding the amount of recovery shall be final.
(II) If the contractor fails to execute the work as per direction of E.I.C. within the time frame given by
GSECL time to time, shall get the work done through any other contractor at the risk and cost of the
contractor and the cost of execution of such work along with 15% overhead charges shall be deducted
from contractor bill over and above recovery as per rules.
46. The notice inviting tender, general instruction to bidders and all other documents of this tender shall form
part of the contract.
47. Tenders who do not fulfill all the above conditions & those specified in the documents attached with this
contract document or incomplete in any respect are liable to rejection.
Seal & signature of contractor Chief Engineer (Gen), GBPS, Utran
15
GUJARAT STATE ELCTRICITY CORPORATION LIMITED GAS BASED POWER STATION UTRAN –SURAT
Name of work: Providing & applying paint to various pipelines at 370 MW CCPP-II at GBPS,
UTRAN. (Web.45/2011/Mech.II)
Deviation sheet Sr.No. DEVIATION Ref. Page
No. Tender Document Ref.
Proposal of contractor
Remarks
Date: Place: Seal & signature of contractor Chief Engineer (Gen), GBPS, Utran
16
GUJARAT STATE ELECTRICITY CORPN. LTD. GAS BASED POWER STATION, UTRAN,DIST : SURAT-394 105.
Name of work: Providing & applying paint to various pipelines at 370 MW CCPP-II at GBPS,
UTRAN. (Web.45/2011/Mech.II)
General terms and conditions of contract
LABOUR LAWS : :
01 Persons below the age of 18 years shall not be employed for the work.
02 No female workers shall be employed in the night shift between 7.00 PM to 6.00 AM.
03 Contractor/ Agency shall have to maintain valid Labour License under the Contract Labour (Regulation &
Abolition) Act 1970 and Rules 1972 for employing necessary manpower to be required by him and in the
absence of such license the contract shall be liable to be terminated without assigning any reasons thereof.
04 The contractor / Agency shall at his own expense have to comply with all the Labour Laws and keep the
Corporation indemnified in respect thereof. Some of the major liabilities under various Labour and Industrial
Laws which the contractor / Agency shall have to comply with are as under.
05 Payment of contribution of employees (Contractor’s Labour / Agency ‘s Labour) as well as employer’s
(Contractor / Agency) contribution towards Provident Fund, Family Pension Scheme, Employees Deposit Linked
Insurance Scheme, Administrative charges, inspection charges etc. at the rates made applicable from time to
time by Government of Gujarat / Government of India or other statutory authorities shall be made.
06 Labourers engaged by Contractor/Agency shall be entitled for Earn leave as per the provision laid down in
factories Act-1948. Contractor / Agency shall have to extend the facility of E.L. as per the provision laid down in
Factories Act and shall also have to maintain leave records in prescribed form under Factories Act.
07 No labourers are allowed to enter in power station premises that do not have Identity Card prescribed under
Factories Act.
08 Contractor / Agency shall have to comply with the Maternity benefit if they happen to engage female labours
as per Maternity benefit Act.
09 Contractor / Agency shall have to obtain Insurance of the laborers engaged by him to carry out contractual
work before commencement of work under workmen’s compensation Act.
10 P.F. CODE UNDER :
It should be ensured that no tender is issued to any Contractor who has no separate PF Code number as well
as not considered for acceptance of tender and without PF code number tender is likely to be disqualified.
11 PROVIDENT FUND AND FAMILY PENSION SCHEME : :
The contractor / Agency shall have to submit along with his bill ( Month wise ) a statement regarding
deductions at the rate of 12% of the wages against employee’s Provident Fund & Family Pension Scheme in
respect of each concerned employees ( or at the rates made applicable by the Government from time to
time ) of the wages. The Contractor’s / Agency’s contribution and his worker’s contribution along with Admn.
charges, Insp. charges, EDLI Insp. Charges, Group Ins. Scheme Premium etc at the rates applicable from time to
time towards Provident Fund and Family Pension Scheme shall be deposited by the contractor with Regional
Provident Fund Commissioner Ahmedabad / Vadodara/ Surat or to the authority prescribed under the Act
along with the other charges applicable.
17
12 If any workman engaged by Contractor / Agency, meets with fatal or non- fatal accident while on duty then
Contractor/ Agency shall be liable to pay compensation to the legal hair or to the Workman as the case may be
as per Workman’s compensation Act.
13 EMPLOYEES DEPOSIT LINKED INSURANCE SCHEME : :
The Contractor / Agency shall have to deposit ½% of the rate applicable form time to time of the wages. In
respect of employees who are a member of the Provident Fund against the contribution towards Deposit
linked insurance scheme with r Regional Provident Fund Commissioner, Ahmedabad.
14 The Contractor / Agency should pay prevailing minimum wages to the labours engaged by him as per the
minimum wages Act in presence of the Representative of principal employer.
15 The Contractor / Agency shall deposit fifteen days salary for every completed year of service in case of each
worker towards the liability of gratuity.
16 ADMINISTRATIVE CHARGES : :
Administrative charges for maintaining Provident Fund Account shall be deposited by the Contractor / Agency
with Regional Provident Fund Commissioner Ahmedabad / Baroda/ Surat at the rates applicable.
17 LABOUR LICENSE FOR LABOUR CONTRACT : :
The Contractor / Agency shall have to obtain the copy of Labour Contract License under contract Labour
(Regulation & Abolition) Act from the appropriate authorities before commencement of work.
18 Payment of minimum rates of wages under Minimum wages Act – 1948.
The Contractor / Agency shall have to pay to every contract labour/ employees engaged under him, wages at a
rate not less than the minimum rate of wages fixed by such notification / Commissioner of Labour for that
class of employment in that employment without any deductions except as may be authorized within such
time and subject to such conditions as may be prescribed time to time.
19 Contractor / Agency shall have to issue the contractual appointment letter for a specific period to their Labour
engaged during the contract period each and every instance & should narrated clear out terms & conditions for
the liabilities of the concerned employees.
20 After completion of the contract work, the work completion certificate is required to be produced before the
I.R.O. / H.R. Head for the purpose of issuance of NOC for labour laws compliance and cancellation of the gate
passes issued to the Contractor’s / Agency workman at the time of execution of the contract work.
21 The Contractor / Agency shall have to maintain all the relevant records under various Labour Laws as
mentioned here in above and keep ready for verification by the Company authority as well as the authority of
the Government Officials as and when asked for the checking.
22 RESPONSIBILITY FOR PAYMENT OF WAGES : :
It shall be the duty of the Contractor / Agency to ensure the disbursement of wages in the presence of the
authorized representative of the principal employer to certify the amounts paid as wages to each worker employed by
him in such manner as may be prescribed. The Contractor / Agency shall have to produce / submit the copy of wage
Register / Muster Roll / P.F. Deposition Challan / PF Schedule and relevant records under various Labour Laws for the
contract work to Head of the H.R. Department for the purpose of issuing the NOC for Labour Laws compliance.
Seal & signature of contractor Chief Engineer (Gen),
GBPS, Utran
18
GUJARAT STATE ELECTRICITY CORPORATION LTD.
UTRAN GAS BASED POWER STATION
“GENERAL SAFETY RULES / NORMS” TO BE OBSERVED BY THE CONTRACTORS. All contractors working at Utran GBPS shall have to strictly observe the following Safety Rules. Contractors are responsible to inform these rules to their staff & see that it is implemented by them as well as the employees of Agencies/Sub-Contractors engaged by them for work contract awarded to them. 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/employee of their sub contractor and will strictly observe the said Rules while execution of work under work contract awarded to them. They shall indemnify the Corporation for any loss/damage of properties or accident/injury to the Corporation’s employee or employee of their own in default of non - observing these rules. 01 Only qualified, trained, experienced & conversant persons are to be engaged/ employed for execution of the
work awarded to them. 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 welding, cutting, heating or any other hot work job, 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 concern section/fire section to commence the work in fire prone areas. Necessary Fire Extinguishers/equipments & fire extinguishing media/material like sand/water buckets or other appropriate equipment shall also be kept ready at such place.
04 Prior to commencement of the work inside confined space/vessel, obtain necessary “Confined Space/Vessel Entry Permit” from concerned department. Properly guarded & BIS approved 24-volt hand lamp shall be used for lighting in such areas. Competent supervisor/person at entry point shall be kept for taking care of person(s) working inside confined space/vessel who will keep constant watch on person(s) working inside, assist them or arrange for outside assistance incase of emergency. While working inside sewage, trench or in-depth, either 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 Do not work on or block (by stacking material/spare-parts/tools-tackles/equipments etc) any passages/walkways/staircases/lifts/platforms or any other approaches/roads leading to plants or its auxiliaries, on which there is movement or possibility of movement/traffic in emergency. Such passages are for safe escape in emergency. In unavoidable circumstances if it is utmost necessary to carryout any work in such area, either obtain prior permission of competent authority/Engineer in charge of this area, demarcate/declare area as UNSAFE by cordoning it using barricading tape with a suitable cautionary notice displayed on it or deploy a person to restrict the traffic on this route & divert it through other safe passage.
06 Prior to make use of any power/electrically operated hand tools/equipments/machines like welding/cutting 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 connected directly at their own but it shall be obtained through Electrical Department by their authorized person or under their supervision/guidance. The Electrical Section will 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/cable used shall be of adequate capacity, joint less & having earth wire. It is compulsory to use 3-wire power cord for single & 4/5-wire power cord for three phase power connections. The plugs, receptacles, pins, holders etc shall be of standard make, adequate capacity & safe to use.
07 It is compulsory to use standard make Personal Protective Equipments (P.P.Es.) while at work as per the job requirement. If your staff found working without P.P.Es., the ongoing work will be stopped at your risk & cost. List of P.P.Es. to be used for various works/worksites is as under. 01 Industrial Safety Helmet. For head protection against falling objects or during fall of person from
height.
02 Safety Goggles(Grinding, Welding, Panorama 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,
19
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, 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 / 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 (CPBs./Hook-chooks/winch/forklift/mobile-crane/EOT-crane etc) & its attachments (D-shackles/slings/U-clamps/Eye-bolts etc) or any fixtures, check it & use only if found safe-to-use, ensure that these statutorily tested, examined & certified by Competent Person & is valid. Further, it shall be fixed properly and firmly prior to lifting the weight.
09 Scaffoldings for working at height shall be of adequate size & capacity. It is compulsory to use helmet with fastened chinstrap and safety belt with anchored rope While climbing on such scaffolding or working on any structure at height.
10 All electrical & mechanical equipments/tools-tackles like welding-cutting machine, Grinder, Drill, Chain Pulley Blocks, Hook chooks etc used during work execution shall be of standard make & ISI marked. The consumables like welding electrodes, grinding wheels/discs etc which has specific prescribed life span shall not be used in any case after its expiry date is over.
11 Either contractor or their employee shall not interfere in routine plant activities/works except work assigned to them, leave their work jurisdiction & loiter in other area and temper/operate/disturb the machineries/equipments/auxiliaries not concerned to their work. Contractor shall not allow their staff to sit or take rest at/near/below running plants/auxiliaries/systems or any place which is dangerous/hazardous & prone to accident.
12 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. 200 or 300.
13 Poisonous/toxic/flammable/explosive gas cylinders (O2/H2/NH3/Cl2/ CO2/LPG/ Acetylene etc) shall be handled safely taking due care. It shall never be rolled but handled/shifted using a special trolley.
14 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.
15 In case of any injury/accident while working, it shall immediately be reported through concerned Sectional Head / Engineer in the prescribed Form No. 21 available at TK office.
16 Contractor shall to provide standard make (ISI approved) P.P.Es./Safety Gadgets, suitable to give sufficient protection against hazards involved in their work/job, to their staff looking to the job requirement and insist/enforce them to use it compulsorily while at works.
17 Over & above these, contractor shall have to observe, follow & comply with all safety related 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.
18 The above rules shall be scrupulously followed. Contact Safety Officer, if required, in case of any ambiguity or further guidance in this regard.
Seal & signature of contractor Chief Engineer (Gen), GBPS, Utran
20
GUJARAT STATE ELECTRICITY CORPORATION LTD.
CCPP-II, GBPS, Utran – 394 105
TENDER COPY
PRICE BID
NAME OF THE WORK:-
PROVIDING AND APPLYING PAINT TO VARIOUS PIPELINES AT 370 MW CCPP-II AT GBPS, UTRAN
Tender No.:Web.45/2011/Mech-II
21
GUJARAT STATE ELECTRICITY CORPN. LTD. GAS BASED POWER STATION, UTRAN,DIST : SURAT-394 105.
Name of work: Providing & applying paint to various pipelines at 370 MW CCPP-II at GBPS,
UTRAN. (Web.45/2011/Mech.II)
SCHEDULE-A
Sr.
No.
Particulars of Materials. Approx Qty.
in Liters
Place of Delivery
1. BERGER PROTECTOMASTIC primer of M/S
Berger Paint or it's equivalent product of
M/S Asian paint Ltd.,M/S Goodless Nerolec
paint Ltd,Jenson & Nikolson,Garware paints,
Shalimar paint
500.00 Material are to be brought
Base:Catalyst ,1:1 by volume as per
specification of M/S Berger Paint or
it's equivalent product of M/S Asian
paint Ltd.,M/S Goodless Nerolec
paint Ltd, Jenson & Nikolson,
Garware paints, Shalimar paint
2
BERGERTHANE PU GLOSSY FIN-Sea green
and P.O.Red finish paint of M/S Berger Paint
or it's equivalent product of M/S Asian paint
Ltd.,M/S Goodless Nerolec paint Ltd, Jenson
& Nikolson, Garware paints, Shalimar paint
455.00 Material are to be brought
Base:Catalyst ,10:1 by volume as per
specification of M/S Berger Paint or
it's equivalent product of M/S Asian
paint Ltd.,M/S Goodless Nerolec
paint Ltd, Jenson & Nikolson,
Garware paints, Shalimar paint
3
Thiner no 825 of M/S Berger Paint or it's
equivalent product of M/S Asian paint
Ltd.,M/S Goodless Nerolec paint Ltd, Jenson
& Nikolson,Garware paints,S halimar paint
70.00 Material are to be brought as per
specifications of M/S Berger Paint or
it's equivalent product of M/S Asian
paint Ltd.,M/S Goodless Nerolec
paint Ltd,Jenson & Nikolson,
Garware paints,S halimar paint 4 Thiner no 844 of M/S Berger Paint or it's
equivalent product of M/S Asian paint
Ltd.,M/S Goodless Nerolec paint Ltd, Jenson
& Nikolson, Garware paints, Shalimar paint
75.00
CONDITIONS FOR MATERIALS TO BE BROUGHT BY THE CONTRACTOR.
1. Materials listed as above are approximate quantity.
2. Contractor has to brought above mentioned quantity of Thinner/ Primer/Colour and credited in Main
store of Utran Gas Based power Station. If any material is balance on completion of work, same shall be
property of GSECL. If material is needed more to complete the work over & above the listed materials as
above then contractor will bring the same without any extra charges or claims.
3. All material listed in Schedule-A must be as per detail specification of M/S Berger Paint only.
22
4. Electrical power connection shall be given at single point, free of cost by GSECL. Onwards distribution
shall be arranged by contractor at his own cost. Electrical energy consumption charges shall be free of
cost.
5. The contractor should make their own arrangement for loading, unloading and carting of the above
mentioned material.
Chief Engineer (Gen), GBPS, Utran
23
GUJARAT STATE ELECTRICITY CORPN. LTD. GAS BASED POWER STATION, UTRAN,DIST : SURAT-394 105.
Name of work: Providing & applying paint to various pipelines at 370 MW CCPP-II at GBPS,
UTRAN. (Web.45/2011/Mech.II)
SCHEDULE-B
Sr.
No.
Description. Qty. Rate. Unit. Amount.
1. Providing and applying Paint to M.S. Pipes (which are earlier painted) with one coat of BERGER PROTECTOMASTIC PRIMER of M/S Berger Paint or it's equivalent product of M/S Asian paint Ltd.,M/S Goodless Nerolec paint Ltd, Jenson & Nicholson, Garware paints, Shalimar paint with mixing of Thinner no 844 of M/S Berger or it's equivalent product of M/S Asian paint Ltd.,M/S Goodless Nerolec paint Ltd, Jenson & Nicholson, Garware paints, Shalimar paint in suitable proportion maximum up to 15% and two coats of BERGERTHANE PU GLOSSY FIN-Sea green of M/S Berger or it's equivalent product of M/S Asian paint Ltd.,M/S Goodless Nerolec paint Ltd, Jenson & Nicholson, Garware paints, Shalimar paint including mixing thinner no 825 of M/S Berger or it's equivalent product of M/S Asian paint Ltd.,M/S Goodless Nerolec paint Ltd, Jenson & Nicholson, Garware paints, Shalimar paint in suitable proportion maximum up to 15% , so as to give DFT of 230 micron ( 150 micron for primer + 80 micron of paint ) including cleaning the existing surface with wire brush & removing of deposited scale, oil, foreign material, dust etc arranging scaffold complete as per the instruction of E.I.C.
1900.00 208.00 SMT 3,95,200.00
TOTAL ESTIMATED COST `̀̀̀. (Rs. Three lacks Ninty Five Thousand Two Hundred only)
3,95,200.00
NOTE:-
1. All royalties, sales tax, toll tax, local tax, development charges, VAT tax 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 & 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 rates will be "Excluding the service tax'. The reimbursement against “Service tax" will be paid to the
contractor as per Govt., rules & regulations.
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.
24
2. TIME LIMIT :- The work carried under this contract shall be completed in all respect within 04 Months
from the date of issue of letter of order to commence.
3. The above quantities are approximate & actual execution may be part thereof. The payment will be made
for the actual quantity executed. 4. Percentage higher or lower shall be written in figure as well as in words also
Chief Engineer (Gen), GBPS, Utran
Our Offer is___________________% higher OR ___________________% lower.
Net Amount in Rs.______________________________________________________
In words______________________________________________________________
Sign of contractor
With seal & date