Paschim Gujarat Vij Company Limited

27
Tender-2/2021-22 Signature of bidder Page 1 Tender Notice: BVNC/02/2021-22 Superintending Engineer, PGVCL, Circle Office, Bhavnagar invites “Online Tenders” for following work. Tender Papers & Specifications may be down-loaded from website https://pgvcl.nprocure.com (For view, download and online submission) and PGVCL website www.pgvcl.com (For view & download only). Tender fee may be paid along with submission of tender in EMD cover, for respective tender. All the relevant documents of tenders to be submitted physically will be received only by registered Post A.D. or Speed Post addressed to The Superintending Engineer, PASCHIM GUJARAT VIJ COMPANY LTD., Circle Office, Old Power House Compound, Chavdi Gate, Bhavnagar-364 001. “NO COURIER SERVICE OR ORDINARY POST OR HAND DELIVERYwill be allowed. If any tender is received through courier or ordinary post or by hand delivery, it will not be considered and the tender of the bidder will be disqualified. PRICE BIDS TO BE SUBMITTED ON-LINE ONLY. BRIEF DETAILS REGARDING TENDER IS AS UNDER: Organization/Department Name Paschim Gujarat Vij Company Limited, Circle Office, Bhavnagar Circle/Division Bhavnagar Circle Office IFB No / Tender Notice No BVNC/02/2021-22 Name of Project Tender for Supply, Providing & Commissioning of Maintenance free, Eco-Friendly ready Capsule, Pipe-in-Cage (PIC) Type Earthing in 11 KV Kotada AG SKY feeder of Mahuva (R-2) subdivision under Mahuva Division Name of the Work / Description of Material Tender for Supply, Providing & Commissioning of Maintenance free, Eco-Friendly ready Capsule, Pipe-in-Cage (PIC) Type Earthing Estimated Contract Value(INR) 20,00,000/- Twenty Lakh Only Period Of Completion / Delivery Period 60 Days Mode of Tender Open Tender Currency Type Single Tender Currency Settings Indian Rupee(INR) Consortium / Joint Venture Applicable Rebate Not Applicable Sector Category Power and Energy Form of Contract Works Product Category Cable/ Wire /Earthing Paschim Gujarat Vij Company Limited

Transcript of Paschim Gujarat Vij Company Limited

Tender-2/2021-22

Signature of bidder

Page 1

Tender Notice: BVNC/02/2021-22

Superintending Engineer, PGVCL, Circle Office, Bhavnagar invites “Online Tenders” for following

work.

Tender Papers & Specifications may be down-loaded from website

https://pgvcl.nprocure.com(For view, download and online submission) and PGVCL website

www.pgvcl.com(For view & download only). Tender fee may be paid along with submission of

tender in EMD cover, for respective tender.

All the relevant documents of tenders to be submitted physically will be received only by

registered Post A.D. or Speed Post addressed to The Superintending Engineer, PASCHIM

GUJARAT VIJ COMPANY LTD., Circle Office, Old Power House Compound, Chavdi Gate,

Bhavnagar-364 001. “NO COURIER SERVICE OR ORDINARY POST OR HAND DELIVERY” will be

allowed. If any tender is received through courier or ordinary post or by hand delivery, it will

not be considered and the tender of the bidder will be disqualified. PRICE BIDS TO BE

SUBMITTED ON-LINE ONLY.

BRIEF DETAILS REGARDING TENDER IS AS UNDER:

Organization/Department Name Paschim Gujarat Vij Company Limited,

Circle Office, Bhavnagar

Circle/Division Bhavnagar Circle Office

IFB No / Tender Notice No BVNC/02/2021-22

Name of Project Tender for Supply, Providing & Commissioning of

Maintenance free, Eco-Friendly ready Capsule, Pipe-in-Cage

(PIC) Type Earthing in 11 KV Kotada AG SKY feeder of

Mahuva (R-2) subdivision under Mahuva Division

Name of the Work / Description

of Material

Tender for Supply, Providing & Commissioning of

Maintenance free, Eco-Friendly ready Capsule, Pipe-in-Cage

(PIC) Type Earthing

Estimated Contract Value(INR) 20,00,000/-

Twenty Lakh Only

Period Of Completion / Delivery

Period

60 Days

Mode of Tender Open

Tender Currency Type Single

Tender Currency Settings Indian Rupee(INR)

Consortium / Joint Venture Applicable

Rebate Not Applicable

Sector Category Power and Energy

Form of Contract Works

Product Category Cable/ Wire /Earthing

Paschim Gujarat Vij Company Limited

Tender-2/2021-22

Signature of bidder

Page 2

Amount Details

Bid Document Fee / Bid

Processing Fees(Tender Fee):

Rs.1180/- (1000+180 with GST)

One Thousand One hundred eighty Only

Bid Document Fee Payable To : Paschim Gujarat Vij Company Limited, Bhavnagar

EMD (INR) : Rs. 20,000/-

Twenty Thousand Only

EMD In Favour Of: Paschim Gujarat Vij Company Limited, Bhavnagar

Tender Dates

Bid Document Downloading Start

Date

27/10/2021 17:00:00 onwards

Bid Document Downloading End

Date

11/11/2021 17:00:00

Pre Bid Meeting No Meeting

Last Date & Time for Receipt of

Bids

11/11/2021 17:00:00

Bid Validity Period 90 Days

Remarks Last date of physical submission of technical bid tender fee

and EMD cover is as per Last Date & Time for Receipt of Bids

date 17/11/2021 17:00

Preliminary Stage Bid Opening

Date (Technical Bid)

22/11/2021 11:00:00 onwards

Commercial Stage Bid Opening

Date (Price Bid)

22/11/2021 16:00:00 onwards

Other Details

Officer Inviting Bids : SUPRETENDING ENGINEER,PGVCL, CIRCLE OFFICE,

BHAVNAGAR

Bid Opening Authority : SUPRETENDING ENGINEER,PGVCL, CIRCLE OFFICE,

BHAVNAGAR

Address : SUPRETENDING ENGINEER,PGVCL, CIRCLE OFFICE,

BHAVNAGAR

Contact Details : +91-7567245562, Deputy Engineer (SCADA)

Tender-2/2021-22

Signature of bidder

Page 3

Schedule B [Price Bid]

IFB No / Tender

Notice No

BVNC/02/2021-22

Name of Project Tender for Supply, Providing & Commissioning of Maintenance free, Eco-

Friendly ready Capsule, Pipe-in-Cage (PIC) Type Earthing for Kotada Ag SKY

Feeder of Mahuva (R-2) Sub-Division under Mahuva Division

(Rate quoted on-line)

Sr.

No

Particular Unit Unit

Rate in

Rs.

Approx

Supply Qty

Total

Amount

Part-A (Supply, Installation, testing, Commissioning of Earth Pit)

1a Supply, Installation, testing and commissioning of

Maintenance free,Ready capsule, Pipe-in-cage (PiC) type

Earth pit with 2 Mtr Electrode as per the specification

and drawing attached with tender

Nos. 4150 --- ---

1b Supply, Installation, testing and commissioning of

Maintenance free, Ready capsule, Pipe-in-cage (PiC) type

Earthing with 3 Mtr Electrode as per the specification

and drawing attached with

tender.

Nos. 5450 255 13,89,750.00

Part-B (Supply, Installation, and connection of various parts of Transformer with Earthing system)

2a Supply and installation of 25 X 3 mm GI Strip having hot

dip- galvanized-zinc coating of 80-100 microns without

any joints or welding. Both the end of the GI strip should

be connected with GI nut bolts and required fabrication

work for giving separate earthing connections to(1)

Neutral of the transformer(2) MS structures of the

transformercenter(3) Lightening Arrestor(Approximately

25 meter GI strip per transformer centre -as per

requirement and instruction of Engineer in-charge) (3

earth Pits required for three separate earthings)

Meter 45 2550 1,14,750.00

3 Supply and installation of uPVC standard make Pipe of

1.25" diameter for covering GI strip with UV protected

Cable Ties of 550 X 7.6 mm size to bind with

poleface(Approximately 25 meter uPVC pipefor GI strip

covering per transformer center -as per requirement and

instruction of Engineer in-charge)

Meter 85 2550 2,16,750.00

Grand Total per Transformer Centre

Total Transformer Centers on feeder Nos 85 17,21,250.00

SAY Rs.20,00,000/- (Rupees Twenty Lakh Only)

Note:(1) All above rates are without GST so at the time of bill GST will be applicable as per the

Norms.(2) The Bidder has to quote the price in %Up or % down or % equal.

Superintending Engineer (O&M)

PGVCL, Circle Office, Bhavnagar

Tender-2/2021-22

Signature of bidder

Page 4

Qualifying Criteria details

Requirement Details

PF No.

PAN

GST No.

Tender Fee DD No. _______ Date: _______

MR No. Date:

Amount

EMD DD No. _______ Date: _______

MR No. Date:

Amount

Solvency Certificate Bank

Amount

Issue Date

Experience Certificate Company

Quantum of work

Date

Authorised Electrical Contractor License Licence No.

Date of Expiry

Tender-2/2021-22

Signature of bidder

Page 5

SECTION VIII: Technical Specifications

TECHNICAL SPECIFICATIONS FOR MAINTENANCE FREE, ECO-FRIENDLY. READY CAPSULE,

PIPE-in-CAGE (PiC) TYPE EARTHING

1.0 SCOPE:

This specification covers supply, installation and testing of maintenance free, Ready Capsule,Pipe-in-

cage, special type earthing system for distribution network. The technical specification isDesigned

keeping in view following advantages,

• In this type of Earthing Electrode, the electrode, the surrounding enhancing material bondingwith

electrode, and the cage are in pre-fabricated, ready to use form so that on-field malpracticein form of

less digging of earth pit, less Earth enhancement filling, improper watering atsite, can be overcome. This

makes the quality check very convenient.

• Due to pre-fabricated, ready to use methodology, no on-field wastage of Earth enhancementmaterial

is done.

• Installation procedure is effective, convenient, less time consuming and cheaper.

•Transportation and storing of material, compare to separate component (i.e electrode,

EarthEnhancement compound, etc.) on field is convenient, cheaper and too easy to do.

•Quality assurance of this type of earthing can be carried out very effectively with minimumeffort.

2.0 APPLICABLE STANDARDS:

This earthing system shall be conformed to the relevant standard specification unless otherwise

specified, in line with the requirement of any of the latest applicable standard. The applicable

amendments as and when imposed shall be applicable.

1. IS:3043/1987

Code of practice for Earthing

2. IEC62561-7 Requirement of Earthing Enhancement Compound

3. IEEE-80-2000 IEEE Guide for safety in AC Sub Station Grounding

4. ASTM G57-06 Test Method for field measurement of soil resistivity, using the wenner,

Four –Electrode Method

5. IS:2629&

IS:4736

For hot Dip galvanizing for iron and Steel

6. IS:1161/1979 Steel Tubes for Structural Purpose: Specification

7. IS:13229-1991 Zinc for Galvanizing

3.0 GENERAL REQUIREMENTS:

a) This maintenance free earthing system shall be based on ready capsule type, Pipe-in-Cagetechnology

concept in which, One Galvanized hollow pipe (Electrode) is kept inside theGalvanized Perforated cage

as per drawing. The space between the electrode and cageshall be filled with a specially developed

earth enhancement material(EEM) made up ofConductive Cement, Graphite carbon powder, Sodium

montmorillonite/ Sodium BentonitePowder, Hydrous aluminium silicate etc. to reduce earth resistivity.

ANNEXURE-2: TECHNICAL SPECIFICATIONS FOR MAINTENANCE FREE, ECO-FRIENDLY,

READY CAPSULE, PIPE-in-CAGE (PiC) TYPE EARTHING

Tender-2/2021-22

Signature of bidder

Page 6

b) The system shall be almost maintenance free and require no periodic or scheduled maintenance for

an expected period of 15 years.

c) There shall be no requirement to add any other chemical or water at any time after initialinstallation

because of hygroscopic characteristic of Earth Enhancement Material (EEM).

d) The material offered shall conform to relevant standard with high quality and goodworkmanship

capable to perform continuous and satisfactory operations in the actualservice conditions at site.

4.0 EARTH ELECTRODE:

The earth electrode is the main component of the earthing system which is meant for collecting,

releasing, and discharging earth leakage and fault currents. The earth electrode should be ready capsule

type made with Pipe-in-Cage (Pie) technology concept. It includes the hollow MS pipe, as a primary

electrode which should have IS marking as per IS: 1161-1979. For effective life of the earthing system,

the whole shall be provided a zinc coating up to 150 microns through hot dip process. The zinc used for

galvanizing should follow Zn 98.0 Grade as per IS: 13229-1991 and process and measurement of hot dip

galvanizing should be as per IS 2629.

The outer cage of GI pipe shall be provided with maximum 3.5 mm dia holes and shall be hot dip

galvanized with minimum 80 microns.

a) Dimensions: -

Here, two different size electrodes are proposed, i.e. 2000 mm and 3000 mm length electrode.

Generally, electrode having 3000 mm length is preferable, but where digging of 3000 mm pit is not

possible, two parallel earthings of electrodes having 2000 mm length are to be used.

Primary Electrode:

Dimensions of the electrode are as under, however, detail dimensions are shown in the attached

drawing No. GPRD-16 & GPRD-17. All the tolerances and other specifications to the same should be as

per IS: 1161-2014.

I. Length (L):

a. 1900 mm (pipe) +100 mm (terminal) =2000 mm (Min.)

b. 2900 mm pipe) +100 mm (terminal) =3000 mm (Min.)

II. Outer Diameter (Φ): 48 mm (hollow) (Minimum)

III. Thickness (t): 3.2 mm (Min.)

IV. Weight of electrode: To be followed according to limit specified in IS

Perforated Cage:

a) 1890 mm X 150 mm for 2000 mm Electrode (Minimum)

b) 2890 mm X 150 mm for 3000 mm Electrode (Minimum)

c) Circular Hole Size for cage: 3.5 mm Dia. Or lesser

d) Thickness of Net: 1.5 mm (min.) with hot dip galvanized

b) Terminal:

Each Earth pipe must be provided with a connection terminal facility as shown indrawing by pressing of

100 mm at the top side of the pipe to form a strip having dimensionsas mentioned in drawing without

joint or welding. The pipe shall be pressed by hydraulic press only. No hammered pressed/ welding

shall be acceptable. Two numbers of hole ofdiameter as mentioned in the drawing shall be provided in

the pressed portion of the top sideof pipe.

Tender-2/2021-22

Signature of bidder

Page 7

b) Electrically Insulated Enameled Paint Coating:

As shown in the drawing No. GPRD-16 & GPRD-17, the electrically insulated enamelled paint coating

has to be applied on the 150 mm length of electrode immediate after the compressed portion of the

electrode (terminals).Also, optionally PVC cap of appropriate die-electric strength can be provided

to prevent the flow of current in the upper portion. The enamelled paint coating should have

minimum Dielectric strength-20 KV/mm and min. 4 coat should be applied to the surface of

electrode. This is done in order to prevent the danger to the living being from Step potential.

c) Zinc coating:

The earth electrode consists of one mild steel pipe with provision of connections at top end as

shown in the attached drawings No. GPRD-16 & GPRD-17. The entire electrode shall be hot dip

galvanized with at least 150 microns over all surfaces without leaving any point of the electrode

un-galvanized and cage shall be hot dip galvanized with at least 80 microns in accordance with IS

4736: 1986 in accordance with IS 4736: 1986. The process of hot-dip galvanizing shall be followed as

per IS: 2629. For uniform distribution of fault currents, an earth electrode must be cylindrical in

shape.

d) Short Time Current Rating:

The earth electrode shall be capable to withstand minimum 20KA (rms) short time current for 1 sec.

5.0 EARTH CONDUCTIVITY ENHANCEMENT MATERIAL:

a) It shall be placed between primary earth electrode and perforated cage to improve the conductivity

of earth electrode & ground contact area. Earth enhancement material (Back fill compound) shall be

according to IEC 62561-7, and superior conductive material that improves earthing effectiveness

especially in areas of poor conductivity such as rocky ground, sandy soil & areas of moisture variation

with different soil strata.

b) The expected composition of the compound is as under.

Earth enhancement Back

FillingCompoundComposition with

maximumpermissible tolerance of± 10 % in each

content.

Conductive Cement:

15%

Graphite carbon powder 45%

Sodium montmorillonite/

Sodium Bentonite Powder 30%

Hydrous aluminium silicate 10%

• Maximum permissible limit of Salt content is below 2 %

• The Sulphur content in the back-fill compound shall not be more than 2 % in any case.

• All the component used in the mixture shall be having mesh size at least 200 mesh.

c) The Earth Enhancement Material/ Backfill compound shall be Highly Conductive Compound,

maintenance free. The watering shall be required at the time of its installation only. No re-charging with

water, salts or any other chemical shall be required, and it shall maintain almost constant earth

resistance during its life cycle without manual watering.

d) It must set firmly and should not dissolve or decompose or otherwise pollute the soil orthe local

water table.

e) It should have capacity to retain more than 10 %moisture at 150°C. Test Certificate for the same from

NABL approved Government/government supported laboratory shall be submitted.

Signature of bidder

f) Material shall be non-toxic, non

irritation to eye, skin etc. It shall not pollute the soil

friendly requirements for landfill.

g) It should have better hygroscopic properties to absorb moisture. It should absorb &release the

moisture in the dry weather condition and help in maintaining the moistur

Material shall be thermally stable between

decompose or leach out with time)

h) Material shall not decompose or leach out with time.

7 Clause 5.3 at NABL accredited Government/ government supported

i) Sulphur Determination test and Corrosion Test

j) It is preferable that the resistivity of the backfill compound

is tested with 4 electrode method using a soil box having cross section

Cm2and keeping the electrodes at a distance of 12.8 Cm. in as

facility of soil box for testing.

K) It should expand & swell considerably & remove entrapped air to create strong

bond between earth electrode & soil.

I) It should diffuse in to the soil pores & create conductive roots enlarging conductive zone

earth pit.

m) It should be an alkaline in nature with pH value of > 7 &< 9

Government/government supported laboratory to be provided for the

6. PROCEDURE OF INSTALLING EARTH ELECTRODE:

a) Two different size electrodes are proposed, i.e. 2000 mm and 3000 mm length electrode.

electrode having 3000 mm length is preferable. But wherever digging of 3000mm pit is not possible, tw

Page 8

toxic, non-reactive, non-explosive & non-corrosive. It shall notcause burns,

irritation to eye, skin etc. It shall not pollute the soil or local water table &shall meet environmental

g) It should have better hygroscopic properties to absorb moisture. It should absorb &release the

moisture in the dry weather condition and help in maintaining the moisture around the earth electrode.

Material shall be thermally stable between temperature ranges of -10 °C-60 °C (Material shall not

).

h) Material shall not decompose or leach out with time. The leach test shall be tested as

Clause 5.3 at NABL accredited Government/ government supported laboratory.

Sulphur Determination test and Corrosion Test - As per IEC 62561-7 clause 5.3 & 5.5respectively.

It is preferable that the resistivity of the backfill compound shall not be higher than 0.20

is tested with 4 electrode method using a soil box having cross section area of 4 cm x 3.2 cm=12.8

and keeping the electrodes at a distance of 12.8 Cm. in as oil box. The supplier shall produce the

It should expand & swell considerably & remove entrapped air to create strong

bond between earth electrode & soil.

It should diffuse in to the soil pores & create conductive roots enlarging conductive zone

an alkaline in nature with pH value of > 7 &< 9. Test certificate from

Government/government supported laboratory to be provided for the compound so designed.

PROCEDURE OF INSTALLING EARTH ELECTRODE:

different size electrodes are proposed, i.e. 2000 mm and 3000 mm length electrode.

electrode having 3000 mm length is preferable. But wherever digging of 3000mm pit is not possible, tw

Tender-2/2021-22

. It shall notcause burns,

or local water table &shall meet environmental

g) It should have better hygroscopic properties to absorb moisture. It should absorb &release the

around the earth electrode.

(Material shall not

The leach test shall be tested as per IEC 62561-

7 clause 5.3 & 5.5respectively.

shall not be higher than 0.20Ω-cm,when it

area of 4 cm x 3.2 cm=12.8

oil box. The supplier shall produce the

It should expand & swell considerably & remove entrapped air to create strong Connection and

It should diffuse in to the soil pores & create conductive roots enlarging conductive zone of the

Test certificate from approved

compound so designed.

different size electrodes are proposed, i.e. 2000 mm and 3000 mm length electrode. Generally,

electrode having 3000 mm length is preferable. But wherever digging of 3000mm pit is not possible, two

Tender-2/2021-22

Signature of bidder

Page 9

parallel earthings of electrodes having 2000 mm length are to be used. The earth pits should be dug

with the help of an auger (not more than 10" dia.)as per the length of electrode. The manual

excavation of pit shall not be entertained. The ready to use electrode Is inserted in the pit vertically and

then the pit is filled with local soil and water.

b) At the time of installation, tight filling of mother soil with sufficient watering is required to make

contacts of soil uniformly surrounding to the electrode to provide low resistive path to dissipate the

fault current in all direction from circular surface of the electrode. The loose earth filling surrounding the

new installed earthing may not give low resistance of earthing.

c) Resistance of the earth pit should be measured before connecting the earth electrode to the

network and record of the same shall be preserved. Due care should be taken, as not to measure the

earth electrode in live connected condition, the results derived so may be mis-leading.

d) The connection from Earthing Electrode to various network equipment, Transformer body,

Transformer Neutral, fabrication of pole and T/C structure, Lightening Arrestors byway of using Nut-

bolts and rigid PVC pipe shall be given as per the specification of DISCOMs.

e) To validate the quality of capsule, necessary tests/inspection (Proto inspection, lot inspection,

Resistance/ Resistivity, Material validation testing, etc.) shall be carried out on the ready capsule, If

required by Engineer In charge.

f) Earthing Display board made up of FRP material having size of 200 mm x 150 mm x 3 mm

with following details. It should free standing with suitable mounting stand.

(1) Name of Manufacturer/ Trade Name/ Supplier

(2) PO NO:

(3) Feeder Name

(4) Earth Pit No

(5) Drawing No _

(6) Length of Electrode in mm

(7) Date of Installation

(8) Resistance value in Ohm on Installation date

(9) Soil Resistivity in Ohm-Meter

7. INSPECTION:

a. The purchaser or his authorized inspector shall have all rights for free access to the manufacturer's

works. The manufacturer or his authorized representative shall remain present at all reasonable times

and conduct all tests and measurements as per the technical specifications in presence of the purchaser

representative shall give facilities to inspect the manufacturing process at any stage of manufacture. The

purchaser shall have the right to reject whole or part of any work or material that does not conform to

the requirements of the specifications. All the reasonable/complete facilities considered necessary for

the inspection by the inspector/s inspecting shall be provided by the manufacturer free of cost.

b. All the base material (before mixture) as stated in the Clause no.5 shall be inspected before preparing

the sound mixture & sample of the same may be collected by the inspection team while inspection for

further assessment.

8. TESTS CERTIFICATES:

Signature of bidder

The bidder is required to submit the test certificates as mentioned below, with the bid. All these

certificates shall be carried out at any NABL accredited Government/ Government supp

These tests should not be older than 5

a) The GI pipe used for the electrode shall be confirming to the relevant standard.

b) Toxic Content test on Conductive materials

Leach ability Test

c) Short Circuit Withstand Test on Earth electrodes: It should be capable of withstanding short

time current of 20 KA (rms) for 1 second.

d) All Physical dimensions check of the electrod

e) PH Value Test.

f) Measurement of zinc Coating of the Earth Electrode

g) Sulphur determination Test

h) Granular Size of Material.

9. PROCEDURE OF MEASUREMENT

a. MEASUREMENT OF EARTH RESISTIVITY:

b. MEASUREMENT OF EARTHING RESISTANCE:

The value of earthing resistance should be measure

The connecting wire length of the terminal connecting earth electrode with Cl

be more than 1 meter. All three electrodes should be in linear alig

of extra earth resistance during measurement process.

Page 10

The bidder is required to submit the test certificates as mentioned below, with the bid. All these

certificates shall be carried out at any NABL accredited Government/ Government supp

tests should not be older than 5(five) years as on scheduled date of opening of the Technical bid.

The GI pipe used for the electrode shall be confirming to the relevant standard.

Toxic Content test on Conductive materials & earth enhancement material as per standard

Short Circuit Withstand Test on Earth electrodes: It should be capable of withstanding short

time current of 20 KA (rms) for 1 second.

All Physical dimensions check of the electrode.

Measurement of zinc Coating of the Earth Electrode.

Sulphur determination Test.

9. PROCEDURE OF MEASUREMENT

MEASUREMENT OF EARTH RESISTIVITY:

b. MEASUREMENT OF EARTHING RESISTANCE:

value of earthing resistance should be measure by following method of measurement.

The connecting wire length of the terminal connecting earth electrode with Cl-Pl of megger

be more than 1 meter. All three electrodes should be in linear alignment to avoid Unnecessary addition

of extra earth resistance during measurement process.

Tender-2/2021-22

The bidder is required to submit the test certificates as mentioned below, with the bid. All these test

certificates shall be carried out at any NABL accredited Government/ Government supported laboratory.

the Technical bid.

The GI pipe used for the electrode shall be confirming to the relevant standard.

& earth enhancement material as per standard- or

Short Circuit Withstand Test on Earth electrodes: It should be capable of withstanding short

by following method of measurement.

Pl of megger should not

Unnecessary addition

Tender-2/2021-22

Signature of bidder

Page 11

Tender-2/2021-22

Signature of bidder

Page 12

10. GUARANTEE:

The product shall be guaranteed to sustain its initial value of system resistance without its Maintenance

with tolerance of ± 10% for a period of at least 5 years from date of Commissioning. The value to be

taken as a base value for maintenance free operation should be Measured after period of at least one

month from the date of commissioning. However, it is Desired to have trouble free operation for a

period of 15 years. Any defect discovered during the Guarantee period have to be rectified free of

charge.

GUARANTEED TECHNICAL PARTICULARS

Sr.

No. Technical Particulars

Confirmati

on

(Yes)

1

Electrode:

Confirming to IS: 1161-2014.

(A) For 2000 mm Electrode

Length (L): 1900 mm(pipe)+100mm(terminal)=2000 (Min)

Outer Diameter (12)): 48 mm (hollow)

Thickness (t): 3.2 mm (Min)

Weight of electrode: 7.1 (Kg.) At least

Cross section Area : 4.53 cm2

(B) For 3000 mm Electrode

Length (L): 2900 mm(pipe)+100mm(termina1)=3000 (Min)

Outer Diameter (ID): 48 mm (hollow)

Thickness (t): 3.2 mm (Min)

Weight of electrode: 10.6 (Kg.) At least

Cross section Area: 4.53 cm2

(all tolerance will be applicable as per IS:1161-2014)

2

Galvanized Perforated cage for Earthing: -

l. Dimensions: -

a) 1890 mm X 150 mm for 2000 mm Electrode

b) 2890 mm X 150 mm for 3000 mm Electrode

c) Circular Hole Size of Net: 3.5 mm Dia. Or lesser

d) Thickness of Net : 1.5 mm (min.) with hot dip galvanized.

II. Design Versatility:-

The cage should be designed with high durability such that in worst transport

condition also, the particles of Earth Enhancement Material should not leach

out.

lll. Handling: -

The cage with all content should be design kept in view handling condition at

site.

3

Electrically insulated Enamelled Paint Coating:

Uniform Paint coating on 150 mm long electrode after terminals. The enamelled

paint coating should have minimum Dielectricstrength-20 KV/mm and min. 4 coat

should be applied to the surface of electrode. Optionally, PVC cap of appropriate

die electric strength can be provided to prevent the flow of current in the upper

portion.

Tender-2/2021-22

Signature of bidder

Page 13

4

Zinc coating on electrode:-

The entire primary electrode & cage shall be hot dip galvanized with at least 150

microns over all surfaces without leaving any point of the electrode un-galvanized

and cage shall be hot dip galvanized with at least 80 microns in accordance with JS

4736:1986 in accordance with IS 4736: 1986. The process of hot-dip Galvanizing

shall be followed as per IS: 2629. For uniform distribution of fault currents, an

earth electrode must be cylindrical in shape

5

Mixture proportion for earth enhancement Back Filling

Compound Confirming to IEC: 62561-7

Conductive Cement 15%

Graphite carbon powder 45%

Sodium montmorillonite/

Sodium Bentonite Powder 30%

Hydrous aluminium silicate 10%

Sulphur content< 2 %

Content tolerance of± 10 %

Resistivity < 0.2 Ω-m

Salts contents< 2 %

All the component used in the mixture shall be having mesh size

between 150-200 mesh.

6

Earth pit:-

Method of digging Earth Pit:-through Bore/auger machine

Diameter= 200 mm

7

Confirmation of Scope of work, Supply, Installation,

commissioning and testing procedure as mentioned in

specification

Tender-2/2021-22

Signature of bidder

Page 14

Tender-2/2021-22

Signature of bidder

Page 15

Tender-2/2021-22

Signature of bidder

Page 16

Tender-2/2021-22

Signature of bidder

Page 17

PART: 1 - TERMS & CONDITIONS REGARDING INDUSTRIAL LAWS AND

OTHER RELATED MATTERS 01. Wages to be paid at the time of payment etc. by the contractor.

a. The contractor shall pay minimum prevailing rates per day or as may be specified here after

or rates fixed under the Minimum Wages Act, whichever is higher. The wages of every

contract labour employed by him under this contract shall be paid by him before the expiry

of 7th

day of the month irrespective of which the wages are payable i.e. wages of a last

month have to be paid by him in the first week of the next month). The payment shall be

distributed in the presence of management representative during the working hours in

factory premises and the contractor shall get the entries certified in the register of wages by

the representative of the Company. Any default will result in cancellation of contract

forthwith or also the contract shall be paid punishable to the extent of Rs. 100/- fine per

each day.

b. The contractor shall give his telephone number and address to the Company so that in case

of labour troubles etc. the contractor can be contracted. The contractor shall arrange to

have his office outside the factory premises and the contractor shall keep himself present

throughout the working hours.

02. LABOUR LAWS

a. Person below the age of 18 years shall not be employed for the work.

b. No female worker shall be employed in the night shift between 7 P.M. to 6 A.M.

c. Contractor shall maintain a valid Labour license under the contract Labour (Regulation and

abolition) Act for employing necessary manpower to be required by him. It is liable to be

terminated without assigning any reason.

d. The contractor shall at his own expenses comply with Labour laws and keep the Company

Indemnified in respective thereof. Some of the major liabilities under various Labour and

industrial laws which the contractor shall comply with are as under.

e. Payment of contribution by way of employer’s contribution towards provident fund. Family

Pension Scheme, Deposit Inked Insurance Scheme, Administrative Charge etc. at the rates

made applicable from time to time by Government of Gujarat/Govt. of India or other

statutory authority.

f. Payment of deposit in respect of contract Labour at the rate as per admissible with the

office of Commissioner of Labour as per the Contract Labour(Regulation and Abolition Act).

g. License free as prescribed under the Contract Labour (Registration and abolition Act) and

rules framed there under depending upon the number of workmen employed by the

contractor.

h. License fee as prescribed under the Contract Labour (Registration and abolition Act) and

rules framed there under depending upon the number of workmen employed by the

contractor.

i. 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.

j. Identity Cards prescribed under the Factories Act with Photo affixed thereto the same

identification.

Tender-2/2021-22

Signature of bidder

Page 18

k. Payment of retrenchment compensation notice pay and other liabilities as per industrial

deposit act any payment to the contractor’s employees arising out of any claim or disputes

under the Industrial Disputes Act 1947 or any other labour law.

l. Payment of compensation in case accidental injury.

m. Maternity leave as per the provisions of the Maternity Benefit 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 from statutory authorities like State

Government/Government of India which the contractor shall have to comply with.

n. Provision of crèche if the female labours employed are more than 30 nos.

03. PROVIDENT FUND & FAMILY PENSION SCHEME

The contractor shall submit along with his bill a statement regarding deduction against

employees provident fund and family pension scheme in respective of each concerned

employee provident fund and family pension scheme at the rate at admissible (or at the rate

made applicable by the Government from time to time) of the wage. The contractor shall

deposit the contractor’s contribution and his workers contribution towards provident fund

and family pension scheme with Regional Provident Fund Commissioner.

04. DEPOSIT LINKED INSURANCE SCHEME

The contractor shall have to deposit ½% of the wages in respect of employees who is a

member of the Provident Fund as the contribution to the deposit. Linked Insurance Scheme

with Regional Provident Fund Commissioner.

05. ADMINISTRATIVE CHARGES

The contract shall deposit administrative charges maintaining provident fund A/c with

Regional Provident Fund Commissioner.

06. PAID LEAVE FACILITY

The contract shall provide paid leave facility at the rate of one day for every twenty days

worked by the contract labour to his workers. He shall maintain leavereports/leave card for

individual laborer which shall be duly verified and approved/certified by the authorized

officer of the Company.

07. WORKMEN’S COMPENSATION FUND & EMPLOYERS LIABILITY INSURANCE

The contractor shall cover all his employees under workmen’s compensation fund and

under the liability insurance.

08. The contractor shall employ adequate number of an experienced staff at site for daily supervision

and for maintenance of various register and records required under the law and contract. No

payment for supervision shall be admissible.

09. CONTRACTOR TO INDEMNIFY THE COMPANY

The contractor shall indemnify the Company and every member officer and employees of the

Company, also engineer in charge and his staff against all actions, proceedings, claims of demands,

coasts and expenses, which may be made against the Company or Government for or in respective

of or performance of his obligation under the contract documents the Company shall not liable for

or in respective of or in consequence of any accident or inquiry to any workman or other person in

the employment of the contractor or his sub-contractor and the contractor shall Indemnify and keep

indemnified the Company against all such damage and compensation and against all claims,

demands, proceedings costs, charges and expenses whatsoever in respective thereof in relation

thereto.

Tender-2/2021-22

Signature of bidder

Page 19

10. WORKER’S COMPENSATION AND EMPLOYER’S LIABILITY INSURANCE

Insurance shall be effected for all the contractor’s employee engaged in the performance of this

contract if any of the work is subject the contractor shall require the sub-contractor to provide

workmen’s compensation and employers liability insurance for the letter’s employees unless such

employees are covered under the contractor’s insurance.

11. The Company reserve the right to terminate this rate contract at any time during its tendency

without giving notice of termination or any reasons thereof.

12. The Company will be entitled to deduct directly from the bills to be paid to the contractor any sum

or payable by you and which sum/sums the Company is required to pay as principal employer on

account of your default in respect of all liabilities referred to in above clauses.

13. Contractor must have at least three years experience with the of the said work.

14. Only after production of personal P.F. code tender will be issued.

15. Also all contractors should ensure that all Labour Laws and Provisions of E.P.F. and M.P.Act – 1952

should be fulfilled in all respect strictly.

16. The PGVCL shall not be responsible for any accident/loss/damage to PGVCL’s property or

contractor’s labors/ technician arising out of any accident (Electrical or Mechanical) during

execution of this job.

17. COMPLETION PERIOD

The PIC type earthing work must be completed in all respect within 60 days of placing of

work order. Any delay in work execution will attract penalty as per terms of order.

18. TAXES, PERMITS Et LICENCES: The Contractor shall be liable and pay all foreign taxes, duties, levies

lawfully assessed against the Owner or the Contractor in pursuance of the Contract. In addition the

Contractor shall be responsible for payment of all Indian duties, levies and taxes lawfully assessed

against the Contractor for his personal income Et property only.

19. Income Tax –TDS: "Income-tax at source at the prevailing rate will be deducted from bills in

accordance with the provision of Income-Tax Laws and to that effect a certificate will be issued to

the contractor, however added as contractor has to submit separate invoice for supply parts item as

well as works part item separately, otherwise TDS will be deducted on entire invoice value."

Applicable welfare cess will be deducted from contractors each bill by PGVCL to pay the same to the

respective Govt. Department. Tax will be deducted as per applicable statutory rules.

Tender- BVNC/15/2020-21

Signature of bidder

PART: 2This cover shall be clearly marked qualification documents and

contain all qualifications documents as under: 1) Attested copy of Memorandum of Association or partnership deed.

2) Attested copy of power of attorney if any for signing the bid documents.

3) Attested copy of latest solvency certificate (20 % amount of estimated coast) issued by Govt. or

scheduled bank.

a. GST Certificate copy submit with physically documents.

b. PAN Card copy submit with physically documents

c. Aadhar Card

d. Certificate-A

e. Contractor License

f. Labour License (If required)

g. Test certificate must attach as per clause No. 08 of technical specification (Section-VIII)

h. Black list/certificate.

i. Criminal notarized must be at the time lf LOI

4) This cover shall be clearly marked “Percentage Rate Offer” and shall contain Schedule-B & condition

of contract with duly filled in ON-LINE percentage rate offer.

5) The bidder should preferably posses experience of PIC Type Earthing work.

6) The bidder must clearly quote percentage above or below the tender rate in figure as well as in words

in ONLINE PRICE BID. The bidder must work out the total price of their tender offered accordingly and

the total amount should be clearly written in words & figure, in case of any discrepancy whatever

written in words shall prevail. Company shall at liberty to decide the matter as it deem fit.

7) In case of non SOR rate, Item wise rate should be mentioned and item wise rate will be consider for

the lowest party.

8) No deviation in terms & condition in Schedule-B and Technical Specification will be entertained. All

the documents related to this Tender shall be final and binding to all the bidders. Any ignorance for

this shall not relieve the contractor from their contractual liability arising as per Tender documents.

9) The bidders are required to quote only firm percentage prices. No variation of price statutory or

otherwise on raw materials or finished product on cause will be accepted.

10The bidders should not that the completion of above mentioned works in all respect in accordance

with the time limit given below is very important and should be strictly adhered to “completion in

(Insert appropriate time limit) months from the date of issued of letter for commencement of the

works by the field office.

11The bids should be valid for a minimum period of 3 months from the date of opening, during this

period no tender shall be allowed to withdraw his tender. Any such withdrawal during the said period

will entail for forfeiture of Earnest Money Deposit submitted with the tender.

12The contractor shall have a separate provident fund code of RPFC and the Contractor who do not

possess separate P.F.Code shall not be considered for acceptance of tender. Contractor has to submit

such certificate showing separate P.F.Code along with tender.

13:: PAYNMENT OF SECURITY DEPOSIT ::

The contractor will have to pay the Security Deposit as 5% of the order value before placing the order.

The Security Deposit will be refunded only after completion of guarantee period of 05 years.

Tender- BVNC/15/2020-21

Signature of bidder

14:: SIGNING AGREEMENT ::

The contractor will have to sign an agreement & indemnity bond as per Company’s rules in the

prescribed form of the P.G.V.C.L. The cost Rs.300.00 of the Stamp Paper will have to be borne by the

contractor.

15Payment of Bills : On submission of R.A. bill to the Executive Engineer of concern division office

payment will be made as per prevailing company’s rules. Total 5 bills (including final bill) will be

allowed. The final bill to be submitted after completion of entire work in all respect. All the payments

will be made by Executive Engineer of concern division office (10% Retention money)

Guarantee period : The guarantee period for the work shall be 5 year from the completion of the

work. Any fault/defect will have to be rectified free of cost by the Agency within 24 Hrs. of intimation

to the Contractor.

GST : The rates quoted shall be excluding of GST Tax. However the amount of GST paid will be

reimbursed to the contractor on production of payment receipts.

16AVAILABILITY OF MATERIALS AND IDLE LABOUR CHARGE :

Materials are readily available and arrangement made to procure the rest. However, the contractor

should be prepared to carry out the work as and when the materials are received. No idle labour

charges will be paid by the PGVCL in case such occasion of idle labor arises, due to want of any

materials.

17PGVCL does not accept any responsibility as Factory Act, Minimum Wages Act, Workmen’s

Compensation Act, Insurance Rules etc. or any other act, rules or regulations that have to be

observed by the contractor for carrying out the work.

18The contract will be governed by the company as per works terms & conditions of the company.

19ACCOUNTING OF PGVCL MATERIALS :

The contractor will be faulty answerable and responsible for all the material issued to him for the

work by the PGVCL, any theft and loss of pilferage shall have to be borne by the contractor.

20PROGRESS OF WORK AND PENALTY :

You will have to submit weekly progress report regularly in duplicate to Engineer In Charge and

Executive Engineer of concern division office. If found that the work is unsatisfactory or not

progressing as per schedule then any action would be taken by the PGVCL as may deemed fit to see

that work is completed at the risk and cost of contractor. The completion time allowed shall be

strictly observed. If the work is not completed within the scheduled period, penalty at the rate of

0.5% per week or on total contract value subject to the maximum of 10% of the total contract value

will be levied. This will be deducted from the bills payable either against this contract or any bank

guarantee or any other amount payable under any other contract with the PGVCL

21Contractor will not be allowed to work after working hours except in special case, if any.

22The contractor has to engage required strength of skilled persons for execution of work and proper

supervisor to avoid complication and unnecessary delay to complete work timely. The contractor will

be solely responsible for labor claims arising out of the labor employed for this job.

23The tenderer should furnish details of past experience of such job of similar nature completed by him

satisfactorily within the time limit in PGVCL will be preferable.

24The tenderer will be abide by and fulfill at the terms and provisions of the “Tender and contract” for

works as applicable and in case of any default there to the PGVCL Company shall forfeit the S.D. or

any other action as may be decided by Superintending Engineer Bhavnagar Circle,

Tender- BVNC/15/2020-21

Signature of bidder

25The contractor has to co-ordinate and co-operate fully with Engineer In Charge and for execution of

the works.

26In case of any dispute doubt, the decision of Superintending Engineer, PGVCL, Circle Office,

Bhavnagar shall be unchallengeable and final , which will be binding to the contractor.

27The quantum of work as mentioned in Estimate Schedule-“B” is tentative and it can differ as per site

condition. The payment shall be made only on actual work executed.

28Security Deposit will be refunded after completion of guaranteed period.

2910% retention money will be deducted from each R.A.Bills and each R.A. Bill may be recorded for

more than amount of 35% of order value.

30All legal complication of disputes are subject to Bhavnagar jurisdiction only.

31No higher rate or revised rate will be application for the work, if work is held-up/ closed due to

whatever so reasons.

32R.A.Bill shall be paid by the PGVCL, if it satisfy with the output of works otherwise only final bill shall

be paid.

33The time limit for the work may be reduced and contractor should make all his efforts to complete

the work within stipulated time limit as may be given by the Engineer In Charge depending upon

emergency of work.

34The contractor has to remain in closed contact with Engineer In Charge of work who in turn shall issue

detailed instruction for the commencement of the work.

35The contractor has to maintain site register covering all aspects of material received/utilized for day

to day work and has to obtain signature of Engineer In Charge.

36A fresh and valid solvency certificate to the extent of 20% of the ordered value will have to be

produced by the contractor and party has to submit attested copy of solvency certificate to the

company before commencing of work.

37Contractor will abide by and fulfill all the terms and conditions and general terms and condition of the

contract for works as per company’s rules.

38The contractor will be solely responsible for any accident/damage either to equipments or any human

being during the time of execution of work.

39All other general terms and conditions as prevailing in the PGVCL shall be applicable to this work

contract.

40Either you or your authorized person should contact our Engineer In Charge as well as Executive

Engineer of concern division office daily for this work, failing to which this work order shall be

terminated without giving any notice.

41Prior institution in writing for starting the job will be given by PGVCL for the work.

42Contractor will have to make his own arrangement for required all kinds of tools, tackles, required for

the execution of work.

43The cost of damages, if any will be recovered from the Contractor’s bill. The assessment of which will

be done by Engineer In Charge in consultation with division office, and his sole discretion and his

decision shall be binding to the contractor and shall be considered as final and unchallengeable.

44The contractor will have to give indemnity bond on Rs.300/- stamp paper to PGVCL against any

possible claim of compensation for damage to Contractor’s equipments or staff or any of third parties

during the execution of work.

45The Contractor will have to complete entire job as per directive and instruction of Engineer In Charge.

Tender- BVNC/15/2020-21

Signature of bidder

If he fails to do so entire work will be carried out at the risk and cost of Contractor.

46The contractor must engage sufficient knowledgeable person round the clock, exclusively for

execution of work.

47The tender shall be issued to only experienced contractor who has complied such job of similar

nature and magnitude satisfactorily in time. However, issuance of blank tender, will does not qualifies

the renderer to offer the bid.

48The Contractor will governed by the PGVCL general conditions of works contract. The Booklet will be

available in the concerned office in any working days. In the event of placing order, the Contractor

will be bound to the terms & conditions of the booklet. All the usual terms and conditions of the

Company though the same might have not been mentioned in this specification or contractor booklet

will applicable to this contract, and the decision of the Superintending Engineer, Bhavnagar Circle

Bhavnagar shall be binding on the Contractor.

49After completion of the work, all the surplus materials issued by the PGVCL shall be returned by you

to the respective Sdn. of the PGVCL as per instruction of Engineer In Charge at your cost.

50Specification in any items mentioned in tender are subject to change without any prior notice and

binding to the contractor.

51The PGVCL shall deduct the Income-Tax and other taxes as per prevailing rules of all relevant Govt.

Authorities from the bill.

52If the work is required to be carried out during fix outage then the contractor has to deploy adequate

man power, material, tools etc. well in advance and has to complete the entire work during this

specific outage period only, failing to which Company shall be at liable to deduct the amount of

revenue loss due to prolong outage.

53The tender include all minor accessories and items of work which may not have been specifically

mentioned in the specification / Schedule etc. but are essential for completion of work. The

contractor will not be eligible for any extra payment in respect of such minor accessories and item of

work.

54The contractor shall not refuse to execute the work order at any time and it will be his sole

responsibility to execute and complete this work as per the instruction of Engineer In Charge.

55For shortage of any materials issued by the PGVCL for the work, recovery shall be made from you, on

the basis of prices of the materials (prevailing on the date of settlement of materials account) plus

15% supervision charges.

56The contractor has to carry out all the works in accordance with revised and latest provision under I.T.

Rule Act made there under and as per instruction of Engineer In Charge.

57The S.S.I. industries will be exempted from the payment of Earnest Money Deposit provided a

competency certificate is issued by the Regional Division Officer of the National Small Scale Industries

Corporation to the effect that the firm is capable of executing the order.

58All the materials issued by PGVCL shall be transported to the work site in same day and to be

preserved in safe custody failing to which PGVCL shall initiate Police action. Similarly as per

instruction of Engineer In Charge, you have to credit the material at PGVCL store without any loss of

time failing to which PGVCL shall initiate Police action.

59Any delay causing extension of outages shall be contractor’s responsibility and appropriate amount

(in term of Indian Rupees) as decided by Executive Engineer of concern division office shall be

recovered from contractor’s bill as a penalty.

Tender- BVNC/15/2020-21

Signature of bidder

60The Superintending Engineer, Circle Office, Bhavnagar, reserve rights to reject any or all the tenders

without assigning any reasons thereof. Issuance of blank tender does not automatically qualifies the

tenderers for award.

61No tools, tackles, manpower, crane facilities etc. will be provided by the PGVCL.

62The contractor has to follow all labor laws, safety rules and regulations. The PGVCL does not take any

responsibility in case of accident or injury to the workers. The safety, security of men, materials and

equipments shall be sole responsibility of the contractor.

63The compliances of all Central / State Govt. Rules, safety and insurance rules etc. and that of local

body is a must condition for the agency.

64The bidder shall specifically note that PGVCL will not pay any extra amount towards any type of claim

except for the description indicated in Schedule –B. The party has to carry out all other additional

required activities / work as directed by Engineer In Charge which is not mentioned in Schedule but

required to be completed as per the site condition and for this work no extra payment shall be made

by PGVCL.

65:: GENERAL ::

(a) Electricity Rules:- All the works shall be carried out in accordance with latest rules under

Electricity Act.- 2003

(b) Testing:- After completion of work execution required Tests are to be taken in presence of

Engineer In Charge.

(c) The interpretation of specifications doubts etc.:- In case of any doubts about what is mentioned

in specification or schedule of elsewhere, the tenderer should get all doubts cleared from the

Department in writing and in advance before filling in the tender. In case of difference of opinion

about interpretation of specification etc. the decision of Superintending Engineer Bhavnagar

CircleBhavnagar will be final and shall be binding to the contractor.

66(d) Account of material issued :- The contractor shall have to maintain accurate day to day item wise

account of use of issued materials which shall be got checked from time to time by the Engineer In

Charge of the Company. The contractor will be responsible for custody and preserving the issued

materials till the work is hand over by the contractor after completion.

(e) The contractor has to maintain site register, covering all the daily details of material receipt and

utilization, progress of work etc. This register shall be checked and signed by Engineer In Charge and

Superintending Engineer Bhavnagar Circle during the site visit as per requirement and exigency of

work if deem fit. The erection work should be carried out according to the specification and as per

instruction and program laid out by the Engineer In Charge of the work.

67The quantities mentioned in the accompanying schedule are only approximate. Actual quantities will

be decided after detailed survey and the same may decrease or increase according to the site

conditions, the department reserves the right for revising or omitting any of the quantities. The

quantities actually executed by the contractor will be calculated at the rate given in the contract

schedule of the rates binding to the contractor.

68The tenders shall remain open for acceptance at least for a period of 90 days from the date of

opening of tenders for processing the work order. PGVCL does not bind itself to accept the lower or

any tender. The Superintending Engineer Bhavnagar Circle reserves the right to reject any or all

tender without assigning any reasons whatsoever.

The contractor should employ as a Supervisor with sufficient qualification and experience who could

Tender- BVNC/15/2020-21

Signature of bidder

supervise the execution of work throughout. He should always be present on the site.The contractor

shall be responsible for breakages, losses and a theft of material during transit or erection after the

materials issued from the stores till the completion of work and is taken over by the PGVCL. The

execution of work should be commenced as per the instruction of the Engineer In Charge as per

actual requirement and should be completed within the time limit thereafter.

69WORKING DAYS: - In case, it is not possible for the contractor to continue the work either due to

heavy rains or other reasonable causes, such facts should be immediately brought to notice of the

Engineer In Charge. If the reasons for stopping the work are genuine the Engineer In Charge may ask

the contractor to start the work again as per condition. The period of such stoppage will not be

considered as a part of working days moreover the contractor can not claim compensation for such

stoppage. As regard damages to the materials, equipments, contractor himself will be responsible. If

there is any compensation to be paid in respect of “WORKMAN” Compensation Act or any other

statutory provisions, the same will be paid by contractor directly. If he thinks fit, he may take

necessary insurance covering at his cost.

70The Contractor shall co-operate with the PGVCL for taking measurement etc. as early as possible and

he shall fulfill the entire requirement which is necessary to finalize the accounts.

71The competent authority can delete any item in schedule of the tender if he feels that the rate

quoted by the contractor for the item is abnormally high when compared to the estimated rates.

72Time limit extension will be given if in any case of objection not cleared in time but without any

genuine reason, no time limit extension will be granted and penalty will be imposed as per rules.

73The contractor shall not refuse to execute this work order at any time and it will be his sole

responsibility to execute and complete this work as per the instruction of Engineer In Charge.

74TESTING & COMMISSIONING: - You will ensure that completion of execution of work i.e. all works

connected with line having been completed correctly as per Indian Electricity Rules & procedure. Any

extra cost involved due to incompleteness of work or bad workmanship found out subsequently shall

be set right with and by you at your own cost.

75The erection work should be carried out according to the specification as per instructions and

programmed laid out by the Engineer in charge. Contractor has to ensure safe shifting and erection of

all accessories/equipments as per standard norms

C I R C L E O F F I C E , C H A VD I G A T E , O L D P OW E R H O U S E C OM P O UN D • B H A V N AG A R • 3 6 4 0 0 1

: 0 2 7 8 - 2 5 2 2 9 2 2 • : 0 2 7 8 - 2 4 2 1 9 1 3 • : B V ND E 1@G E B M A I L . C OM • : W WW . P G V C L . C OM

R E G I S T E R ED & C O R P O R A T E O F F I C E : L A XM I N AG A R , N A N AM A V AM A I N R O A D • R A J K O T • 3 6 0 0 0 4

E:\kaa\tender\SCADA\Maintenance free, Eco-Friendly ready Capsule\Kotada Fdr_Mahuva R-2_Aug-20\Re-Tender_Feb-21\Eatrthing Tender_Kotada_July-21.docx | 3.1/3.2 | 27

Paschim Gujarat Vij Company Limited

PART : 3TENDER SPECIFICATIONS The technical scrutiny committee of PGVCL shall evaluate the techno-commercial view of the tender.

PGVCL reserves the right to open or not to open the price bid of the bidders on the basis of their past

performance of their service.

Incomplete bids, amendments and additions to bids after opening of the bids will be ignored out rightly

01. E.M.D. :

a. The estimated cost of tender items is notified in the tender notice. Tenderer has to pay

EMD @1% of the cost of all their quoted Items.

b. Small Scale Industries will, however, be considered for exemption from payment of EMD

subject to furnishing of the authenticated notary certified copyof the certificate of

Registration with Small Scale Industries.

c. The SSI / NSIC certificate should indicate the manufacture of items offered under this

tender. Provisional SSI Registration Certificates are NOT allowed.

d. Government or Semi-Government Organizations, which are run departmentally & are not

limited Companies, will be eligible for exemption from payment of E.M.D.No Interest will be

allowed against payment of E.M.D.

02. TENDER FEES :

a. Tender fee (Non-refundable) as notified in the tender notice should invariably be paid by

way of Demand Draft/Cash; 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 “Paschim

Gujarat Vij Co. Ltd.”, Payable at Bhavnagar. The envelope shall be addressed to the

Superintending Engineer, Circle Office, Bhavnagar and PGVCL will not be responsible for the

transit loss or misplacement. Alternatively, the tenderers can pay the tender fee in CASH

(up to Rs.10,000.00), PGVCL, Circle Office Bhavnagar – Cash counter and enclosed the

original Money receipt in the EMD Cover.

b. Tender fee Demand Draft / Original Money fee receipt must be kept in the cover of EMD;

otherwise supplier’s offer is liable to be rejected.

03. IMPORTANT:-

a. Both the bids technical and price bid should be submitted simultaneously along with

separate EMD cover in the respective envelopes and super scribed accordingly (duly

sealed),So as to reach this office not later than on due Date and Time as specified in the

tender notice through RPAD / Speed post only.

b. Please note, that any bid, technical or price bid and Telegraphic or short offers / bids

received after the due date and time will not be accepted and the offer will be ignored out

rightly. NO LATE TENDER / DELYAED TENDER SHALL BE CONSIDERED.

04. POST TENDER CORRESPONDENCE / ENQUIRIES:-

After opening of Technical Bid, if required further correspondance can be done with bidders for

more carity and better competition.

PASCHIM GUJARAT VIJ COMPNAY LIMITED | CIRCLE OFFICE | BHAVNAGAR | 27-Oct-21 |

E:\kaa\tender\SCADA\Maintenance free, Eco-Friendly ready Capsule\Kotada Fdr_Mahuva R-2_Aug-20\Re-Tender_Feb-21\Eatrthing Tender_Kotada_July-21.docx | 3.2/3.2 | 27

05. JURIDICTION :

All questions, disputes or differences arising under out of or in connection with the Tender /

Contract if concluded shall be subject to the exclusive jurisdiction of the court under whose

jurisdiction the place from which the tender / Acceptance of tender is issued, is situated i.e.

Bhavnagar

06. The tenderers should thoroughly read all the clauses before submitting their tender. The original

copy of the Commercial terms and conditions duly signed, stamped with company’s seal must be

submitted along with the bid.

Signature of contractor with stamp affixed Superintending Engineer (O&M)

PGVCL, Circle Office, Bhavnagar