+ All Categories
Home > Documents > CIN: U40100GJ1993SGC019988 AN ISO-9001:2008 , ISO … Office/Wanakbori Thermal... · 10B and old &...

CIN: U40100GJ1993SGC019988 AN ISO-9001:2008 , ISO … Office/Wanakbori Thermal... · 10B and old &...

Date post: 04-Feb-2018
Category:
Upload: vuonghuong
View: 215 times
Download: 0 times
Share this document with a friend
28
Page no.1 of 28 GUJARAT STATE ELECTRICITY CORPORATION LIMITED GUJARAT STATE ELECTRICITY CORPORATION LIMITED GUJARAT STATE ELECTRICITY CORPORATION LIMITED GUJARAT STATE ELECTRICITY CORPORATION LIMITED Wanakbori Thermal Power Station, Taluka:Galteshwar, Dist:Kheda– 388239. Ph. 91-2699-235522 CIN: U40100GJ1993SGC019988 Fax: 91-2699-235607e-mail: [email protected],[email protected]Website: www.gsecl.in AN ISO-9001:2008 , ISO-14001:2004, OHSAS 18001:2007 CERTIFIED POWER PLANT WEB-TENDER NOTICE NO: - 450/16/W TECHNICAL BID RFQ NO 37986 “The work for quarterly Cleaning and O.H of traveling Tripler trolley of Conveyor 10A and 10B and old & new stacker/reclaimer M/c at CHPE, WTPS.INDEX S.R.NO DOCUMENT PAGE NO. 1 Technical Bid, 02 2 Details of bidder 03 3 Tender notice 04 to 06 4 Qualifying criteria , Annexure-A & Schedule: A 07 to 10 5 INTEGRITY PACT 11 6 General condition of contract 12 to 21 7 Circular – 1 22 8 Circular – 2 23 9 Safety rules 24 to 26 10 Price Bid -Schedule - B 27 to 28
Transcript

Page no.1 of 28

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

Wanakbori Thermal Power Station, Taluka:Galteshwar, Dist:Kheda– 388239. Ph. 91-2699-235522 CIN: U40100GJ1993SGC019988

Fax: 91-2699-235607e-mail: [email protected], [email protected] Website: www.gsecl.in AN ISO-9001:2008 , ISO-14001:2004, OHSAS 18001:200 7 CERTIFIED POWER PLANT

WEB-TENDER NOTICE NO: - 450/16/W

TECHNICAL BID

RFQ NO 37986 “The work for quarterly Cleaning and O.H of traveli ng Tripler trolley of Conveyor 10A and 10B and old & new stacker/reclaimer M/c at CHPE, WTPS .”

INDEX

S.R.NO DOCUMENT PAGE

NO.

1 Technical Bid, 02

2 Details of bidder 03

3 Tender notice 04 to 06

4 Qualifying criteria , Annexure-A & Schedule: A 07 to 10

5 INTEGRITY PACT 11

6 General condition of contract 12 to 21

7 Circular – 1 22

8 Circular – 2 23

9 Safety rules 24 to 26

10 Price Bid -Schedule - B 27 to 28

Page no.2 of 28

GUJARAT STATE ELECTRICITY CORPORATION LIMITED

WANAKBORI THERMAL POWER STATION

TA- GALTESHWAR. - KHEDA 388239

TECHNICAL BID

RFQ NO.

37986 The work for quarterly Cleaning and O.H of traveling Tripler trolley of Conveyor 10A and 10B and old & new stacker/reclaimer M/c at CHPE, WTPS

Due on 09/12/2016 At 17.00 P.M. (if possible) 1) TENDER FEE paid YES/NO Please mention the TENDER FEE Receipt No. _____________________ Date: _____________________ OR

D.D. No.______________ Date: _____________________

2) EMD paid YES/NO

Please mention the EMD Receipt No. _____________________ Date: _____________________

OR

D.D. No.______________ Date: _________________

Page no.3 of 28

GUJARAT STATE ELECTRICITY COGUJARAT STATE ELECTRICITY COGUJARAT STATE ELECTRICITY COGUJARAT STATE ELECTRICITY CORPORATION LIMITEDRPORATION LIMITEDRPORATION LIMITEDRPORATION LIMITED

Wanakbori Thermal Power Station, Taluka:Galteshwar, Dist:Kheda– 388239. Ph. 91-2699-235522 CIN: U40100GJ1993SGC019988

Fax: 91-2699-235607e-mail: [email protected], [email protected] Website: www.gsecl.in AN ISO-9001:2008 , ISO-14001:2004, OHSAS 18001:200 7 CERTIFIED POWER PLANT

DETAILS OF BIDDER

01 Name of Firm & Contact Person

02

Full Postal Address

Phone/Fax No : Mobile No: E-mail Address :

03 Status of the firm with supporting documents

Proprietary / Partnership / Pvt. / Public Limited

04

Name of Agencies / Directors if not prop. Name of owner, if propriety, with phone / Fax Nos

05 Registration certificate No. with GSECL

06 SSI No. ( Notarized Copy) 07 Labour License No 08 P.F. A/C. Code No 09 Service Tax No 10 PAN No.

11 Latest bank solvency certificate at least 20 % of estimated cost (Not more than One year old)

12 Tender fee Amount DD No. & Date

13 EMD Amount DD No. & Date IMPORTANT NOTE

� This tender should be submitted duly signed without removing a single page. Otherwise the tender is liable to be rejected.

Signature of Contractor with Place / Date / Firm Seal / Stamp

For, Gujarat State Electricity Corporation Ltd. Chief Engineer Wanakbori Thermal Power Station

Page no.4 of 28

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

Wanakbori Thermal Power Station, Taluka:Galteshwar, Dist:Kheda– 388239. Ph. 91-2699-235522 CIN: U40100GJ1993SGC019988

Fax: 91-2699-235607e-mail: [email protected], [email protected] Website: www.gsecl.in AN ISO-9001:2008 , ISO-14001:2004, OHSAS 18001:200 7 CERTIFIED POWER PLANT

TENDER NOTICE 450 /16/W RFQ NO: - 37986 FOR WORKS. Tender- ID :-

Sealed percentage rate tenders are invited in two separate sealed covers (Super scribed technical bid and price bid) for the following works from Contractors who has successfully executed works as per pre qualification criteria. Tenderer should download the tender documents from the website www.gseb.com; www.gsecl.in & www.statetenders.com . Tender documents will not be issued in physical form from this office and submit the same as per instruction therein by RPAD only. Tenders received by Courier Service and Hand Delivery will not be accepted.

RFQ NO. Name of Work

Estimate Cost In Rs Time Limit

Tender Fee In Rs

E.M.D. In Rs`

37986

The work for quarterly Cleaning and O.H of traveling Tripler trolley of Conveyor 10A and 10B and old & new Stacker/ reclaimer M/c at CHPE, WTPS

299024/-

11 Months after issue the Work order

500.00 2990.00

Last date of submission of tender (technical and price bid) Up to 15:00 hrs on 09 / 12/ 2016.

Date of Opening of technical bid At 15:30 hrs on 09 /12/2016

Date of opening of Price – bid. (in presence of qualified & willing bidders)

Will be intimated later on to Only technically qualified bidders.

Validity of tender from the date of opening of technical bid 180 days

No tenders shall be accepted / opened in any case received after due date and time of receipt of tender, irrespective of delay due to postal services or any other reasons and the GSECL shall not assume any responsibility for late receipt of tender. 1. The tenders are to be submitted by the intending bidders in two separate sealed and super scribed envelopes in one sealed main envelope as listed below: Envelope No.1: Technical bid and Pre Qualification bid data, details specification and Payment of Tender Fee & EMD.

Page no.5 of 28

Envelope No.2: Price Bid. This sealed cover shall be clearly marked “Price Bid” and shall contain tender documents with price quoted in word and in figure duly filled in Schedule – B with sign & seal of the company. 2. Technical and pre qualification bid details specification (envelope No.1) will be opened first and subject to evaluation, based on the qualification criteria contained in the individual bid document. Price bids (Envelope No.2) of bidders who are assessed and declared as substantially technically responsive on evaluation of the technical bid will be opened for further commercial evaluation. Notes :-

(1) Tender Fee & Earnest Money Deposit will be accepted only by Demand Draft in favour of Gujarat State Electricity Corporation Limited payable at Dena Bank, WTPS Branch, and TA-Thasra Dist. - Kheda. Cheque will not be accepted but bank guarantee for Earnest Money Deposit & Security Deposit issued by banks mentioned in note (2) below will be accepted. D.D. for Tender fee & EMD should be placed in separate envelope which should be attached separately with physical technical bid cover. Technical Bid will be opened in the presence of those contractors who wish to remain present at the time of opening, if possible.

(2) (A)Bank guarantee issued by following banks will be accepted as SD/EMD on

permanent basis. (1) All Nationalized Banks including the Public Sector Banks – IDBI Limited. (2) Private Sector Banks authorized by Reserve Bank of India to undertake State Government Business (At present – Axis Bank, ICICI Bank, HDFC Bank)

(B)Bank guarantee issued by following banks will be accepted as SD/EMD.

• Commercial Banks :- (1) Kotak Mahindra bank (2) FEDERAL Bank (3) Indusind Bank

(4)Ratnakar Bank (5)Karur Vysya Bank (6) DCB Bank (7) SOUTH INDIAN Bank

• Co-operative banks of Gujarat :- (1) The Kalupur Commercial Co-op. Bank Limited (2) Rajkot Nagrik Sahkari Bank Limitd (3) The Mehsana Urban Co-Op. Bank Limited (4) Nutan Nagrik Sahakari Bank Limited. (5) Dena Gujarat Gramin Bank (6) Saurashtra Gramin Bank

(c) The bank guarantee of Co-Operative Banks and other Scheduled Banks etc. other than mentioned above will not be accepted.

(3) All the relevant documents of tenders to be submitted physically will be received by RPAD only. No speed post / No courier service or hand delivery will be accepted. (4) The tender without payment of Tender Fee & EMD will not be opened or considered The exemption in payment of EMD shall be given to the small, Cottage & tiny industrial units registered under small scale industries of Gujarat state and

Page no.6 of 28

holding subsequent registration with CSPO / NSIC / DGS&D registration certificates for manufacturing of item under tender. (5) Tenderers should submit latest Bank Solvency Certificate for 20% value, of the estimated cost of any Nationalized Bank.

(6) Right to reject any or all tenders without assigning any reason thereof is reserved by competent authority.

(7) Tenderers shall note that they possess separate P.F. Code No. in their name (under Employee provident fund organization, Regional office, Ahmedabad directive) obtained from the concerned authorities of their respective jurisdictions. In the event of non- possession of the separate PF code number, No tender will be considered. (8) Tenderers shall also certify that quoted tender is ‘UNCONDITIONAL’ on tender covers itself. (9) The tender’s documents are of two bid systems. [A] The technical bid, which is to be submitted in separate sealed envelope mentioning ‘TECHNICAL BID’ on envelope with details given special note for qualification criteria with mentioning of E.M.D. payment. [B] The commercial [price] bid, which is to be submitted with the rest page of tenders including Schedule-B in separate sealed envelope mentioning ‘COMMERCIAL BID’. Both the bids should be submitted in another separate sealed cover on due date of submission with name of work superscripted thereon and with note ‘TENDER- DO NOT OPEN’ written prominently. (10) No work order will be issued to party not possesses own Service Tax number.

(11) Subletting of tender is not permitted.

Postal Address :

GUJARAT STATE ELECTRICITY CORPORATION LIMITED

WANAKBORI THERMAL POWER STATION

TA- GALTESHWAR DIST. - KHEDA 388239

RFQ No: 37986

SIGN OF CONTRACTOR C. E. [C&O] With stamp & Date GSECL: WTPS

Page no.7 of 28

GUJARAT STATE ELECTRICITY CORPORATION LIMITED

WANAKBORI THERMAL POWER STATION TA- GALTESHWAR. - KHEDA 388239

Pre Qualification Criteria

• Commercial You are requested to submit the technical bid with the following credentials for pre-qualification:

1. EMD: To pay EMD as described in the relevant Clause of "General instruction to the Bidders."

2. Tender Fee: Similarly the tender fee shall be accompanied in the form of DD as described in the relevant Clause of "General instruction to the Bidders."

3. Separate provident fund code number towards registration of your firm with Regional P.F. Commissioner.

4. Tender without payment of Tender fee (It is Mandatory for all tender) & EMD (Will be exempted to SSI & CSPO/NSIC/DGS&D in Gujarat only) will not be opened or considered.

5. Latest bank solvency certificate from any nationalized bank / IDBI/ICICI/HDFC / AXIS Bank and The Kalupur Commercial Co-Op. Bank Limited for a sum of minimum 20% of estimated cost of this wok, not more than 12 months old

• Technical 6. Subletting of tender is not permitted. 7. Bidder should also certify as un-conditional tender on cover itself. 8. WORK EXPERIENCE: Experience of having successfully completed similar Nature of works in Government/Semi Government/GEB (GSECL)/State/Central/Railway or in any corporation have 7 years one in which applications are invited should be either of the following.

Three similar completed work-order costing not less than the amount equal to 40% of the estimated cost.

OR Two similar completed work-order costing not less than the amount equal to 50% of the estimated cost.

OR One similar completed work-order costing not less than the amount equal to 80% of the estimated cost. The experience certificate from private individuals/company for whom the works are executed/being executed, shall not be acceptable.

The experience of work carried out by bidder as sub contractor to the other agency will not be considered. The above documents will be analyzed and after satisfaction, the price bid will be opened. GSECL may verify the documents, experience certificates from authority who have issued such certificates / details.

Page no.8 of 28

GUJARAT STATE ELECTRICITY CORPORATION LIMITED

WANAKBORI THERMAL POWER STATION TA- GALTESHWAR. - KHEDA 388239

ANNEXURE: - A

TERMS AND CONDITION:

1. Total estimated cost of Rs.299024/-(Rs Two lacs Ninety nine thousand twenty four only).

2. Payment shall be made for actual work carried out by contractor as per the item rate of schedule-B.

3. Security Deposit: Party will have to pay security deposit of 5% of order value within 10 days from the date of issue of LOI. Such security deposit will be payable either in D.D/Bank guarantees. The security deposit will be returned only after one year or satisfactory completion of work

4. Payment: - After completion of work or part of work and in accordance to prevailing GSECL rules.

5. GSECL may award the order to more than one party by splitting up the work for better flexibility.

6. Penalty:- For the delay in work, penalty at the rate of 1/2 % of the order value per day to the maximum of 10 % of the order value will be recovered from the bill for any unreasonable/abnormal delay in completion of work.

7. Unsatisfactory progress of the work:-In case the work of contractor is found unsatisfactory or not progressing according to the requirement, the company may take such actions as deem fit to see that the work is completed in time with other experience party at contractors risk and cost. The charges for such work plus 15 % supervision will be recovered from contractor.

8. Manpower requirement:-The contractor should take care and Provide sufficient manpower with require tools and tackles. The contractor shall keep skilled/experienced manpower and supervisor to carry out this work.

9. Emergency work: - For emergency work, contractor has to make immediate arrangements for making additional manpower available on intimation from Engineer-in-charge. The contractor has to submit the address, phone number of contact person residing at WTPS. He has to make all arrangement and should inform to us in writing for such arrangement.

10. Employ's insurance:-The contractor has to employ manpower duly insured including him for this work and has to use all safety equipments required. GSECL shall not be responsible for any loss or accident and other such hazards to any of Contractor's workers or contractor during execution of this work.

11. Submission of work report: - The contractor will submit one copy of work report as soon as the work is over. Also the work report for part job work carried out shall have to be submitted

12. Submission of bill: - Party shall submit the bill in triplicate along with one copy of work reports.

13. Terms and Conditions: - The general rules and regulations of the GSECL for tender and contract for works shall be applicable. The Contractor is deemed to have gone through it and considered to be fully aware of this condition mentioned

Page no.9 of 28

in the work booklet. All terms and condition of works booklet of GSECL shall be applicable to the contractor in general.

14. The quantity mentioned in schedule- B is approximate which may vary. However total amount will be not exceeding order value. The scope is not limited to mention in Schedule-B but the contractor has to carry out all the associated work related to this contract as per instruction of EIC.

15. Period of contract: - The period of this contract shall be 11 months from the date of commencement of 1st job but the same can be extended for further period of 03 months with approval of signing authority at same rates, terms and conditions if saving is found.

16. The contractor has to arrange all required consumable materials such as cotton waste, madarpat, detergent powder cleaning agents, Restroline [petrol etc.], air blower, air pipes, tools and tackles. No man and material will be provided by GSECL

17. Before commencement of any work on equipment, contractor supervisor has to ensure proper isolation, earthing of auxiliary.

18. Contractor shall carry out the work as & when required as per instruction of Engineer in charge

19. The contractor shall have to provide required personal protective equipment (PPE) of standard make (ISI approved) to their staff during work execution and it will be his responsibility to see that the same are use by his staff while working.

20. Work experience: The contractor shall have executed the similar nature of work as stated above with Govt./Semi Govt./GSECL/DISCOM/GETCO etc; for last three years , along with documentary evidence preferably photo copies of the orders secured from above Govt. / Semi Govt. Department. Looking to the working condition of CHP plant & this being a risky job it is essential to have minimum 3 years experience of same type of work job. The above documents will be analyzed and after satisfaction, the price bid will be opened.

21. The contractor shall carry out this work by skilled technicians only. 22. GSECL shall not be responsible for any injury or accident to the person of

contractor while working. He should take risk policy as per rules. 23. The Contractor shall comply all safety & security rules and regulation of GSECL. 24. In case of any dispute, the decision of Chief Engr. (C&O) will be final & binding to

the contractor. 25. Party will have to carry out the work as per availability of equipment outages.

C.E(C&O) GSECL,WTPS

SIGNATURE OF CONTRACTOR

Page no.10 of 28

GUJARAT STATE ELECTR ICITY CORPORATION LTD. WANAKBORI THERMAL POWER STATION, Taluka: Galteshwar, Dist: Kheda SCHEDULE A

Subject: The work for quarterly Cleaning and O.H of traveling Tripler trolley of Conveyor

10A and 10B and old & new stacker/reclaimer M/c at CHPE, WTPS.

SCOPE OF WORK:- 1. The following materials will be issued by GSECL free of cost for attending the work mention in schedule B on as & when basis. PVC tap, Flexible cable, Carbon Brush, Gear box oil, Foundation bolt, Thruster Brake, limit switch etc. 2 The contractor has to arrange all required consumable materials such as cotton waste, madarpat, detergent powder cleaning agents, Restroline [petrol etc.], and arrange all tools and tackles, air blower, air pipes for complete the job work.

3. The GSECL will provide only single point electrical supply connection from nearby receptacle Plug free of Cost.

C.E (C&O) GSECL, WTPS SIGNATURE OF CONTRACTOR

Page no.11 of 28

GUJARAT STATE ELECTRICITY CORPORATION LTD. WANAKBORI THERMAL POWER STATION, Taluka: Galteshwar, Dist: Kheda

Date: INTEGRITY PACT

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 intirnidation, threat inducement or pressure of any

• To ensure to fill the terms of agreement/contract and to consider objectively the viewpoint 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 vendor/suppliers/service provider and other to enable them to complete the contract in time.

• To be true and honest in furnishing information.

• To provide all information to suppliers/ contractors relating to contract/job which facilitate 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 carter /syndicate/understanding whether formal/non-formal so as to influence the price.

Seal & Signature Seal & Signature (GSECL’s Authorized Signatory) (Party’s Authorized Person) Name: Name: Designation:

Page no.12 of 28

GUJARAT STATE ELECTRICITY CORPORATION LIMITED

WANAKBORI THERMAL POWER STATION

TA- GALTESHWAR. - KHEDA 388239

GENERAL CONDITION AT CONTRACT.

1. WAGES TO BE PAID & TIME OF PAYMENT ETC. BY THE CONT RACTOR:

1) The contractor should not be allowed to engage ten or more contract labourers without initiating to obtain the labour license under the Contract Labour Act from the Assistant Commissioner of Labour Nadiad (the said number i.e., ten or more includes Supervisor and other staff.).

2) The contractors shall have to obtain group insurance under WC Act before starting the work.

3) All Contractors shall have to make the payment of wages to the Contract Labours engaged by them, on or before 7th of every month through Nearest Nationalized Bank compulsory, preferably situated in the premises of Wanakbori TPS area in case of ARC /BRC works Contract. The Contractor shall supply copy of Bank Statement duly stamped by the Concerned Bank as a token of proof towards payment of Wages to HR Department. In Case of Non ARC/ BRC works contract, it is also expected the same practice to be adopt by the contractor. If any problem arise for payment of wages through bank, same be informed to chief engineer (Gen) and after approval the payment shall be disbursed in presence of the GSECL representative and obtain their signature in Wages Register - Form No. XVII prescribed under the Contract Labour (R&A) Act, 1970. Prior to that Contractor shall intimate the Date, Time & Mode of Payment in advance to LWO / IRO. Contractor has also required to get the wage register of respective month certified from LWO / IRO as per the provision laid down under the Contract Labour (R&A) Act, 1970.

4) Payment to contract laborers has to be made through Bank/ Cheque/ RTGS only. Wages rates for contract laborers are applicable as per the terms and conditions of the license. The contractor shall have to pay wages to workers as notified by Government of Gujarat., from time to time.

5) It should be ensured that all the labours engaged by contractor are covered under the provident fund scheme and employee’s pension scheme and their contribution are remitted regularly to the concerned RPFC. The Xerox copies of challan along with ECR in this regards should be submitted regularly in G.S.E.C.L. office.

6) In case the contractor having more than one contract in the same TPS, the contractor shall have to submit contract wise separate list of the workmen to the concerned Officer.

7) The contractor shall have to pay wages to workers as notified by Government of Gujarat., from time to time.

Page no.13 of 28

2. LABORS LAW : a) Person below the age of 18 years and above 60 years should not be employed for the work.

b) No female worker shall be employed in the night shift between 7.00 P.M. to 6.00 A.M. c) The contractor shall maintain a valid labour license under the contract labour (Regulation and Abolition) Act for employing necessary man power to be required by contractor. In the absence of such license the contract shall be liable to be terminated without assigning any reasons thereof.

d) The contractor shall at his own expense comply with all labour laws and keep the G.S.E.C.L. Indemnified in respect thereof. Some of the major liabilities under various labour and industrial laws, which the contractor shall have to comply, which are as under: 1) Payment of contribution by way of employee’s contribution towards provident fund, family pension scheme, deposit linked insurance scheme, administrative charge etc., at the rates made applicable from time to time by Govt. of Gujarat /Govt. of India and other statutory authorities. 2) Payment of deposit in respect of each contract labour at the rate applicable of with the offices of Commissioner of Labour as per the contract labour (Regulation and Abolition) Act. 3) License fee as prescribed under the contract labour (Regulation and Abolition) Act and rules framed there under depending upon the number of workmen employed by contractor. 4) Identity cards as prescribed under the factories Act shall be issued to workmen. 5) Payment of retrenchment compensation, Notice pay and other liabilities as per Industrial Disputes Act. Any payment to the contractor's employees arising out of any claim or disputes under the Industrial Dispute Act 1947 or any other labour laws 6) Payment of compensation in case of accidental injury shall be made as per the WC Act. 7) If the female workmen are more than 30 numbers engaged then provision of crèches, shall be complied accordingly. 8) Maternity leave as per the provision 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. 3. PROVIDENT FUND AND FAMILY PENSION SCHEME .

The contractor shall submit along with his bill (month wise) statement regarding deductions against employees’ provident fund and family pension scheme in respect of each concerned employee. Provident fund and family pension scheme at the rate of 12 % of wages (or at the rates made applicable by the Government time to time). The contractor’s contribution and his workers contribution towards provident fund and family pension scheme shall deposited by the contractor with Regional Provident Fund Commissioner, Ahmedabad. In case if the contractor deposits the contribution to the Assistant Provident Fund Commission, the zerox copy of challans and schedule must be submitted in the office. For maintaining the CPF Account of contractor’s employees the contractor will have to pay administrative charges as applicable of the emoluments of the employer of the contractor's every month.

Page no.14 of 28

4. GROUP INSURANCE SCHEME

The contractor has to take Group Insurance for all workmen engaged by him and copy of the same shall be produced to Concerned Officer.

5. 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.

6. PAID LEAVE FACILITY :

Paid leave facility at the rate of one day for every 20 days worked by the contract, labour shall be provided the contractor to his workers. It shall be duly verified and

approved/certified by the authorized officer of the GSECL. 7. The contractor shall employ adequate number of experienced staff at site for daily

supervision and for maintenance of various registers and records required under the law and contract no payment for supervision shall be admissible.

8. CONTRACTOR TO INDEMINITY THE BOARD

The contractor shall indemnify and keep indemnified the GSECL, and every member, officer and employees of the GSECL, also Engineer-in-charge and his staff against all actions, proceedings, claims, demands, costs and expenses whatsoever arising out of or in connection with the matter referred in above clauses and elsewhere and against all actions, claims demands, cost and expenses which may be made against the GSECL by any workman/ employees of contractor or any sub contractor and or from any liability any wise to any workman/employees of the contractor or sub-contractor under any laws, rules or regulation having in force of law including but not limited to claims against the owner under workmen compensation Act, 1923. The Employee’s Provident Fund Act.1952, and/or the contract labour (Abolition and Regulation) Act, 1970.

The GSECL shall not be liable for or in respect of or in consequence of any accident or injury to any workmen or other person in the employment of the contractor or his sub-contractor, and the contractor shall indemnify and keep indemnified the GSECL against all such damage and compensation and against all claims, demands proceedings costs, charges and expenses whatsoever in respect of or in relation thereto.

9. WORKMAN’S COMPENSATION & EMPLOYER’S LIABILITY INSUR ANCE:

Insurance shall be affected for all the contractor’s employees engaged in the execution of these contracts. If any of the work is sublet, the contractor shall required the sub-contractor to provide workmen's compensation and Employer's liability insurance for the latter's employees unless such employees are covered under the contractor’s insurance. It shall be liability of contractor for employees of his sub-contractor.

10) Any other rules and regulation, conditions, Circulars etc., that are in force at present and that may be framed by the GSECL From time to time in connection with contracts will be binding and acceptable to contractor.

11) The contractor must possess separate P.F. code for the above subject work. 12) Attendance rolls shall be maintained up to date. All the written registers, Performa

etc…shall be filled up and maintained up to date and kept ready for inspection at any

Page no.15 of 28

time or submitted in-time to the concerned authorities as per contract labour etc. Factory Act. etc... By contractor

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

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

15. The contractor shall deposit 15 days salary at the rate of last drawn salary for every completed two years of services for each worker for the liabilities of the gratuity ( * applicable to ARC/BRC works contract only)

16. The Company reserves the right to terminate this rate contract at any time during contract period without giving notice of termination of any reasons thereof. 17. The Company will be entitled to deduct directly from the bills, to be paid to the contractor

any sum of sums payable by the contractor and which sum/sums the GSECL is required to pay as a principal employer on account of Contractor default in respect of all liabilities referred to in above clauses.

18. Nothing in the contract document stated shall anywise constitutes any workman/

employees of the contractor or any sub contractor as or to be workman employees of the owner or place obligationary liability in respect of any such workman/ employee upon the GSECL.

19. Office Correspondence will be carried out in English and if at any time to facilitate the

contractor, Gujarati Translation may be furnished if deemed fit the English version will be the contract one the same only will held good for legal matter.

20. Contractor will be responsible and liable to pay difference in wages if any and or observe

the revised service conditions that may be awarded by the honorable Industrial Tribunal effective from the dated directed in the award.

21. Rate quoted are firm and hence no price escalation or labor escalation will be applicable

towards execution of work. 22. Party shall have to provide at their own the required personal protective equipments of

standard make (ISI approved) to their staff during work execution and it will be your responsibility to see that the same are by your staff while at work.

23. On Commencement of Contractual Work:

(1) The Contractors shall have to obtain Photo-Gate-Pass before the commencement of contractual work awarded. Contractor shall have to apply for the gate passes in triplicate

Page no.16 of 28

in a prescribed application form which is to be available from Security Section for the entry of workmen in the premises.

(2) Such application shall have to be proceed for the approval of Factory Manager. After obtaining approval of Competent Authority, contractor shall have to prepare the Gate Passes and obtain the signature of Factory Manager.

(3) If Labours are required to be engaged in Emergency during Public Holiday , Contractors Can apply for Temporary Gate-Pass for the period of only three days with recommendation of respective EE/SE and the same shall have to be regularized after following the procedure of Gate Pass applications on the office working day from HR Department. It is to note that No Temporary Gate-Pass shall be issued for the work other than acute emergency to carry out the work in power station premises.

(4) The Contractor shall have to obtain the Group Insurance Policy under the Employee Compensation Act, 1923 prior to commencement of work.

(5) The Contractor who intend to engaged 10 or More than 10 labours to Carry out the awarded contractual work then necessary - Form No. V under the Contract Labour (R& A) Act, 1970 / Form No. VI under the Interstate Migrant worker (employment regulation) rule 1979 as applicable is to be obtained from HR Department for the purpose of obtaining Labour License from the Licensing Authority.

24. During Contractual Work under the progress: (1) Bill Recording Officer of User department shall have to ensure as to whether

contractor has engaged minimum number of contract workmen per day as per the terms of work order.

(2) All Contractors shall have to make the payment of wages to the Contract Labours engaged by them, on or before 7th of every month through Nearest Nationalized Bank compulsory, preferably situated in the premises of Wanakbori TPS area in case of ARC /BRC works Contract. The Contractor shall supply copy of Bank Statement duly stamped by the Concerned Bank as a token of proof towards payment of Wages to HR Department. In Case of Non ARC/ BRC works contract, it is also advisable the same practice to be adopted by the contractor. However in case of inconveniency in adopting such practice , Contractor shall have to disburse the wages to labours engaged by them on or before 7th of every month in presence of Company representative i.e. LWO/ IRO and obtain their signature in Wages Register - Form No. XVII prescribed under the Contract Labour (R&A) Act, 1970. Prior to that Contractor shall intimate the Date, Time & Mode of Payment in advance to LWO / IRO. Contractor has also required to get the wage register of respective month certified from LWO / IRO as per the provision laid down under the Contract Labour (R&A) Act, 1970.

(3) All Contractors has to comply & maintain statutory documents / registers at site under the provision of labour laws & EPF Act.

25.. Submission of Statutory documents to ensure the com pliances:

1) The Contractor shall have to submit following statutory documents, work order wise, under the labour laws and EPF to the recording officer of user department for ensuring the compliances of provision of labour laws and EPF Act for the respective working period.

Page no.17 of 28

• Copy of Attendance register – with name & address of establishment, Name of work and site (duly signed & stamp by Contractor ) - Form XVI

• Copy of Wage Payment Sheet – with signature of workmen, duly signed & stamped by Contractor - Form XVII

• Copy of Bank Statement of Wage Payment (duly signed & Stamp by Concern Bank) • Copy of PF Challan along with ECR Statement • Copy of Gate Pass Permission ( duly signed by Authorities ) - • Copy of Work Order ( First Time ) • Copy of Valid W.C. Policy ( First Time) • Copy of Valid Labour License ( If Applicable in case of More than 9 manpower

Engaged by Contractor for said work ) ( First Time) • Form No. XIII – Register of workers employed by Contractor ( First Time)

Prescribed under the Contract Labour (R&A) Act, 1970 Contractor shall specify the Name of Work, Place of Work and Work order number in Muster Roll- Form No. XVI & Wage Register – Form No XVII.

SIGN OF CONTRACTOR

C.E (C&O) GSECL, WTPS

Page no.18 of 28

GUJARAT STATE ELECTRICITY CORPORATION LIMITED

WANAKBORI THERMAL POWER STATION

TA- GALTESHWAR. - KHEDA 388239

GENERAL CONDITIONS OF CONTRACT SECTION: B 1. The contractor shall at their own expense make all necessary provision for housing

water supply and sanitary arrangement for their employee as well as for works and shall pay direct to the authorities concerned all rates and taxes.

2. The contractor shall make their own arrangements for the necessary approach road,

for transport of their materials and be responsible for the Compensation on account of damage to crop on Corporation’s property.

3. All the royalty charges octroi other duties will be paid by the contractor and no extra

could be claimed on this account. 4. The organization will supply articles at the place and rates mentioned in schedule `A’ of tender form In case of the materials issued either through or with the

recommendation of this organization it will be absolutely necessary for the contractor to maintain a correct and hones record of the daily consumption of the said materials/with inside particular reference to the work during the day.

The Engineer-in-charge of this department or his authorized agent shall have the right to inspect and check the stores containing these materials and the account for these materials shall be presented for inspection whenever asked for by them. Every facility shall be afforded by the contractors for all these inspections Engineer-in-charge will supply the materials in any quantity as deemed fit.

5 Go down or sheds hired or constructed for storage of controlled materials and more/

particularly Of cement shall be such as would prevent the materials from getting damages in any way.

6. It will be absolutely incumbent the contractors to have on the site of work only such of

the materials as have been dully passed by the Engineer-in-charge Materials that have been rejected must on no account be allowed to remain on the side and in spite of written order to do so any such rejected material is on the site beyond a period of 48 hours, notice the Engineer-in-charge shall have the right to remove it at the risk and cost of the contractor and even destroy it.

7. It must be distinctly understood that the conditions of the contract and of claims in

respect of extra work will not be allowed, unless the works to which they relate is clearly without the spirit and meaning of the specifications or unless such work are ordered in writing by the Engineer-in-charge and claimed for in specified manner.

8. On completion of the work, the site shall be cleared by the contractors within the

stipulated period, and ground brought to original state and they shall not be entitled for any extra claim on this account.

Page no.19 of 28

9. General specification of the latest edition of the P.W.D. Hand Book volume I & II shall also apply.

10. When cement is obtained through or with the recommendation or issued by the

Corporation it should be understood that the contractors will have to be very careful regarding the handling of the cement bag so as to preserve their serviceability and quality.

11. DAMAGE CAUSES TO WORKS : The work whether fully constructed or not, and all

materials, machinery plant tools, temporary building and other things connected there shall be at the risk and in the sole charge of the contractor until the works have been delivered, completed to the Engineer- in-charge and certificate from him to that effect obtained until such delivery the contractor shall at their own cost take all the precautions reasonably necessary to keep all the aforesaid works materials machinery, plant, tools, temporary building and other things connected with the work, free from any loss or damage and in the event to the same or any part there of being lost or damage shall from with within possible speed, reinstate and make good such loss or damage at contractor’s own cost.

12. Supply of controlled articles will be invariably recommended after the actual

requirements have been carefully scrutinized. In the event of any such materials remaining in surplus in charge of the contract, on account of some modifications either in the design or changes in construction or any other reason will be returned to the department.

13. There will be generally no objection on the component parts of the works being given

over to responsible sub contractors but it must be borne in mind that this department would under no circumstances recognize these sub contractors and responsibility of executing the work in accordance with the condition of the contract will entirely rest on the main contractors. The main contractors will therefore always have the very responsible member preferably a technical hand, present on the works with power to sign all work order issued on the site of work and to take requisite actions in the interest of very efficient execution of works.

14. With a view to ensure rapid progress on the works purchaser may store at work sites

certain quantities of the materials such as cement etc. and it will be incumbent on the tender to purchase these materials, at the rates mentioned in schedule `A’ of tender form for supply of necessary articles, all necessary help will be tendered but in must be clearly understood that the purchases does not accepted and responsibility for the delay that may be cause in their supply on account of circumstances beyond the purchaser’s control.

15. The Engineer-in-charge will fix the hours of work and no work shall be executed

beyond that period during night time or in absence of the Engineer-in-charge or his authorized agent. The box measures shall be filled only in the presence of the Engineer-in-charge or his authorized agent.

16. Contractor will be asked to present the sample of materials and the approved sampled

will be preserved at the site of work and no change in the approved sample will be

Page no.20 of 28

allowed without the written permission of the Engineer-in-charge. 17. If any work is not executed according to the specifications and the directions of the

Engineer-in-charge the same will be rejected or reduced rate will be allowed as deemed fit by the Engineer-in-charge.

18. Contract will have to communicate the name of his authorized agent who shall be Presentation the works and shall be authorized to sign the materials requisitions receive Instruction given verbally, or on the order book on behalf of the contractor. 19. The materials issued to the contractor as per schedule `A’ of the tender shall not be

removed from the work and all surplus material at the end of the works which is considered serviceable shall be returned to the organization even the unserviceable material shall be removed only with the prior permission to the E.E. in writing.

20. The contractor will have to sign the conditions of the contract and execute the

agreement, send the list of previous works executed solvency certificates and pay up the security deposits, failing to that the tender will be rejected and earnest money deposit will be forfeited. The value of the stamp paper and stamp duty charges shall be borne by the contactor.

21. The contractor must arrange for all transport of materials weighting of material issued

at department stores and all such cost include in the rates of schedule `B’ with the loss or above percentage quoted by the contractor for finished work.

22. The competent authorities can delete to any items in the schedule `B’ of the tender

order if they fill that the items is not essential to be executed. 23. A schedule of quantities is included in the tender document it shall definitely

understood that the Corporation does not accept any responsibility for the correctness or complication of this schedules and this schedule is liable to alterations by commissions, deduction or additions at the description of the Chief Engineer of as set forth in conditions of contract specific percentage less or above shall be quoted by the contractor below the total amount of schedule B. The tender documents shall be written legibly and free from grouser, over written on conversion of figures correction where unavoidable shall be made by crossing out initialing dating and rewriting both in figures and in words in case of my discrepancy in figures the price quoted in words shall prevail.

24. This notice to tenders shall form a part of the contract. 25. The entire work is to be completed within the stipulated time limit from the date of work

order. The contractor will not be eligible for any extra for the idle period of work or waiting period that may be required to suit other considerations and no claim for compensation on account of such will be considered. However in case or delay due to circumstances beyond the control contractor either in date of commencement or due to waiting during construction extension time may be considered for completion of work.

Page no.21 of 28

26. In case contractor is unable to account for full quantity of materials issued to him from the department stores, recovery will be effected from him at cost rates or market rates prevailing at the time of issue whichever is higher, plus 15% to cover Corporation’s departmental supervision charges for all material unaccounted for.

27. Bill shall be submitted by the contractor monthly on or before the date fixed by the E.E.

for all works executed in the previous months. 28. SUPPLY OF WATER AND ELECTRICITY: If possible water for work purpose only may

be supplied by the Corporation at one point as decided by the Engineer & recovery for water charges shall be affected at two percent of cost of time as executed in which the water supplied by the Corporation is used as certified by the Engineer in charge. Electric supply is required the contractor shall be given Free of cost by GSECL.

29. Should this tender be accepted I/We have agreed to abide by and full fill all the terms

and provision of `Tender and Contract of works’ as applicable and in default there to forfeit and pay to the Corporation the some of money due.

30. The work will have to be carried out in co ordination with other Agencies on the same

site on account of this in case the contractor has to stop or delay his works for same time he will not claim anything extra only Corporation may consider to give suitable extension in time limit if necessary on such account.

31. Any disputes arising out of the contract if not settled mutually, than the same shall be settle by Gujarat Public Work Arbitration Tribunal act-1992. Note: - Following clauses are not applicable to this contract. i.e. 2,3,4,6,9,10,12,14,16,27 .

SIGN OF CONTRACTOR C. E. [C&O] With stamp & Date GSECL: WTPS

Page no.22 of 28

GUJARAT STATE ELECTRICITY CORPORATION LIMITED

WANAKBORI THERMAL POWER STATION

TA- GALTESHWAR. - KHEDA 388239

CIRCULAR-1

The following are the major obligations to be fulfilled by the Contractors as per the Contract

Labor (R&A) Act 1970 and rules mentioned there under. 1. License to be obtained before starting the work where number of contract labors in ten or

more. 2. Payment to contract laborers has to be made in presence of IRO/LWO. Wages rates for

contract laborers are applicable as per the terms and a condition of the license. Minimum rate of the wages for unskilled labor, semiskilled labor and for skilled labor notified from time to time by the competent authority under the said Act.

3. Every contractor shall have to maintain the muster roll and wedges register in respect of his contract labors.

4. Every contractor is required to issue employment card to their labors. 5. The Contractor has to maintain the register No 13 containing the details of contract labors

employed by him. 6. Earned leave / card as per factory Act and rules. 7. Other registers required under Contract Labor rules and the Factory Act & rules. 8. Every Contractor shall have to obtain Insurance Policy in respect of the contract labors

engaged by him to cover them under Workmen’s Compensation Act. 9. To send half yearly return to licensing officer as per rule-82 (1) as per schedule time. 10. Before starting the work as per contract awarded to him, he should make arrangement to

enter in to agreement in the prescribe format on the stamp paper as applicable. Before fulfilling the above requirement the contractor is instructed not to start the work. The responsibility will be on his head in case he fails.

11. Contractor should posses separate P.F. code on their Firm name otherwise their offer may

not be considered. All the contractors are informed to adhere to the rules and regulations applicable to them, particularly in respect of the labors engaged by them. The contractor not fulfilling the obligations will not be allowed or continue with work / not be held qualified to carry out the work at Wanakbori TPS.

Page no.23 of 28

GUJARAT STATE ELECTRICITY CORPORATION LIMITED

WANAKBORI THERMAL POWER STATION

TA- GALTESHWAR. - KHEDA 388239

CIRCULAR-2 It has been directed by our HO that, no new labor contract be entrusted to any agency without getting prior approval from Member (Administration). Further the existing contract, on their expiry, may not be extended without approval of the Member (Administration) from HO, Vadodara.

In light of the instruction conveyed by HO, it is necessary to check up the following

documents of each and every contractor before awarding the contract to these contractors. For preliminary checking of valid contractors, the following documents are required to be checked by the concern DE/EE/SE. On their checking the same and by recommending the number of labors, gate pass will be issued by the Sr. Security officer. But before awarding and finalizing any contracts, following information must reach to IRO for his confirmation the contracts should be awarded.

1. The contractor should not allowed to engage ten or more contract labors without initiating

to obtain the labor license under the Contract Labor Act from the assistance commissioner of labor, Nadiad (The same number i.e. ten or more includes Supervisor and other staff).

2. Number of days of the contract should be informed first before allowing the contract to

start. Because on the completion of sixty days, the contract labor becomes liable to CPF as per Provident Fund Act 1952. Hence we should avoid such work as far as possible. The Contractor also must go for group insurance under WC Act before starting the work.

3. The contract laborers must be paid minimum wages as per notification issued by

competent authority under the said Act from time to time upon issuance of Circular by Chief Engineer, WTPS.

The above instruction must be followed scrupulously to avoid labour liabilities under Contract labor Act.

SIGN OF CONTRACTOR C. E. [C&O]

With stamp & Date GSECL: WTPS

Page no.24 of 28

������ ��� �� ������ ������� ��.

�������� ���� ���� ����

������� ��� ��� �������� ������ �����

���� ������ ���� ��� ����!" �"��#� $�� ��!�� ���% &������ ���� ����#�' �(��. ����� ���

��!�� �� (*+ ��"� ���� $�� %�!��/���$��� �� �$� -� ' �"���� ���. ���� ���� ��"� $�/"�� 0

�"��#� ���� ������' 0�� ��# �' 1"�� ��23�'.

1. $�� ��"� ��� ����� 5#�6� "�7" ��"��� 8����� 5#�9�� 5��� : �� ��"� ��� 2�� �����

5��"��� ������� � ��� �� ���� / ��2�� :�� 5������ 8�.

2. 9"��� �$���, ������ ��� ����� � :�� =�� ������ $������ (�" 5��� ��>�� ?��� (�" @"�

5��� ���� �� ��� ���� �(�� �'A B�� ���� ��� �C�� ���� 5�� �6�� Ô��E� ��"�Õ 5��� �����

(5�� H��E, �!.�E� ���� (:�� � �'��, ����, III (���, �'��, ��E��, J�, K�� �C�� L7"�% ��M��

����� .�� �!.�E� ����/ ��NC %� (��/D[¼YD[¼YD[¼YD[¼Y/ (�� ��� ����� ���� .�O"�� P�. ��� �'� 8� �� ��

/ K�������!� ��'�� 5��� ����� Q��� �R� 5 8���� ������ ��+�� ���� 5�� @"�� ��$ ��� ��S� ��3�'.

3. ��UKVC, C�� ��VC, .���� (��VC ��� 5!" (����� ��� (:�� 0C, ����� , C��� �. ��$� ��") ����'

�(�� ����� �7"��� 0X���X� �� 0C ��K� �� ��3 �' �����"� �K� (�" �� 2��K� ��23�' 5�� /

5��� Y�'�� $3 �', Z� '���' 0�� ��"� ��S� ����' �(�� 0C�� �'9 �� =$9� ������� ��� ���� 5���

0�� ��"� Q��� 0C � ��C� �� ����� �'A B�� ���� ��� �C�� ����'.

[����� (����� Ð ��� ��S� ���� �(�� �'� 8� �� �� / K�������!� �� ]� ���� 5�� Ô(�����

�����Õ �R� 5 8���� ������ ��+�� ����. =���'� 0�� ��"� Ð $�/"�� 0C �"'̂ ��� ��8�� :��

�, 5_7����� "'̂ �, ����, ����� ���$�`, ������ ���$�` �C�� (��� ��2��, 0C�� �a��`

b"�� ���" �� .�"� �� ���� 5C�=�� � ]� ���� :�� "�7" �C�� � ���" 5��� .�"� ���

.�"� (���� ��2� ���".

4. ���� ��!.�!K ���� (��'�K� �7"� �'8 �7"� 5��� �� ���� �7"� � b"�' (���� 5�� ��� �(���

(�" 5��� �d� �� (�") �� e$� ���� ���U��� e$� ��� ���� ��� ����� �6�� �!.�!K ���� /

���U� %!�� ����� / ��M�� �����Õ �'�7� 2��� ��.�� ��+�� ���� 5�� @"����$ � e$� ��� ��S�

��3�'. 24I II �f��" ��+����VC ��/� � ������. g�� ����� (���� 5����� ��� "�7" h"����

����.

0�� ���� / ������� e$� ��� ���� �����#�' 1"�� ��2�� �(�� %� ������ 5�i" ��2�� : e$�

��"� ����' �����#�' ��� �(���� 1"�� ��2� 5�� ���!����' ����� �$$ 0�� / �$$ �� 5���

�$$ ��� h"���� ��.

C���, �!� 5��� 0�� �� �7"�% Y�'��� 2��� e$� ��� ������ �2�� ���� 0X���X��� 5��-���

����' 5!" ���$��� / ������� ������ ��� �� ���� ��2�� 5��� �� �� ������� 0X�-��X�

BARRI CADI NGTAPE /$��� ��'�� ��� ��k� ' 5��� �������� ��>�� �C���� 5!" ��.�� �� ������.

Page no.25 of 28

0�� ��"� A��� �"� ��$ 2���� Y�'��� �. (�" ���� ���� � �'8 (�����' .�� C�*���.

5. f��!���' �����' ����`, ��K�`, $�$�, ��M� ����� � 5!" CmC��E� 5�� ����` � :�� =��

������� 5�� ��� �(�� (�" 5��� ���!����' 5��-����� �a��` (�" ���� =�� ��� �

��3�' 5��� ���� =�� 5!" [���#�' �����"U�, ���� ��Zn� , Z�U�-��U�, �����!� ��. ?��� ����`

o��� � ����. 0�� �7"� =�� ��� ��3�' 5 ���"� (�" �� �R� 5 8������ 5��� : �� �� �� 5���

: �� �� �� 2����� ������ �����C� ��+h"� ��$ � ��� ��3�'. 5 ���"� �'��C���' 0�� �7"�%

��� ���� �(�� �� ������� $��� ���� ��� ��k� ' / ����� ?��� �7"�% 5��-��� ��� 5�����

](� ����5���%� ���� =9� ��2� 5��-��� 5����� $�� /K�"�K� ����.

6. ���� ���+��� ����� "'̂ (���� `��� �����!� 5��� (!KS��) :��' � ��UKVC ����, (!K

q�!K�C ���� �C�� =�"�C��' ����' �(�� ����� ���" ��� P� � �� �� �����5������� ���

����� ���" �� � ���� =�"�C ����.�������+� �CK� C"��� 5��� ����� ����� � �"���

��8�� ������ �(�. III � ���!KK� ����� ��+� � "'#i[i#i[i#i[i#i[i / ��8�� ������'.

=��� � ��8�� ������ ���# �' �6�� �� ��K�� 0� ��+� � ����' �'�7� �� �� Q��� 5��� �� �����

��C�$��� (*+ � "�7" ��K�� ����3�'.

=��� � ��8�� Q��� �� ��� ��� ��C� 5��� ����� , ���� ����� �C�� � ��" �� ��� 0�� $��

��8���� 5�rC �+� �( �� 2�� �6�� P�. 0�� ��8�� ����� ��"� (���� .�K�) ��'8� �C��� �+'C

5�� A���� R����� ������. � :��' 5�rC�� ��"� �� (��� �6�� P�. ���� �VC� .s ��� t(^�)

5�� u� (^�) .s ��� v (��'�) ��"���+� "�7" R�����+� (�" �� � ������.

7. $�� ��"� ��� �6�� 5�� "�7" ���� � ����� ��8���� 5�i" =�"�C ����.0�� ��8���� =�"�C

������ ���3�'. X�$� X�$� ��"� / ��+� =�� ������ ���� � ��8���� "�$� 0 ���� ����� P�.

8. ��� =���� ����� ��8�� (��� ��M�VC ��U�)�� ���� ���� ���� �'�+�"�� ��y �̀ :�� �; ��VC,

{� - ��/�, 0 ��U�, �C���� =�"�C ����' ����� P� � �� � ����� 2�^� ��� ����. =���'�

��� =����' �(�� ���� ����� .� � ��3�'.

9. }�� ��� ��� ���� ����� ��'�K� (��.�UK) A���� ��� ��� ��������� ��'8��. 0�� ��.�UK =��

�K��' ��"� ���� �� �� =�� ��� ���� �2�� ��M�� ��U��� 5�i" =�"�C ����.

10. ��!�� ���%���� ����� �����% ����� 5��"�� ��� ��!�� � ���"�� f��!���' ����� ��O$� �����'

$2�6� �3�' �(� ���� ������ �����!� ��� 5!" ��8�� ������K� ���� �>(.

11. ��"� $�/"�� 0C � ����K� ��$� ��" �� ����$ ��s��� ["@� ���� 5�� y ���� .�"� ������' .�� Q���

5��� ��=K� .�� Q��� ]� ����. (.�"� ������ .�� �'�� �ttt, ���� 5�� ���� P�) 5�� �'�7�

�9�C�� 5 8����, ������s� �� ]� ����.

12. s��� ��� ����K� ���� �+C� =* ����' C���� �����` (:�� � ` ���� %�������, (�J� %�� �"�,

�����, ����� K�"� ��K ���!K� �.) �� 2�� ��+O ��� ����� ���� 2��K�� 0 ��� 2�� ������

=�"�C ���� 0�� C�� ����!K�� ���� ��� ����' �(�� 5�� $� �"�� �C�� ����'. C�� ����!K���

Page no.26 of 28

(�s ���, �7{�����, [��� C�� �C��� ���!KK� �R��� ������ 5�� ����� "�7" ����'9�+ ��2�� �6��

P�.

13. ��"�A�6 �"�� �P� ����� �7"�% ���!����, Y+�� `� / q��, ��UK�C ��K�� Z��K� 5!" ���?�'

�����"U� 5��� 5!" ��� ��y �̀ (���� ���� ���� �7"� h"����� 5�� ��. ���� / ����� 0���.

14. �� �� ��"� $�/"�� �� �� 5����� �K �� ���� IIIII IIIIIIIIII IIIIII ����$ ��� 0����

������s�, 5 8���� (III) � ���$�� �U"�� 5 8���� ���������� ���� :�� %� ��� ��K���

`.����� ����� 0���. 0 ������ �P� ?���� ���� .��� �'. �� 9�� : 2��� 5 8���� Q��� ����

����.

15. *�$�� ��"� $�/"�� ����� ������� / ���$����� ������ ���!KK� ������� (0.%�.0. [�����)

���R��@�� ��8�� A��� ��K���� �(�� 5�� ������� / ���$�� �� ��8�� ������� ��"� �� �� 1"��

��2���� ����$��� *�$���� ������ �(��.

16. =��� � �"��#�' &������ ���� ��3�'. ���� �"����' ���� � �K 5��� ��C�$����� �6� ���"

�� ���� � � 8������ �'��� ����. f��!���' ����̂ �"��#�' =U�'8� ���� 1"���� 0��� �� : ��

%:!�� / *�$�� �� IIIII РIIII ��' ���R� �"���� =U�'8� ����� ������ 5#���� ���U��, [@"��

�2� ���R� �"���� =U�'8� �$� ���U�� 6/- ���/- [ � =U�'8� 5�� t >$����' .����� =U�'8�

��� �� 6/- v��/- [ �=U�'8�, ���U����^ ����.

Chi ef Engi neer C O( & )

Si gnat ure of cont ract or . GSECL - WTPS

Wi t h dat e and seal

Page no.27 of 28

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

Wanakbori Thermal Power Station, Taluka:Galteshwar, Dist:Kheda– 388239. Ph. 91-2699-235522 CIN: U40100GJ1993SGC019988

Fax: 91-2699-235607e-mail: [email protected], [email protected] Website: www.gsecl.in AN ISO-9001:2008 , ISO-14001:2004, OHSAS 18001:200 7 CERTIFIED POWER PLANT

PRICE BID

Schedule B

Sr. No.

Description Quantity Unit Rate (Rs)

Amount(Rs)

1 Center Pit funnels Cleaning, Clamp Checking and proper fitting work of TTT- A, B, C & D.

16 Job 770 12320

2

CRD Checking and cleaning of TTT- A, B, C & D. A) Total cable 125/165 mtr length checking, cable joint and insulation repair with PVC tap if require. B) Flexible Cable JB, Main Slip-ring Box, Carbon Brushes & its Spring Tension Checking, cleaning and replace if require. C) Gear Box, Gear box oil checking/replace, Chain cleaning and tightness, Pendulum Roller setting, CRD Motor alignments, Foundation bolt tightness etc. D) OTS, UTS, Switch & lever Setting and Cleaning work.,

16 Job 5445 87120

3

L.T. Motor & Thruster break Checking and cleaning of TTT- A, B, C & D. A) Shout Side L.T. Motor & JB connection, Foundation Bolt Tightening, Alignment and Cleaning work etc. B) Shout Side Electro Magnetic Thruster Brake Alignment, Cleaning and Checking work. C) CRD Side LT. Motor & JB connection, Foundation Bolt Tightening Alignment, Cleaning etc D) CRD Side Electro Magnetic Thruster Brake Alignment Cleaning, Checking work

16 Job 4147 66352

4

Main Panel & Control Box Cleaning work of TTT- A, B, C & D.

16

Job 770 12320

5 Both Side End Limit Switches Cleaning, Connection, Its foundation bolt etc Checking if require replace of TTT- A, B, C & D.

16 Job 770 12320

6 TTT-1B & 1C Flap Gate Actuator Foundation Bolts & Alignment, External limit switch, torque Switch Checking, Cleaning work..

08 Job 770 6160

7 Cleaning of centre pit funnels ,clamp checking and 08 Job 858 6864

Subject: Work for quarterly Cleaning and O.H of tr aveling Tripler trolley of Conveyor 10A and 10B and old & new stacker/reclaimer M/c at CHPE , WTPS.

Page no.28 of 28

proper fitting of old and new S/R machine

8

PCRD/CCRD system of old and new S/R machine : A) Power and control cable checking for any damage of insulation, cable joint and insulation repair with PVC tap if require. B) Flexible Cable JB, Main Slip-ring Box, Carbon Brushes & its Spring Tension Checking, cleaning and replacement of slipring/carbon brush if require. C) Main Gear box oil checking/replace, Pendulum cleaning, Roller setting/replacement, Pendulum cleaning & pendulum switch and lever setting/replacement, CRD Motor alignments, Foundation bolt tightness etc. D) PCRD/CCRD checking and cleaning.

08 Job 6006 48048

9

Old S/R and New S/R limit switch: All limit switches cleaning, checking for healthiness, connection tightness, foundation bolt tightness, Replacement of limit switch/foundation bolt if require.

8 Job 3960 31680

10 Old and new S/R machine PCRD/CCRD chain drive assembly cleaning, checking, oiling, greasing, and setting of chain, repair/replacement of gear box/chain.

8 Job 1980 15840

Total 299024

TWO LAKH NINETY N INE THOUSAND TWENTY FOUR RUPEES ONLY

Note: 1. The rates are excusive of Service Tax. However, Service tax at prevailing rate, shall be

applicable vide notification No.26/2012 & 30/2012 issued by GOI and amended time to time. Further contractor must have to claim service tax extra in their invoice.

2. Payment will be made as per actual work done.

C.E(C&O)

GSECL, WTPS Signature of Contractor

My offer is _______ % higher or ________ % lower than estimated cost of Schedule B (percentage should be written in figure as well as in words).

(Rs.__________________________________________)


Recommended