39
TENDER BOOKLET TECHNICAL BID e-Tender KLTPS - 33/17-18 WE-55 RFQ -40107 Name of Work Work of overhauling and oil leakage attending of 50MVA, 220/66 KV Interconnecting Transformer at KLTPS, Switchyard. Corporate Office: Vidyut Bhavan, Race Course, Vadodara-390 007 Phone: 0265-6612101. Fax: 0265-2344537. Email: [email protected]. Website: www.gsecl.in PANANDHRO, PO: S.K. VARMANAGAR-370 601, TALUKA LAKHPAT, KACHCHH, GUJARAT (INDIA) Ph: +91 2839 262452/264423. Fax: +91 2839 262431/264434. Email: [email protected] Corporate Identity Number: U40100GJ1993SGC019988 GUJARAT STATE ELECTRICITY CORPORATION LIMITED KACHCHH LIGNITE THERMAL POWER STATION

TECHNICAL BID - Gujarat Urja Vikas Nigam · TECHNICAL BID e-Tender KLTPS - 33/17-18 WE-55 RFQ -40107 Name of Work Work of overhauling and oil leakage attending of 50MVA, 220/66 KV

  • Upload
    others

  • View
    5

  • Download
    0

Embed Size (px)

Citation preview

Page 1: TECHNICAL BID - Gujarat Urja Vikas Nigam · TECHNICAL BID e-Tender KLTPS - 33/17-18 WE-55 RFQ -40107 Name of Work Work of overhauling and oil leakage attending of 50MVA, 220/66 KV

TENDER BOOKLET

TECHNICAL BID

e-Tender KLTPS - 33/17-18

WE-55 RFQ -40107

Name of Work Work of overhauling and oil leakage attending of

50MVA, 220/66 KV Interconnecting Transformer at KLTPS, Switchyard.

Corporate Office: Vidyut Bhavan, Race Course, Vadodara-390 007 Phone: 0265-6612101. Fax: 0265-2344537. Email: [email protected]. Website: www.gsecl.in

PANANDHRO, PO: S.K. VARMANAGAR-370 601, TALUKA LAKHPAT, KACHCHH, GUJARAT (INDIA)

Ph: +91 2839 262452/264423. Fax: +91 2839 262431/264434. Email: [email protected] Identity Number: U40100GJ1993SGC019988

GUJARAT STATE ELECTRICITY CORPORATION LIMITEDKACHCHH LIGNITE THERMAL POWER STATION

Page 2: TECHNICAL BID - Gujarat Urja Vikas Nigam · TECHNICAL BID e-Tender KLTPS - 33/17-18 WE-55 RFQ -40107 Name of Work Work of overhauling and oil leakage attending of 50MVA, 220/66 KV

GUJARAT STATE ELECTRICITY CORPORATION LTD KUTCH LIGNITE THERMAL POWER STATION

PO :: SKV NAGAR :: 370601 INDEX (Technical bid)

Name of Work Work of overhauling and oil leakage attending of 50MVA, 220/66 KV Interconnecting Transformer at KLTPS, Switchyard.

Sr. No. Description

01 Tender Notice (Technical bid)

02 List of document to be submitted with Technical bid

03 PREQUALIFICATION CONDITIONS

04 Annexure -A

05 GENERAL TERMS & CONDITIONS

06 Schedule - A

07 Integrity Pact

08 Form-01

09 Form-02

10 Form-03

11 Schedule-B

12 GENERAL INSTRUCTIONS TO THE BIDDERS - (01-3e)

13 GENERAL TERMS & CONDITIONS - (001-3)

14 TERMS AND CONDITIONS REGARDING INDUSTRIAL LAWS AND OTHER RELATED MATTERS

15 General Safety Guidelines for All types of Contractors

16 EMD /SD/PBG BANK GUARANTEE FORMAT WITH NAME OF BANKS

Name of Firm

Tender Fee DD No

EMD DD No

Page 3: TECHNICAL BID - Gujarat Urja Vikas Nigam · TECHNICAL BID e-Tender KLTPS - 33/17-18 WE-55 RFQ -40107 Name of Work Work of overhauling and oil leakage attending of 50MVA, 220/66 KV

GUJARAT STATE ELECTRICITY CORPORATION LTD KUTCH LIGNITE THERMAL POWER STATION

PO :: SKV NAGAR :: 370601

TENDER NOTICE

TECHNICAL BID

Sealed Percentage rate tenders are invited for “Work of overhauling and oil leakage attending of 50MVA, 220/66 KV Interconnecting Transformer at KLTPS, Switchyard”

1. Estimated Cost : Rs. 6,21,704.00 2. Tender Fee (non – refundable) : Rs. 750.00 3. Earnest Money Deposit of tender : Rs. 6217.00 4. Security Deposit : 05 % of order value 5. Last date of download of bid. : As per NIT details. 6. Last date of online receipt/submission of bid : As per NIT details. 7. Date of online opening of tender : As per NIT details. 8. Time limit of work : 18 Months 9. Validity of tender : 180 days Note:-

Physical submission of tender fee, EMD and Duly signed technical bid (not price bid) and All supporting/ qualifying documents up to 16:30 Hours of date mentioned in NIT detail by RPAD/Speed Post only and the same will be opened on the same day. The tender fee & EMD will be paid by Demand Draft only in favor of Gujarat State Electricity Corporation Ltd., payable at Dena Bank (Branch code: 330976), SKV Nagar, Panandhro branch only. Tender fee/EMD/SD also accepted through NEFT/RTGS. Duly signed technical bid (not price bid) and all supporting/ qualifying documents and DDs of Tender fee and EMD are to be kept in only one cover duly super scribe with detail of Tender Fee / EMD and tender no/subject shall be accepted by RPAD/ speed post only at The office of Chief Engineer (Gen.) KLTPS, ADM Building, SKV Nagar, Panandhro, Dist. Kutch. Pin Code No. 370601 on or before the date mentioned in NIT detail up to 16:30 hours. Tender fee & EMD have to be submitted along with all supporting/ qualifying documents, if not found offer will be out rightly rejected. The undersigned reserves the right to reject any or all tenders without assigning any reason thereof. Details of tender fee, EMD paid (DD No. & date) and e-tender receipt No is invariably to be mentioned on the cover. In absence, offer will be rejected. The complete tender for the subjected work is placed on www.nprocure.com or http://www.gsecl.nprocure.com.com. You must have to submit the on-line tender through any of above mentioned websites. In case sufficient offers from bidders are not received up to due date of online submission for the said tender on the said subject, tender may be extended further. Competent authority reserves the right to open/extend the tender at any time/date before due date/time of online submission/receipt of tender. Bidder should be in touch with the above websites for information regarding revision/corrigendum /amendment/extension/re-invitation of the tender till due date of submission thereafter. No separate correspondence will be done in this regard. SIGNATURE OF CONTRACTOR WITH SEAL & DATE

For & on Behalf of GSECL

Chief Engineer (G)

KLTPS, GSECL

Page 4: TECHNICAL BID - Gujarat Urja Vikas Nigam · TECHNICAL BID e-Tender KLTPS - 33/17-18 WE-55 RFQ -40107 Name of Work Work of overhauling and oil leakage attending of 50MVA, 220/66 KV

GUJARAT STATE ELECTRICITY CORPORATION LTD KUTCH LIGNITE THERMAL POWER STATION

PO :: SKV NAGAR :: 370601

List of document to be submitted with Technical bid Name of Work

Work of overhauling and oil leakage attending of 50MVA, 220/66 KV Interconnecting Transformer at KLTPS, Switchyard

1. Experience of having successfully completed similar works during last 7 years ending last day of

month previous to the one in which applications are invited should be either of the following:

a. Three similar completed works costing not less than the amount equal to 40% of the estimated

cost. OR

b. Two similar completed works costing not less than the amount equal to 50% of the estimated

cost. OR

c. One similar completed work costing not less than the amount equal to 80% of the estimated

cost.

2. Work completion / experience certificate for similar type/Rating of works executed in GSECL/ SEB /

Government / Semi-Government/Public limited company/ reputed private firms or organizations.

3. Copy of P.F. Code Number.

4. Latest Bank Solvency Certificate of minimum 20% of estimated cost from any Nationalized Bank.

5. Copy of PAN card.

6. The bidder should have to submit the details of the registration number regarding GST along with

Technical Bid i.e. Copy of GST Registration.

7 Details of registered partnership deed in case of partnership firm and Activities of Association and

Memorandum of Association, in case of company.

8 DD for payment of E.M.D & Tender fee. The tender shall be opened of the paid EMD only.

SIGNATURE OF CONTRACTOR WITH SEAL & DATE

For & on Behalf of GSECL

Chief Engineer (G)

KLTPS, GSECL

Page 5: TECHNICAL BID - Gujarat Urja Vikas Nigam · TECHNICAL BID e-Tender KLTPS - 33/17-18 WE-55 RFQ -40107 Name of Work Work of overhauling and oil leakage attending of 50MVA, 220/66 KV

GUJARAT STATE ELECTRICITY CORPORATION LTD KUTCH LIGNITE THERMAL POWER STATION

PO: SKV NAGAR: 370601 Annexure -A

Name of Work

Work of overhauling and oil leakage attending of 50MVA, 220/66 KV Interconnecting Transformer at KLTPS, Switchyard

Scope of work 1. Bidder has to submit sequential activities planning to EIC before starting the work & date wise actual

activities (date wise progress report) along with test reports after completion of work. 2. Verification of isolation of transformer (power circuit & control circuit) personally by supervisor of

agency with representative of GSECL before starting work. 3. Physical joint inspection of transformer with noting down all the leakages along with cooling system

& noting down observations. 4. Disconnection of HV jumpers, LV link and neutral jumpers and turrets at site. 5. Draining of oil for internal inspection of Transformer. 6. Low Voltage Testing of Transformer at site as indicated before overhauling by party in presence of

GSECL EIC. The adequate man power provided by contractor for testing of transformer. All the arrangement will be carried out by contractor including lifting & shifting of testing kits to & fro between office & site. All the setup will be done by contractor for testing as per instruction of testing engineer.

7. Draining of transformer oil from different stages and storage the same in empty barrels or tanks. 8. Removal of WTI, OTI, Buchholz relay, MOG, Neutral CT connections after noting down the

connection in register. 9. Dismantling of transformer accessories at site such as radiators, bushings (HV/LV/Neutral), neutral

C.T, conservator tank, connecting pipelines etc. and proper storage of dismantled parts. 10. During dismantling of transformer, proper tagging and marking should be done. 11. Completely lifting & removing of main tank cover & put it at available space for complete opening &

inspection of Core. Replacement of the gasket & opening of inspection window for joint inspection of core coil assembly after draining the oil as under.

a) Core bolt insulation measurement using 5000 volt insulation tester. b) Core-End frame insulation measurement using 5000 volt insulation tester. c) Tightening of coil clamping manually by permissible rotations. d) Check for loose cleats/spacers. e) Check for tap changer connections & tightness. f) Check for alignment of off load tap changer shaft (OFF LTC).

12. After joint inspection of core coil assembly & OFF LTC, defects to be attended wherever required for loose connection, bolts, tap changer, contacts, damaged jumper etc.

13. Record to be confirmed for the initial (normal) tap position of OFF LTC. Checking & measurement of winding resistance of OFF LTC at all taps. Make OFF LTC to travel over the entire ranges (complete cycle) at least once & returns to its normal position. Measure the winding resistance once again. In case of abnormal variation, suspected problem in contacts, same is to be rectified.

14. Complete overhauling of all valves, oil flow meter, buchholz relay including replacement of defective parts.

15. Replacement of all gaskets by RC-70C grade rubberized cork sheet for HV / LV Turret, H.V. & L.V. Bushings, Neutral Bushings, main tank bell gasket Neutral C.T. Radiator header isolating valves, conservator tank, tap changer and all flange joints etc.

16. Putting the top cover plate/Bell cover in position and related assembly. 17. Checking of individual radiators, radiator valves, servicing, flushing and attending oil leakages if any.

Leak test at positive pressure above atmospheric pressure should be taken. 18. Necessary isolation of conservator tank, radiator, vent pipe lines and associated pipe lines with

placement of suitable dummy gaskets with blanking plates inside an enclosed shed. 19. Rinsing of core & windings with hot processed oil sprayed from top. Internal inspection & removal of

residual oil & cleaning of the bottom tank. 20. Pre-vacuum testing of Transformer. Take Trial for vacuum pulling up to 700 mm of Hg. 21. Vacuum test for six / eight hours and attending leakages if noticed. Increase vacuum pulling from

700 to 750 mm of Hg. The subsequent heating of tank followed by vacuum pulling & condensate monitoring cycle shall be continued till desired IR and PI value achieved.

22. Due to the extraction of moisture from solid insulating material of the transformer, the coils & cleat become loose. It is therefore imperative to tighten the winding coils & other clamping, hardware along with core bolts.

23. Transformer oil will be provided by GSECL and same should be filtered in separate oil tank till desired oil parameters as BDV, water content in PPM achieve etc.

24. Take Trial for vacuum pulling up to the mutually agreed level for removing the left out air from transformer.

Page 6: TECHNICAL BID - Gujarat Urja Vikas Nigam · TECHNICAL BID e-Tender KLTPS - 33/17-18 WE-55 RFQ -40107 Name of Work Work of overhauling and oil leakage attending of 50MVA, 220/66 KV

25. Cleaning, checking of HV bushings for healthiness and attending oil leakage. Tan delta testing of HV bushing. Ensure oil level of HV bushings up to recommended level.

26. Low Voltage Testing of Transformer at site after overhauling in presence of GSECL representative. The adequate man power provided by contractor.

27. Cleaning & servicing of marshalling box including power and auxiliary contactor. Reconnection of HV, LV link and neutral jumpers etc. including replacement of jumpers if required.

28. Complete painting of transformer main tank after degreasing / de-rusting / cleaning etc. along with conservator tank, radiator banks, cooling fans, pipes, control boxes with one coat of Red oxide and two coats of approved shed synthetic enamel, Apcolite Asian paint. Primer & paint must be approved by E.I.C. before applying.

29. Commissioning of Transformer.

SCOPE OF AGENCY:- 1. Testing of Transformer Oil: Before and after overhauling of the transformer, oil should be got tested from M/S ERDA Vadodara

for following tests. Charges for all testing and transportation etc. shall be borne by Bidder. a. DGA as per IS : 10593-2006 & IS : 9434-1992 b. BDV, Water content etc. as per IS : 1866 – 2000

2. All required tools and tackles. 3. Required lifting & shifting arrangement including. 4. The agency has to make his own arrangement for transportation of materials & his personnel. 5. Required Hydra Crane of appropriate capacity with crane operator. 6. Oil testing facilities at site for BDV (min. up to 100 KV) & Moisture content testing kit. 7. IR tester 5KV. 8. High vacuum oil filter machine with hose pipe and fitting arrangement etc. (capacity 6000 L/Hrs). 9. Paints & primer of standard make & shade. 10. Pressboard creep paper, cotton tape etc. 11. Rubberized cork sheet for gasket as per IS 4253 Part-II -1980 Grade RC-70 C of approved make.

Rubber cord gasket shall be replaced with new one similar to the existing quality of material used as per instruction of engineer in charge.

12. Air compressor and spray painting equipments. 13. Fire extinguishers. 14. Suitable oil sampling steel bottles. 15. Motorized oil pump for draining of oil. 16. Required capacity pressure pump for testing of radiators. 17. Special tools i.e. Gasket cutting machine, Torque wrench, Pneumatic wrench, crimping machines

etc. 18. All required rubberized cork sheets, rubber cord, creep paper, cotton tape, Rubber adhesive, Nylon

washer for air release plugs. 19. Tarpaulins of proper size to cover the job during the work. 20. All required highly skilled and experienced manpower. 21. All Consumables items and cleaning reagents including wire brushes, emery paper, scrapper,

cotton waste, madarpat cloth etc. 22. All testing and measuring instrument must be calibrated with the valid due date. 23. The transportation of filled & empty oil drum, tank from stores/site and same should be credited by

the Bidder after completion of the work.

Test of the transformer

1. IR value measurement of transformer HV and LV winding.

2. Polarization Index (PI)

3. Voltage ratio test and polarity

4. Winding resistance measurement.

5. Magnetic balance test.

6. Magnetizing current.

7. Short circuit test.

8. Magnetic circuit isolation test.

9. Vector group checking and voltage vector relationship.

10. Tan delta test of transformer, windings and transformer bushings.

11. SFRA test before and after overhauling

Page 7: TECHNICAL BID - Gujarat Urja Vikas Nigam · TECHNICAL BID e-Tender KLTPS - 33/17-18 WE-55 RFQ -40107 Name of Work Work of overhauling and oil leakage attending of 50MVA, 220/66 KV

12. Measurement of load losses and impedance voltage

13. Measurement of no load losses and excitation current.

14. Oil testing at ERDA as per IS 1866:2000 and DGA

TECHNICAL TERMS AND CONDITIONS

(1) External joint visual Inspection of transformer at site before overhauling under running condition for

checking of any abnormality, marking of leakage point, site situation, for planning of overhauling work. Party shall also get conversant himself adequately with prevailing site condition and arrangement.

(2) Party has to visit site for necessary arrangement of gate pass, permit and accommodation for their personnel prior to shut down of Transformer to avoid delay in commencement of work.

(3) Work will be done round the clock as per requirement. (4) Work will be monitored at senior engineer level for all important processes. (5) Work as mentioned in “Scope of work” should be completed in time limit days for transformer. (6) Any activity not specifically mentioned in the tender but necessary in the opinion of engineer in charge

of work must be carried out for successful completion of the job within time limit of the work. No separate claim for payment for the same shall be entertained.

(7) Party shall submit the time schedule(bar chart), resources and mobilization, safety plan and planning for storage, men power arrangement, supply etc. before commencement of work.

(8) Day to day activity carried out at works shall be logged in a separate log book, and to be submitted daily by e-mail to Engineer in Charge indicating detail report on overhauling & testing activities.

(9) No oil spillages on ground during work at site as per statutory requirement of ISO 14001: 2004. Old oil and new oil account should be maintained invariably. In case of spillage, it is to be cleaned immediately.

(10) The work place is to be cleaned by removing spare materials, tools, tackles & surfacing the soil after completion of work. The site shall be cleared by the party within the stipulated period, and ground brought to original state.

(11) All compensations, insurance, including third party liabilities for the equipments, materials, man power is to be arranged by the bidder at his own cost.

(12) Transformer shall be guaranteed by agency for trouble free operation for 12 months from the date of successful commissioning of overhauled transformer.

(13) The agency will have to attend the defects of transformer if developed within guarantee period at free of cost immediately on receipt of intimation from GSECL

(14) Oil filtration in storage tank, filling under vacuum in transformer and filtration of entire oil till the desired values are obtained as per given scope of work as per schedule-B sr no.04 is 28997 ltr is equal to 1 JOB.

Signature of Contractor with Seal & Date

CHIEF ENGINEER (G) GSECL: KLTPS

Page 8: TECHNICAL BID - Gujarat Urja Vikas Nigam · TECHNICAL BID e-Tender KLTPS - 33/17-18 WE-55 RFQ -40107 Name of Work Work of overhauling and oil leakage attending of 50MVA, 220/66 KV

GUJARAT STATE ELECTRICITY CORPORATION LTD KUTCH LIGNITE THERMAL POWER STATION

PO: SKV NAGAR: 370601 GENERAL TERMS & CONDITIONS

Name of Work

Work of overhauling and oil leakage attending of 50MVA, 220/66 KV Interconnecting Transformer at KLTPS, Switchyard

1) Time Limit: a. For work order:-Total time limit for work order is 18 months. In special circumstances the period of

contract will be extended up to further 06 months without consent of party with the same terms-conditions.

b. For Work: The time limit for the completion of work is 30 days from the date of issue of the instruction to commence the work.

2) Payment: The payment for various items are accepted on the basis of unit rates as described in Schedule-B attached. Payment will be made as per actual work carried out under job/unit rate by running bill. However, if work will be carried out partly than payment will be decided by competent authority of GSECL.

3) Penalty:- The work completion time (i.e. 15 days from the date of instruction to commence the work) stipulated in this order should be strictly observed. In case of failure to completion the contracted work within the stipulated completion period penalty shall be levied at the rate of ½ % per day of order value, maximum up to 10 % of the order value will be recovered. (Note : Nos of days to made available the specific spares will be excluded from the time limit period.)

4) Terms of payment :- NO ADVANCE payment will be allowed. Net Payment will be released within 30 days after completion of work and submitting their invoices. Payments will be made after observing GSECL general procedures after completion of work as under: (i) 90% of order value will be made after overhauling in all respect and successful commissioning of

transformer. (ii) Balance 10 % of order value against submission of bank guarantee of Nationalized / Schedule

bank of equivalent amount valid up to Guarantee Period (12 months) or after completion of Guarantee period.

5) Guarantee:- You should give guarantee for 12 months from the date of commissioning of overhauled transformer. It is the responsibility of the Bidder to handover the job free of all defects. Any defects observed during GP due to bad / poor workmanship and any oil leakages observed, Bidder have to rectify / replace the same at his own cost.

6) Insurance: The Bidder will make arrangement at their own cost by insuring three HV Bushing and equipment obtained by them for work and also their labours etc. the GSECL will not be responsible for any loss or damage either to their personnel or to their equipments. Once the receipt is signed by the contractor, the transformer will be in his custody and he will be responsible for any loss to the transformer by way of fire, theft, damages etc till the overhauled & tested transformer is handed over to the company’s representative.

7) During execution of work any damage or theft of the material and its associated accessories or part thereof will have to be replaced by the Bidder as per original, on failing to do so, the appropriate amount shall be deducted from the Bidder’s bill.

8) Supervision of the work: The work will be supervised by highly experienced and technically qualified Engineers and will remain

present till completion of work. 9) Unsatisfactory Progress of work:- If the Bidder’s work is found not satisfactory or not progressing

according to schedule given by the GSECL, the GSECL reserves the right to take up the work departmentally or through other agency and GSECL may take such action as may be deemed fit to see that the work is completed in time at their risk and cost.

10) Safety/Security : Bidder has to do suitable arrangement for safety of their workers and security of materials. No compensation will be granted from Corporation in case of injury/loss of working personnel of Bidder and theft of materials.

11) The Bidder will have to observe all the rules and regulations for safety measures/labour laws as per Corporation’s rules.

12) The work is to be carried out in switchyard at height hence if any accident occurs during execution of work, Bidder will be held responsible.

13) The Bidder will have to enter into agreement with GSECL on stamped paper of Rs. 100/- and indemnity Bond of Rs 100/- (Non-judicial) at his cost for this work.

Page 9: TECHNICAL BID - Gujarat Urja Vikas Nigam · TECHNICAL BID e-Tender KLTPS - 33/17-18 WE-55 RFQ -40107 Name of Work Work of overhauling and oil leakage attending of 50MVA, 220/66 KV

14) This contract or any part there of shall not be assigned/sublet to other agency/ Bidder without written permission of GSECL.

15) The Bidder will have to co-operate with GSECL in recording measurement etc as expeditiously as possible and the Bidder will have to fulfill all the requirement which are necessary to finalize bills within 6 months from the date of completion of work failing which the GSECL shall finalize the amount of final bill if any remaining payable to the Bidder by the GSECL and the GSECL shall not entertain any further claim from them thereafter.

16) It will be the Bidder’s responsibility to maintain honest and correct account of all the materials issued by the GSECL to them and its safe custody on the site itself failing which the GSECL reserves its right to cancel the contract, forfeit the entire Security Deposits and may other dues to them and get the work done through any other agency at their cost and risk, in case of materials as per the GSECL prevailing rules will be effected for which no dispute will be entertained.

17) The authorized officer of the corporation will have the liberty to inspect the material as well as the work at any stage during the process of work. The Bidder shall co-operate and furnish any information sought by him in connection with the job.

18) The Bidder will have to submit registration and license for the contract if they will engage 8 or more labours for this work on any one day during contract period as directed by government.

19) The Bidder will have to produce income tax exemption certificate or deduction certificate from income tax department for this work failing which recovery at Prevailing rates on gross amount payable to them will be deduced from their R.A. Bill and final bill.

20) The work shall be started by the Bidder only after paying the necessary security deposit and after consulting and getting the instruction in writing for starting the work from the Superintendent Engineer (Elect.), KLTPS. Please note that the time limit will be counted from the date of instruction to commence the work. The Bidder will have to give a complete programmed of work, as to how they plan to complete the work as expeditiously as possible and within the time limit prescribed in the order. It should be ensured that the work progresses as per the programme approved by our Engineer in-charge and Superintending Engineer and no idle time will be allowed for stoppage of work.

21) GSECL does not accept any responsibility as regards to factory Act. Minimum wages act workman’s compensation act or any other acts rules or regulations that have to be observed by the Bidder for carrying out the work.

22) Corporation reserves the right to reject any or all the offers received without giving any reason to any bidder.

23) “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. Bidder will not be entitled for any compensation / damages / losses, whatsoever, on account of such termination of the contract.”

24) All the required precautions will have to be taken by Bidder, for the work. However any isolation or PTW will be arranged by EIC.

25) In the event of dispute the decision of Chief Engineer, KLTPS shall be final and binding to Bidder. The right to change or relax any condition of the contract is reserved. The contract or any part thereof shall not be sublet without written permission of the GSECL.

26) FAILURE TO EXECUTE ORDER: In case of failure on the part of you to cope up with the works within the specified period, the same will be got executed through other agency at your risk and cost even at higher rates and the difference in amount, if any, will be recovered from your other pending amount available with GSECL.

27) In case of poor progress / performance in overhauling of transformers, GSECL reserves the right to curtail the quantity. If performance is too poor, cancellation of order in part or the whole will be considered. The GSECL reserves the rights for cancellations without any liabilities and assigning any reasons.

Signature of Contractor with Seal & Date CHIEF ENGINEER (G)

GSECL: KLTPS

Page 10: TECHNICAL BID - Gujarat Urja Vikas Nigam · TECHNICAL BID e-Tender KLTPS - 33/17-18 WE-55 RFQ -40107 Name of Work Work of overhauling and oil leakage attending of 50MVA, 220/66 KV

GUJARAT STATE ELECTRICITY CORPORATION LTD KUTCH LIGNITE THERMAL POWER STATION

PO: SKV NAGAR: 370601 Schedule - A

Name of Work

Work of overhauling and oil leakage attending of 50MVA, 220/66 KV Interconnecting Transformer at KLTPS, Switchyard

GSECL’S SCOPE OF SUPPLY

(1) New or Reclaimed oil as per IS 335-1983 for refilling/ topping up issued from Stores/site. (2) Empty oil barrels/ tanks for draining of oil. (3) Single point AC Supply 3 phase, 4 wires, 100 Amp. (4) Accommodation facility will be provided for technicians and Supervisory personnel on chargeable

basis if available (As per GSECL commercial rate), otherwise Bidder shall make arrangement at their own.

Signature of Contractor with Seal & Date CHIEF ENGINEER (G) GSECL: KLTPS

Page 11: TECHNICAL BID - Gujarat Urja Vikas Nigam · TECHNICAL BID e-Tender KLTPS - 33/17-18 WE-55 RFQ -40107 Name of Work Work of overhauling and oil leakage attending of 50MVA, 220/66 KV

GUJARAT STATE ELECTRICITY CORPORATION LIMITED INTEGRITY PACT

OUR ENDEAVAOUR 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

1 To maintain the highest ethical standards in business and professions. 1 Not to bring pressure recommendations from

outside GSECL to influence its decision.

2 Ensure maximum transparency to the satisfaction of stakeholders. 2

Not to use intimidation, threat, inducement or pressure of any kind on GSECL or any of it’s employees under any circumstances.

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

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

4 To ensure regular and timely release of payments on due dates for work done. 4

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

5 To ensure that no improper demand is made by employees or by any one on our behalf.

5 To abide by the general discipline to be maintained in our dealing.

6 To give maximum possible assistance to all the venders/ suppliers/service provider and other to enable them to complete the contract in time.

6 To be true and honest in furnishing information.

7 To provide all information to suppliers/contractor relating to contract/job which facilitate him to complete the contract/job successfully in time.

7

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

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

8 Not to enter in to carter/syndicate /understanding whether formal /non formal so as to influence the price.

Seal & signature (GSECL’s Authorized Signatory) Name Designation Date

Seal & signature (Party’s Authorized Signatory) Name Date

Page 12: TECHNICAL BID - Gujarat Urja Vikas Nigam · TECHNICAL BID e-Tender KLTPS - 33/17-18 WE-55 RFQ -40107 Name of Work Work of overhauling and oil leakage attending of 50MVA, 220/66 KV

FORM-01 Name of Work

Work of overhauling and oil leakage attending of 50MVA, 220/66 KV Interconnecting Transformer at KLTPS, Switchyard

Certificate –A

I/we ____________________________________________________________

authorized signatory of 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 Signature of the Tendered Place: With Designation Date:

Page 13: TECHNICAL BID - Gujarat Urja Vikas Nigam · TECHNICAL BID e-Tender KLTPS - 33/17-18 WE-55 RFQ -40107 Name of Work Work of overhauling and oil leakage attending of 50MVA, 220/66 KV

FORM-02 Name of Work

Work of overhauling and oil leakage attending of 50MVA, 220/66 KV Interconnecting Transformer at KLTPS, Switchyard

NOTE:-

1. GSECL does not bind to accept the deviation offered by bidder for evaluation of tender.

2. If there is any deviation from bidder, it should be clearly mentioned on this page.

3. Deviation mentioned on other page should not be considered and order will be placed according to the tender documents.

4. If there is no any deviation from bidder, than it must be clearly mentioned in this page “NO DEVIATION OFFERRED” Signature of the Contractor With seal

DEVIATION FROM BIDDER (IF ANY)

Page 14: TECHNICAL BID - Gujarat Urja Vikas Nigam · TECHNICAL BID e-Tender KLTPS - 33/17-18 WE-55 RFQ -40107 Name of Work Work of overhauling and oil leakage attending of 50MVA, 220/66 KV

FORM-03 Name of Work

Work of overhauling and oil leakage attending of 50MVA, 220/66 KV Interconnecting Transformer at KLTPS, Switchyard

UNDERTAKING IN REGARD TO STOP DEAL / BLACK LIST THEREOF)

All Bidders will have to furnish the following Undertaking duly filled in, signed and stamped for each quoted

item of the Tender along with the Technical Bid.

Sub:- Undertaking in regard to Stop Seal / Banned for Business Dealing / Black List Thereof.

Ref:- Tender No:

I / We __________________________________________________________________ Authorized

signatory of M/s. _________________________________ _________________

Hereby certify that M/s._______________________________________________________

And their proprietor / any partner / any directors of the firm is not stop deal and/or banned for business

dealing and/or black listed by GUVNL and/or their any subsidiary company viz. GSECL / GETCO / DGVCL /

MGVCL / UGVCL / PGVCL”.

Seal of the Firm. Signature of the Tenderer.

Page 15: TECHNICAL BID - Gujarat Urja Vikas Nigam · TECHNICAL BID e-Tender KLTPS - 33/17-18 WE-55 RFQ -40107 Name of Work Work of overhauling and oil leakage attending of 50MVA, 220/66 KV

GUJARAT STATE ELECTRICITY CORPORATION LTD KUTCH LIGNITE THERMAL POWER STATION

PO: SKV NAGAR: 370601 SCHEDULE – B

Name of Work : Work of overhauling and oil leakage attending of 50 MVA ,220/66 KV Interconnecting Transformer at KLTPS, Switchyard. Sr. No. Description of work Quantity Unit Rate

In Rs. Amount In Rs.

1. Draining of complete oil in oil storage tank or barrels. Before draining the oil, the oil in the transformer tank should be heated up by a separate hot oil circulation at around 70° C so that when the oil is totally drained out, the core & winding assembly will have temperature higher than ambient. It should not be exposed without oil for more than 12 hours. The assembly should be filled with nitrogen or should be subjected to vacuum. Before draining the oil, the external surfaces of tank & fitting should be cleaned to locate the point of oil leakage

01 Job 10360.00 10360.00

2(a)

Replacement of all the oil sealing gaskets made from rubberized cork sheet confirming to grade RC 80c of IS 4253 (Part-II) for whole transformer (including top plate).

01 Job 224467.00 224467.00

2(b)

Dismantling & Erection of all the fittings & accessories of the transformer such as HV & LV Bushings, conservator, explosion vent, Buchholz relay, radiators, top cover, inspection cover, various valves, stacking / shifting of material in the site store etc. (including hiring of crane)

01 Job 98203.00 98203.00

3.

Washing of core-coil assembly by hot oil jet to remove sludge, carbon deposition and any other foreign particles deposited over it. (a) Paper covering to main leads. (b) Flushing of radiators & servicing of radiator valves (c) Cleaning the transformer tank from inside by hot oil jet without un-tanking core and winding assembly

01 Job 25900.00 25900.00

4.

Over hauling of OLTC which includes, (i) Un-tanking of diverter switches. (ii) Hot oil washing of diverter & selector chamber after un-tanking of diverter switches (iii) Cleaning of fixed & moving contacts (iv) Tightening of all the clamping, connectors & hardware (v) Supply & replacement of all the oil seals & gaskets (vi) Greasing of gears in driving mechanism (vii) Replacement lubrication oil in gear box Note: For any major repair & replacement of spares, GSECL will make necessary arrangement

01 Job 33724.00 33724.00

5. Drying of core & winding as per attached Schedule.

01 Job 48562.00 48562.00

6. Oil filtration: After completion of the drying out cycles, the new / used oil stored in oil storage tank to be filtered till the oil BDV & PPM value are achieved as required by IS 1866 – 2000. Oil filteration should be done through a separate degassing chamber with separate vacuum pump to get better dehydration of oil. Oil filling in main tank

01 Job 64750.00 64750.00

Page 16: TECHNICAL BID - Gujarat Urja Vikas Nigam · TECHNICAL BID e-Tender KLTPS - 33/17-18 WE-55 RFQ -40107 Name of Work Work of overhauling and oil leakage attending of 50MVA, 220/66 KV

under vacuum keeping radiators isolated after ensuring BDV more than 60 & PPM less than 10 in storage tank. Oil filling in radiator banks and conservator tank after ensuring BDV & PPM value in storage tank as above. Mixing of main tank oil with radiator oil and filtration of mixed up oil. The filter machine used for filtration should be two stage, high vacuum machine of minimum 4500 LPH capacity. After filteration, the oil will be tested for BDV in presence of GSECL engineer at site. The BDV should meet requirement as per IS: 1866-2000. After filteration the oil sample will be tested for water content (PPM) test at ERDA. The result should meet requirement as per IS:1866-2000. Testing of oil for DGA at ERDA.(New filter pads to be provided in presence of GSECL engineer before starting filtration work).

7.

Degreasing and de-rusting of all the external surface of tank and fittings. Applying one coat of metal primer at the rusted spots. Spray painting of the transformer tank externally with two coats of high glossy heat resistive gray paint. (Main tank + Radiators +Conservator+ Accessories +Fittings)

01 Job 101170.00 101170.00

8.

Low voltage testing of transformer (as per attached sheet) at site in presence of GSECL engineer and commissioning of transformer.

01 Job 14568.00 14568.00

Total Estimate Rs. 6,21,704.00 Note:-

1. Payment shall be made as per actual work done only. 2. Payment will be made after one month on recording of bill. 3. GST is applicable as per Govt. rules. Bill/Invoice is required as per rules. 4. General terms –conditions (01-3e) and General instructions (001-3) is fully applicable to this contract. 5. Bidders are requested to read “GST” instead of Service tax/VAT/CST wherever mentioned in this

tender. 6. All the bidders are requested to see and verify the documents of

(a) General safety guidelines for all types of contractors (b) Terms and conditions regarding Industrial law and other related matters (Labour Laws). (c) General terms and conditions (001-3), General Instruction to the bidder (01-3e) And confirm that all the above documents you have verified & certify as below.“I/we hereby has read

the above documents and agree for the Safety Rules, Industrial Laws and Contract Booklet (a, b & c as above) and accordingly submitted my/our offer.”

Chief Engineer (G) GSECL, KLTPS.

NOTE: THE SCHEDULE-B IS ONLY FOR VIEWING NOT TO QUOTE THE PRICES. CONTRACTOR MUST HAVE TO QUOTE ONLY IN ON LINE E-TENDER

SIGNATURE OF CONTRACTOR WITH SEAL & DATE

Page 17: TECHNICAL BID - Gujarat Urja Vikas Nigam · TECHNICAL BID e-Tender KLTPS - 33/17-18 WE-55 RFQ -40107 Name of Work Work of overhauling and oil leakage attending of 50MVA, 220/66 KV

GUJARAT STATE ELECTRICITY CORPORATION LTD KUTCH LIGNITE THERMAL POWER STATION

PO: SKV NAGAR: 370601

GENERAL INSTRUCTIONS TO THE BIDDERS - (01-3e)

1. Contract means the documents forming tender and the subsequent agreement that may be entered into.

2. Work or works means the work related to the subject mentioned in tender 3. Contractor means a firm or an individual undertaking these works or offers the rates for this

work 4. The general rules and regulations of the GSECL for tender and contract for works will apply to

the extent of the same and not modified herein. The contractor is deemed to have gone through and considered to be fully aware of the conditions mentioned therein.

5. Duly signed technical bid (not price bid) and all supporting/ qualifying documents and DDs of Tender fee and EMD are to be kept in only one cover duly super scribe with detail of Tender Fee / EMD and tender no/subject shall be accepted by RPAD/ speed post only at The office of Chief Engineer (G), KLTPS ADM Building, GSECL Colony, SKV Nagar, Panandhro – 370 601, Dist: Kutch, Gujarat, India. The bidder should submit price bid in on line tender on web site www.nprocure.com or .gsecl.nprocure.com. Hard copy of the price bid will not be considered. Offer of the bidder who has not submitted on line tender on web site www.nprocure.com or .gsecl.nprocure.com will outrightly rejected. Details of tender fee & EMD paid (DD No. & date) is invariably to be mentioned on the cover of the tender. In absence, offer will be rejected. Tender fee & EMD should have to be submitted along with technical bid, if not found offer will out rightly rejected. The tenders will be opened in the presence of bidders, who wish to remain present at the time of opening of tenders. The Chief Engineer (G), KLTPS reserves the right to reject any or all tenders without assigning any reason thereof.

6. Tender fee: Tender fee (Non-refundable) as notified in the tender notice should invariably be paid by way of Demand Draft, otherwise offer will be ignored out rightly. Indian Postal orders (IPO’s) & Cheques are not acceptable. Demand Draft should be in the name of the “Gujarat State Electricity Corporation Limited”, Payable at Dena Bank (Branch code: 330 976) Panandhro branch. The envelope shall be addressed to the chief Engineer, KLTPS, Panandhro and the GSECL will not be responsible for the transit loss or misplacement. Demand Draft of Tender fee & EMD must be kept in the cover of Tender fee / EMD otherwise supplier’s offer is liable to be rejected.

7. Earnest Money Deposit: (a) The estimated cost of tender items is notified in the tender notice. Bidder has to pay EMD

@1% of the estimated cost. The EMD is payable by Demand Draft in favour of the “Gujarat State Electricity Corporation Limited”, Payable at Dena Bank (Branch code: 330 976) Panandhro branch. It can also be furnished by way of an irrevocable Bank Guarantee from any Scheduled/Nationalized Bank in a standard format prescribed by the GSECL (Format given in this tender document). Cheques are not acceptable. CORPORATE BANK GUARANTEES not allowed.

(b) Government or Semi-Government Organizations, which are run departmentally & are not limited Companies, will be eligible for exemption from payment of E.M.D.

(c) No Interest will be allowed against payment of E.M.D. (d) Tenders submitted without Earnest Money Deposit by the firms will be rejected without

entering in to further correspondence in this regard and no reference will also be made. (e) EMD will be forfeited (i) if the tender, which it covers, is withdrawn during the validity of the

offer and (ii) the successful bidder fails to furnish the security deposit in time. (f) EMD of the unsuccessful bidders will be returned within 60 days of placement of the order

and when the bidder returns the original receipt of the EMD together with the advanced stamped receipt.

8. The bidder shall quote only certain percentage of rates above or below the estimated rates, i.e., bidder should quote either, say A% above the estimate or B% below the estimate for all

Page 18: TECHNICAL BID - Gujarat Urja Vikas Nigam · TECHNICAL BID e-Tender KLTPS - 33/17-18 WE-55 RFQ -40107 Name of Work Work of overhauling and oil leakage attending of 50MVA, 220/66 KV

the items. The bidder should not quote different percentage for different items. Tenders received with different percentage rates for different items shall be liable to be rejected. The bidder should quote only percentage higher/lower in figures as well as in words in Schedule-B. In case of not mentioning clearly above/below the estimate, the GSECL shall consider the quoted percentage below the estimate and the contractor must have to honour this, failing which suitable actions may be taken, considering this as dishonour and/or summary rejection of offer without assigning any reason thereof as deemed fit by Chief Engineer. The rate quoted should be inclusive of all taxes and expenses, if any. Nothing will be paid extra as a part of contract unless & until, it is specified in the tender documents by Gujarat State Electricity Corporation Ltd.

9. Revision of prices: Revision of prices or any commercial terms affecting the price after opening of technical bids shall not be considered and will be ignored.

10. Price Escalation: No price, escalation will be given till the completion of the work. The bidders must quote firm price only, during execution & extended period, without any escalation towards labour, material, fuel etc., till completion of work under contract and this is to be confirmed by bidder in technical bid envelope only. In case, if the bidder does not offer firm prices, his offer shall be rejected and the price bid envelope shall not be opened.

11. The tender documents shall be written legibly and free from erasure, over writings or conversions of figures. Corrections unavoidable shall be made by crossing out, initialing, dating and rewriting.

12. The rates quoted shall be firm and valid for 180 days for acceptance from the date of opening of technical bid.

13. Conditional tender is liable to be rejected. Withdrawal or insertion of conditions unilaterally after opening of tenders will not be permitted unless it is so desired by the GSECL.

14. Chief Engineer, KLTPS reserves the right to reject any or all tenders without assigning any reasons thereof.

15. Security Deposit : (a) Security Deposit should be paid within 10 (ten) days after receipt of LOI/order. The

successful bidder will be required to pay an amount equivalent to 05% of the value of the order as a Security deposit for satisfactory execution of the contract. Security deposit for satisfactory/successful execution is payable either in Cash / D.D./ Bank Guarantees only.

(b) Bank Guarantees from Scheduled / Nationalized Banks is also acceptable if the amount of security deposit payable exceed Rs. 5,000/-. The Bank Guarantees will be executed on the standard form prescribed by the GSECL. In case of the Bank Guarantees furnished / submitted, they should have a clear one time validity till the completion of the order in all respect. Bank Guarantee for Interim period will not be allowed. If by any reasons the Work period is extended then Contractor should undertake to renew the Bank Guarantee at least one month before the expiry of the validity, failing which GSECL will be at liberty to encash the same. CORPORATE BANK GUARANTEES are not allowed.

(c) The GSECL reserves the right to forfeit the SD in case of any breach of contract and in case of disputes. The decision of Chief Engineer, KLTPS shall be final, binding and acceptable to the contractor. If the contractor fails to start the work as stipulated, the EMD and the SD shall be forfeited.

(d) The security Deposit/ Bank guarantee covering execution of the contract will be released only on successful execution of contract and on receipt of the “NO Objection Certificate” from the Engineer In charge of the work.

16. Performance Guarantee (PG): if applicable to this contract then, (a) The successful bidder shall have to furnish PG. The Performance Guarantee for the tendered items wherever applicable shall be furnished in the form of D.D./Cash and by Bank Guarantee, valid for the period as per Technical Specifications and should have clear one time validity for the full period. (c) Performance Guarantee for an interim period will not be allowed. However, in case of expiry of PG before the said period the same should be got extended / renewed till the completion by the contractor at least one month before the expiry of the validity, failing which GSECL will be at liberty to encash the same, without entering into further correspondence, formalities, etc. in the matter. “NO STAGEWISE BANK GUARANTEES WILL BE ACCEPTABLE IN ANY CASE.” All Nationalized Banks including Public Sector Banks IDBI Bank Ltd.

Page 19: TECHNICAL BID - Gujarat Urja Vikas Nigam · TECHNICAL BID e-Tender KLTPS - 33/17-18 WE-55 RFQ -40107 Name of Work Work of overhauling and oil leakage attending of 50MVA, 220/66 KV

Private Sector Banks authorized by RBI to undertake the State Government business, which are AXIS Bank / HDFC Bank / ICICI Bank / Kotak Mahindra Bank / Yes Bank / Ratnakar Bank / Indusind Bank / Karur Vysya / DCB Bank / ING Vysya Bank / Kalupur Commercial Co. Op. Bank Ltd.,/ Rajkot Nagrik Sahakari Bank Ltd., / Ahmadabad Mercantile Co-op. Bank Ltd. / The Mehsana Urban Cooperative Bank Ltd / Nutan Nagrik Sahakari Bank Ltd The supplier/contractor/party (i.e tenderer) has to give bank guarantee with validity period of additional 01(one) months i.e. more than actual Guarantee/Warranty period of 06/12/18/24/36/ 48/60 months (depending upon the product) to safe guard Company's interest in case of eventuality happening on the last day of Guarantee/Warranty period after office hours of the Bank or Bank Holidays."

17. Subletting of tender is not permitted without prior approval of GSECL. 18. GSECL reserves right to divide work to nos. of agencies. 19. The work will be awarded to each agency as per site requirement & as per instruction of EIC. 20. Technical Bids received will be opened if possible on the day and time indicated in the tender

notice by an Officer nominated by the GSECL as representative in the presence of such of the bidders who wish to be present. Time and date for opening of price bids will be determined by the GSECL and intimated to only qualified bidders after the Technical Bid proposals are opened, analyzed as per post – qualification criteria mentioned in special note and all clarifications, if any, obtained from the bidder and verified by GSECL from the issuing authority if necessary.

21. The bidders shall submit their offer without any deviations to the Technical specifications, Commercial conditions and General Terms and Conditions of the contract & it will be presumed that the bidder agrees entirely with the specification and all other conditions of tender.

22. Tenders received after the time and date specified in tender notice will not be accepted. Once the offer is submitted by the bidder before due date of submission, the bidder shall not be allowed to submit revised / additional / modified offer even before due date and time of submission of tender. However if the date of submission of tender are extended by the GSECL due to any reason the bidder may submit if he wishes the revised / additional / modified offer before extended due date and time of submission.

23. 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

24. The bidder must visit the site before submitting the tender. The bidder shall be presumed to have carefully examined the conditions & specifications of work and to have fully acquainted themselves with all details of the site conditions, locations, materials, geological and weather characteristics, labour conditions and in general all the necessary information and data etc. pertaining to and need for the work

25. The bid submitted by bidders who are listed under declaration of ineligibility for corrupt or fraudulent practices issued by the Government, the list of Black listed contractors announced by GEB/GSECL, Govt. of Gujarat or its Public sector undertaking, shall be rejected.

26. Any tender not bearing signature of the bidder & with seal of company on all the documents accompanying the tender is liable to be rejected.

27. Tender shall remain open for acceptance for a period of 180 days from the date of opening of Technical bid and during this period no bidder shall be allowed to withdraw his tender. Any such withdrawal during the said period will entail forfeiture of the earnest money deposit submitted along with the tender and the GSECL may take further action like “no dealing” with such bidder in future tenders of GSECL or any company under GUVNL.

28. The Notice inviting tender, general instruction to bidders and all other documents of this tender shall form part of the contract

29. The information given in this specification is in good faith and meant to serve as a guide to the BIDDER. It is, therefore, imperative that BIDDER shall obtain and examine for himself all the data, information and particulars required for the satisfactory execution of the work under this enquiry. The submission of a bid by Bidder implies that he has fully read the specifications, bid drawing, Contractor Document and General Conditions of Contract and has made himself aware of the scope and the specifications for the work to be performed and local conditions and other features which have a bearing on the cost and execution of the work. The ENGINEER-IN- CHARGE (GSECL) shall not, therefore, after acceptance of the bid, pay any extra charges for any reason whatsoever.

Page 20: TECHNICAL BID - Gujarat Urja Vikas Nigam · TECHNICAL BID e-Tender KLTPS - 33/17-18 WE-55 RFQ -40107 Name of Work Work of overhauling and oil leakage attending of 50MVA, 220/66 KV

30. Each page of the bid document shall be signed and dated in ink by the BIDDER as a token of having examined the same.

31. ACCEPTANCE / REJECTION OF BID a. GSECL reserves the right to accept or reject any bid in whole or part and/or accept other

than the lowest bid without assigning any reasons. b. The bid is liable for rejection prima facie, if it is:

a. Not in the prescribed form. b. Not properly signed by the BIDDER. c. Not conforming to TENDER specification. d. Received after expiry of the due date and time. e. Received by telex or telegram or fax or courier

32. SUBMISSION OF TENDER The tender must reach to the office of Chief Engineer [Gen], GSECL, ADM office, S.K.V. Nagar, KLTPS, Panandro on or before due date and time of submission mentioned in tender notice. No tender shall be accepted/opened in any case received after due date and time of receipt of tender, irrespective of delay due to postal services or any other reasons, and the GSECL shall not take any responsibility for late receipt of tender. Any tender received after the due date and time of submission shall not be considered

33. Any clarification/queries asked by GSECL / GSECL's representative about tender/offer shall have to be furnished by the contractor; otherwise the offer of the firm will be liable to be rejected.

34. Tenders which do not fulfill all or any of the above conditions or incomplete in any respect, are liable to rejection

35. If participating bidder/agency have stake in one or more other agencies/ bidders who are participating in same tender and on account of submission of wrong information / declaration in the tender /enquiry certificate – A, than the bidder will be declared as disqualified automatically and EMD/SD will be forfeited. Further, GSECL shall take stern action including Stop dealing with their firms.

SIGNATURE OF CONTRACTOR WITH SEAL & DATE

For & on Behalf of GSECL

Chief Engineer (G)

KLTPS, GSECL

Page 21: TECHNICAL BID - Gujarat Urja Vikas Nigam · TECHNICAL BID e-Tender KLTPS - 33/17-18 WE-55 RFQ -40107 Name of Work Work of overhauling and oil leakage attending of 50MVA, 220/66 KV

GUJARAT STATE ELECTRICITY CORPORATION LIMITED KLTPS, PANANDHRO – KUTCH. 370601

GENERAL TERMS & CONDITIONS - (001-3) 1. Contract means the documents forming tender and the subsequent agreement that may be entered

into. 2. Work or works means the work related to the subject mentioned in tender. 3. Contractor means a firm or an individual undertaking these works or offers the rates for this work.

4. The general rules and regulations of the GSECL for tender and contract for works will apply to the extent of the same and not modified herein. The contractor is deemed to have gone through and considered to be fully aware of the conditions mentioned therein.

5. To sublet or to transfer the contract without prior approval of the GSECL shall be treated, as breach of contract and it shall be punishable by forfeiting the S.D. as well as termination of contract.

6.

The monthly payment to the labourers must be paid in the presence of Labour Welfare Officer, KLTPS. A copy of the same must be submitted along with monthly RA Bill, duly certified by the Labour Welfare Officer. The certificate should contain details of average no of labourers deployed, total wages/salaries paid and overtime amount separately.

7.

Execution of Agreement: The successful bidder (contractor) will have to enter into an agreement with the GSECL before starting the work and the cost of the stamp paper will be borne by the contractor. The contractor will also have to execute indemnity bond on required value of stamp paper as per GSECL’s rules. The cost of stamp paper for indemnity bond will be born by the contractor.

8.

Taxes and Duties: All royalties, sales tax, toll tax, local tax, development charges, VAT and any other taxes including works contract tax etc., except Service Tax 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 which are applicable to the this contract shall be payable by the contractor and GSECL will not entertain any claim whatsoever in this respect.

9.

Service tax : The service tax applicable as per government rules. The Bidder shall have to furnish attested copy of Registration Certificate issued by Excise Department mentioning Service Tax Registration Number and the same is to be shown in each invoice.

10.

Statutory variation : Statutory variation on applicable taxes mentioned in order shall be admitted provided they take place during the contractual completion period subject to claim being supported by documentary evidence.

11.

Income Tax: Income tax, work contract tax & other taxes at the applicable rate will be deducted at source from your bill as per rules. Contractor has to submit all the invoices clearly mentioning PAN No. The contractor being exempted for Income tax or other applicable taxes shall submit the valid exemption certificate with bill.

12.

Deductions : The GSECL will be entitled to deduct directly from the bills to be paid to the contractor any sum or sums payable by the contractor and which sum/sums the GSECL is required to recover as its own dues/recoveries as well as to pay as a principal employer on account of contractor’s default in respect of all liabilities referred to in above clauses.

13.

Submission of Bill : a) Bills (in triplicate) shall be submitted by the contractor for all works, executed at the frequency

decided by the Engineer In charge (EIC). b) Measurement is to be taken jointly in presence of the EIC. The running as well as final bill will

be prepared based only on measurement sheet duly accepted & signed by party & our supervisor or engineer-in charge.

c) If the contractor does not submit the bill, within the time fixed, the EIC may depute a subordinate to measure the said work in the presence of the contractor or his duly authorized agent, whose countersignature in the measurement list shall be sufficient warrant and the EIC may prepare a bill which shall be binding to the contractor in all respect.

d) If contractor fails to depute his representative, the measurement taken by the EIC shall be treated as final and shall be binding to the contractor.

e) Other documents to be submitted with Bill (i) Along with the R.A Bill, the contractor should submit Material Account wherever applicable duly

approved by EIC. (ii) Proof of payment of provident fund and other statutory dues.

Page 22: TECHNICAL BID - Gujarat Urja Vikas Nigam · TECHNICAL BID e-Tender KLTPS - 33/17-18 WE-55 RFQ -40107 Name of Work Work of overhauling and oil leakage attending of 50MVA, 220/66 KV

(iii) Certificate issued by IRO/Labour Welfare officer. (Certifying average number of laborers deployed during the month and total amount of wages and salaries paid to laborers) and No objection to release Payment of submitted bill. If applicable

14.

The contractor shall not engage any sub-contractor without written prior permission of the Chief Engineer or the authorized officer of the GSECL. In no case the GSECL will be liable in any manner regarding any liability in respect of any contract labourer engaged by the sub-contractor and the liability of such contract labourer will solely rest with the principal contractor.

15.

Payment: a) The GSECL shall not pay any advance(s) against this work including mobilization advance if

not otherwise included hereunder. b) The quantity mentioned in schedule-B is tentative and may vary widely within the limit of order/

approval; payment will be made for actual work done only. c) The payment shall be made as per GSECL rules which is For Supply : 80% payment will be

made against TRC within 30 days and balance 20% will be after acceptance of material & Completion of work within 45 days from the date of submission of bill.

For Work: After 30 days from the date of recording of bill. d) Any delay in payment of bill shall not entail the contractor for any extra claim.

16.

Penalty: (a) Any delay that may take place in supply and / or erection, testing and commissioning

activities beyond contractual cut off date / stipulated period in the order shall be subjected to penalty (not liquidated damages) at the rate of 0.5% of the contract price / order price per week or part there of subject to maximum of 10% of the total contract value / order value (i.e. end cost including taxes and duties)

(b) The penalty for delay is over & above the charges deductable against performance guarantee and other dues/recoveries.

17. The contractor shall deploy the 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 by the GSECL for supervision shall be admissible

18.

Staff Discipline: It is the responsibility of the contractor to ensure that his employees maintain strict discipline as regards security, methods of safe working etc., and not to cause any hindrance to smooth running of power station or in execution of duties by GSECL staff. Any lapse in this regard will be viewed seriously and contract is liable to be terminated. If any of his staff is found unsuitable or not behaving properly, the contractor shall have to remove him from the work-site on demand by GSECL. The contractor shall have to strictly observe the rules and conditions specified in the enclosed works contract booklet of the GSECL, which are not modified hereunder. To keep harmonious Industrial Relations amongst contract laborers is the sole responsibility of the contractor. Any breach of the same will be viewed seriously

19.

Arbitration: “All questions, disputes 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 provisions of the Gujarat Public Works Contracts Disputes Arbitration Tribunal Act 1992”

20.

Labour Escalation: The contractor shall pay minimum wages to his laborers as per the Minimum Wages Act, 1948 and rules therein, as applicable from time to time, in pursuance to the state government notification. The concerned contractor, after making such payment to his labourers, shall submit the details of the payment with the certification of Labour Welfare Officer/Industrial Relations Officer. However, no labour escalation will be payable by GSECL to the contractor as this is a firm price contract through out the period of contract.

21. The GSECL reserves the right to terminate the contract at any time during the contract period without giving notice of termination of any reason thereof and the contractor will not be entitled for any Compensations / damages / losses whatsoever on account of termination of such contract.

22.

In case of default, the work will be got done through other agency/agencies at the risk and cost of the original contractor, and the GSECL shall be entitled to recover such expenses from defaulting contractor by such methods as deemed fit. The contractor shall not, however, be entitled to terminate the contract or stop works undertaken by him before expiry of the contract period/extended period due to any reason whatsoever.

23.

Under the contract, the contractor should either himself be present at the site or should nominate persons in writing, who must be available at site and who should be authorized to take decisions In absence of any responsible man of contractor at the time of any emergency, ad hoc decision of Engineer-in Charge will be binding on the contractor

Page 23: TECHNICAL BID - Gujarat Urja Vikas Nigam · TECHNICAL BID e-Tender KLTPS - 33/17-18 WE-55 RFQ -40107 Name of Work Work of overhauling and oil leakage attending of 50MVA, 220/66 KV

24.

The contractor is bound to execute the work for any item as per the instruction of the Engineer-in-Charge. On refusal to do so, the work will be carried out at the risk and cost of contractor by using the contractors tools and tackles, for which no compensation whatsoever shall be payable to the contractor

25. If any immovable articles/tools/equipment will be found stolen from the working place, the contractor would be held responsible and cost will be recovered from his bill.

26. For any conflict and ambiguity, the decision of the Chief Engineer (KLTPS) shall be final and binding on the contractor

27. Before starting the work, the contractor should contact Industrial Relation Officer/ Labour Welfare Officer for all formalities and obtaining the gate passes of his labourers and for other formalities

28. Office correspondence will be carried out in English language, and if at any time to facilitate the contractor, Gujarati translation may be furnished, if deemed fit. The English version will be the correct one and the same only will hold good for legal matters

29. The contractor should intimate to the office the name, cell no. and address of authorized and responsible representatives, so that our field officers can contact them when required in connection with the execution of the said works.

30. Contractor should take all risk insurance policies.

31.

All safety measures as required to be adopted as per the Statutory Regulations and the Safety Rules of the Plant shall be strictly followed by the Contractor during the execution of the Contract. The Contractor shall set up a suitable safety organization of his own in this regard. The contractor shall ensure the safety of workers, material and structure including existing structures during execution of the contract. Safety measures shall be followed during operations of equipments/machinery being used. No separate payment shall be made for the safety measures and the quoted rates shall include the cost for all safety measures

32. In connection with the execution of the Contract, the Contractor shall comply with all applicable statutory Rules & Regulations including employment of labour at site

33.

If the GSECL Engineer-in-Charge is not satisfied with the progress of work at site, he shall direct the Contractor to depute more numbers of supervisory personnel/workers to meet the completion schedules as per the Contract. Upon receiving such direction, Contractor shall deploy additional personnel within given time without any extra cost.

34. The GSECL may during the progress of work, order the removal of part or whole of the work executed, found not in accordance with the specifications/ instructions. No extra claims shall be entertained for re-executing or altering of such work

35. On acceptance of the tender the name (s) of the accredited representative (s) of the bidder who would be responsible for taking instructions from the Engineer-in-charge shall be communicated to the Engineer-in-charge.

36. The GSECL will not pay any extra charges or rate for any reasons in case the contractor claims, after acceptance of contract to have misjudged the site condition.

37. The contract or any part thereof shall not be subject to change without the written permission of the CHIEF ENGINEER or his authorized representatives from issuing authority of certificates / details.

38. In case of conflict/discrepancies among clauses of different specifications given in this document, the stringent specification shall be followed and under such circumstances, the decision of the EIC shall be final and binding to the CONTRACTOR.

39. Time is the essence of this Contract. The whole of works must be preceded as described in these specifications and as directed by the EIC. No extra payment or relaxation in the rates will be permitted on account of this.

40.

Start of Work: The contractor shall not enter upon or commence any portion of the work except with the written authority of Engineer, failing which the contractor shall have no claim to ask for measurement of or payment for work and shall be responsible for any claims or damages that may arise due to such unauthorized commencement or entry. The contractor shall make all necessary arrangements at site to mobilize labour, supervisor as per schedule.

41. Work covered under this specification shall be completed in all respects, as stipulated under scope of work.

42. The rates quoted by BIDDER shall be based on his own knowledge and judgment of the conditions and hazards involved and shall not be based on any representations of the Engineer. No claim on this account shall be admitted by the GSECL.

43. Percentage quoted for Prices and rates shall be firm for the entire duration of the contract and any agreed extensions thereafter, without any escalation in prices.

Page 24: TECHNICAL BID - Gujarat Urja Vikas Nigam · TECHNICAL BID e-Tender KLTPS - 33/17-18 WE-55 RFQ -40107 Name of Work Work of overhauling and oil leakage attending of 50MVA, 220/66 KV

44.

During the execution of the work if it is found that the work is not progressing as per the scheduled programme, approved by the GSECL & planned by the contractor, due to the reasons attributable to the contractor, suitable action shall be taken as per GSECL providing rules. And the GSECL may also take such action as it may deem fit to ensure that the work is completed in time at risk and cost of the contractor.

45. Any clarification/queries asked by GSECL / GSECL's representative shall have to be furnished by the contractor.

46.

Work to be executed to the satisfaction of the Engineer: The contractor shall proceed with the work with diligence and expedition and the whole of the work herein specified as well as the mode of execution shall be under the supervision and direction and shall be carried on to the entire satisfaction of the Engineer,.

47.

Liability for accidents to persons a) The contractor or sub-contractor shall indemnify the GSECL against any claims which may be made under the workman's compensation Act, 1923, or any statutory modification or otherwise in respect of any damages or compensation payable in consequence of any accident or injury caused, by fault of contractor or sub-contractor and sustained by any workman or other person in the employment of the contractor or sub-contractor. In every case in which by virtue of the provisions of sub-section (1) of section 12 of the workman's Compensation Act, 1923, the GSECL is obliged to pay compensation to a workman employed by the contractor or sub-contractor in execution of the work, the GSECL will recover from the contractor the amount of compensation so paid, and without prejudice to the rights if the GSECL under sub-section (2) of section 12 of the said Act any such amount shall be paid by contractor within 30 days, failing which the GSECL shall be at liberty to recover such amount or any part thereof by deducting it from any some due by the GSECL to the contractor under this contract or otherwise. The GSECL shall not be bound to pay any claim made against either of them under section 12, sub-section (1) of its said Act, except on written request from the contractor and upon his giving to the GSECL full security for all costs for which the GSECL might become liable in consequence for entertaining such claim. b) The contractor and/or sub-contractor named in the contract shall indemnify the GSECL against all claims based upon injury or death to any person in the employ of the contractor or sub-contractor, or to third parties under paragraph (a) 2 or condition No.47 to the extent of any sums recovered under the insurance policy. c) On the occurrence of an accident which results in the death of workman employed by the contractor or sub-contractor, which is so serious as to be likely to result in the death of any such workman, the contractor shall within 24 hours of happening of such accidents intimate in writing to the Engineer the fact or such accidents. The contractor or sub-contractor shall indemnify GSECL against all loss or damage sustained, by the GSECL resulting directly or indirectly from his failure to give intimation in the manner aforesaid including penalties or fine if any, payable by GSECL as a consequence of GSECL's failures, to give notice under workman's compensation Act or otherwise to confirm to the provisions of the said Act in regard to such accident. d) The contractor will be responsible for complying with all rules and regulations and labour land applicable to him and the GSECL will not be responsible for any lapses committed by them. If there is any claim from any Govt. Authority pertaining to the contractor the same amount will be deducted from the contractor's bill.

48. Inspection of Works The Engineer or his duly authorized agent shall have at all time full power to inspect the works, wherever in progress,

49.

Recoveries Recoveries due from the contractor, up to the end of the month previous to the one in which the bill is prepared shall be made from bills approved by payment every month or at other periods when the bills are prepared, for the various items in the following order of priorities and extents. i) Deduction on account of security deposit in full together with shortage, if any, to be made good. ii) Penalty in full, if levied. iii) Expenditure, if any, incurred by the GSECL on Contractor's behalf in labour or materials in full. iv) Charges for services such as water etc. in full. v) Other recoveries. (If any)

50.

Speed of work The contractor shall at all times maintain the speed of work to confirm to the latest operative progress schedule but the Engineer may at any time with sufficient notice in writing direct the contractor to slow down any part or the whole of the work for any reason (which shall not be question whatsoever, and the contractor shall comply with such orders of the Engineer. The compliance of the orders shall not entitle the contractor to any claim or compensation.

Page 25: TECHNICAL BID - Gujarat Urja Vikas Nigam · TECHNICAL BID e-Tender KLTPS - 33/17-18 WE-55 RFQ -40107 Name of Work Work of overhauling and oil leakage attending of 50MVA, 220/66 KV

51.

Contract document and matters to be treated as confidential All documents, correspondence, decision and other matter concerning the contract shall be considered as of confident and restricted nature by the contractor and he shall not divulge or allow access there to any unauthorized persons of any kind.

52.

Measurements to be provisional and subject to correction Every measurement for running payment on account of work, done or supplies made shall be subject to adjustment or final measurements. In case of disagreement between such intermediate and final measurements, the latter shall prevail.

53.

Performa returns : The contractor shall maintain Performa, charts and details regarding machinery equipments materials, labour personnel and other matters as may be specified by the Engineer. He shall further, submit returns of Performa and details as may be specified by the Engineer from time to time.

54.

Performance Guarantee (PG): if applicable to this contract then, (a) The successful bidder shall have to furnish PG. (b) The Performance Guarantee for the tendered items wherever applicable shall be furnished in the form of D.D./Cash and by Bank Guarantee, valid for the period as per Technical Specifications and should have clear one time validity for the full period. (c)Performance Guarantee for an interim period will not be allowed. However, in case of expiry of PG before the said period the same should be got extended / renewed till the completion by the contractor at least one month before the expiry of the validity, failing which GSECL will be at liberty to encash the same, without entering into further correspondence, formalities, etc. in the matter. “NO STAGEWISE BANK GUARANTEES WILL BE ACCEPTABLE IN ANY CASE.” All Nationalized Banks including Public Sector Banks IDBI Bank Ltd. Private Sector Banks authorized by RBI to undertake the State Government business, which are AXIS Bank / HDFC Bank / ICICI Bank / Kotak Mahindra Bank / Yes Bank / Ratnakar Bank / Indusind Bank / Karur Vysya / DCB Bank / ING Vysya Bank / Kalupur Commercial Co. Op. Bank Ltd.,/ Rajkot Nagrik Sahakari Bank Ltd., / Ahmadabad Mercantile Co-op. Bank Ltd. / The Mehsana Urban Cooperative Bank Ltd / Nutan Nagrik Sahakari Bank Ltd The supplier/contractor/party (i.e. tenderer) has to give bank guarantee with validity period of additional 01(one) months i.e. more than actual Guarantee/Warranty period of 06/12/18/24/36/48/60 months (depending upon the product) to safe guard Company's interest in case of eventuality happening on the last day of Guarantee/ Warranty period after office hours of the Bank or Bank Holidays."

55.

Security Deposit : (a) Security Deposit should be paid within 10 (ten) days after receipt of LOI/order. The successful

bidder will be required to pay an amount equivalent to 05% of the value of the order as a Security deposit for satisfactory execution of the contract. Security deposit for satisfactory/successful execution is payable either in Cash / D.D./ Bank Guarantees only.

(b) Bank Guarantees from Scheduled / Nationalized Banks is also acceptable if the amount of security deposit payable exceed Rs. 5,000/-. The Bank Guarantees will be executed on the standard form prescribed by the GSECL. In case of the Bank Guarantees furnished / submitted, they should have a clear one time validity till the completion of the order in all respect. Bank Guarantee for Interim period will not be allowed. If by any reasons the work period is extended then Contractor should undertake to renew the Bank Guarantee at least one month before the expiry of the validity, failing which GSECL will be at liberty to encash the same. CORPORATE BANK GUARANTEES are not allowed.

(c) The GSECL reserves the right to forfeit the SD in case of any breach of contract and in case of disputes. The decision of Chief Engineer, KLTPS shall be final, binding and acceptable to the contractor. If the contractor fails to start the work as stipulated, the EMD and the SD shall be forfeited.

(d) The security Deposit/ Bank guarantee covering execution of the contract will be released only on successful execution of contract and on receipt of the “No Objection Certificate” from the Engineer In charge of the work.

Page 26: TECHNICAL BID - Gujarat Urja Vikas Nigam · TECHNICAL BID e-Tender KLTPS - 33/17-18 WE-55 RFQ -40107 Name of Work Work of overhauling and oil leakage attending of 50MVA, 220/66 KV

56.

“The concerned authorized party, from any state other than Gujarat, taking the Hazardous waste from GSECL power station shall obtain the permission of the Pollution Control Board of that State for receiving the said quantity of Hazardous Waste from State of Gujarat, before the actual disposal from GSECL power station. The copy of the said permission letter shall be submitted to GSECL.” The said letter copy shall be submitted to GPCB, Gandhinagar with a copy to concerned RO by the respective power station. In response to this, GPCB shall issue the permission letter to GSECL power station.”

57. For ARC/BRC contract "The Contractor shall deposit 15 days salary at the-rate of last drawn salary for every completed one year of services for each worker for the liabilities of Gratuity".

58.

Actual payment made to the workers engaged under the running contract as per agencies record endorsed by GSECL welfare office [i.e. Work wise actual labour Payment in presence of LWO/IRO or bank through payment. It should be verified with Biometric presence of all workers, supervisor and should be certified by LWO/IRO .

59. For Tenders of works with supply part -as per norms the offer will be evaluated considering without sales tax (GST/VAT/CST).

SIGNATURE OF CONTRACTOR WITH SEAL & DATE

For & on Behalf of GSECL

Chief Engineer (G)

KLTPS, GSECL

Page 27: TECHNICAL BID - Gujarat Urja Vikas Nigam · TECHNICAL BID e-Tender KLTPS - 33/17-18 WE-55 RFQ -40107 Name of Work Work of overhauling and oil leakage attending of 50MVA, 220/66 KV

GUJARAT STATE ELECTRICITY CORPORATION LIMITED KACHCHH LIGNITE THERMAL POWER STATION

PO : SKV NAGAR : 370 601 DIST : KUTCH.

TERMS AND CONDITIONS REGARDING INDUSTRIAL LAWS AND OTHER RELATED MATTERS: 01. Wages to be paid, time of payment, etc., by the contractor:

The payment shall be disbursed in presence of the GSECL representative during the working hours in the factory premises and the contractor shall get the entries certified in the register of wages by the representative of the GSECL. Any default will result in cancellation of contract forthwith or else the contractor shall be punishable to the extend of Rs.100/- per day by way of fine. The contractor shall give his telephone number, address to the GSECL, so that in case of labour unrest 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 throughout the working hours. It is absolutely necessary that the contractor either himself and/or a fully authorised representative having full power or authority concerning the contract shall have to remain present at KLTPS. He must also contact Executive Engineer daily at 08.00 hours, so that necessary instruction can be passed on to him. Also, he must be available during working hours (general shift) and during failure of any equipment at any time, so that he can be immediately contacted for any emergency work. The contractor and/or his authorised representative shall not leave KLTPS without specific permission from the Executive Engineer. If the period of absence from KLTPS is more than three days, an alternative arrangement shall be made and to be informed to the sectional head in writing.

02. Labour Laws: The labour laws applicable and amended from time to time have to be followed scrupulously. A few of them for information are as under:

i). Person below the age of eighteen years shall not be employed for the works ii). No female worker shall be employed in the night shift between 19:00 hrs and 06:00 hrs. iii). Contractor shall maintain a valid labour license under the Contract Labour (Regulation & Abolition) Act for

employing necessary manpower to be required by him. In the absence of such license, the contract shall be liable to be terminated without assigning any reasons thereof.

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

a. Payment of contribution of employees (contract labour) as well as employer’s (contractor’s) contribution towards provident fund, family pension scheme, deposit linked insurance scheme, administration charges, inspection charges, etc., at the rates applicable from time to time by the Government of Gujarat / Government of India or other statutory authorities.

b. Payment of deposit in respect of each contract labour at the rate as revised by the Government from time to time with the Office of the Commissioner of Labour as per the Contract Labour (R&A) Act.

c. License fee as prescribed under the Contract Labour (R&A) Act and rules framed therein, depending upon the number of workers employed by the contractor.

d. Paid leave facility and wages as per the provision of the Factories Act at the rate of one day for every 20 days of working.

e. Identity cards as prescribed under the Factories Act or by the Thermal power station with photograph affixed thereon, for identification.

f. Payment of retrenchment compensation, notice pay and other liabilities as per Industrial Disputes Act, 1947. Any payment to the contractor’s employees arising out of any claim or disputes under the Industrial Disputes Act, 1947 or any other labour laws.

g. Payment of compensation in case of accidental injury, under Workmen’s Compensation Act. h. Provision of crèche if the female labour employed is more than 30. i. Maternity leave as per the provision of the Maternity Benefits Act.

The above are some of the major liabilities of the contractor in addition to other liabilities prescribed under the various labour laws in force from time to time by the statutory authorities, like State Government / Government of India, which the contractor shall have to comply with.

03. Provident Fund and Family Pension Scheme: The contractor shall submit along with his bill (month-wise) a statement regarding deductions against Employees Provident Fund (EPF) and Family Pension Scheme (FPS) in respect of each concerned employee at the rate of 10%, or at the rates made applicable by the government from to time, of wages. The contractor’s contribution and the worker’s contribution towards PF and FPS shall be deposited by the contractor with the Regional Provident Fund Commissioner, Ahmedabad, or to the authority prescribed under the Act along with the other charges.

04. Deposit Linked Insurance Scheme: The contractor shall have to deposit 0.50% (half percent) or the rate applicable from time to time of the wages in respect of employees who are members of the PF, as the contribution to the Deposit Linked Insurance Scheme, with the Regional Provident Fund Commissioner, Ahmedabad.

05. Minimum Wages Act: The contractor shall pay prevailing minimum wages as applicable from time to time to the labourers engaged by him as per the Minimum Wages Act, in presence of the GSECL’s officer or representative.

Page 28: TECHNICAL BID - Gujarat Urja Vikas Nigam · TECHNICAL BID e-Tender KLTPS - 33/17-18 WE-55 RFQ -40107 Name of Work Work of overhauling and oil leakage attending of 50MVA, 220/66 KV

06. E.S.I. Act: The contractors shall comply with the provisions of E.S.I. Act wherever applicable as per the prevailing provisions of the Act and as amended from time to time.

07. Administrative Charges: Administrative charges for maintaining Provident Fund account shall be deposited by the contractor with the Regional Provident Fund Commissioner, Ahmedabad, at the rates applicable.

08. Paid Leave Facility: Paid leave facility at the rate of one day for every twenty days of actual work by the contract labour shall be provided by the contractor to his workers. He shall maintain leave records/verified and approved/certified by the authorised officer of the GSECL.

09. Safety: The contractor shall strictly observe all safety rules and provide safety equipment to the contract labourers as per the Factories Act, 1948, and whatever amendments made from time to time to avoid any chance of accident. The contractor shall strictly observe all instructions of Safety Officer and Factory Inspector to avoid any chance of accident.

10. Workmen’s Compensation Fund and Employer’s Liability Insurance: Insurance shall be affected for all the contract employees engaged in the performance of this contract. If any of the work is sublet after due permission in writing from the GSECL, the contractor shall require the sub-contractor to provide workmen’s compensation and employer’s liability insurance for the later employees, unless such employees are covered under the contractor’s insurance. It shall be the liability of contractor for employees of his sub-contractor.

11. Compliance to Security Matters: The power station being a restricted/prohibited area, all the formalities as required by the Security and Vigilance staff of GSECL should be complied with, to whom the contractor should contact S.O.

12. Submission of Returns & Maintenance of Records: The contractor shall submit the returns under the Contract Labour Act, Payment of Bonus Act, Payment of Gratuity Act etc. and shall have to maintain all up-to-date records/registers in respect his employees as prescribed under various Labour Laws and produce the same as and when demanded by GSECL’s or Govt.’s appropriate authorities.

13. Contractor to Indemnify the GSECL: The contractor shall indemnify and keep indemnified the GSECL and every member, officer and employees of the GSECL, including Engineer-in-Charge and his staff, against all actions, proceedings, claims, demands, costs and expenses whatsoever arising out of or in connection with the matters referred in above clauses and elsewhere and against all actions, claims, demands, costs and expenses which may be made against the GSECL, by any workman/employee of the contractor or sub-contractor or any other person under any laws, rules or regulations having the force of law, including, but not limited to, claims against the owner under Workmen’s Compensation Act, 1970. The GSECL shall not be liable for or in respect of or in consequence of any accident or injury to any workman or other person in the employment of the contractor. The contractor shall indemnify and keep indemnified. The GSECL against all such damages and compensation and against all claims, demands, proceeding costs, charges and expenses whatsoever in respect thereof or in relation thereto. The contractor shall also indemnify GSECL in all respect against any liability due to breach of legal provisions contained in any of the Labour Laws. The Contractor shall also indemnify GSECL for injury or damage to third party other than employees of the GSECL, contractor or sub-contractor.

14. As a contractor, the contractor shall be responsible and liable to pay difference in wages, if any, and/or observe the revised service conditions that may be awarded by the Honourable Industrial Tribunal effective from the date directed in the award.

15. The contractor must be maintaining regular labour record and should be paying all acquired benefits to labour force and contractor should obtain certificates to this effect from Labour welfare officer.

16. Any other rules and regulations, conditions etc. that are in force at present and that may be framed by the GSECL from time to time in connection with the contract will be binding and acceptable to the contractor.

17. The contractor will make arrangements at his own cost to insure all men, materials and equipment employed for this work. The GSECL will not be responsible for any loss or damage either to the contractor’s personnel or his equipment.

18. Dispute, if any, taking place between the contractor and labourers must be intimated to Labour Welfare Officer, KLTPS, immediately.

19 The contractor must insure all the labourers before starting the works. 20. Any casualty will also have to be borne by the contractor for the period the contract continues.

SIGNATURE OF CONTRACTOR WITH SEAL & DATE

For & on Behalf of GSECL

Chief Engineer (G)

KLTPS, GSECL

Page 29: TECHNICAL BID - Gujarat Urja Vikas Nigam · TECHNICAL BID e-Tender KLTPS - 33/17-18 WE-55 RFQ -40107 Name of Work Work of overhauling and oil leakage attending of 50MVA, 220/66 KV

SSFFTT--SSOOPP--000022 REV: 02

Dt: 21-02-2013 KLTPS

SAFETY Guidelines for Contractors

General Safety Guidelines for All types of Contractors

General Safety Guidelines for All types of Contractors 1.0 PURPOSE: The purpose of the document is to outline the procedure for establishing and maintaining Occupational Health and Safety requirements for all types (ARC/BRC /AOH /Project work / Short term job work) of contractors and their employees. 2.0 SCOPE: The document applies to the entire power station. 3.0 RESPONSIBILITY: Concerned Sectional Head / Engineer In-charge / Security /Safety officer / Medical Officer /HR shall ensure that requirements specified in this procedure are complied with. 4.0 PROCEDURE: All the contractors working at Kutch Lignite Thermal Power Station shall have to strictly observe the following Safety Rules. Concerned Contractors are responsible for informing & observance of these rules by their supervisors/employees/ labours as well as the supervisors/ employees/ labours of agencies/ sub-Contractors engaged, if any, by them for the 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 / 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, are fully trained and conversant for works to be done. All persons should have gate pass. Register consisting the full details i.e. address, ph no, nearest relative, of all persons 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, 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 / water carboys or other appropriate equipment at such place.

04

While carrying out work in confined space or inside vessel, obtain necessary “Confined Space Safety 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. Air hose/ blower to be provide for adequate air circulation. If required, provide flood light from outside. 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. Use full body safety belt without failed. 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 work on or 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 plans or its auxiliaries, on which there is traffic movements 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.

Page 30: TECHNICAL BID - Gujarat Urja Vikas Nigam · TECHNICAL BID e-Tender KLTPS - 33/17-18 WE-55 RFQ -40107 Name of Work Work of overhauling and oil leakage attending of 50MVA, 220/66 KV

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 (mandatory) 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 your staff found working without P.P.Es. Following is the list of various P.P.Es. to be used for various works / worksites.

List of safety equipments 01 Industrial Safety Helmet. For protection of head against falling objects or

during fall of person from height. 02 Safety Goggles- various types

Welding /cutting work Chemical work Grinding work Mech. maintenance work Work in dust area

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 / Leather / Cotton). For body protection against chemicals, oils, sharp edged objects, heat, hot objects etc.

06 Hand Gloves: Chemical work: PVC Welding work: Leather Heat: Non-asbestos Scrap handle: Anti cut Electrical: Rubber- shock proof Maint. work: General purpose

For protection of hands against chemicals, oils, sharp edged objects, heat, hot metals/objects, electricity etc.

07 Safety 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 hardness ) / 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. Against dust. 10 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.10 by Competent Person as per the Factory act-1948 & Gujarat Factories Rules and its validity do not expire. Further, it shall be fixed properly and firmly prior to lifting the weight. Test certificate of all Lifting machines used by Contractor to be submitted to concerned Engineer & Safety Officer before commencement of work.

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.

Page 31: TECHNICAL BID - Gujarat Urja Vikas Nigam · TECHNICAL BID e-Tender KLTPS - 33/17-18 WE-55 RFQ -40107 Name of Work Work of overhauling and oil leakage attending of 50MVA, 220/66 KV

10

Contractor or their employee shall not interfere in day-to-day 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 for 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, commercial LPG, Hydrogen, Ammonia, Chlorine, CO2

etc shall be handled safely taking due care. To handle / shift such cylinders a special trolley /cage meant for it must be used but in no case it should be rolled.

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. In case of any electrical accident, it shall immediately be reported to Safety Department through concerned Sectional Head / Engineer. The prescribed Electrical accident form no. A as per electricity Act-2003 & Form No. 21 as per Gujarat Factories rules shall be filled up by concerned department with written consent of contractor. The Form may be obtained from concerned section or Safety Officer. For any incident occurred but have no injury to any persons should also reported as per GSECL format and informed to safety officer as Near Miss Incident.

14

In all risky job, before start the work contractor should obtain Safety Permit through concerned section from SCE – e Urja system in well advance.

15

For safety performance evaluation of contractor work accident, fire incident & near miss accident will be considered. Lacuna in Safety measures in unsafe act /conditions are also observed. Steps can be taken to review the job assignment up to cancellation for negligence.

16

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 intercom phone No. 222 or 221, WLL Mobile No:90990 69658. Shift the casualty to nearby hospital or GSECL hospital after rendering first aid in case of accident.

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

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.

19

It is felt necessary to deploy safety officers / Safety supervisors by contractors / Agencies involved in carrying out hazardous activities / Project activity / Dangerous operation to have better and constant supervision in terms of Health Safety and Environment activities.

20

If any worker working in a factory contravenes any of the provision of section 111 of Factories act or of any rule or order made there under, he shall be punishable with imprisonment for a term which may extend to three months, or with fine may extend to Rs.100/-(One Hundred rupees only), or with both.

21

List of name of persons/ PPEs list /tools tackles,.. submitted by Contractor before apply for gate pass. Please see checklist given at last page.

22

The above rules shall be scrupulously followed and where required, they may contact the Safety Officer in case of any ambiguity or needs further guidance in this regard.

5.0 Summary for Contractor’s Safety Guidelines

1. Before finalizing contract to contractor his back accidental history & experiences to be checked and accordingly contract to be awarded.

2. Ensure that contractor workers are skilled for their job and having experiences for particular job. 3. Ensure that contractor workers are provided required personal protective equipments like helmet, safety

belt, etc,, & using it while on work. 4. Ensure that necessary Safety procedure and valid permit to work procedure followed by contractor and

also standard wok procedure followed by contractor. 5. Contractor shall deploy Supervisor for work control during their job. 6. Before starting work, contractor shall inform concerned sectional Head regarding safety precautions taken

at site and Sectional Head should visit site to ensure it. 7. Necessary Safety Instructions, caution notice/Sign & area of work to be cordoned off. 8. With Tender & work order copy, SOP no. 002 list to be attached it in terms & conditions & to be instructed

to follow it. 9. All Lifting machines used by Contractor to be certified & tested as per statutory requirement & that to be

Page 32: TECHNICAL BID - Gujarat Urja Vikas Nigam · TECHNICAL BID e-Tender KLTPS - 33/17-18 WE-55 RFQ -40107 Name of Work Work of overhauling and oil leakage attending of 50MVA, 220/66 KV

ensured by concerned Engineer. 10. Ensure that proper Tools & Equipments like welding machines, Hand/Power tools etc. are ISI mark &

good quality and to be checked by concerned Engineer. 11. Ensure that it is properly liaison with Safety Section, Operation & Maintenance Section. 12. Any electrical connection to be taken by authorized electrical staff & not to be done by contractor worker. 13. Any accident or miss accident, Fire incident and hazardous incident during to contractor work to be

reported immediately by contractor to concerned Engineer or Safety officer. 14. Violating any Safety rules/norms by contractor workers not to be permitted & immediate actions to be

taken. Penalty may be imposed. 15. After completion of work cotton waste, grease, oil, unused material, welding rod pieces, scrap etc. to be

removed by contractor in scrap yard. 16. Make sure that contractor has placed coupling guards, railing, covers, platform etc. in placed i.e. in order.

Work Starts with PPE & Ends with Good housekeeping 17. All responsibilities & liability for medical treatment, compensations, full pay salary during medical

treatment & legal obligations resulted from accident of their workers to contractor. Though, during event of any accident, first aid treatment & Ambulance facility will be given from Health centre located in plant premises to colony hospital at free of cost.

18. While resume the duty after medical treatment required for on duty accident, Fitness certificate must be produce to Safety officer or LWO.

19. All Labours rules & instructions to be followed by contractor & to be ensured by concerned Power Station LWO/IRO/ DGM.

20. Contractor should follow gate pass procedure for their workers. Before issue of gate pass ensure for PPE, health check up & Safety induction training.

6.0 Check list: Applicable to ARC /BRC /AOH /Project / Short term contractors Task Responsibility Remarks

01 Induction safety training (Safety, Fire & First aid:1-2 hrs)

All persons to be covered by Safety

Before issue gate pass

02 Health check up of workers All persons to be checked by MO Before issue gate pass 03 Compulsory PPE

Helmet: Safety shoes

All persons checked by Security & Safety

Before issue gate pass. (Helmet can be issued to short term contractors by Safety section on returnable basis).

04 Specific PPE Safety belt Goggles /face shield Mask Hand gloves Ear plug/ muff

Specific work involved: checked by Supervisor

Before start work

05 Work Permit PTW Yellow tag Work at height Hot work in flammable area Confine space entry

Specific work involved: Permit taken by Engineer

Before start work See SOP no.014

06 Test certificates of lifting equipments in Form no.10

Specific work involved: checked by Safety

Before issue gate pass

07 Tools & tackles Checked by supervisor & Engineer

Before start work

08 Tool box talk All persons to be covered by supervisor & Engineer

Before start work. HIRA & SOP to be conveyed.

09 Intimation of incident Near Miss Fire incident All types of Injury

By supervisor to Engineer or Safety officer

Immediately followed by occurrence

10 Safety Performance Accident Fire due to negligency Unsafe act / Unsafe –condition

during safety inspection Penalty

HOD & Safety officer Evaluation done at end of year for ARC /BRC. Evaluation done after completion of work for AOH/Project /Short term contractor.

Page 33: TECHNICAL BID - Gujarat Urja Vikas Nigam · TECHNICAL BID e-Tender KLTPS - 33/17-18 WE-55 RFQ -40107 Name of Work Work of overhauling and oil leakage attending of 50MVA, 220/66 KV

7.0 CROSS REFERENCE: SOP no. 007: Use of PPE

SOP no. 009: Procedure of PTW & Safety Permit

SOP no. 033: Procedure for obtain of temporary Electrical connection.

SIGNATURE OF CONTRACTOR WITH SEAL & DATE

For & on Behalf of GSECL

Chief Engineer (G)

KLTPS, GSECL

Page 34: TECHNICAL BID - Gujarat Urja Vikas Nigam · TECHNICAL BID e-Tender KLTPS - 33/17-18 WE-55 RFQ -40107 Name of Work Work of overhauling and oil leakage attending of 50MVA, 220/66 KV

EMD BANK GUARANTEE FORMAT

FOR TENDER /ENQ. NO. ___________________________________

APPENDIX – I (BANK GUARANTEE ON NON-JUDICIAL STAMP PAPER OF Rs.100/-)

WHEREAS M/s. _________________________________________(Name and Address of the Firm) having their registered Office_____________________________ (Address of the Firm’s registered Office) (hereinafter called the Tenderer) wish to participate in the Tender No.____________________for_______________________________ of (supply / Erection / Supply &Erection / Work) of ________________________________(Name of the material / equipment / work) for _________________________ Gujarat State Electricity Corporation Limited and WHEREAS a Bank Guarantee for(hereinafter called the “Beneficiary”) Rs. _____________ (Amount of EMD)valid till ____________ (mention here date of validity of this Guarantee which will be 4 (FOUR) months beyond initial validity of Tender’s offer) which is required to be submitted by the Tenderer along with the Tender. We, ________________________________________________________(Name of the Bank and address of the Branch giving the Bank Guarantee)having our registered Office at _____________________ (Address of Bank’s registered Office) hereby give this Bank Guarantee No. _________________dated ____________ and hereby agree unequivocally and unconditionally to pay immediately on demand in writing from the Gujarat State Electricity Corporation Limited or any Officer authorized by it in this behalf any amount not exceeding Rs.____________ (amount of EMD) (Rupees ______________________________________________________) (in words) to the said Gujarat State Electricity Corporation Limited on behalf of the Tenderer. We, ____________________________________________ (Name of the Bank) also agree that withdrawal of the tender or part thereof by the Tenderer within its validity or non-submission of Security Deposit by the Tenderer within one month from the date of tender or a part thereof has been accepted by the Gujarat State Electricity Corporation Limited would constitute a default on the part of the Tenderer and that this Bank Guarantee is liable to be invoked and encashed within its validity by the Beneficiary in case of any occurrence of a default on the part of the Tenderer and that the encashed amount is liable to be forfeited by the Beneficiary. This agreement shall be valid and binding on this Bank up to and inclusive of____________________ (mention here the date of validity of Bank Guarantee)and shall not be terminated by notice or by Guarantor change in the constitution of the Bank or the Firm of Tenderer or by any reason whatsoever and our liability hereunder shall not be impaired or discharged by any extension of time or variations or alterations made, given, conceded with or without our knowledge or consent by or between the Tenderer and the Gujarat State Electricity Corporation Limited. “Not withstanding anything contrary contained in any law for the time being in force or banking practice, this Guarantee shall not be assignable, transferable by the beneficiary (i.e. GUVNL or Subsidiaries). Notice or invocation by any person such as assignee, transferee or agent of beneficiary shall not be entertained by the Bank. Any invocation of the Guarantee can be made by the beneficiary directly”.

Page 35: TECHNICAL BID - Gujarat Urja Vikas Nigam · TECHNICAL BID e-Tender KLTPS - 33/17-18 WE-55 RFQ -40107 Name of Work Work of overhauling and oil leakage attending of 50MVA, 220/66 KV

NOT WITHSTANDING anything contained hereinbefore our liability under this Guarantee is restricted to Rs. _________________________________ (amount of EMD) (Rupees _____________ ________________________________________________ (in words). Our Guarantee shall remain in force till _____________ (date of validity of the Guarantee). Unless demands or claims under this Bank Guarantee are made to us in writing on or before ___________ (date of validity of the Guarantee), all rights of Beneficiary under this Bank Guarantee shall be forfeited and we shall be released and discharged from all liabilities there under. Place: Date: Please mention here complete Postal Signature of the Bank’s Address of the Bank with Branch Code, Authorized Signatory with Telephone and Fax Nos. Official Round Seal. ________________________________________________________________ NAME OF DESIGNATED BANKS:

1. All Nationalized Banks including Public Sector Banks IDBI Bank Ltd. 2. Private Sector Banks authorized by RBI to undertake the State Government business,

which are AXIS Bank / HDFC Bank / ICICI Bank 3. Guarantees issued by following banks will be accepted as EMD for period up to March

31, 2017. The validity cut-off date in GR is with respect to date of issue of bank guarantee irrespective of date of termination of bank guarantee.

1. Kotak Mahindra Bank 2. RBL Bank (The Ratnakar Bank Ltd.) 3. Induslnd Bank 4. Karur Vysya Bank 5. DCB Bank 6. FEDERAL Bank 7. SOUTH INDIAN Bank 8. The Kalupur Commercial CO-operative Bank Ltd. 9. Rajkot Nagrik Sahakari Bank Ltd. 10. The Mehsana Urban Co-Operative Bank Ltd. 11. Nutan Nagarik Sahakari Bank Ltd. 12. Dena Gujarat Gramin Bank 13. Saurashtra Gramin Bank

Note: The Banks shall be the Banks recognized / notified by the Finance Department, Government of Gujarat (GoG) from time to time.

Page 36: TECHNICAL BID - Gujarat Urja Vikas Nigam · TECHNICAL BID e-Tender KLTPS - 33/17-18 WE-55 RFQ -40107 Name of Work Work of overhauling and oil leakage attending of 50MVA, 220/66 KV

ON STAMP PAPER OF Rs.100/- FORM OF BANKER’S UNERTAKING

(For Security Deposit / Performance Guarantees (PG) for supply/contract period as per Commercial Terms and Conditions of Tender)

We, Bank of ___________________________________-__________________________ hereby agree unequivocally and unconditionally to pay immediately on demand in writing from the Gujarat State Electricity Corporation Limited, or any Officer authorized by it in this behalf any amount up to and not exceeding Rs._______________ (in words) Rupees________________________________________________ __________ to the said Gujarat State Electricity Corporation Limited on behalf of M/s.___________________________________________________ who have entered into a contract for the supply / works specified below: L.O.I. No. ______________________________ dated ______________. This agreement shall be valid and binding on this Bank up to and inclusive of___________________ and shall not be terminable by notice or by change in the constitution of the Bank or the firm of Contractors / Suppliers or by any other reason whatsoever and our liability hereunder shall not be impaired or discharged by any extension of time or variations or alterations made, given conceded or agreed, with or without our knowledge or consent, by or between parties to the said within written contract. “Not withstanding anything contrary contained in any law for the time being in force or banking practice, this Guarantee shall not be assignable, transferable by the beneficiary (i.e. GUVNL or Subsidiaries). Notice or invocation by any person such as assignee, transferee or agent of beneficiary shall not be entertained by the Bank. Any invocation of the Guarantee can be made by the beneficiary directly” “NOT WITHSTANDING” anything contained herein before, our liability under this guarantee is restricted to Rs.___________________(Rupees :________________________________________________________________only). Our guarantee shall remain in force until _______________ (date of validity of the Guarantee).Unless demands or claims under this Bank Guarantee are made to us in writing on or before _____________ (date of validity of the Guarantee), all rights of Beneficiary under this Bank Guarantee shall be forfeited and we shall be released and discharged from all liabilities there under: Place :

Date : Please Mention here Complete Postal Signature of Address of the Bank with Branch Code, Bank’s Authorized Signatory Telephone and Fax Nos. with Official Round Seal

Page 37: TECHNICAL BID - Gujarat Urja Vikas Nigam · TECHNICAL BID e-Tender KLTPS - 33/17-18 WE-55 RFQ -40107 Name of Work Work of overhauling and oil leakage attending of 50MVA, 220/66 KV

NAME OF DESIGNATED BANKS:

1. All Nationalized Banks including Public Sector Banks IDBI Bank Ltd. 2. Private Sector Banks authorized by RBI to undertake the State Government business,

which are AXIS Bank / HDFC Bank / ICICI Bank 3. Guarantees issued by following banks will be accepted as EMD for period up to March

31, 2017. The validity cut-off date in GR is with respect to date of issue of bank guarantee irrespective of date of termination of bank guarantee.

1. Kotak Mahindra Bank 2. RBL Bank (The Ratnakar Bank Ltd.) 3. Induslnd Bank 4. Karur Vysya Bank 5. DCB Bank 6. FEDERAL Bank 7. SOUTH INDIAN Bank 8. The Kalupur Commercial CO-operative Bank Ltd. 9. Rajkot Nagrik Sahakari Bank Ltd. 10. The Mehsana Urban Co-Operative Bank Ltd. 11. Nutan Nagarik Sahakari Bank Ltd. 12. Dena Gujarat Gramin Bank 13. Saurashtra Gramin Bank

Note: The Banks shall be the Banks recognized / notified by the Finance Department, Government of Gujarat (GoG) from time to time.

Page 38: TECHNICAL BID - Gujarat Urja Vikas Nigam · TECHNICAL BID e-Tender KLTPS - 33/17-18 WE-55 RFQ -40107 Name of Work Work of overhauling and oil leakage attending of 50MVA, 220/66 KV

ON STAMP PAPER OF Rs.100/- FORM OF BANKER’S UNERTAKING

(For Performance Guarantees (PG) for Guarantee/Warrantee period as per Commercial Terms and Conditions of Tender)

We, Bank of ______________________________________________ hereby agree unequivocally and unconditionally to pay immediately on demand in writing from the Gujarat State Electricity Corporation Limited, or any Officer authorized by it in this behalf any amount up to and not exceeding Rs.__________ (in words) Rupees ___________________________________to the said Gujarat State Electricity Corporation Limited on behalf of M/s.____________________________ who have entered into a contract for the supply / works specified below : P.O. (A/T) No. ______________________________ dated ______________. This agreement shall be valid and binding on this Bank up to and inclusive of___________________ and shall not be terminable by notice or by change in the constitution of the Bank or the firm of Contractors / Suppliers or by any other reason whatsoever and our liability hereunder shall not be impaired or discharged by any extension of time or variations or alterations made, given conceded or agreed, with or without our knowledge or consent, by or between parties to the said within written contract. “Not withstanding anything contrary contained in any law for the time being in force or banking practice, this Guarantee shall not be assignable, transferable by the beneficiary (i.e. GUVNL or Subsidiaries). Notice or invocation by any person such as assignee, transferee or agent of beneficiary shall not be entertained by the Bank. Any invocation of the Guarantee can be made by the beneficiary directly” “NOT WITHSTANDING” anything contained herein before, our liability under this guarantee is restricted to Rs.______________(Rupees _________________________________________only). Our guarantee shall remain in force until _______________ (date of validity of the Guarantee).Unless demands or claims under this Bank Guarantee are made to us in writing on or before _____________ (date of validity of the Guarantee), all rights of Beneficiary under this Bank Guarantee shall be forfeited and we shall be released and discharged from all liabilities there under: Place : Date : Please mention here Complete Postal Signature of Address of the Bank with Branch Code, Bank’s Authorized Signatory Telephone and Fax Nos. With Official Round Seal

Page 39: TECHNICAL BID - Gujarat Urja Vikas Nigam · TECHNICAL BID e-Tender KLTPS - 33/17-18 WE-55 RFQ -40107 Name of Work Work of overhauling and oil leakage attending of 50MVA, 220/66 KV

NAME OF DESIGNATED BANKS:

1. All Nationalized Banks including Public Sector Banks IDBI Bank Ltd. 2. Private Sector Banks authorized by RBI to undertake the State Government business,

which are AXIS Bank / HDFC Bank / ICICI Bank 3. Guarantees issued by following banks will be accepted as EMD for period up to March

31, 2017. The validity cut-off date in GR is with respect to date of issue of bank guarantee irrespective of date of termination of bank guarantee.

1. Kotak Mahindra Bank 2. RBL Bank (The Ratnakar Bank Ltd.) 3. Induslnd Bank 4. Karur Vysya Bank 5. DCB Bank 6. FEDERAL Bank 7. SOUTH INDIAN Bank 8. The Kalupur Commercial CO-operative Bank Ltd. 9. Rajkot Nagrik Sahakari Bank Ltd. 10. The Mehsana Urban Co-Operative Bank Ltd. 11. Nutan Nagarik Sahakari Bank Ltd. 12. Dena Gujarat Gramin Bank 13. Saurashtra Gramin Bank

Note: The Banks shall be the Banks recognized / notified by the Finance Department, Government of Gujarat (GoG) from time to time.