WT-3051 E-Tender for new earthing - GUVNL Office/Ukai Thermal Power Station/Ukai...equipotential...

38
1 GUJARAT STATE ELECTRICITY CORPORATION LIMITED GUJARAT STATE ELECTRICITY CORPORATION LIMITED GUJARAT STATE ELECTRICITY CORPORATION LIMITED GUJARAT STATE ELECTRICITY CORPORATION LIMITED Ukai Thermal Power Station Ukai Thermal Power Station Ukai Thermal Power Station Ukai Thermal Power Station Ukai Dam, Taluka: Fort Songadh, Dist:Tapi Ukai Dam, Taluka: Fort Songadh, Dist:Tapi Ukai Dam, Taluka: Fort Songadh, Dist:Tapi Ukai Dam, Taluka: Fort Songadh, Dist:Tapi – 394680. Ph. 91 394680. Ph. 91 394680. Ph. 91 394680. Ph. 91-2624 2624 2624 2624-233215, 233257 233215, 233257 233215, 233257 233215, 233257 Fax: 9 Fax: 9 Fax: 9 Fax: 91-2624 2624 2624 2624-233300, 233315.e 233300, 233315.e 233300, 233315.e 233300, 233315.e-mail: [email protected]. Website: mail: [email protected]. Website: mail: [email protected]. Website: mail: [email protected]. Website: www.gsecl.in www.gsecl.in www.gsecl.in www.gsecl.in CIN: U40100GJ1993SGC019988 CIN: U40100GJ1993SGC019988 CIN: U40100GJ1993SGC019988 CIN: U40100GJ1993SGC019988 TECHNICAL BID TECHNICAL BID TECHNICAL BID TECHNICAL BID W W W WT. NO T. NO T. NO T. NO. . . . 3051 3051 3051 3051 RFQ. NO. 36336 RFQ. NO. 36336 RFQ. NO. 36336 RFQ. NO. 36336 NAME OF WORK: - Providing new earthing in various residential & public building at GSECL colony, Ukai.

Transcript of WT-3051 E-Tender for new earthing - GUVNL Office/Ukai Thermal Power Station/Ukai...equipotential...

1

GUJARAT STATE ELECTRICITY CORPORATION LIMITEDGUJARAT STATE ELECTRICITY CORPORATION LIMITEDGUJARAT STATE ELECTRICITY CORPORATION LIMITEDGUJARAT STATE ELECTRICITY CORPORATION LIMITED

Ukai Thermal Power StationUkai Thermal Power StationUkai Thermal Power StationUkai Thermal Power Station Ukai Dam, Taluka: Fort Songadh, Dist:Tapi Ukai Dam, Taluka: Fort Songadh, Dist:Tapi Ukai Dam, Taluka: Fort Songadh, Dist:Tapi Ukai Dam, Taluka: Fort Songadh, Dist:Tapi –––– 394680. Ph. 91394680. Ph. 91394680. Ph. 91394680. Ph. 91----2624262426242624----233215, 233257233215, 233257233215, 233257233215, 233257 Fax: 9Fax: 9Fax: 9Fax: 91111----2624262426242624----233300, 233315.e233300, 233315.e233300, 233315.e233300, 233315.e----mail: [email protected]. Website: mail: [email protected]. Website: mail: [email protected]. Website: mail: [email protected]. Website: www.gsecl.inwww.gsecl.inwww.gsecl.inwww.gsecl.in

CIN: U40100GJ1993SGC019988CIN: U40100GJ1993SGC019988CIN: U40100GJ1993SGC019988CIN: U40100GJ1993SGC019988

TECHNICAL BIDTECHNICAL BIDTECHNICAL BIDTECHNICAL BID

WWWWT. NOT. NOT. NOT. NO.... 3051305130513051

RFQ. NO. 36336RFQ. NO. 36336RFQ. NO. 36336RFQ. NO. 36336

NAME OF WORK: - Providing new earthing in various residential & public building at GSECL colony, Ukai.

2

GUJARAT STATE ELECTRICITY CORPORATION LTD

THERMAL POWER STATION, UKAI DAM .

ANNEXURE-A

GENERAL TERMS AND CONDITIONS

1. The ‘contract’ means the documents forming tender and the subsequent agreement that

may be entered into.

2. The tender should be submitted along with EMD without which no tender will be

accepted.

3. Conditional tender will not be acceptable. Unilateral withdrawal of condition after

opening of tender will not be permitted.

4. The general rules & regulations of the GSECL for tender and contract for works will

apply to the extent the same are not modified herein any other rules & regulations,

conditions etc. they are in force at present and that, any be framed by the GSECL from

time to time in connection with contracts will be binding & acceptable to the contractor.

5. Sub-letting or transfer of contract without prior written approval of GSECL will be

treated as a breach of contract and it will be punishable by forfeiting the Security deposit

as well as termination of contract.

6. Chief Engineer (G): GSECL: TPS: UKAI reserves the right to reject any tender(s)

without assigning any reasons thereof.

7. The successful tenderer will have to pay total 5% of the tender value as security deposit

within seven days from the date of LOI.

8. The contractor shall hold the GSECL indemnified and in respect of any claims arising

out of injury to any persons, loss of life, workman’s compensation or any other claims

whatsoever. The contractor shall be responsible for any damages to any property of the

GSECL due to negligence of the contractor or his employees. The GSECL will be

entitled to recover from the contractor and it shall be final and binding to the contactor.

9. The contractor shall submit his Sales Tax Registration number and same should be

quoted on all his bills.

10. The successful tenderer/ contractor will have to enter into an agreement with GSECL and

the cost of the stamped paper will be borne by the contractor. The contractor will also

have to execute an indemnity bond on required value of stamped paper as per GSECL’s

rules. The cost of the stamped paper will be borne by the contractor.

11. ARBITRATION: - All question, disputed or differences whatsoever which may at any

time arise between the parties to this agreement touching the agreement or subject matter

3

thereof, arising out of or in relation thereto and whether as to contraction or otherwise

shall be referee to the decision of the sole arbitrator, appointed by the chairman, GSECL

for the purpose, who shall be a Retired High Court Judge or a Retired District and

Session Judge, and the decision of the said Arbitrator shall be final and binding upon the

parties- Reference to the Arbitration shall be governed by the provisions of Indian

Arbitration & conciliation Act 1996, as amended from time to time and the rules made

there under. The arbitration proceedings shall be conducted at GSECL Head Office

Baroda or at such place as the sole Arbitration may determine.

12. The party shall strictly observe all the Labour Laws and Factory Acts in existence &

amendments made from time to time.

13. (A) Party shall have to strictly observe all Safety rules as per the Factories Act, 1948

and the whatever amendments made from time to time to avoid any chances of

accident. Contractor shall have to strictly follow the instructions of Safety Officer.

(B) The Safety precaution issued vide this office circular no. CCUT/Safety/ 4/90/CIR

345 A Dtd: 14-12-90 is applicable to this contractor also and to be followed

strictly.

(C) Before starting the contract it is advisable that party should have the documents

for insurance of works.

14. The work shall be completed within stipulated time. If required, party have to work

round the clock to maintain the work schedule.

15. Payment shall be made as per actual work done only.

16. The contractor shall have to take all necessary precautions to avoid fire during cutting

welding etc. in case of any smoldering fire, the same should be extinguished by

contractor immediately using their own labour tools water and buckets etc.

17. The party shall arrange his own adequate tools and tackles welding accessories, drilling

machine, grinders, scaffolding welding machines, gas cutting sets, lifting material like

hydraulic jacks, slogging spanners, dial gauges & piano wire.

18. Party shall have to arrange all consumables including required electrodes, kerosene

rustolene paint grinding wheels etc. at his own cost.

19. An authorized and technically qualified representative of the contractor must be available

at site while the work is going on. The address of the representative should be submitted

to this office so that party can be contacted whenever required in connection with

execution of the work.

4

20. Scaffolding material, if available with GSECL will be issued on chargeable basis

otherwise contractor will have to arrange for the same at his own cost. After completion

of work scaffolding is to be removed immediately.

21. After completion of work, working area and surrounding area should be made clean by

removing M.S. debris & all types of scrap etc. scrap should be credited to main store

only & it should be dumped at place shown by E.E. (Store).

22. Electric connection will be given free of cost at one mutually point, But energy

consumption will be paid by contractor.

23. Oxygen/ Acetylene gas if available will be issued on chargeable basis from GSECL

Main store, otherwise the party has to arrange on its own. The cylinders should be

returned to main store within stipulated time.

24. Shifting, transportation of materials from Main store to working site shall have to be

done by contractor at his own cost.

25. Party shall submit daily progress report for the work carried out by them.

26. The contractor, if desires, can seen the plant and site of work with permission of

undersigned on any working day during working hours.

27. Party has to carry out the work at site only.

28. Income Tax will be deducted at source at prevailing rates as per I.T. Act.

29. The details of payment of EMD & Tender fees shall be clearly indicated &

furnishing MR No/ DD No on technical bid of tender cover itself.

30. OH & S Management System Requirement

It is to be noted that GSECL, Ukai TPS is establishing and implementing

Occupational Health & Safety Management System complying with OHSAS

18001: 2007.

You as a part of the GSECL Ukai team and as defined by the scope of

mentioned standard, all contractors are required to comply with and participate

to prevent the occupational Health and safety hazards and risks including

observation of safety rules. Further you are also to comply with all applicable

legal requirements while executing the work, in case the job is assigned to you.

CHIEF ENGINEER (GEN.) GSECL, TPS, Ukai.

Signature of contractor

5

Gujarat State Electricity Corporation limited

90020000: Ukai Thermal Power Station

SCHEDULE – A

NAME OF WORK : - Providing new earthing in various residential & public building at

GSECL colony, Ukai

GENERAL DESCRIPTION OF SITE: -

Ukai is about 90 KMs from Surat and about 8 Kms from Fort Songadh. An all weather

road bifurcating at Songadh from Surat-Dhulia road connect this site. The contractor

shall inspect the site for transportation and location of all materials, plants & tools etc.

1.0 INTRODUCTION

The Gujarat state electricity corporation Ltd hereinafter called GSECL will receive

Bids in respect of providing new earthing pit in various quarters building at GSECL

colony, Ukai including supply of all Equipments/Materials, Erection (including Civil

Works), as per the Scope detailed in the Bid Documents.

2.0 SCOPE:

The complete details of the work is as below.

The earthing system includes necessary excavation of earth pit, providing & fixing of

earth electrode, installation of earth electrode in suitable pit size, construction of

earth pit with cover for the installation, connection of earth electrode with

equipotential earth bus and connection of equipment to equipotential earth bus.

3.0 TECHNICAL SPECIFICATION

(A) PLATE TYPE EARTHING

3.1 The installation shall generally conform to IS 3043 - Indian Standard Code of

Practice for Earthing, as amended up to date.

3.2 Excavation of Earth Pit in hard / soft soil of 3 meters (Depth) x1 meter (Length)

x1 meter (Width).Excavation shall be carried out by means of digging the soil

6

where ever is practicable or by means of auguring the soil. After excavation

broken lumps and stones are to be removed from the earth pit.

3.3 Plate Electrode Earthing – Earthing electrode shall consist of a cast iron plate

not less than 45 cm x 45 cm x 0.35 cm thick. The plate electrode shall be

buried vertically as far as practicable below permanent moisture level but in

any case not less than 2.5 mts. below ground level. Wherever possible earth

electrode shall be located as near the water tap, water drain or a down fence

3.4 20 mm G.I. pipe for watering shall run from the top edge of the plate to the

ground level with G.I funnel with wire mesh and screen for watering the earth.

3.5 The funnel with screen over the G.I. pipe for watering to the earth shall be

housed in a block masonry chamber as shown in the drawing.

3.6 Earthing Conductor shall be HOT deep Galvanized iron strip wire of 8 SWG.

The earth lead shall be connected to the earth plate through GI bolts. Earth

conductor shall be securely bolted and soldered to plate.

3.7 The earth conductor shall be securely terminated on to the earth plate with

LUG, two bolts, nuts, checks nuts, and washers.

3.8 Earthing conductor run through GI conduit in ground and on wall with properly

clamped/saddled (With GI Clamp/saddle) up to 1.5 meter of building.

3.9 The Earth conductor through GI conduit outside the building shall be laid atleast

600 mm below the finished ground level.

3.10 Earth connecting strips running inside the building shall be suitably supported

on wall/columns/under ceiling with proper non-ferrous GI clamps spaced not

more than 900 mm.

3.11 Providing and filling up of earth pit with 40 KG charcoal and salt after placing

of earth electrode in excavated earth pit. Charcoal, salt fill up alternate layer

and high conductivity soil are watered and rammed as tight as possible for

shall be carried out proper bonding of the electrode with the adjacent soil.

3.12 Back filling earthing pit - Normally the excavated soil shall be used if it is free

from sand, gravel and stones. In case the excavated soil contains sand, gravel

and stones these shall be removed by appropriate methods such as hand

picking, sieving etc.

3.13 The masonry chamber (Earthing Pit) shall be provided with a Cast Iron

hinged cover resting over the Cast Iron frame, which shall be embedded in the

block masonry.

7

3.14 Construction of the earthing station shall in general be as shown in the

drawing and shall conform to the requirement on earth electrodes mentioned

in the latest edition of Indian Standard IS: 3043, Code of Practice for Earthing

Installation.

OR

(B) Electrode type earthing consisting Pipe/flate-i n-Pipe Technology: Supplying & erecting earth pit of minimum bore dia.150mm size approved make Earthing Electrode consisting Pipe/flate-in-Pipe Technology as per IS 3043-1987 made of corrosion free G.I.Pipes having Outer pipe dia of 50mm+/-2mm having 80-200 Micron galvanising, Inner pipe dia of 25 mmhaving 200-250 Micron galvanising/flate size 32x6 mm copper coated, electrode length minimum 81 inch, connection terminal dia of 12mm with constant ohmic value surrounded by highly conductive compound with high charge dissipation suitable for following type of applications. (a) For Electrical Installation up to 440V in normal soil Length of pipe - 2 Mtr Back filling compound – minimum 25 Kg. (Test certificate of NABL/ERDA to be provided). Other Terms & Conditions:

1. The complete earthing system shall be mechanically and electrically bonded to

provide an independent return path to the earth source.

2. Normally an earth pit shall not be situated less than 1.5 mtrs. from any building.

Care shall be taken that the excavations for earthing may not affect the footing

of the foundations of the buildings.

3. The existing earth strip of old earth pit is connected with new earth pit.

4. Joints and tapings in the main earth loop shall be made in such a way that

reliable and good electrical connections are permanently ensured. All joints

below ground and above ground shall be welded/brazing and suitably

protected by applying bitumen.

5. Connecting the old/damaged earth strip to earth grid including all consumables

like Brass/SS bolts & nuts, washers on both sides etc., is also in the scope of

the contractor.

6. The resistance of each earth station should not exceed the limit specified in IS:

3043.

7. All Materials to be supplied by the contractor should be got approved by the

Engineer In charge before utilization.

8. Earthing pit installation shall start after inspection of excavate earth pit by

Engineer in charge.

9. Installation of earthing pit done in presence of authorized person of GSECL.

8

10. In case of dispute, the ruling of Chief Engineer (Gen), GSECL, Ukai, will be final

and binding.

11. The work should be completed in all respect with sufficient and skilled labours,

if the damages occur to any equipment or materials of corporation, recovery for

the same will be made from the bill of contractor. Also contractor shall take

necessary safety precautions for the safety of his workers.

12. The tools, measuring instrument and equipments required for the Installation of

the said work will be supplied by contractor.

13. Electrical connection shall be given at single point free of cost by GSECL and

onwards distribution shall be arranged by contractor at his own cost. Electrical

energy will be chargeable . Necessary consumption charges will be recovered

as per the tariff rate of DGVCL from time to time as per DGVCL rules and

energy billed amount will be paid by contractor to DGVCL office.. "M/s. GSECL

will issue the LT power supply of max. 200 amp and is of 3 phase 3 wire system

only. If neutral is required for control circuit of their equipment; party should

have to arrange the control transformer with necessary charge of wiring in their

panel. As 3 phase 4 wire system is not available.

14. TERMS OF PAYMENT:

Payment will be made by running account bill monthly after taking joint measurement and following procedure given in clauses 10&11 of the 'Tender & works Contract Documents". Payment will be released subject to availability of sufficient fund as per corporation's rules.

Chief Engineer (Gen) GSECL, TPS, Ukai

9

PRE-QUALIFICATION CONDITIONS

01 Tender documents can be received from the account office after getting

necessary approval from concerned departmental authority and payment of

prescribed tender fee in cash only during office hours on working days.

02 Prescribed Earnest money deposit will have to be paid by the Tenderer. This will

be accepted by crossed demand draft drawn on Bank of Baroda or SBI payable

at Ukai or RTGS/NEFT. Tender submitted without EMD are liable to be rejected.

All tenderer are strictly instructed to mention details of tender fees and EMD paid

on tender cover without which it will be presumed that EMD is not paid and

tender will not be considered / acceptable.

03 Each tender is to be submitted in two separate envelopes, one for technical bid

and second for price bid duly offered in sealed super-subscribed with tender

number, name of work, Due date of opening, photocopy of M. R. of EMD shall be

received by RPAD only.

Tenders received late after prescribed due date & time will not be accepted. Any

alteration / modifications to the bids received after opening of tender shall not be

considered unless called for by the GSECL in negotiation.

04 Tenderer should also certify that the tender submitted is unconditional tender and

specifically remark “Un-conditional tender” on cover itself.

05 Before quoting the rates in the tender, party can see the site for correct

assessment of work. No ignorance of rate quoted shall be entertained after

opening of tender.

06 For Technical-Bid party will have to submit following documents.

a) Past order copies of similar work carried out in GSECL power station or any

organization of government.

b) Latest income tax return certificate.

c) P.F. code number. /PAN NO., Electrical license.

d) Labour insurance copy with valid period.

e) List of tools & tackles for carry out the work.

10

f) Schedule–A, Terms & conditions dully sign on each page, deviation if any clearly

be brought out.

g) Service tax registration certificate.

Technical-Bid without above will not be qualified and liable for rejection.

07 Subletting of Tender is not permitted.

08 GSECL reserves the right to split the contract.

09 Chief Engineer (Gen), GSECL, TPS, Ukai reserves the right to either accepts or

rejects any or all tenders without assigning any reason thereof.

SIGN. OF CONTRACTOR CHIEF ENGINEER (GEN)

WITH SEAL & DATE. GSECL: TPS: UKAI

11

ANNEXURE

TENDER FOR SUPPLY/WORKS

On Firm’s Letter Head.

CERTIFICATE-“A”

I / We ______________________________________________________authorized

signatory of M/s. ____________________ hereby Certify that M/s.

___________________ is not related with other firms who have submitted tenders for

the same items under this inquiry / Tender.

Seal of the Firm Place Date

SIGNATURE OF THE TENDERER WITH DESIGNATION

12

GUJARAT STATE ELECTRICITY CORPORATION LIMITE: TPS: UKAI.

I N T E G R I T Y P A C T

OUR ENDEAVOUR

To create an environment where business confidence is built through best business

practices and is fostered in an atmosphere of trust and respect between providers of

goods and services and their users for the ultimate benefit of society and the nation.

GSECL’S COMMITMENT PARTY’S COMMITMENT

� To maintain the highest ethical

standards in business and professions.

� Not to bring pressure recommendations

from outside GSECL to influence its

decision.

� Ensure maximum transparency to the

satisfaction of stakeholders.

� Not to use intimation, threat,

inducement or pressure of any kind on

GSECL or any of its employees under

any circumstances.

� To ensure to fulfill the terms of

agreement / contract and to consider

objectively the view point of parties.

� To be prompt and reasonable in

fulfilling the contract, agreement, legal

obligations.

� To ensure regular and timely release of

payments on due dates for work done.

� To provide goods and / or services

timely as per agreed quality and

specifications at minimum cost to

GSECL.

� To ensure that no improper demand is

made by employees or by anyone on

our behalf.

� To abide by the general discipline to be

maintained in our dealings.

� To give maximum possible assistance

to all the Vendors / Suppliers / Service

� To be true and honest in furnishing

information.

13

Provider and others to enable them to

complete the contract in time.

� To provide all information to suppliers /

contractors relating to contract / job

which facilitates him to complete the

contract / job successfully in time.

� Not to divulge any information,

business details available during the

course of business relationship to

others without the written consent of

GSECL.

� To ensure minimum hurdles to vendors

/ suppliers / contractors in completion of

agreement / contract / work order.

� Not to enter into cartel / syndicate /

understanding whether formal / non-

formal so as to influence the price.

Seal & Signature

(GSECL’s Authorized Signature)

Seal & Signature

Party’s Authorized Person)

Name :

CHIEF ENGINEER (GEN.) GSECL:TPS:UKAI

14

GUJARAT STATE ELECTRICITY CORP. LTD.

THERMAL POWER STATION UKAI-394680

Name of the work: -Providing new earthing in various residential & public building at

GSECL colony, Ukai

Sr. No. Index

01 Tender notice & General Instruction

02 Section-A

03 Annexure-A

Schedule-I

Schedule-II

Note

05 Labour Laws – 1

General safety Rules

06 Tender & contract for works Booklet Can be seen in the office during working hrs.

07 General specification Booklet Can be seen in the office during working hrs.

08 Additional Technical specification

09 Drawing Can be seen in the office during working hrs.

Tender copy

Issued

______________

______________

______________

Tender fee paid receipt No. ________________________ dt.

Earnest Money paid receipt No. _____________________ dt.

……………………………………………………………………………………………… SUPDT. OF ACCOUNTS SIGN. OF CONTRACT CHIEF ENGINEER (GEN.)

GSECL: TPS: UKAI

15

GUJARAT STATE ELECTRICITY CORPORATION LTD. THERMAL POWER STATION: UKAI

TENDER NOTICE

RFQ No.36336 WT- 3051

Sealed item rate tenders are invited from the experienced contractors for the work as particular

given below.

1. Name of work: - Providing new earthing in various residential & public building at GSECL

colony, Ukai

2. Estimated cost Rs. : 939250.00

3. Last date of issue tender –Up to 3.00 P.M. on ________________ 4. Last date of submission:-Up to -3.00 P.M. to on __________ by R.P.A.D. 5. Date of opening of tender on ________________ 4.00 P.M. (if possible) 6. Time limit for completion: - 10 (Ten) month. 7. Earnest Money: - Rs. 9393.00 By D.D/RGTS/NEFT. 8. Security Deposit 5% of contract value: - As per LOI

9. Tender fee by cash (Non refundable):- Rs.750.00 by D.D/RGTS/NEFT. 10. Guarantee period – As per GSECL's Rule.

“The Bank Guarantee for Earnest Money Deposit (EMD) & Security Deposit (S.D.) issued by following banks will only be accepted.

All public sector Banks (All Nationalized banks)

[EMD/TF WILL BE ACCEPTABLE BY D.D. ON SBI, BOB or R GTS/NEFT.] The Bank Guarantee of Co-Operative Banks and other scheduled Banks etc. will not be accepted.” Right to reject any or all tenders without assigning any reason there of is reserved by the competent authority. Tenders will be received by R.P.A.D. only. Tender fee/EMD/SD will be accepted by RTGS/NEFT also. The bank details are as under Beneficiary Name: - M/s. Gujarat State Electricity Corporation Ltd. Address: - Urja Nagar, GEB COLONY,

TAL. SONGADH, DIST. TAPI, PIN CODE NO. 394680.

Bank Name: - Bank of Baroda Ukai.

NATURE OF A/C:- Current Accounts. Branch: Ukai.

Account No. : - 02640200000002, IFSC CODE No. : - B ARBOUKAIXX ("0" =ZERO)

MICR CODE NO: - 394012529

Postal Address: Gujarat State Electricity Corporation Ltd. Thermal Power station UKAI: 394680

CHIEF ENGINEER (GEN) GSECL: TPS: UKAI.

16

IMPORTANT NOTE: Ref.: Payment and acceptance of Earnest Money deposit. Tenders without E.M.D. or with part payment of E.M.D. will not be opened or

considered.

The details of E.M.D. paid should be submitted separately in letter giving details

of payment of EMD i.e. Demand Draft and GSECL's receipt No. In no case Demand

Draft for E.M.D should be put inside the cover containing Tender, if this is done, the

tender will not be opened or considered. Those who are exempted from E.M.D.

payment should submit a copy of certificate in separate cover along with the tender.

Tender shall remain open for acceptance, subject to the validity period of four

months from the date on which they are due for opening and during this period no

tenders shall be allowed to withdraw his tender. Any such withdrawal during the period

will entail forfeiture of the Earnest Money deposited with the tender.

Contractor should sign all the papers of Tender.

17

GUJARAT STATE ELECTRICITY CORP. LTD.: THERMAL POWER STATION: UKAI DAM – 394680.

GENERAL INSTRUCTION TO TENDERERES

Sealed Tenders are invited from the contractors / firms who have executed Electrical/civil works of successfully and who are registered under appropriate class.

1.0 Tenders documents are in two bids system i.e. “Technical Bid “and “Price Bid”.

1.1 Technical bid is to be submitted in a separate sealed envelope and superscribing the envelope as “Technical Bid “ Technical bid shall be submitted with documents, as under, falling which tender is liable for rejection.

i) Solvency certificate issued from any Nationalized Bank amounting to sum

equivalent to 20% of estimated cost (Minimum). ii) Separate EPF Code No. Allotted by RPFC.

iii) PAN No. shall have to submit with Tech. bid.

iv) Registration certificate in appropriate class as contractor in

PWD/Irrigation/Central Govt. undertaking/State Government undertaking.

v) Experience certificate as per requirement in Schedule

vi) Details of equipments available with the tender as per Schedule-II.

The above documents shall be submitted in form of attested true copies along with technical bid. Also the successful contractor has to obtain valid labour licence and Group Insurance Policy of the insured laborers under W.C. Act. Immediately for sufficient labours for the contract is entrusted and for extended period if any.

1.2 The Sealed price bids comprising of Schedule-“B” shall be submitted in separate sealed envelop superscribed accordingly on the envelop.

1.3 Both “Technical” and “Price bid” should be submitted in one common

envelope superscribing the name of the work and tender opening date etc.

2.0 Bidders shall complete the tender document in all respects and they are to be

signed with Company’s seal on all pages. 3.0 The bidders shall submit their offer without any deviations in general terms and

conditions of the contract, or in Technical specifications/Items. Or in price bid. Tenders with such deviations, shall be rejected. Incomplete and conditional tenders shall not be considered.

4.0 GSECL reserves the right to split up the work covered in the scope of this

contract amongst more than one contractor.

18

5.0 The rates shall be quoted both in words and figures as per unit specified in

schedule-“B” In case of any discrepancy between the rates quoted in words & figures, rate quoted in words will prevail.

6.0 Intending bidders shall submit tenders after studying all tender documents

carefully and after visiting the site for satisfying themselves of actual site conditions, location and accessibility of site and nature and extent of the work involved etc.

Submission of tenders implies that bidders have obtained all necessary informations and other datas required for executing the work. No, claim for extra charges on account of any misunderstanding or otherwise will be allowed.

7.0 Site cleaning and all approaches to the site shall be in the scope of bidders. 8.0 Bidders will not be allowed to give sub-contract of the works awarded to him for

any reasons what so ever without permission of the Chief Engineer. 9.0 Contractor has to submit past order copy of similar works executed by him

along with the list of equipments, tools and tackles and manpower available with him along with the details of the same, which he intends to deploy on site of the work. The successful contractor has to deploy all such resources at site during course of work.

10 Tenders without EMD or with part payment of EMD will not be opened or considered. The details of EMD paid shall be submitted in letter giving details of payment of EMD i.e. by cash or demand draft and GSECL’s money receipt No. The demand draft for EMD shall be put inside the cover containing technical bid & not inside the cover containing price bid. If this is done, the tender will not be opened or considered. Those who are exempted from payment of EMD shall submit a copy of certificate in separate cover along with the tender.

11 After opening of Technical bid no revised price from any bidders will be accepted.

12 Price quoted shall be firm, till overall completion of the work, under contract and there will not be any price escalation.

13 Date of opening of price bid will be intimated later on to those bidders who are qualified in technical bid. Price bid of only qualifying bidders on the basis of evaluation of technical bid shall only be opened. Price bid of bidders who are not technically qualified as per requirement of technical bid shall not be opened.

14 The decision of GSECL in the matter will be final and no any claim will be entertained in this regard.

15 Tender shall remain open for acceptance, subject to the validity period of 120 days from the date of opening of price bid and during this period no tender shall be allowed to withdraw his tender. Any such withdrawal during the period will entail forfeiture of the Earnest Money deposited with the tender.

16 All the works shall be carried out as per specifications attached with the tender and relevant Indian Standards issued by the Bureau of Indian Standards. All materials procured should be confirming to relevant Indian Standards issued by Bureau of Indian Standards, wherever not specified in the item.

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

19

18 GSECL reserves the right to reject any or all the tenders without assigning any reason thereof.

19 AGREEMENT : As per corporation’s rules, successful tenderer shall have to enter in to an agreement on stamped paper of appropriate value with the Gujarat State Electricity Corporation Ltd., in the prescribed form before starting the work. The cost of the stamp fee shall be borne by successful tender. The tender with specifications, schedules, drawings, the contract booklet to be signed by successful tenderer. The letter of acceptance, all above documents & subsequent correspondence shall be deemed to be a part of the contract agreement.

20 ARBITRATION: 01 All questions, disputes, difference 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 there to, shall be referred to the Gujarat Public Works Contracts Disputes Arbitration Tribunal” as per the provision of the Gujarat Public Works Contract Disputes Arbitration Tribunal Act. 1992.

The reference to arbitration proceeding under this clause shall not : (a) Affect the right of the E.I.C. to take possession of all or any tools, plants,

materials & stores in or upon the work or site thereof or belonging to the contractor or procured by him and intended to be used for the execution of the work or any part thereof.

(b) Preclude the E.I.C. from utilizing the materials purchased by the contractor in any work or from removing such materials to other place, during the period the work is stopped or suspended in pursuance of notice given to the contractor under General conditions.

(c) Entitle the contractor to stop the progress of the work of carrying out the additional or altered work in accordance with the provision of General conditions of the work where there are no specifications.

(d) Preclude the GSECL from getting the work done by another agency. 02 Neither party is entitled to bring a claim to arbitration tribunal latest by 30 days

after the expiration of the defects liability period. 03 The provisions of the Arbitration and Conciliation Act 1996, Gujarat Public Works

Contract Disputes Arbitration Tribunal Act-1992 and rules made there under shall apply to the Arbitration proceeding under this clause.

Note: The clause no : 30” “Arbitration” of tender and contract for works booklet stands

deleted and replaced by new clause as above:- 21 All Royalties, Sales tax, Toll tax, Local tax, Development charges Service tax,

Building & Construction Workers’ Welfare Cess and any other taxes works contract taxes etc. in respect to this contract shall be payable by the contractor, and Gujarat State Electricity Corporation Limited, will not entertain any claims whatsoever in this aspect. Any imposition of other taxes time to time or statutory variation in future towards the above mentioned taxes shall also be payable by the contractor and Gujarat State Electricity Corporation Ltd. Will no entertain any claim of whatsoever nature during or after the completion of this

20

tendered work Proof of such payments made by the contractor to the appropriated department shall be produced to Gujarat State Electricity Corporation Ltd., failing which, appropriate amount shall be withheld or getting information / instruction from the concerned department.

22. “OH&S Management System Requirement

It is to noted that GSECL, Ukai TPS is establishing and implementing Occupational Health & Safety Management System complying with OHSAS18001:2007.

You as a part of the GSECL Ukai team and as defined by the scope of mentioned standard, all contractors are required to comply with and participate to prevent occupational Health and safety hazards and risks including observation of safety rules. Further you are also to comply with all applicable legal requirements while executing the work, in case the job is assigned to you.”

CHIEF ENGINEER (GEN.) GSECL: TPS: UKAI

Signature of Contractor, Name, Seal, detail address With Phone/Fax.

21

GUJARAT STATE ELECTRICITY CORPORATION LIMITED THERMAL POWER STATION: UKAI DAM: 394680.

SECTION: A

1 INFORMATION REGARDING BIDDERS EXPERIENCE AND COMPETENCAE.

01 Name of the organization / firm

:

02 Address of Registered Office with telephone / telex Nos. & telegraphic address.

:

03 Address of the office that would handle this proposed work with telephone / telex Nos. and telegraphic address.

:

04 Nature of the Organization viz. whether sole proprietor, partners, private limited, Semi Govt. etc.

:

05 Names address, Telephone Nos. Officer & residential of

:

i Chairman / Managing Director

:

ii General Manager

:

iii Chief Project Engineer / Manager

:

iv Contract Engineer / Manager

:

06 Details of Registration Organization / firm.

:

07 Adequate and satisfactory evidence to indicate financial capability of organization / firm to undertake the proposed work with names of Bankers and their full Address.

:

08 Audited profit and loss accounts and balance sheets / certified income and expenditure accounts from a Chartered Accounts, Annual Reports and the latest tax clearance certificate.

:

09 Details of similar jobs executed in execution within the last three years by the firm organization.

:

..2...

22

Sr. No.

Nature of Work Value of Work

When work completed and time taken

Client Remarks

(mention to be

made in case work sublet to an other firm.)

10 List of technical personal plant and equipment available with the firm.

:

11 List of technical personal plant and equipment to be deployed for the work.

:

12 Any other technical details etc. to elaborate upon the organization firm’s competence to execute his work.

:

13 Income tax PAN :

WARD NO. :

PLACE :

Signature :

Self Company Designation:

Company :

Date :

23

GUJARAT STATE ELECTRICITY CORPORATION LIMITED THERMAL POWER STATION

UKAI-394680

ANNEXURE – "A"

SPECIAL NOTE FOR PREQUALIFICATION

The following credentials are preferably required to consider the bid, technically qualified. 1) Detail of similar works carried out in the name of his own firm of same in nature

and magnitude along with documentary evidence such as satisfactory

completion certificate on going works from respective authorities etc. as per

Schedule-I attached herewith. The documents should be attested.

2) Details of required machinery in his own possession and will deploy for this work,

if the order will be issued to him, along with documentary evidence etc. as per

schedule – II attached herewith.

Signature of Contractor Chief Engineer (Gen) GSECL: TPS: UKAI

24

GUJARAT STATE ELECTRICITY CORPORATION LIMITED

THERMAL POWER STATION: UKAI DAM: 394680

SCHEDULE – “1”

BIDDER'S EXPERIENCE

(TO BE FURNISHED IN TECHNICAL BID) Sr. No.

Name & description of work and w. o. No.

Value of work Period of construction & Dates.

Client/ Authorities.

Signature & Name Designation Company Address

Seal of Company. Date

25

GUJARAT STATE ELECTRICITY CORPORATION LIMITED THERMAL POWER STATION: UKAI DAM: 394680

SCHEDULE – "II"

LIST OF PLANT, MACHINERY AND EQUIPMENTS.

(To be furnished in Technical bid)

Sr. No.

Type & Description of Equipment.

Nos. the bidder has in

possession

Nos. he propose to bring to the

site

Capacity description

01 02 03 04 05 01

02

03

04

05

06

07

08

09

10

Signature & Name Designation Company Address

Seal of Company. Date

26

GUJARAT STATE ELECTRICITY CORPORATION LTD. THERMAL POWER STATION: UKAI: 394680

: NOTE: 1. All the columns in schedule be filled in INK 2. Rates quoted include clearance of site (Prior to Commencement of work and

after completion of work) in all respects and hold good for work under all condition, site, weather etc.

3. The quantities given above are approximate. 4. Certain minor changes may be incorporated during construction and as a result,

there may be increase or decrease in the above stated quantities. In such an event, it should be noted that the contractor should not claim anything extra. These will be paid on the basis of actual quantities excused.

5. The rate shall be quoted both in words and figures as per units specified in the schedule-B, should there be any discrepancy the rate quoted inwards and figures rate quoted in words shall prevail.

6. Tender received without experience certificate, solvency certificate will not be considered.

7. Tender will be received by R.P.A.D. / SPEED POST only. 8. Further should thereby any discrepancy between rate and amount the rate will

prevail. 9. EMD receipt should be put in separate cover with the Tender. 10 Tender fee/EMD/SD will be accepted by RTGS/NEFT also. The bank details are as under. Beneficiary Name: - M/s. Gujarat State Electricity Corporation Ltd. Address: - Urja nagar, GEB COLONY, TAL. SONGADH. DIST. TAPI. PIN CODE NO. 394680. Bank Name: - Bank of Baroda Ukai. NATURE OF A/C:- Current Accounts., Branch: Ukai. Account No. : - 02640200000002 [total 7 (seven) zero] IFSC CODE No. : - BARBOUKAIXX ("0" =ZERO)

MICR CODE NO: - 394012529 11. All the terms & condition of the Booklet 'General specification for "Tender &

contract for work" will be considered a part of the contract agreement. These booklets are available in office for reference.

CHIEF ENGINEER (GEN)

GSECL: TPS: UKAI COTRACTOR’S SIGNATURE.

27

GENERAL TERMS & CONDITION OF CONTRACT:

1.1 Wages to be paid and time of payment etc. by the Contractor. 1.2 The contractor shall pay minimum wages per day or as may be specified hereafter

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 him before the expiry of 7th day of the last day of the month in respect of which the wages are payable ( i.e. wages of a month have to be paid by him in the first week of the next month). The payment shall be disbursed in the presence of management Representative during the working hours in factory premises and the contractor shall get the certificate in the register of wages by the representative of the Corporation. Any default will result in cancellation of contract forthwith or else the contractor shall be punishable to the extent of Rs. 400/- fine per each day.

1.3 The contractor shall give his telephone number and address to the Corporation so

that in case of labour disputes etc. the contractor can be contacted. The contractor shall arrange to have his office outside the factory premises and the contractor keep himself present throughout the working hours

02. LABOUR LAWS: 01 Persons below the age of 18 years shall not be employed for the work.

02 No female workers shall be employed in the night shift between 07.00 PM to 06.00

A.M.

03 Contractor shall maintain valid labour license under the Contractor (Regulation & Abolition) Act.1972. 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.

04 The contractor shall at his own expense comply with all the labour laws and keep the Board indemnified in respect thereof. Some of the major liabilities under various labour and Industrial laws which the contractor shall have to comply with are as under.

05 Payment of contribution of employees (Contractor labour ) as well as employer’s ( Contractor ) contribution towards Provident Fund, Family Pension Scheme, Employee Deposit Linked Insurance Scheme. Administrative charges, Inspection charges etc. at the rates made applicable from time to time by Government of Gujarat / Government of India or other Statutory Authorities.

06 Labour engaged by you shall be entitled for Earn leave as per the provision laid down in factories Act. 1948. Contractor shall extend the facility of E.L. as per the provision

28

laid down in Factories Act and shall also have to maintain leave records in prescribed form under Factories Act.

07 No labours are allowed to enter in power station [premises who do not have identity card prescribed under factories Act.

08 Contractor shall have to comply with the Maternity benefit is he happens to engaged female labours as per Maternity benefit Act.

09 Contractor shall have to obtain Insurance of the labourers engaged by him to carry out contractual work before commencement of work under workmen’s compensation Act.

10 P.F. CODE NUMBER : The contractor shall have to submit the details of his own P.F. code number along

with offer from appropriate authorities. Without P.F. code No. the tender is likely to be disqualified.

11 PROVIDENT FUND AND FAMILY PENSION SCHEME :

The contractor shall submit along with his bill (Month wise) a statement regarding deductions at the rate of 12% of the wages against employees provident Fund & Family pension Scheme in respect of each concerned employee. (or at the rates made applicable by the Government from time to time) of the wages. The contractor’s contribution and his workers contribution towards Provident fund and Family Pension Scheme shall be deposited by the contractor with Regional Provident Fund Commissioner, Ahmedabad or to the authority prescribed under the Act along with the other charges applicable. Copy of paid challan requires to be attached. Copy of paid challan requires to be attached.

12 If any workman engaged by contractor meets with fatel or non-fatel accident while on duty then contractor shall be liable to pay compensation to the legal heir or to the workman as the case may be as per workman’s compensation Act.

13 EMPLOYEES DEPOSIT LINKED INSURANCE SCHEME : The contractor shall have to deposit ½ % of the rate applicable form time to time of

the wages in respect of employees who are a member of the provident fund against the contribution towards Deposit linked insurance scheme with regional provident Fund Commissioner, Ahmedabad.

14 The Contractor should pay prevailing minimum wages to the laboures engaged by him as per the minimum wages Act in presence of the GSECL’s Officer or Representative.

15 The Contractor shall deposit fifteen days salary for every completed one year of service for each worker for the liabilities of gratuity.

29

16 ADMINISTRATIVE CHARGES :

Administrative charges for maintaining Provident Fund Account shall be deposited by the contractor with Regional Provident Fund commissioner, Ahmedabad at the rates applicable.

17 LABOUR LICENSE FOR LABOUR CONTRACT : The contractor shall have to obtain the copy of labour contract license under contract labour (Regulation & Abolition) Act from the appropriate authorities before commencement of work.

18 Contractor shall have to issue the appointment letter to their labour engaged during the contract period each & every instance and should be narrated clear cut terms and conditions for the liabilities of the concerned employees.

19 After completion of the contract work, the work completion certificate is required to be produced before the DY. GENERAL MANAGER for the purpose of no due certificate and cancellation of the gate passes issued to the contractor worker at the time of execution of the contract work.

20 The contractor shall have to maintain all the relevant records under labour law as mentioned here in above and kept ready for verification by the Board’s authority as well as the authority of the Government Officials as and when asked for the checking.

21 22 23 24 25

The contract shall have to produce / submit the original copy of wage register / muster roll and relevant records under labour laws for the contract work as and when demanded by the Corporation for statutory compliance if arise in future.

All payment to Contract Labourers shall be disbursed through Bank only Bonus payment shall be made to Contract Labourers as per the Bonus Act. Contractor has to arrange for In and Out punching to all Contract Labourers engaged by him in Bio metric punching machines kept at Plant security Gate and for which Rs. 10/- (Rupees : Ten only) shall be charged per labour per month as Administrative expenses. The contractor shall deposit Fifteen (15) days salary for every completed year of service in case of each worker / labour towards the liability of Gratuity in all ARC/BRC contract.

SIGNATURE OF CONTRACTOR CHIEF ENGINEER (GEN.) GSECL: TPS: UKAI.

30

UTPS-SAFETY-001: REF: 00: 15.12.2008: UKAI TPS

“GENERAL SAFETY RULES / NORMS”

TO BE OBSERVED BY THE CONTRACTORS.

All the contractors working at Ukai Thermal Power Station shall have to strictly observe the following Safety Rules. The Contractors shall be responsible for informing & observing these rules by their supervisors / employees / labours as well as the supervisors / employees/ labours of their sub-agencies / sub-Contractors engaged, if any. Prior to commencement of the work, Contractor shall have to submit a written assurance on their letterhead to the concerned Sectional Head / Engineer-in-charge that they have thoroughly gone through these Rules, have educated their employees / employees of their sub contractor and will strictly observe the said Rules while execution of work under work contract awarded to them. They will have to indemnify the Corporation for any loss or damage / accident / injury to the Corporation‘s property / employee or employee of their own in default of non - observing these rules. 01 Persons to be employed for carrying out the work shall possess required

qualification, be fully trained and conversant for works to be done. All persons should have gate pass. Register consisting the full details (i.e. address, phone no, details of nearest relative, etc.) of all persons is to be maintained. During the work execution, one trained & competent supervisor should always remain present at site.

02 The contractor shall take all the required safety measures prior to commencement of work on dangerous substances, machineries or area at which cautionary notice is displayed and obtain —Line Clear“ or —Work Permit“ through the concerned Department / Section.

03 Prior to carrying out welding, gas cutting, furnace heating or any other hot work job, the contractor shall remove all the inflammable material lying at or nearby worksite or cover it properly by suitable protective covering. Also, special care shall be taken before carrying out such job & see that all possible contributing factors to set fire shall be removed / vanished prior to commencement of the work. Advance intimation shall be given to concerned section / fire section to commence the work in fire prone areas. They should also keep ready all the First Aid Fire Extinguishers / equipments & fire extinguishing media / material like sand / water buckets or other appropriate equipment at such place.

04 While carrying out work in confined space or inside vessel, the contractor shall obtain necessary —Confined Space / Vessel Entry Permit“ from concerned department prior to commencement of the work. For lighting in such areas, only 24-volt (ISI certified & with proper guard) hand lamp shall be used. For taking care of the persons working inside the confined space / vessel, a

31

supervisor / person capable to keep continuous watch on person(s) working inside, assist them incase of emergency or arrange to get immediate outside help, shall remain present at entry point and shall use full body safety belt without fail. While working inside sewage, trench or in-depth, a person to warn outsiders / entrants / passers etc shall remain available near entry point or the entry point shall be cordoned by a barricaded tape with a cautionary notice. After completion of the works, all the lids / covers / grills / grits opened, shall be re-fixed / re-placed in the original position as it were prior to commencement of the work and leave the work place in safe condition in all respect, so as to prevent accident to fellow workers.

05 The contractor shall see that he / his persons do not block (by stacking material, spare parts, tools-tackles, equipments etc), any passages / walkways / gangways / aisles / staircases / ladders / lifts or any other approaches / roads leading to plants or its auxiliaries, on which there is a traffic movement or possible traffic movements in case of emergency. Such passages are meant for safe escape in the event of emergency. If it is utmost necessary to carry out work in such area with blocking of passage, prior permission of Competent Authority or the Engineer-In-Charge shall be obtained. To demarcate / declare the area as UNSAFE, cordon it using barricading tape & display suitable caution notice or keep a person to restrict / divert the traffic on this route through other safe passage.

06 Prior to use power / electrically operated hand tools / equipments / machines / gadgets like welding machine, hand grinder, hand drill etc, ensure for its safe operation & use it only if it is found safe to use. Do not use defective, unsafe or improperly maintained equipments. The electrical power supply required to run such equipments shall not be taken directly at their own but shall be obtained through concerned Electrical Maintenance Departments or their authorized persons or under their observations / guidance only. The Electrical Section shall provide temporary electrical connection up to contractor‘s Mains Board on which it is compulsory to install mains switch, ELCB & fuses of adequate capacity. All such equipments shall invariably be earthed adequately to prevent electrical shock, sparking, short circuit etc. Power cord to be used shall be of adequate capacity, without any joint & shall consist of earth wire also. Hence, it is necessary to use adequate capacity 3-wire power cord for single & 5-wire power cord for three phase power connections. The plugs, receptacles, pins, holders etc shall be of adequate capacity & safe to use. All electrical & mechanical equipments / tools-tackles viz. welding machine, cutting machine, Grinder, Drill, Chain Pulley Blocks, Hook chooks etc required to be used during work execution shall be of standard make & bear ISI certification mark on it. The consumables like welding electrodes, grinding wheels / discs etc which has specific prescribed life span shall not be used in any case if its expiry date is over.

07 It is compulsory to use standard make Personal Protective Equipments (P.P.Es.)

32

As per the job requirement. Do not work without use of required P.P.Es. Contractor is responsible to provide standard make (ISI approved) Personal Protective Equipments / Safety Gadgets suitable to give sufficient protection against hazards involved in their work / job to their staff, as per the job requirement and insist / enforce their staff to put on the same while at works. The ongoing work is liable to be stopped at any time if the contractors‘ staff is found working without P.P.Es. Following is the list of various P.P.Es. to be used for various works / worksites.

List of safety equipments

01 Industrial Safety Helmet.

For protection of head against falling objects or during fall of person from height.

02 Safety Goggles (Grinding, Welding, etc).

For protection of eyes against flying particles / dust, chemical splash, spark, arc, flashover etc.

03 Face shield (Half or full). For protection of face against flying particles / dust, chemical splash, spark, arc, flashover etc.

04 Earplug / Ear muff

For ear / hearing system protection while working in high noise level area.

05 Apron (Rubber / PVC /Asbestos / Leather / Cotton).

For body protection against chemicals, oils, sharp edged objects, heat, hot objects etc.

06 Gloves (Rubber/PVC, Asbestos, Leather, Electrical shock proof).

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

07 Safety / Leather / Asbestos shoes, Gum Boots etc.

For protection of leg/feet against falling objects, sharp edged objects, heat, hot metals/objects, electricity etc..

08 Safety Belt(full body) / Rope / Life line / Fall prevention system etc.

For fall prevention while working at heights or in depth, working in vessel or in confined space.

09 Dust Respirator / Scarf. Protection of respiratory system against dust.

10 Chemical Cartridge Respirator

Protection against chemical fume / vapor etc.

11 Canister Gas mask. Protection against toxic/poisonous fumes/gases.

12 Air supply respirators. Working in oxygen deficient zone.

8 Before using lifting machines / tackles (like C.P.Bs., Hook chooks, winch, forklift, mobile crane, EOT crane etc) & its attachments (like D-shackles, slings, U-clamps, Eye bolts or any fixtures), it shall be checked and used only if found safe to use. Also, ensure that these are tested, examined & certified in form no 9/10 by

33

Competent Person as per the Factory act-1948 and its validity is not expired. Further, it shall be fixed properly and firmly prior to lifting the weight.

9 Scaffoldings to be used for working at height shall be of adequate size & capacity. Obtain the work permit when working at height. While climbing on such scaffolding or working on any structure at height, use of full body safety belt & Helmet is compulsory. It is also necessary to fasten chinstraps of the helmet.

10 Contractor or their employee shall not interfere in day-today routine plant activities / works except the work assigned to them, shall not loiter in the areas other than their work jurisdiction, as well as shall not temper / operate / touch the machineries / equipments / auxiliaries with which they are not concerned. Also, the contractor shall strictly instruct their staff not to sit or take rest at / near / below running plants, auxiliaries, systems or any place which is risky, hazardous & prone to accident.

11 The cylinders containing poisonous / toxic or inflammable

/ explosive gas like Oxygen, Acetylene, LPG, Hydrogen, Ammonia, Chlorine, CO2 etc shall be handled safely taking due care. To handle / shift such cylinders a special trolley / cage meant for it must be used but in no case it should be rolled. Domestic LPG cylinder shall not be used / permitted.

12 On completion of the work, cotton waste, spilled oil / grease, pieces of welding rod & other waste material shall be removed from work site and the area shall be left safe, neat & clean.

13 In case of any injury / accident while working, it shall immediately be reported to Safety Department through concerned Sectional Head / Engineer. The prescribed Form No. 21 may be obtained from concerned section or Safety Officer. For any incident occurred but have no injury to any persons should also be informed to Safety Officer as —Near Miss Incident.“

14 In all risky jobs, before starting the work, contractor should obtain General Safety Work Permit from concerned section well in advance.

15 In case of noticing smoke or fire during their work execution, they shall make immediate efforts to extinguish/control it and simultaneously inform the Fire Brigade on phone No. 4444 or 4344 or 5555 or 02624-290049 , shall shift the casualty to nearby hospital after rendering first aid in case of accident.

16 Over & above these, contractor shall have to follow all the safety requirements / rules & regulations / norms and legal provisions laid down in various statutes, particularly the provisions of The Factories Act-1948 & The

34

Gujarat State Factories Rules-1963 (Amended up to date) shall be followed strictly. The contractor shall also obey the rules / regulations / instructions of the local Competent Authority for safety requirements.

17 No women or young person shall be allowed to clean, lubricate or adjust any part of a prime mover or of any transmission machinery while the prime mover or transmission machinery is in motion. Examination or operation of motion machinery shall be made or carried out only by a specially trained adult male worker wearing tight fitting clothing as per section 22 of factories act 1948.

18 No women or young person shall be employed or permitted to work in Lead-compound area like battery room etc. as per schedule VI of GFR 1963.

19 All the relevant labour and industrial laws shall also be followed compulsorily.

20 It is felt necessary to deploy safety officers / Safety supervisors by contractors / Agencies involved in carrying out hazardous activities / operations inside TPS to have better and constant supervision in terms of Health Safety and Environment activities.

21 In case, it comes to the notice of GSECL UTPS management that the safety guidelines / safety rules / safety norms are not being followed then a minimum sum of Rupees One Thousand shall be penalized on the contractor / Agency and for subsequent such violation, a severe penalty / action as deemed fit shall be imposed, which may please be noted.

22 The above rules shall be scrupulously followed and where required, they may contact the Safety Officer for any ambiguity / further guidance in this regard.

23 For performance evaluation of contractor, safety factors of work accident, fire incident & near miss accident will be considered. Steps can be taken to review the job assignment up to cancellation for negligence.

SIGNATURE OF CONTRACTOR CHIEF ENGINEER [GEN.] GSCL: TPS: UKAI

35

GUJARAT STATE ELECTRICITY CORPORATION LIMITEDGUJARAT STATE ELECTRICITY CORPORATION LIMITEDGUJARAT STATE ELECTRICITY CORPORATION LIMITEDGUJARAT STATE ELECTRICITY CORPORATION LIMITED

Ukai Thermal Ukai Thermal Ukai Thermal Ukai Thermal Power StationPower StationPower StationPower Station Ukai Dam, Taluka: Fort Songadh, Dist:Tapi Ukai Dam, Taluka: Fort Songadh, Dist:Tapi Ukai Dam, Taluka: Fort Songadh, Dist:Tapi Ukai Dam, Taluka: Fort Songadh, Dist:Tapi –––– 394680. Ph. 91394680. Ph. 91394680. Ph. 91394680. Ph. 91----2624262426242624----233215, 233257233215, 233257233215, 233257233215, 233257 Fax: 91Fax: 91Fax: 91Fax: 91----2624262426242624----233300, 233315.e233300, 233315.e233300, 233315.e233300, 233315.e----mail: [email protected]. Website: mail: [email protected]. Website: mail: [email protected]. Website: mail: [email protected]. Website: www.gsecl.inwww.gsecl.inwww.gsecl.inwww.gsecl.in

CIN: U40100GJ1993SGC019988CIN: U40100GJ1993SGC019988CIN: U40100GJ1993SGC019988CIN: U40100GJ1993SGC019988

PRICE BIDPRICE BIDPRICE BIDPRICE BID

W.T. NO. 3051

RFQ. NO. 36336

TENDER FOR THE WORK

Providing new earthing in various residential &

public building at GSECL colony, Ukai

36

Gujarat State Electricity Corporation limited 90020000: Ukai Thermal Power Station

SCHEDUL-B

Name of work : -Providing new earthing in various residential & public building at

GSECL colony, Ukai

Sr No

Description Qty Unit RATE TOTAL AMOUNT

1

Excavation of earth pit, Supplying & erecting funnel type earthing having earth plate electrode of 45 cm x 45 cm x 0.35 cms. C.I Plate sized vertically buried in specifically preparing earth pit 3 mtr. below ground with 40 kg. charcoal and salt with alternate layers of charcoal & salt, 20mm.dia. G.I. pipe with Funnel with a wire mesh for watering & constructing the brick masonry chamber with plaster and C.I. Cover complete as per IS 3043 with necessary length of G.I earth wire No 8 SWG bolted with lug to the plate and covered in 20 mm dia. G.I. pipe (Conduit) complete connected to the nearest switch gear with end socket as per direction & duly tested by earth tester confirming to IS (As per drawing)

OR Supplying & erecting earth pit of minimum bore dia.150mm size approved make Earthing Electrode consisting Pipe/flate-in-Pipe Technology as per IS 3043-1987 made of corrosion free G.I.Pipes having Outer pipe dia of 50mm+/-2mm having 80-200 Micron galvanising, Inner pipe dia

170 Job

5525.00

939250.00

37

of 25 mmhaving 200-250 Micron galvanising/flate size 32x6 mm copper coated, electrode length minimum 81 inch, connection terminal dia of 12mm with constant ohmic value surrounded by highly conductive compound with high charge dissipation suitable for following type of applications. (a) For Electrical Installation up to 440V in normal soil Length of pipe - 2 Mtr Back filling compound – minimum 25 Kg.(Test certificate of NABL/ERDA to be provided)

Total RS. 939250.00 (In words Nine Lacs Thirty Nine Thousand Two Hundred Fifty Rupees Only)

Note : - The rates are exclusive of service tax. Service tax will be paid at prevailing rate if the same is claimed in Bill/Invoice

Chief Engineer (Gen) GSECL: TPS: UKA I My offer is _______ % higher or ________ % lower than estimated cost of Schedule B (Percentage should be written in figure as well as in words). (Rs.___________________________________________). Signature of contractor

38

Drawing