GUJARAT STATE ELECTRICITY CORPORATION … Office/Utran Gas Based Power...page 1 of 26 gujarat state...
Transcript of GUJARAT STATE ELECTRICITY CORPORATION … Office/Utran Gas Based Power...page 1 of 26 gujarat state...
Page 1 of 26
GUJARAT STATE ELECTRICITY CORPORATION LIMITEDGUJARAT STATE ELECTRICITY CORPORATION LIMITEDGUJARAT STATE ELECTRICITY CORPORATION LIMITEDGUJARAT STATE ELECTRICITY CORPORATION LIMITED
Utran Gas Based Power Station, Utran, Utran Gas Based Power Station, Utran, Utran Gas Based Power Station, Utran, Utran Gas Based Power Station, Utran, ----SuratSuratSuratSurat–––– 394105. 394105. 394105. 394105. Ph. 91Ph. 91Ph. 91Ph. 91----261261261261----2499153249915324991532499153 eeee----mail: mail: mail: mail: [email protected]@[email protected]@gebmail.comail.comail.comail.com Fax: 91Fax: 91Fax: 91Fax: 91----261261261261----2499180249918024991802499180 Website: Website: Website: Website: www.gsecl.inwww.gsecl.inwww.gsecl.inwww.gsecl.in GST & TIN No: 24190201429 DT. 30/09/2005/Our CST & TIN No: GST & TIN No: 24190201429 DT. 30/09/2005/Our CST & TIN No: GST & TIN No: 24190201429 DT. 30/09/2005/Our CST & TIN No: GST & TIN No: 24190201429 DT. 30/09/2005/Our CST & TIN No: 24690201429 DT. 30/09/200524690201429 DT. 30/09/200524690201429 DT. 30/09/200524690201429 DT. 30/09/2005
CIN: U40100GJ1993SGC019988
RFQ- No-36856 GUJARAT STATE ELECTRICITY CORPORATION LTD
370 MW GAS BASED POWER STATION UTRAN –SURAT 394105 TENDER Notice No.04/2016
TENDER No.Web.07/Mech/2016
Work of Refilling / Maintenance, hydro testing, Painting and replacement
of spare/parts of different capacity CO2 type Fire Extinguishers at
UGBPS, Utran.
ESTIMATED COST : Rs. 279056=00 EMD DEPOSIT : Rs.2790=00 TENDER FEE : Rs. 500=00
TIME LIMIT : 06 month. DEPARTMENT : MMD/Fire
Page 2 of 26
GUJARAT STATE ELECTRICITY CORPORATION LTD.
CCPP-II, GBPS, Utran – 394 105
TENDER COPY
TECHNICAL BID
Page 3 of 26
INDEX
NAME OF WORK: Work of Refilling / Maintenance, hydro testing, Painting and
replacement of spare/parts of different capacity CO2 type Fire Extinguishers
at UGBPS, Utran(Web.07/Mech/16) . Sr. No.
Name of Document Page No.
Technical Bid 01 Tender notice 4 02 Pre-qualification criteria 6 03 Scope of work 7,8 04 Annexure-I (Terms & Conditions) 9 to 13
05 Deviation sheet 14
06 Labour laws 15 to 19 07 General safety rules/norms to be observed by the contractor 20,21 PRICE BID 08 Tender Notice 22 09 Schedule-B 23 to 26
Page 4 of 26
GUJARAT STATE ELECTRICITY CORPORATION LTD. CCPP-II, UTRAN - 394105
TENDER NOTICE No.04/2016
TENDER NOTICE NO:Web.07/Mech/2016
Sealed percentage rate tenders are invited form experienced, Registered and approved contractor for Work of Refilling / Maintenance, hydro testing, Painting and
replacement of spare/parts of different capacity CO2 type Fire Extinguishers at UGBPS,
Utran(Web.07/Mech/16)
1) Estimated cost: Rs.2,79,056=00 2) Last date for Down loading from web site: 30-7-2016 (Up to 15=00 Hour) 3) Date for submission of tender. 30-7-2016 (15=30 Hour) 4) Date of opening of Tender (if possible) : 30-7-2016 ( 15=30 Hour ) 5) Date of opening of Tender (Price bid) : inform later 6) Earnest Money: - : Rs.2,790/- 7) Security Deposit: 10 % of the order value. 8) Tender Fee: - : Rs. 500/- 9) Time limit: - : 06 month The full particulars can be had in the tender, which can be down loaded from web site of GSECL. The tenders may be opened in the presence of contractor who wishes to remain present at the time of opening. The undersigned reserves the right to reject any or all tenders without assigning any reason thereof. N.B:-1) Tender will be accepted only by RPAD. It is necessary to produce the experience, income tax clearance & solvency certificates for the work carried out in past at the time submitting of tender copy. 2) The tenderer should quote the DD No on tender cover for payment of Tender fee & EMD. 3) The tender without payment of Tender fee & EMD will not be opened/ considered.
Chief Engineer, GSECL, GBPS, Utran.
Page 5 of 26
GUJARAT STATE ELECTRICITY CORPORATION LIMITED GAS BASED POWER STATION, UTRAN; DIST: SURAT
Sub: - Work of Refilling / Maintenance, hydro testing, Painting and
replacement of spare/parts (if required) of different capacity CO2 type
Fire Extinguishers at UGBPS, Utran(Web.07/Mech/16) Terms & Conditions:- A. Technical Bid & price bid hard copy shall be submitted in separate self addressed sealed
Envelope. It is necessary to specify the name of the work on envelope cover while bidding the tender.
B. The tender shall be submitted along with EMD/Tender fee by DD only, without which tender will not be accepted. Cheque is not acceptable.
Note:- 1. The tender may be opened in presence of contractors, who wish to remain present at the time of
opening the tender. 2. The Chief Engineer, reserves the right to reject any or all tenders without assigning any reason
thereof. Any clarification regarding the tender shall be obtained before opening the tender. 3. The tender will be accepted only by registered Post AD. Technical Bid should be posted
Separately in one covers. 4. The Price Bid of only those Bidders who will full fill the qualifying requirement of
Technical Bid only will be considered for opening of Price Bid. 5. Bidders should quote the reference of payment of EMD, DD No. & Date. The bidder should
also certify as ‘unconditional tender’ on tender cover itself. Tender without payment of EMD will not be opened or considered.
Chief Engineer
GSECL, UGBPS,Utran. Signature and full Address of the Bidder
Page 6 of 26
GUJARAT STATE ELECTRICITY CORPN. LTD. GAS BASED POWER STATION, UTRAN,DIST : SURAT-394 105.
PRE-QUALIFICATION REQUIREMENT
Name of work: Work of Refilling / Maintenance, hydro testing, Painting and
replacement of spare/parts of different capacity CO2 type Fire Extinguishers at
UGBPS, Utran. (Web.07/Mech/16)
PRE-QUALIFICATION REQUIREMENT::
A. The bidder having work experienced of refilling / Maintenance, hydro testing,
Painting and replacement of spare/parts (if required) of different capacity CO2 type
Fire Extinguishers at minimum one place in any power station/heavy industries
/project/reputed organization successfully. The bidder shall have to submit
executed work order copies having similar type of work and performance
certificates for successful execution along with the technical bid.
B. The bidder shall have to submit detail of P.F. code number from appropriate
authority and Labour License.
C. The bidder shall have to submit PAN/TIN No. and IT Clearance Certificate along
with the Technical bid.
D. The bidder shall have to submit Solvency Certificate not older than 12 months
from the date of submission of tender of minimum 20% of the estimated cost
from a Nationalized Bank.
E. Details of Partnership deed in case of a partnership firm.
F. Copy of Service Tax registration.
G. Copy of Profile (List of tools & Tackles etc. required for subjected works)
H. Bidder shall have to mention the deviation if any into the Appendix No. 5 only
enclosed herewith in technical bid.
I. Schedule, terms & conditions duly signed on each page of tender.
J. RTGs full detail required.
Technical Bid without above will not be qualified and liable for rejection
Signature of Contractor with Seal Chief Engineer (Gen),
UGBPS, Utran
Page 7 of 26
GUJARAT STATE ELECTRICITY CORPN. LTD. GAS BASED POWER STATION, UTRAN,DIST : SURAT-394 105.
SCHEDULE-A
NAME OF WORK: Work of Refilling / Maintenance, hydro testing, Painting and
replacement of spare/parts of different capacity CO2 type Fire Extinguishers at
UGBPS, Utran. (Web.07/Mech/16)
Scope of work
For item no in PART-I
1. Party has to arrange the collection/delivery of empty cylinder from Ex-utran gas
based power station to their works and back to UGBPS as & when required basis.
2. Party has to arrange the filling of CO2 gas as per IS:2190 having purity of 99.9%.
3. Party has to arrange replacement of minor parts in valve of fire extinguisher
during the job work.
For item no in PART-II
1. Party has to arrange hydraulic pressure test of cylinder and test certificate for the
same is to be submitted along with filled cylinder.
2. Party has to arrange hydraulic pressure testing of fire extinguisher from Govt.
approved laboratory only.
3. Party has to arrange necessary noting on fire extinguisher for the date of
hydraulic test and next due date for the same.
4. Party has to submit Test Certificate along with filled cylinders.
For item no in PART-III
1. Contractor shall have to carry out the spray painting of the Extinguishers as per instruction of EIC.
2. Contractor has to carry out the spray painting as per IS colour code of fire
extinguishers and as per norms.
For all items.
1. Party has to enter in agreement on non judicial stamp paper of Rs.100/- before
collection of empty cylinder. The cost of stamp paper is to be borne by party. The
format of agreement can be had from office of EIC.
Page 8 of 26
2. Party has to quote the rates with exclusive of loading & unloading charges. The
charges will be paid by the GSECL for loading, unloading and transportation on
produce of evidence. No toll tax or vat will be applicable on carting of vehicles.
3. Time limit for the said work is six month from the date of work order however
GSECL reserve its right to extend the work order for the further period of six
month on same rate, terms and conditions.
4. Payment terms:- Payment shall be made on completion of work within 30 days
after completion of works as per GSECL rules. Part has to submit pre Advance
receipt for the same along with bills.
5. The quantity of work shall vary on both side and payment shall be released for the
actual quantity during the contract period.
6. The contractor shall have to arrange for comprehensive transit insurance to
GSECL material.
7. The rates quoted shall be firm till completion of the work and valid up to six
month from the date of opening of tender.
8. The successful tenderer shall require executing the agreement as per GSECL rules.
The cost of the stamp paper shall be borne by the party.
9. The successful tenderer shall have to pay the security deposit of 10% of the order
value before issuing the detail order in from of D.D or bank guarantee. The S.D.
will be released after completion of work order satisfactory.
10. The Chief Engineer (GEN), UTRAN reserves the right to accept or reject any or all
offers without assigning any reason thereof.
11. All terms and conditions and clauses for contract for works of GSECL are
applicable to this contract.
12. For any dispute in regard to this order, terms, conditions, interpretation, meaning
etc. the decision of CHIEF ENGINEER (GEN) UTRAN shall be final and binding upon
party.
13. The company reserves the right to terminate the contract at any time, without
assigning any reason what so ever. Contractor will not be entitled for any
compensation damages losses what losses what so ever on account of such
termination of the contract.
Chief Engineer (Gen),
GSECL, Utran
Seal & signature of contractor
Page 9 of 26
GUJARAT STATE ELECTRICITY CORPORATION LTD.
GAS BASED POWER STATION UTRAN
Name of work: Work of Refilling / Maintenance, hydro testing, Painting and
replacement of spare/parts of different capacity CO2 type Fire Extinguishers at UGBPS,
Utran. (Web.07/Mech/16)
ANNEXURE-I
TERMS AND CONDITIONS:
1) The work shall be carried out according to the enclosed General Conditions, other conditions, Technical Specifications etc & such of the working drawings approved by the GSECL.
2) Tenders must be submitted in the enclosed schedule of work & quantities. Those received in any other form will not be accepted. They should be accompanied by a covering letter in which the bidder should give all information as called for in the specifications & any other point which he would like to be considered along with the tender.
3) EARNEST MONEY DEPOSIT (EMD) a. Bidders are requested to pay an earnest money deposit by demand draft only on Public
Sector Banks, or IDBI Bank / AXIS Bank / HDFC Bank / ICICI / The Kalupur Commercial Co-Operative Bank Limited Bank payable at Utran as specified in the tender notice. Payment of EMD in form of Cheque shall not be accepted.
b. The EMD shall be submitted along with submission of Technical bid only. Tenders not accompanied by EMD shall be rejected as non-responsive.
c. If during the tender validity period, i.e. 120 days, the tenderer withdraws his tender, the EMD shall be forfeited and the tenderer may be disqualified from tendering for further works.
d. The EMD will be returned promptly to the unsuccessful tenderer. The EMD will be returned to the successful tenderer after he furnishes the Security Deposit for performance and duly enters in to the contract. If he fails to furnish the SD or to execute the contract for the work offered to him, his EMD shall be forfeited and the tenderer may be disqualified from tendering for further work.
4) SECURITY DEPOSIT (SD): a. Successful bidder shall have to pay Security Deposit (SD) equivalent to 10% of the ordered
value in Advance (before dispatch the detail order). Any loss to the GSECL due to late start of work because of late payment SD shall be the contractor’s liability.
b. The amount of Security Deposit will be refunded after the satisfactory completion of the contract after certification by the concerned Suptd. Engineer and after deducting any dues of the GSECL.
5) AGREEMENT:
The contractor will have to execute agreement on Rs.100/- non judicial stamp paper purchased from Government treasury office/post office only before starting the work. In case of non execution of agreement the payment will be withheld.
6) BOND : You will have to execute Indemnity Bond on Rs. 100/- Non-judicial stamp paper purchased from Government treasury office/post office only for indemnity of the material issued by GSECL for the above work.
7) Any tender not bearing signature of the bidder & seal of the company on all the documents accompanying the tender is liable to rejection. Further it is specifically instructed that conditional tenders shall summarily be rejected.
8) The tenders received after time and date specified in the tender notice, will not be accepted. Once the offer submitted by the contractor before due date of submission, the contractor will not be
Page 10 of 26
allowed to submit revised / additional / modified / other even before due date. However, if the issue and receipt of tender is extended by the GSECL due to any reason, the contractor may submit the revised offer before due date of submission, if he wish to submit.
9) The bidders shall note that no deviations from the technical specifications or commercial conditions with this bid are acceptable & it will be presumed that the bidder agrees entirely with the specifications & General terms &conditions of the contract.
10) The work shall be completed within the period stipulated in the contract. In the event of any delay due to any other reason not attributable to the contractor, reasonable extension in the completing the work may be given at the discretion & as decided by the GSECL but no compensation or idle charges will be paid to the contractor under any circumstances.
11) The GSECL reserves the right to accept any tender irrespective of whether it is lowest or not or to reject all the tenders without assigning any reasons there of. Tenders departing from the technical Specification or the method of bidding in a radical manner may also be rejected.
12) On acceptance of the tender the name(s) of the accredited representative(s) of the tenderer who would be responsible for taking instructions from the Engineers of the GSECL shall be communicated to the Chief Engineer (GEN), Gujarat State Electricity Corporation Ltd,UGBPS, UTRAN.
13) This specification is intended as a general description of quality envisaged for materials & workmanship & of the finished work. It is not intended to cover minute details. The work shall be executed in accordance with the best modern practice & to the complete satisfaction of the GSECL. Special techniques approved by the GSECL shall be used if & where found necessary without any extra claim. This specification shall have precedence if any thing contrary to this is stated elsewhere in the contract documents, the GSECL’s decision shall be final & binding to the contractor on any issue arising out of such discrepancies
14) The contractor will observe all safety measures for his working persons. The Contractor will be responsible for his working personnel for any injuries or mishap caused/occurred to them during the execution of above work. GSECL will not pay any compensation in such case to Contractor’s persons.
15) The contractor will also be responsible for any damages caused to the GSECL property by his Personnel during the execution of above work. In such cases, the contractor will arrange to repair/rectify or will pay such amount to GSECL as may be decided by the competent authority of GSECL
16) The contractor will govern his working personnel with the labour laws and other prevailing laws in Gujarat State. Contractor shall arrange for all necessary insurance policies for labour, material, equipment etc
17) The work will have to be carried out as and when required, as per the instruction of Engineer-in-charge.
18) If any dispute arise during the execution of the work, the decision of I/C Chief Engineer, GSECL , Utran, shall be final & acceptable & binding to the contractor.
19) The contractor’s personnel will co-operate to the engineer-in-charge for execution and satisfactory completion of work.
20) GSECL reserves Right to forfeit the security deposit in case of any beach of Contract condition in case of any dispute the decision of the under I/C Chief Engineer, GSECL UTRAN shall be final and acceptable & binding to contractor.
21) COMPENSATION FOR DELAY : The complete job as per schedule B is to be completed with time limit, failing which will be penalty at rate of ½ % or order value per day to the extend of 10% of the order value will be recovered from the bill.
22) If engineer–in-charge feels that work done by the contractor is not done in satisfactory no extra charge will be payable by the GSECL for such work if carried out again by Contractor, to complete the works as per the requirement.
Page 11 of 26
23) UNSATISFACTORY PROGRESS OF WORKS : If contractor fails to start the work in time specified or his work is found dissatisfactory or he
defaults In proper execution of work or he fails to improve his working in spite of instruction given
to him, GSECL reserves the right to terminate the contract by serving 7(seven) days notice. The
security deposit paid by the contractor in such case shall be forfeited. GSECL also reserves the
right to award the contract to any other party or may carry out the work departmentally at the risk
and cost of the contractor.
24) INCOME TAX : Income tax as applicable will be deducted from the bill as per I.T. act/Rules
25) GSECL will provide accommodation if available on chargeable basis as per GSECL’s rules & one quarter/Hostel room will be allocated to the contractor on request if available.
26) R.A./Final bill of this work will be prepaid after completion of work satisfactorily as per Engineer-in-charge.
27) Daily work progress report & labous’s presence will be submitted by Contractor to the Engineer-in –charge.
28) The penalty will be levied, if the contractor will leave the work un-completed. 29) All debris/dirt will be cleaned regularly from the work place, & the working place will be kept
cleaned by the contractor. 30) The contractor shall bring his own tools & tackles & cleaning material & consumable as may be
required for carrying out the job. 31) VALIDITY OF TENDERS:
All quotations shall be opened for acceptance by GSECL for a period of 120 days from the date of opening of the tenders and the Tenderer shall be bound to do so supply on such acceptance. All quotations submitted against this tender shall be deemed to comply with this condition, unless otherwise agreed to, by M/s GSECL.
32) QUOTATION a) The Tenderer must quote his rates per unit specified in the schedule, in figures as well as in
words. b) Any variation in the rates etc will not be allowed on any ground such as a mistake,
misunderstanding etc, after the tender has been submitted. The Tenderer rate must include in general.
c) Suppliers printed terms & conditions of the contract will not be considered as part of tender, if our standard terms are not acceptable they should specify deviation if any of the tender.
d) Tenderers are prohibited from making any addition or alteration in the description of articles mentioned in the Schedule. If they wish to quote for any similar items, they may do so, by adding such items at the end of
the Schedule.
e) All tenders must be submitted on this form and must be clearly and legibly filled in quotation and remarks must be either in ink or typewriting. Tenderers are requested to sign the form of tender and schedule of rates and if not so signed, the tender shall be rejected.
33) ACCEPTANCE OR REJECTION OF BID
(I) The GSECL reserves the right to accept any tender irrespective of whether it is lowest or not or to reject all the tenders without assigning any reasons thereof. Tenders departing from the stipulated technical specifications, commercial conditions or the method of bidding in a radical manner are liable to be rejected.
(II) The bid is liable for rejection, if it is
• Without payment of EMD / Tender Fee. • Not in prescribed form.
Page 12 of 26
• Not bearing signature of the bidder & seal of the company on all the documents accompanying the tender.
• Not confirming to specifications or conditional tender. • Received after expiry of the due date & time. • Received by telex or telegram or fax.
• Submitted by bidders who are listed under declaration of ineligibility for corrupt or fraudulent practices issued by GSECL, Govt. of Gujarat or other Public Sector under taking.
• Tender not fulfilling all the above conditions and those specified in the documents attached or incomplete in any respect are liable to rejection.
34) EARNEST MONEY OF UNSUCESSFUL TENDERS:
Earnest money deposited by unsuccessful tenders will be refund as soon as possible, after
the tender has been settled upon & the Tenderer has to return to the Addl Chief Engineer,
Utran, the original receipt for the Earnest money together with the advance stamped receipt.
35) DISREGARD OF TENDER CONDITIONS: M/s GSECL reserves the right to reject any tender which does not confirm to any of the above
conditions.
36) JURIDICTION: All quotations or differences arising our or in connection with the contract if concluded shall be
subject to the exclusive jurisdiction of the court within whose jurisdiction the place from which
the acceptance of tender issued, is situated.
37) Arbitration: { A }
“ All question, dispute or differences whatsoever which may at any time arise between the
parties to this agreement touching the agreement or subject matter thereof, arising out or in
relation thee to and whether as to construction or otherwise shall be referred to the decision
of the sole Arbitrator, appointed by the chairman & MD ,GSECL for that purpose, who shall be
retired High Court Judge or a retired District and Sessions Judge, and the decision of the said
Arbitrator shall be final and binding upon the parties, Reference to the Arbitrator shall be
governed by the provisions of the Arbitration and conciliation act-1996 as amended from time
to time and rules made there under. The Arbitration proceeding shall be conducted at HO,
GSECL, Vadodara or at such place as the sole Arbitrator may be determined. The award of
sole Arbitrator shall be final be final and binding upon the parties”
{ B }
“ All question, dispute or differences whatsoever which may at any time arise between the
parties to this contract in connection with the contract or any matter arising out of or in relation
thereto shall be referred to the Gujarat Public Works Contract Dispute Arbitration Tribunal as
per the provision of the Gujarat Public Works Contract Dispute Arbitration Tribunal act-1992”
“In case where divisible orders for supply and works are placed instead of indivisible supply
and works order, the arbitration clause for such divisible supply order shall be incorporated as
per Sr. A and for divisible work order the Arbitration clause shall be as per Sr no- B above.”
38 The contract or any part thereof shall not be subject to change without the written permission of the Chief Engineer (G), Gujarat State Electricity Corporation Ltd, Utran or his authorized representatives.
Page 13 of 26
35. Further information required, if any, can be had from the office of the Chief Engineer (G), Gujarat State Electricity Corporation Ltd, Utran, during working hours. But it must be clearly understood that the tenders must be received complete in every respects by the due date & time.
36. The electric power, at site, will be made available at one mutually agreed point, free of cost (connection only) by Gujarat State Electricity Corporation Ltd, Utran Gas Based Power Station within GSECL premises only. Further distribution will have to be carried out by the contractor as per requirements at their own cost.
37. Bidders must quote firm price only, till completion of work under contract, & this is to be confirmed by bidder while submitting his offer.
38. No escalation towards labour and material / fuel shall be paid in this execution of contract. Price quoted shall be firm.
39. Each tender shall contain the name, residence & place of business of person or persons making the tender & shall be signed by the tenderer with his usual signature with seal of the company.
40. GSECL reserves the right to delete any item of Schedule-B for which contractor shall not have any right to claim on this account.
41. No idle charges shall be entertained by Gujarat State Electricity Corporation Ltd for any site conditions or any circumstances.
42. The contractor shall have a separate Provident Fund Code of RPFC in the name of company. The contractors, who do not posses such separate P.F. code, shall not be considered for acceptance of tender. The contractor has to submit such certificate showing P.F. code along with tender.
43. Effect and validity of Bid: The submission of any bid connected with these documents and specification shall constitute on agreement that bidder shall have no cause of action or claim against the owner for rejection of his bid. The GSECL shall always be at liberty to reject or accept, split any bid or bids at his sole discretion and any action will not be called into question and the bidder shall have no claim in that regards against the owner.
44. Site visit: The bidder may visit the site for all information that may be necessary for quoting the tender bid and entering in to contract. All cash and liabilities arising out of the site visit shall be at bidder account.
45. Recoveries: (I) In case of any damage to equipment/machinery or structure/building of GSECL or any public
property due to negligence’s of contractor or any other reasons attributed to contractor the decision of E.I.C. regarding the amount of recovery shall be final.
(II) If the contractor fails to execute the work as per direction of E.I.C. within the time frame given by GSECL time to time, shall get the work done through any other contractor at the risk and cost of the contractor and the cost of execution of such work along with 15% overhead charges shall be deducted from contractor bill over and above recovery as per rules.
46. The notice inviting tender, general instruction to bidders and all other documents of this tender shall form part of the contract.
47. Tenders who do not fulfill all the above conditions & those specified in the documents attached with this contract document or incomplete in any respect are liable to rejection.
Chief Engineer (Gen), GBPS, Utran
Seal & signature of contractor
Page 14 of 26
GUJARAT STATE ELCTRICITY CORPORATION LIMITED
GAS BASED POWER STATION UTRAN –SURAT
Name of work: Work of Refilling / Maintenance, hydro testing, Painting and
replacement of spare/parts of different capacity CO2 type Fire
Extinguishers at UGBPS, Utran. (Web.07/Mech/16) Deviation sheet
Sr. No. DEVIATION Ref. Page
No.
Tender Document
Ref.
Proposal of contractor
Remarks
Date: Place:
Page 15 of 26
Seal & signature of contractor
TERMS AND CONDITIONS REGARDING INDUSTRIAL LAWS AND OTHER RELATED MATTERS:
1. WAGES TO BE PAID, TIME OF PAYMENT, ETC. BY THE CONTRACTOR :
The Monthly payment of wages to the contract labourers will be compulsorily made through
bank. The Contractor shall supply copy of Bank Statement duly stamped by the concern Bank
as a Token of Proof towards payment of wages to HR Dept. If any problem may arise for
payment of wages through bank, same may inform to Chief Engineer (G) and after approval the
payment shall be disbursed in presence of the GSECL representative i.e. HR officer 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 extent 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 contracted.
2. Labour Laws:
a. The labour laws applicable and amended from time to time have to be followed scrupulously. A
few of them for information are as under:
b. Person below the age of eighteen years shall not be employed for the works
c. No female worker shall be employed in the night shift between 19:00 hrs and 06:00 hrs.
d. 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.
e. 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:
f. 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.
g. Payment of deposit and License fee 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. 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.
h. 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.
Page 16 of 26
i. No laboures are allowed to enter in power station premises that don’t Identity cards as
prescribed under the Factories Act or by the Thermal power station with photograph affixed
thereon, for identification of workers.
j. 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.
k. Payment of compensation in case of accidental injury, under Workmen’s Compensation Act.
l. Provision of crèche if the female labour employed is more than 30.
m. Maternity leave as per the provision of the Maternity Benefits Act.
n. If any workmen engage by contractor / agency meets with fatal or non fatal accident while on
duty, then contractor / agency shall be liable to pay compensation to legal hair or to the
workman as case may be as per workman compensation 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.
3. 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 12% 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,
Ahmadabad, or to the authority prescribed under the Act along with the other charges.
4. 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.
5. MINIMUM WAGES ACT : The contractor shall pay prevailing minimum wages as applicable from time to time to the
laborers engaged by him as per the Minimum Wages Act, in presence of the GSECL’s officer or
representative.
6. 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.
Page 17 of 26
7. 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 record /
verified and approved / certified by the authorized officer of the GSECL.
8. 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.
9. 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. LABOUR LICENSE FOR LABOUR CONTRACT : : The Contractor / Agency shall have to obtain the copy of Labour Contract
License under contract Labour (Regulation & Abolition) Act from the appropriate authorities
before commencement of work.
11. WORKMEN’S COMPENSATION FUND AND EMPLOYER’S LIABILITY INSURACE:
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. The contractor must insure that all the laborers may cover before starting the works
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 employee as prescribed under various Labour Laws and produce the same as and
when demanded by GSECL’s or Govt. 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 whatever arising out of or in connection
Page 18 of 26
with the matters referred in above clauses and elsewhere and against all actions, claims,
demands, Costa and expenses which may be made against the GSECK, by any workman /
employee of the contractor or sub – contractor or any other person under any law, rules or
regulations having the force of law, including, but not limited to, claims against the owner under
Workmen’s Compensation Act, 1970. The force of law, including, but 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 whatever 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. Contractor / Agency shall have to issue the contractual appointment letter for a specific period to their Labour engaged during the contract period each and every instance & should narrated clear out terms & conditions for the liabilities of the concerned employees.
15. 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 Honorable Industrial Tribunal effective from the date directed in the award.
16. 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 HR Officer of GSECL.
17. The contractor will make arrangements at his own cost to insure all men, materials and equipment employed for this work. The GSECL will to 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 laborers must be intimated to IRO, GBPS, Utran, immediately.
19. Any casualty will also have to be borne by the contractor for the period the contract continues.
20. 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.
Page 19 of 26
21. The Contractor / Agency shall have to produce / submit the copy of Wage Register, Muster Roll, PF Deposition Challan, PF Schedule, Copy of Bank Statement duly stamped by the concern Bank and relevant records under various Labour Laws for the contract work to HR Department to ensure compliance to provisions of various legislations.
22. Attendance of contract labourers will be through punching machines for which
Punching machines shall installed to facilitate the contractors by GSECL for
Which monthly charges of Rs. 10/- will be levied on contractor as administrative
Charges.
Chief Engineer (Gen), GBPS, Utran
Seal & signature of contractor
Page 20 of 26
GUJARAT STATE ELECTRICITY CORPORATION LTD.
UTRAN GAS BASED POWER STATION
“GENERAL SAFETY RULES / NORMS” TO BE OBSERVED BY THE CONTRACTORS. All contractors working at Utran GBPS shall have to strictly observe the following Safety Rules. Contractors are responsible to inform these rules to their staff & see that it is implemented by them as well as the employees of Agencies/Sub-Contractors engaged by them for work contract awarded to them. Prior to commencement of the work, Contractor shall have to submit a written assurance on their letterhead to the concerned Sectional Head/Engineer-in-charge that they have thoroughly gone through these Rules, have educated their employees/employee of their sub contractor and will strictly observe the said Rules while execution of work under work contract awarded to them. They shall indemnify the Corporation for any loss/damage of properties or accident/injury to the Corporation’s employee or employee of their own in default of non - observing these rules. 01 Only qualified, trained, experienced & conversant persons are to be engaged/ employed for execution of the
work awarded to them. 02 The contractor shall take all the required safety measures prior to commencement of work on dangerous
substances, machineries or area at which cautionary notice is displayed and obtain “Line Clear” or “Work Permit” through the concerned Department / Section.
03 Prior to welding, cutting, heating or any other hot work job, remove all the inflammable material lying at or nearby worksite or cover it properly by suitable protective covering. Also, special care shall be taken before carrying out such job & see that all possible contributing factors to set fire shall be removed/vanished prior to commencement of the work. Advance intimation shall be given to concern section/fire section to commence the work in fire prone areas. Necessary Fire Extinguishers/equipments & fire extinguishing media/material like sand/water buckets or other appropriate equipment shall also be kept ready at such place.
04 Prior to commencement of the work inside confined space/vessel, obtain necessary “Confined Space/Vessel Entry Permit” from concerned department. Properly guarded & BIS approved 24-volt hand lamp shall be used for lighting in such areas. Competent supervisor/person at entry point shall be kept for taking care of person(s) working inside confined space/vessel who will keep constant watch on person(s) working inside, assist them or arrange for outside assistance incase of emergency. While working inside sewage, trench or in-depth, either a person, to warn outsiders/entrants/passers etc, shall remain available near entry point or the entry point shall be cordoned by a barricaded tape with a cautionary notice. After completion of the works, all the lids/covers/grills/grits opened, shall be re-fixed/re-placed in the original position as it were prior to commencement of the work and leave the work place in safe condition in all respect, so as to prevent accident to fellow workers.
05 Do not work on or block (by stacking material/spare-parts/tools-tackles/equipments etc) any passages/walkways/staircases/lifts/platforms or any other approaches/roads leading to plants or its auxiliaries, on which there is movement or possibility of movement/traffic in emergency. Such passages are for safe escape in emergency. In unavoidable circumstances if it is utmost necessary to carryout any work in such area, either obtain prior permission of competent authority/Engineer in charge of this area, demarcate/declare area as UNSAFE by cordoning it using barricading tape with a suitable cautionary notice displayed on it or deploy a person to restrict the traffic on this route & divert it through other safe passage.
06 Prior to make use of any power/electrically operated hand tools/equipments/machines like welding/cutting machine/hand grinder/hand drill etc, ensure for its safe operation & use it only if it is found safe to use. Do not use defective, unsafe or improperly maintained equipments. The electrical power supply required to run such equipments shall not be connected directly at their own but it shall be obtained through Electrical Department by their authorized person or under their supervision/guidance. The Electrical Section will provide temporary electrical connection up to contractor’s Mains Board on which it is compulsory to install mains switch, ELCB & fuses of adequate capacity. All such equipments shall invariably be earthed adequately to prevent electrical shock/sparking/short-circuit etc. Power cord/cable used shall be of adequate capacity, joint less & having earth wire. It is compulsory to use 3-wire power cord for single & 4/5-wire power cord for three phase power connections. The plugs, receptacles, pins, holders etc shall be of standard make, adequate capacity & safe to use.
07 It is compulsory to use standard make Personal Protective Equipments (P.P.Es.) while at work as per the job requirement. If your staff found working without P.P.Es., the ongoing work will be stopped at your risk & cost. List of P.P.Es. to be used for various works/worksites is as under. 01 Industrial Safety Helmet. For head protection against falling objects or during fall of person from
height.
02 Safety Goggles(Grinding, Welding, Panorama etc).
For protection of eyes against flying particles / dust, chemical splash, spark, arc, flashover etc.
03 Face shield (Half or full). For protection of face against flying particles /dust, chemical splash, spark,
Page 21 of 26
arc, flashover etc.
04 Earplug / Ear muffs. For ear / hearing system protection while working in high noise level area.
05 Apron (Rubber / PVC / Asbestos / Leather / Cotton).
For body protection against chemicals, oils, sharp edged objects, heat, hot objects etc.
06 Gloves (Rubber/PVC, Asbestos, Leather, shock proof).
For protection of hands against chemicals, oils, sharp edged objects, heat, hot metals/objects, electricity etc.
07 Safety / Leather / Asbestos shoes, Gum Boots etc.
For protection of leg/feet against falling objects, sharp edged objects, heat, hot metals/objects, electricity etc..
08 Safety Belt / Rope / Life line / Fall prevention system etc.
For fall prevention while working at heights or in depth, working in vessel or in confined space.
09 Dust Respirator / Scarf. Protection of respiratory system against dust.
10 Chemical Cartridge Respirator
Protection against chemical fume / vapor etc.
11 Canister Gas mask. Protection against toxic/poisonous fumes/gases. 12 Air supply respirators. Working in oxygen deficient zone.
08 Before using lifting machines/tackles (CPBs./Hook-chooks/winch/forklift/mobile-crane/EOT-crane etc) & its attachments (D-shackles/slings/U-clamps/Eye-bolts etc) or any fixtures, check it & use only if found safe-to-use, ensure that these statutorily tested, examined & certified by Competent Person & is valid. Further, it shall be fixed properly and firmly prior to lifting the weight.
09 Scaffoldings for working at height shall be of adequate size & capacity. It is compulsory to use helmet with fastened chinstrap and safety belt with anchored rope While climbing on such scaffolding or working on any structure at height.
10 All electrical & mechanical equipments/tools-tackles like welding-cutting machine, Grinder, Drill, Chain Pulley Blocks, Hook chooks etc used during work execution shall be of standard make & ISI marked. The consumables like welding electrodes, grinding wheels/discs etc which has specific prescribed life span shall not be used in any case after its expiry date is over.
11 Either contractor or their employee shall not interfere in routine plant activities/works except work assigned to them, leave their work jurisdiction & loiter in other area and temper/operate/disturb the machineries/equipments/auxiliaries not concerned to their work. Contractor shall not allow their staff to sit or take rest at/near/below running plants/auxiliaries/systems or any place which is dangerous/hazardous & prone to accident.
12 In case of noticing smoke or fire during their work execution, they shall make immediate efforts to extinguish / control it and simultaneously inform the Fire Brigade on phone No. 200 or 300.
13 Poisonous/toxic/flammable/explosive gas cylinders (O2/H2/NH3/Cl2/ CO2/LPG/ Acetylene etc) shall be handled safely taking due care. It shall never be rolled but handled/shifted using a special trolley.
14 On completion of the work, cotton waste, spilled oil / grease, pieces of welding rod & other waste material shall be removed from work site and the area shall be left safe, neat & clean.
15 In case of any injury/accident while working, it shall immediately be reported through concerned Sectional Head / Engineer in the prescribed Form No. 21 available at TK office.
16 Contractor shall to provide standard make (ISI approved) P.P.Es./Safety Gadgets, suitable to give sufficient protection against hazards involved in their work/job, to their staff looking to the job requirement and insist/enforce them to use it compulsorily while at works.
17 Over & above these, contractor shall have to observe, follow & comply with all safety related requirements/rules & regulations/norms and legal provisions laid down in various statutes. Particularly the provisions of The Factories Act-1948 & The Gujarat State Factories Rules-1963 (Amended up to date) shall be followed strictly. The contractor shall also obey the rules / regulations / instructions of the local Competent Authority for safety requirements.
18 The above rules shall be scrupulously followed. Contact Safety Officer, if required, in case of any ambiguity or further guidance in this regard.
Seal & signature of contractor Chief Engineer (Gen), GBPS, Utran
Page 22 of 26
GUJARAT STATE ELECTRICITY CORPORATION LTD.
CCPP-II, GBPS, Utran – 394 105
TENDER COPY
PRICE BID
NAME OF THE WORK:-
Work of Refilling / Maintenance, hydro testing, Painting and replacement of
spare/parts of different capacity CO2 type Fire Extinguishers at UGBPS, Utran.
Tender No.:Web.07/Mech/2016
Page 23 of 26
GUJARAT STATE ELECTRICITY CORPN. LTD. GAS BASED POWER STATION, UTRAN,DIST : SURAT-394 105.
NAME OF WORK: work of Refilling / Maintenance, hydro testing, Painting and replacement of spare/parts of different capacity Fire Extinguishers of UGBPS, Utran.
(Web.07/Mech/2016) Schedule-B
Sr. No Description.
Approxi. Qty. No.
Rate from party
Total Amount
PART-I
1. Fire Extinguisher with CO2 gas filled in cylinder of 02 kg
capacity 16
250 4000
2. Fire Extinguisher with CO2 gas filled in cylinder of 3.2 kg
capacity 05
250 1250
3. Fire Extinguisher with CO2 gas filled in cylinder of 4.5 kg
capacity 26
300 7800
4. Fire Extinguisher with CO2 gas filled in cylinder of 6.8 kg
capacity 28 300 8400
5. Fire Extinguisher with CO2 gas filled in cylinder of 9.0 kg
capacity 06
350 2100
6. Fire Extinguisher with CO2 gas filled in cylinder of 22.5 kg
capacity 09
680 6120
7. Fire Extinguisher with CO2 gas filled in cylinder of 35kg
capacity 54
1050 56700
8. Fire Extinguisher with CO2 gas filled in cylinder of 45 kg
capacity 16
1350 21600
PART-II
1. Hydro testing of CO2 2kg fire extinguisher as per CCE
approved authorized agency 16
425 6800
2. Hydro testing of CO2 3.2kg fire extinguisher as per CCE
approved authorized agency 05
425 2125
3. Hydro testing of CO2 4.5kg fire extinguisher as per CCE
approved authorized agency 26
425 11050
4. Hydro testing of CO2 6.8kg fire extinguisher as per CCE
approved authorized agency 28
425 11900
5. Hydro testing of CO2 9kg fire extinguisher as per CCE
approved authorized agency 06
425 2550
Page 24 of 26
6. Hydro testing of CO2 22.5kg fire extinguisher as per CCE
approved authorized agency 09
425 3825
7. Hydro testing of CO2 35kg fire extinguisher as per CCE
approved authorized agency 54
425 22950
8. Hydro testing of CO2 45kg fire extinguisher as per CCE
approved authorized agency 16
425 6800
PART-III
1. Spray Painting with epoxy paint. of CO2 type 2kg fire
extinguisher 16
100 1600
2. Spray Painting with epoxy paint. of CO2 type 3.2kg fire
extinguisher 05
100 500
3. Spray Painting with epoxy paint. of CO2 type 4.5kg fire
extinguisher 26
150 3900
4. Spray Painting with epoxy paint. of CO2 type 6.8kg fire
extinguisher 28
180 5040
5. Spray Painting with epoxy paint. of CO2 type 9kg fire
extinguisher 06
350 2100
6. Spray Painting with epoxy paint. of CO2 type 22.5kg fire
extinguisher 09
450 4050
7. Spray Painting with epoxy paint. of CO2 type 35 kg fire
extinguisher 54
550 29700
8. Spray Painting with epoxy paint. of CO2 type 45 kg fire
extinguisher 16
600 9600
PART-IV(As per requirement)
1. Charges for spare/parts replacement of Fire Extinguisher CO2
gas filled of 02 kg capacity (i.e. Discharge pipe ) 8
87 696
2. Charges for spare/parts replacement of Fire Extinguisher CO2
gas filled of 3.2 kg capacity (i.e. Discharge pipe ) 3
87 261
3. Charges for spare/parts replacement of Fire Extinguisher CO2
gas filled of 4.5 kg capacity (i.e. Discharge pipe ) 13
240 3120
4. Charges for spare/parts replacement of Fire Extinguisher CO2
gas filled of 6.8 kg capacity as per under
a Rubber wheel, 6” per nos 12 59 708
Page 25 of 26
b Aluminum valve, only top wheel 12 38 456
c Discharge hose/pipe, only 1 mte hose 12 182 2184
d Horn, only plain horn 12 57 684
5. Charges for spare/parts replacement of Fire Extinguisher CO2
gas filled of 09 kg capacity
a Rubber wheel per nos 3 58 174
b Aluminum valve 3 38 114
c Discharge hose/pipe, only 2 mtr hose 3 292 876
d Horn 3 56 168
6. Charges for spare/parts replacement of Fire Extinguisher CO2
gas filled of 22.5 kg capacity
a Rubber wheel, 12 x 2 x 1 per nos 5 205 1025
b Aluminum valve 5 69 345
c Discharge hose/pipe 5 mtr 5 598 2990
d Horn 5 55 275
7. Charges for spare/parts replacement of Fire Extinguisher CO2
gas filled of 35 kg capacity
a Rubber wheel 12 x 2 x 1 per nos 20 455 9100
b Aluminum valve 20 38 760
c Discharge hose/pipe only hose 3mtr 20 409 8180
d Horn 20 55 1100
8. Charges for spare/parts replacement of Fire Extinguisher CO2
gas filled of 45 kg capacity
a Rubber wheel 12 x 3 x 1 per nos 10 643 6430
b Aluminum valve 10 38 380
c Discharge hose/pipe 5 mtr 10 598 5980
d Horn 10 59 590
Total Rs. Two lakh Seventy Nine Thousand Fifty Six Only 279056/-
Note:
Page 26 of 26
1. The payment shall be made for actual work carried out only.
2. Mentioned quantity are tentative, it may increase or decrease as per requirement. Unexecuted
quantity will be treated as cancelled.
3. Pl.submit your offer with all necessary consumable item/spare.
4. Service Tax / VAT will be paid extra as per prevailing rate of Government time to time.
5. The contractor shall deploy qualified and experienced personal only.
6. Charges for To & Fro Transportation of Fire Extinguishers and Equipments for
Refilling/Maintenance / Hydraulic Pressure Testing / Spray Painting / Replacement of Spares / Parts
at Party's works. Loading/unloading will be done by your person. Per Trips ( to & fro) charges is
Rs_____________.
7. Please submit details of RTGS/NEFT
Chief Engineer (Gen),
GBPS, Utran
Our Offer is___________________% higher OR ___________________% lower.
Net Amount in Rs.______________________________________________________
In words______________________________________________________________
(Overall lowest Party order will be issued)
Sign of contractor
With seal & date