e tender for the work - welcome to guvnl office/ukai thermal power... · bidders should be in touch...

40
GUJARAT STATE ELECTRICITY CORPORATION LIMITED GUJARAT STATE ELECTRICITY CORPORATION LIMITED GUJARAT STATE ELECTRICITY CORPORATION LIMITED GUJARAT STATE ELECTRICITY CORPORATION LIMITED Ukai Dam, Taluka: Fort Songadh, Dist:Tapi 394680. Ph. 91- 2624- 233215, 233257 Fax: 91-2624-233300, 233315.e-mail: [email protected]. Website: www.gsecl.in CIN: U40100GJ1993SGC019988 WT No. WT No. WT No. WT No. 3045 3045 3045 3045 Registered Office: Vidyut Registered Office: Vidyut Registered Office: Vidyut Registered Office: Vidyut Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara - 390007 390007 390007 390007 E E E E - - - - TENDER FOR THE WORK TENDER FOR THE WORK TENDER FOR THE WORK TENDER FOR THE WORK PROVIDING MUFFING ON PERIPHERY OF EXISTING VARIOUS STEEL STRUCTURE AT COAL YARD @ UKAI TPS.TECHNICAL BID WT NO. WT NO. WT NO. WT NO. 3045 3045 3045 3045 RFQ NO RFQ NO RFQ NO RFQ NO: : : : - - - -35935 35935 35935 35935

Upload: donga

Post on 29-Apr-2018

218 views

Category:

Documents


5 download

TRANSCRIPT

Page 1: E TENDER FOR THE WORK - Welcome to GUVNL Office/Ukai Thermal Power... · Bidders should be in touch with the above websites for information regarding revision/corrigendum/ ... 3 MTNL

GUJARAT STATE ELECTRICITY CORPORATION LIMITEDGUJARAT STATE ELECTRICITY CORPORATION LIMITEDGUJARAT STATE ELECTRICITY CORPORATION LIMITEDGUJARAT STATE ELECTRICITY CORPORATION LIMITED Ukai Dam, Taluka: Fort Songadh, Dist:Tapi – 394680. Ph. 91-2624-233215, 233257 Fax: 91-2624-233300, 233315.e-mail: [email protected]. Website: www.gsecl.in

CIN: U40100GJ1993SGC019988 WT No. WT No. WT No. WT No. 3045304530453045

Registered Office: VidyutRegistered Office: VidyutRegistered Office: VidyutRegistered Office: Vidyut Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara ---- 390007390007390007390007

E E E E ---- TENDER FOR THE WORKTENDER FOR THE WORKTENDER FOR THE WORKTENDER FOR THE WORK

““““PROVIDING MUFFING ON PERIPHERY OF EXISTING VARIOUS STEEL STRUCTURE AT COAL YARD @ UKAI

TPS.””””

TECHNICAL BID

WT NO.WT NO.WT NO.WT NO. 3045304530453045

RFQ NORFQ NORFQ NORFQ NO::::----35935359353593535935

Page 2: E TENDER FOR THE WORK - Welcome to GUVNL Office/Ukai Thermal Power... · Bidders should be in touch with the above websites for information regarding revision/corrigendum/ ... 3 MTNL

WT NO. 3045 Name of work: Providing muffing on periphery of existing various steel structure at coal yard @ Ukai TPS.

Signature of contractor Page 2 of 40 Registered Office: VidyutRegistered Office: VidyutRegistered Office: VidyutRegistered Office: Vidyut Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara ---- 390007390007390007390007

.

Index Sr.

No.

Description Page

No.

1 Tender Notice 3 - 5

2 General Instruction to bidders 6 – 10

3 Section A - Information Regarding Bidders Experience And Competency. 11 – 12

4 Schedule – “I” Bidder's Experience 13

5 Schedule – "II" List Of Plant Machinery And Equipments. 14

6 Detailed Technical Specifications 15-26

7 Integrity Pact, Special Condition, General Terms & conditions of contract, Safety

Rules, Special conditions for use of cement in work

27-34

8 Price Bid 35

9 Schedule –B 36-37

10 Declaration Form 38

11 EMD Bank Guarantee Format 39

12 Form Of Banker’s Undertaking (For SD & PG) 40

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

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

Page 3: E TENDER FOR THE WORK - Welcome to GUVNL Office/Ukai Thermal Power... · Bidders should be in touch with the above websites for information regarding revision/corrigendum/ ... 3 MTNL

WT NO. 3045 Name of work: Providing muffing on periphery of existing various steel structure at coal yard @ Ukai TPS.

Signature of contractor Page 3 of 40 Registered Office: VidyutRegistered Office: VidyutRegistered Office: VidyutRegistered Office: Vidyut Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara ---- 390007390007390007390007

.

GUJARAT STATE ELECTRICITY CORPORATION LIMITEDGUJARAT STATE ELECTRICITY CORPORATION LIMITEDGUJARAT STATE ELECTRICITY CORPORATION LIMITEDGUJARAT STATE ELECTRICITY CORPORATION LIMITED Ukai Dam, Taluka: Fort Songadh, Dist:Tapi – 394680. Ph. 91-2624-233215, 233257 Fax: 91-2624-233300, 233315.e-mail: [email protected]. Website: www.gsecl.in

CIN: U40100GJ1993SGC019988 RFQ No.: SUB: Providing muffing on periphery of existing va rious steel structure at coal yard @ Ukai

TPS. CE [Generation] invites “On line Tenders” (e-tendering) for the above subject item / works from eligible contractor who has executed works successfully as per qualification criteria. Tender Papers & Specifications may be down loaded from Web site http://gsecl.nprocure.com (For view, down load and on line submission) and GUVNL/ GSECL web sites www.guvnl.com/www.gseb.com & www.gsecl.in(For view & download only.) Tender fee may be paid along with submission of tender in EMD cover, for respective tender. “All the relevant documents of tenders to be submitted physically will be received only by Registered Post A.D. or Speed Post addressed to CHIEF ENGINEER, THERMAL POWER STATION, UKAI, TA:SONGADH DIST: TAPI. 394680. Super scribing the envelope with Tender No. and Description. “NO COURIER SERVICE OR HAND DELIVERY” will be accepted.

Tender No. WT-3045 Estimated Cost of the tender items. Rs. 8,21,165=00

Tender Fees Amount (Non-Refundable) By DD/RTGS/NEFT Rs.750=00

Earnest Money Deposit Amount By DD/RTGS/NEFT/BG Rs. 8,211=00

Online [e-tendering ] tender/offer submission last date up to16:30 hrs only [this is mandatory]

As per NIT Details

Physical receipt of all the relevant documents last date up to14:30 hrs By RPAD or speed post only

As per NIT Details

Date of opening of tender fee, EMD cover and technical bid physical as well as on line opening at 15:00 Hrs.

As per NIT Details

Tentative date of on-line opening of price bid at 15:00 Hrs. [if possible]

As per NIT Details

Time Limit for completion of Work 6(Six) Months

Security Deposit. - Within a 07 days on receipt of Letter of Intent by DD drawn in favor of GSECL payable at Bank of Baroda, Ukai branch or SBI branch. SD will be accepted by RTGS/NEFT/BG/FDR also.

(5% of contract Order value)

Penalty for late completion As per GSECL’s rules. Tender Fee will be accepted by Demand Draft on Bank of Baroda, or S.B.I. Ukai, in favor of the Gujarat

State Electricity Corporation Ltd. Cheque will not be accepted. Earnest Money Deposit will be accepted by DD on Bank of Baroda, or S.B.I. Ukai, in favor of the Gujarat State Electricity Corporation Ltd OR by B.G./RTGS/NEFT. Copy of the same required to be attached with technical Bid Invariably. 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. Contractor should possess separate PF code number from RPFC.

Page 4: E TENDER FOR THE WORK - Welcome to GUVNL Office/Ukai Thermal Power... · Bidders should be in touch with the above websites for information regarding revision/corrigendum/ ... 3 MTNL

WT NO. 3045 Name of work: Providing muffing on periphery of existing various steel structure at coal yard @ Ukai TPS.

Signature of contractor Page 4 of 40 Registered Office: VidyutRegistered Office: VidyutRegistered Office: VidyutRegistered Office: Vidyut Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara ---- 390007390007390007390007

.

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

1. All public sector Banks (All Nationalized banks) 2. Private Sector Banks authorized by RBI to undertake the State Government business,

which are (i) Axis Bank (ii) ICICI Bank (iii) HDFC Bank. Note: The Banks shall be the Banks recognized / notified by the Finance Department, Government of Gujarat (GoG) from time to time.

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. Contractor should possess separate PF code number from RPFC. IMPORTANT: (1) All the relevant documents as per requirement of the Tender must also be submitted

physically along with the Tender Fee in EMD sealed cover so that the same is received in this office on OR before the due date and time. All such documents should be strictly submitted by RPAD/speed post only. Otherwise the offer will not be considered and no any further communication in the matter will be entertained.

(2) Any deviation found in Data/Details/Documents between on line offer (E- tendering) and physically submitted documents (Tender document fee, bidder, and offer of the same bidder) will not be considered and no any further communication in the matter will be entertained. Further bidders are requested to submit price – bid (Schedule-B) on-line only and not to submit the price bid in physical form. This is mandatory. If price bid is submitted in physical form, same will not be opened and only on-line submitted price bid will be considered for evaluation. Further if the quantity quoted differs in the any of the technical bid forms and in price bid forms, it is at the discretion of CE Committee/ED Committee – GSECL to consider the quoted quantity.

(3) It is mandatory for all the bidders to submit their tender documents by both forms viz. on – line (e-tendering) and physically in sche dule time. I f tender documents submitted in only any one form, say either by on li ne or physically, in that case the same tender will not be considered.

(4) Any technical questions, information and clarifications that may be required pertaining to this enquiry should be referred to the CHIEF ENGINEER (GEN) , GUJARAT STATE ELECTRICITY CORPORATION , THERMAL POWER STATION,UKAI-394680 , DI-TAPI.

Bidders should be in touch with the above websites for information regarding revision/corrigendum/ amendment in tender till due date of on line submission and thereafter. No separate correspondence will be done in this regard. GSECL reserve the rights to accept/reject any or all tenders without assigning any reasons thereof. Name of Contractor and _______________________________________________ ______________________________________________ Full Address ______________________________________________ ______________________________________________ 1. Should the tender be accepted I/We here by agree to abide by and fulfill all the terms and

provisions of the tender and contractor for work/supply as applicable and in default thereof to forfeit and pay to the Corporation the sums of money due.

2. The full value of the earnest money deposit paid herewith should be absolutely forfeited to the Corporation should I/we not deposit the full amount of specified security deposit.

Yours faithfully,

Chief Engineer (Gen.) GSECL, TPS, Ukai.

Page 5: E TENDER FOR THE WORK - Welcome to GUVNL Office/Ukai Thermal Power... · Bidders should be in touch with the above websites for information regarding revision/corrigendum/ ... 3 MTNL

WT NO. 3045 Name of work: Providing muffing on periphery of existing various steel structure at coal yard @ Ukai TPS.

Signature of contractor Page 5 of 40 Registered Office: VidyutRegistered Office: VidyutRegistered Office: VidyutRegistered Office: Vidyut Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara ---- 390007390007390007390007

.

Following are the certifying agencies for obtaining the Digital Signature Certificates

(DSC as per category III).

Name of certifying agencies Web Site Address are as under, 1 Safescrypt www.safescrypt.com 2 TCS www.tcs-ca.tcs.co.in 3 MTNL www.mtnltrustline.com 4 (n)code Solutions (GNFC) www.nprocure.com

Note :- In Case Bidder needs any clarification or if training required for participating in on line tender, they can contact the following office. (n) Procure Cell, (n) code solutions-A division of GNFC Ltd., 403, GNFC Infotower , S.G. Road, Bodakdev, Ahmedabad-380054 (Gujarat) Toll Free : 1-800-233-1010 (Ext. 501,512,516,517&525) Phone no. 079-26857315 / 316 / 317 Fax : 079-26857321 / 40007533 E mail: [email protected]

Page 6: E TENDER FOR THE WORK - Welcome to GUVNL Office/Ukai Thermal Power... · Bidders should be in touch with the above websites for information regarding revision/corrigendum/ ... 3 MTNL

WT NO. 3045 Name of work: Providing muffing on periphery of existing various steel structure at coal yard @ Ukai TPS.

Signature of contractor Page 6 of 40 Registered Office: VidyutRegistered Office: VidyutRegistered Office: VidyutRegistered Office: Vidyut Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara ---- 390007390007390007390007

.

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

GENERAL INSTRUCTION TO TENDERERES Sealed Tenders are invited from the contractors / firms as per below details.

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

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

1.2 Tender fee / EMD will be accepted by DD / RTGS / NEFT. The bank details of GSECL are as under.

Beneficiary Name : Gujarat State Electricity Corporation Ltd. Address : Urjanagar, GEB Colony, Ta. 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 : BARB0UKAIXX (" 0" = ZERO) MICR CODE NO : 394012529 EMD will also be accepted in a form of bank guarantee as per format attached with the tender.

1.3 Attested copy of document showing “Provident Fund” Number in company’s name obtained by the bidder.

1.4 Attested copy of proprietorship or partnership deed. 1.5 Attested copy of power of attorney, if any for signing the bid documents. 1.6 Attested copy of balance sheet with profit & loss account of last 3 financial years duly

audited by chartered accountant if the value of work is more than Rs.50 Lacs. 1.7 Attested copy of latest solvency certificate not older than 12 months. 1.8 Attested copy of work experience certificate for works executed as per prequalification

criteria. 1.9 Attested copy of PAN number and copy of PAN for TDS . 1.10 List of works in progress. 1.11 Details of equipment, tools & plants immediately available with the bidder for use of this

work. 1.12 Details of technical personnel. 1.13 Undertaking duly notarized as per attached declaration form. 1.14 Any other documents required to verify technical, financial capability of the bidders &

other credentials. 1.15 Attested copy of TIN number,if applicable. 1.16 Attested copy of “ service Tax Registration No”, if applicable. 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 license and Group Insurance Policy to insure labours under W.C. Act. immediately for sufficient labours for the contract entrusted and for extended period if any.

2.0 Bidders are requested to submit price – bid (Part-II) on-line only and not to submit the price bid

in physical form. This is mandatory. If price bid is submitted in physical form, same will not be considered and only on-line submitted price bid will be considered for evaluation.

Page 7: E TENDER FOR THE WORK - Welcome to GUVNL Office/Ukai Thermal Power... · Bidders should be in touch with the above websites for information regarding revision/corrigendum/ ... 3 MTNL

WT NO. 3045 Name of work: Providing muffing on periphery of existing various steel structure at coal yard @ Ukai TPS.

Signature of contractor Page 7 of 40 Registered Office: VidyutRegistered Office: VidyutRegistered Office: VidyutRegistered Office: Vidyut Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara ---- 390007390007390007390007

.

3.0 It is mandatory for all the bidders to submit their technical bid documents by both forms viz. on – line (e tendering) and physically in schedule time. Tender documents submitted in only physical form will not be accepted and it will not be considered.

4.0 Bidders shall complete the tender document in all respects and they are to be signed with Company’s seal on all pages.

5.0 The bidders shall submit their offer without any deviations in general terms and conditions of the contract, or in Technical specifications/Items. Tenders with such deviations, shall be rejected. Incomplete and conditional tenders shall not be considered.

6.0 The following eligibility criteria are required for qualifying in the tender.

Experience of having successfully completed similar works during last 07 years ending last day of months previous to the one in which applications are invited should be either of the following, work shall be carried out in GSECL / Central Govt. / State Govt. / Semi Govt. / Railways / PSU / GETCO / DISCOMS (Subsidiaries of GUVNL)/IPP (independent power producers) along with documentary evidence such as satisfactory completion certificate/ongoing works from respective authorities. :-

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

Or 6.2 Two similar completed each works costing not less than the amount equal to 50% of the

estimated cost. Or

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

7.0 Similar works means civil construction work or civil maintenance work or same work.

8.0 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.

9.0 GSECL reserves the right to split up the work covered in the scope of this contract amongst more than one contractor.

10.0 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 information and other data required for executing the work. No, claim for extra charges because of any misunderstanding or otherwise will be allowed.

11.0 Site cleaning and all approaches to the site shall be in the scope of bidders.

12.0 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 Engineer-in-charge.

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

14.0 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.

Page 8: E TENDER FOR THE WORK - Welcome to GUVNL Office/Ukai Thermal Power... · Bidders should be in touch with the above websites for information regarding revision/corrigendum/ ... 3 MTNL

WT NO. 3045 Name of work: Providing muffing on periphery of existing various steel structure at coal yard @ Ukai TPS.

Signature of contractor Page 8 of 40 Registered Office: VidyutRegistered Office: VidyutRegistered Office: VidyutRegistered Office: Vidyut Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara ---- 390007390007390007390007

.

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

16.0 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 based on evaluation of technical bid shall only be opened. Price bid of bidders who are not technically qualified as per requirement of special note for prequalification shall not be opened.

17.0 The decision of GSECL in the matter will be final and no any claim will be entertained in this regard. Tender shall remain open for acceptance, subject to the validity period of 180 days from the date of opening of technical bid and during this period no bidder shall be allowed to withdraw his tender. Any such withdrawal during the period will entail forfeiture of the Earnest Money deposited with the tender.

18.0 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.

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

20.0 This specification is intended as a general description of quality envisaged for materials & workmanship & of the finished work. It is not intended to cover minute details. The work shall be executed in accordance with the best modern practice & to the complete satisfaction of the GSECL. Special techniques approved by the GSECL shall be used if & where found necessary without any extra claim. This specification shall have precedence if anything contrary to this is stated elsewhere in the contract documents, the GSECL’s decision shall be final & binding to the contractor on any issue arising out of such discrepancies.

21.0 GSECL cannot provide quarter facility for residence to contractor. If however there are any surplus quarters available after meeting the requirements of GSECL’s staff, then GSECL will consider allotting of quarters on rent as per the GSECL’s rules.

22.0 GSECL reserves the right to delete any item of Schedule-B for which contractor shall not have any right to claim on this account.

23.0 The contractor shall carry out the whole work in such a way that plant operation, maintenance, vehicular movements and other construction activities / works may not affect.

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

25.0 AGREEMENT: As per corporation’s rules, successful bidder shall have to enter in to an agreement on non judicial stamp paper of Rs.100/- with the Gujarat State Electricity Corporation Ltd., in the prescribed form on receipt of work order. 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 bidder. The letter of acceptance, all above documents & subsequent correspondence shall be deemed to be a part of the contract agreement.

26.0 ARBITRATION: 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

Page 9: E TENDER FOR THE WORK - Welcome to GUVNL Office/Ukai Thermal Power... · Bidders should be in touch with the above websites for information regarding revision/corrigendum/ ... 3 MTNL

WT NO. 3045 Name of work: Providing muffing on periphery of existing various steel structure at coal yard @ Ukai TPS.

Signature of contractor Page 9 of 40 Registered Office: VidyutRegistered Office: VidyutRegistered Office: VidyutRegistered Office: Vidyut Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara ---- 390007390007390007390007

.

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. Neither party is entitled to bring a claim to arbitration tribunal latest by 30 days after the expiration of the defects liability period. 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:

27.0 All royalties, sales tax, toll tax, local tax, development charges, VAT tax and any other taxes

including works contract tax etc. and also any statutory variation in future towards above mentioned taxes & any other taxes if levied in future by statutory authority applicable to the this contract shall be payable by the contractor and GSECL will not entertain any claim whatsoever in this respect. The rates will be “Excluding the service tax”. The “Service Tax” will be paid to the contractor as per Govt. rues & regulations. Service tax will be paid if the same is claimed in Bill / Invoice. The proof of payment made by the contractor to the appropriate department shall be submitted to GSECL, failing which appropriate amount shall be withheld on getting information/instruction from the concerned department.

28.0 “OH&S Management System Requirement It is to note 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.

29.0 TIME LIMIT : 13.01 Overall time limit of this order is 6 (Six months). 13.02 The party should complete the work within 6 (Six) months from the date of commencement of

work. 13.03 The penalty clause as per the GSECL’s procedure shall apply in the event of the work not

completed in time. 13.04 Penalty Clause: In case of any delay in contract in supply, works, erection, testing, and

commissioning activities etc. beyond the stipulated time period specified in the order, Penalty shall be levied at the rate of ½% of the contract price or part thereof subject to a maximum of 10% of the total contract value including taxes and duties (i.e. End cost including taxes and duties).

Page 10: E TENDER FOR THE WORK - Welcome to GUVNL Office/Ukai Thermal Power... · Bidders should be in touch with the above websites for information regarding revision/corrigendum/ ... 3 MTNL

WT NO. 3045 Name of work: Providing muffing on periphery of existing various steel structure at coal yard @ Ukai TPS.

Signature of contractor Page 10 of 40 Registered Office: VidyutRegistered Office: VidyutRegistered Office: VidyutRegistered Office: Vidyut Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara ---- 390007390007390007390007

.

30.0 SECURITY DEPOSIT

Lowest bidder will have to pay security deposit at the rate of 5% of the contract value within 07 days from the date of issue of Letter of Intent by DD/RTGS/NEFT/Bank Guarantee as per format/FDR. On failing to pay security deposit in specified time limit the EMD will be forfeited and bidder will not be allowed to participate in the tenders invited from GSECL TPS Ukai for the period of one year.

31.0 MAINTENANCE: The guarantee period for the work shall be 06 (Six) months from date of completion of work. The security deposit will be refundable as per GSECL’s rule after completion of guarantee period or passing of final bill whichever is later

32.0 The bidder is requested not to submit the hard copy of downloaded tender document, condition of the contract, specification & other re levant documents. Instead of the same, the bidder shall submit the duly Notarized Undertaking as stated declaration form on the stamp paper of Rs.100/-.

33.0 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 GSECL from time to time as per GSECL rules. "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.

34.0 Water for construction work shall be arranged by contractor at his own cost. If possible water for

construction may be supplied by Corporation at single point, and onwards distribution shall be arranged by contractor at his cost. In case water is supplied by Corporation recovery towards water supply shall be levied at rate of 2% of item rate in which water is used.

Yours faithfully,

Chief Engineer (Gen.) GSECL: TPS: Ukai

Page 11: E TENDER FOR THE WORK - Welcome to GUVNL Office/Ukai Thermal Power... · Bidders should be in touch with the above websites for information regarding revision/corrigendum/ ... 3 MTNL

WT NO. 3045 Name of work: Providing muffing on periphery of existing various steel structure at coal yard @ Ukai TPS.

Signature of contractor Page 11 of 40 Registered Office: VidyutRegistered Office: VidyutRegistered Office: VidyutRegistered Office: Vidyut Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara ---- 390007390007390007390007

.

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

SECTION: A

1 INFORMATION REGARDING BIDDERS EXPERIENCE AND COMPETENCY. 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 7(seven) years by the firm organization.

:

Page 12: E TENDER FOR THE WORK - Welcome to GUVNL Office/Ukai Thermal Power... · Bidders should be in touch with the above websites for information regarding revision/corrigendum/ ... 3 MTNL

WT NO. 3045 Name of work: Providing muffing on periphery of existing various steel structure at coal yard @ Ukai TPS.

Signature of contractor Page 12 of 40 Registered Office: VidyutRegistered Office: VidyutRegistered Office: VidyutRegistered Office: Vidyut Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara ---- 390007390007390007390007

.

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 :

Page 13: E TENDER FOR THE WORK - Welcome to GUVNL Office/Ukai Thermal Power... · Bidders should be in touch with the above websites for information regarding revision/corrigendum/ ... 3 MTNL

WT NO. 3045 Name of work: Providing muffing on periphery of existing various steel structure at coal yard @ Ukai TPS.

Signature of contractor Page 13 of 40 Registered Office: VidyutRegistered Office: VidyutRegistered Office: VidyutRegistered Office: Vidyut Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara ---- 390007390007390007390007

.

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

Page 14: E TENDER FOR THE WORK - Welcome to GUVNL Office/Ukai Thermal Power... · Bidders should be in touch with the above websites for information regarding revision/corrigendum/ ... 3 MTNL

WT NO. 3045 Name of work: Providing muffing on periphery of existing various steel structure at coal yard @ Ukai TPS.

Signature of contractor Page 14 of 40 Registered Office: VidyutRegistered Office: VidyutRegistered Office: VidyutRegistered Office: Vidyut Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara ---- 390007390007390007390007

.

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

Page 15: E TENDER FOR THE WORK - Welcome to GUVNL Office/Ukai Thermal Power... · Bidders should be in touch with the above websites for information regarding revision/corrigendum/ ... 3 MTNL

WT NO. 3045 Name of work: Providing muffing on periphery of existing various steel structure at coal yard @ Ukai TPS.

Signature of contractor Page 15 of 40 Registered Office: VidyutRegistered Office: VidyutRegistered Office: VidyutRegistered Office: Vidyut Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara ---- 390007390007390007390007

.

Detailed Technical Specification

Name of Work: “Providing muffing on periphery of ex isting various steel structure at coal yard @ Ukai TPS.” GENERAL .

01. In the specifications, “as directed”/”Approved” shall be taken to mean “as directed”/”approved” by the Engineer-in-charge.

02. In “Mode of Measurement” in the specification wherever a dispute arises in the absence of specific mention of a particular point or aspect, the provisions on these particular points, or aspects - the relevant Indian Standards shall be referred to.

03. All measurements and computations, unless otherwise specified, shall be carried out nearest to the following limits:

(i) Length, width and depth (height)-----------0.01 Meter. (ii) Areas-------------------------------------------- 0.01 sq Mt. (iii) Cubic Contents-------------------------------- 0.01 Cu. Mt.

04. The distance which constitutes lead shall be determined along the shortest practical route and not necessarily the route actually taken. The decision of the Engineer-in-charge in this regard shall be taken as final.

05. Where no lead is specified, it shall mean “all leads”. 06. Lift shall be measured from plinth level. 07. Reference to specifications of materials as made in the detailed specification of the items of

work is in the form of a designation containing the number of the specification of the material and prefix ‘M’ e.g. ‘M-5’.

08. Approval to the samples of various materials given by the Engineer-in-charge shall not absolve the contractor from the responsibility of replacing defective material brought on site or materials used in the work found defective at a later date. The contractor shall have no claim to any payment or compensation whatsoever on account of any such materials being rejected by the Engineer-in-charge.

09. The contract rate of the item of work shall be for the work completed in all respects. 10. No collection of materials shall be made before it is got approved from the Engineer-in-charge. 11. Collection of approved materials shall be done at site of work in a systematic & sequantial

manner. Materials shall be stored in such a manner as to prevent damage, deterioration or intrusion of foreign matter and to ensure the preservation of their quality and fitness for the work.

12. Materials, if and when rejected by the Engineer-in-charge, shall be immediately removed from the site of work.

13. All tools, templates, machinery and equipment for correct execution of the work as well as for checking lines, levels, alignment of the works during execution shall be kept in sufficient numbers and in good working condition on the site of the work.

14. Special modes of construction not adopted in general Engineering practice, if proposed to be adopted by the Contractor, shall be considered only if the contractor provides satisfactory evidence that such special mode of construction is safe, sound and helps in speedy construction and completion of work to the required strength and quality. Acceptance of the same by the Engineer-in-charge shall not, however, absolve the contractor of the responsibility of any adverse effects and consequences of adopting the same in the course of execution of completion of the work.

15. All installations pertaining to water supply and fixtures thereof as well as drainage lines and sanitary fittings shall be deemed to be completed only after giving satisfactory tests by the Contractor.

16. The contractor shall be responsible for observing the rules and regulations imposed under ‘Minor Minerals Act’ and such other laws and rules prescribed by Government from time to time.

17. The testing charge of all materials shall be borne by the Contractor & reports of authorize laboratory shall be submitted timely.

18. Approval to any of the executed items for the work does not in any way relieves the contractor of his responsibility for the correctness, soundness and strength of the structure as per the drawings and specification.

Page 16: E TENDER FOR THE WORK - Welcome to GUVNL Office/Ukai Thermal Power... · Bidders should be in touch with the above websites for information regarding revision/corrigendum/ ... 3 MTNL

WT NO. 3045 Name of work: Providing muffing on periphery of existing various steel structure at coal yard @ Ukai TPS.

Signature of contractor Page 16 of 40 Registered Office: VidyutRegistered Office: VidyutRegistered Office: VidyutRegistered Office: Vidyut Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara ---- 390007390007390007390007

.

19. Due care at all the items shall be taken to see that no damage is caused to the existing setup of GSECL. In case of any such damage is caused, it shall be restored by the agency at his own cost.

20. Schedule of working shall be so arranged that maximum outcome is achieved in working hours.

SPECIFICATIONS OF MATERIALS M-1. Water: 1.1 Water shall not be salty or brackish and shall be clean, reasonably clear and free from objectionable quantities of silt and traces of oil and injurious alkalies, salts, organic matter and other deleterious material which will either weaken the mortar or concrete or cause efflorescence or attack the steel in R.C.C Container for transport, storage and handling of water shall be clean. Water shall conform to the standards specified I.S 456-1978. 1.2 If required by Engineer-in-charge it shall be tested by comparison with distilled water. Comparison shall be made by means of standard cement tests for soundness, time of setting and mortar strength as specified in I.S.269-1976. Any indication of unsoundness, change in time of setting by 30 minutes or more or decrease of more than 10 per cent in strength of mortar prepared with water sample when compared with the results obtained with mortar prepared with distilled water shall be sufficient cause for rejection of water under test. 1.3 Water for curing mortar, concrete or masonry should not be too acidic or too alkaline. It shall be free of elements which significantly affect the hydration reaction or otherwise interfere with the hardening of concrete during curing or those which produce objectionable stains or other unsightly deposits on concrete or mortar surfaces. 1.4 Hard and bitter water shall not be used for curing. 1.5 Potable water will be generally found suitable for curing mortar or concrete. M-2. Cement : 1.6 Cement shall be ordinary Portland slag cement as per I.S. 269-1976 or Portland slag cement as per I.S. 455-1976. M-3. White Cement : 4.1 The white cement shall conform to I.S. 80412-E 1978. M-4. Colored Cement : 5.1 Colored cement shall be with white or gray Portland cement as specified in the item of the work. 5.2 The pigments used for colored cement shall be of approved quality and shall not exceed 10% of cement used in the Mix. The mixture of pigment shall be properly grounded to have a uniform color and shade. The pigments shall have such properties to provide for durability under exposure to sunlight and weather. 5.3 The pigment shall have the property such that it is neither affected by the cement nor detrimental to it. M-5 Sand: 5.4 Sand shall be natural sand, clean, well graded, hard strong durable and gritty particle free from injurious amounts of dust clay, kankar nodules, soft or flaky particles shale, alkali, salts organic matter, loam, mica or other deleterious substance and shall be got approved from the Engineer-in-charge. The sand shall not contain more that 8 percent of silt as determined by field test. If necessary the sand shall be washed to make it clean. 5.5 Coarse Sand : The fineness modulus of coarse sand shall not be less than 2.5 and shall not exceed 3.0. 5.6 The sieve analysis or coarse shall be as under :

I.S. Sieve Designation

Percentage by weight Passing sieve

I.S. Sieve Designation

Percentage by weight Passing sieve

4.75 mm. 100 600 Micron 30-100 2.36 mm. 90 to 100 300 Micron 5-70 1.18 mm. 70-100 150 Micron 0-50

6.3Fine Sand : The fineness modulus shall not exceed 1.0. The sieve analysis of fine sand shall be as under :

I.S. Sieve Designation

Percentage by weight Passing through

I.S. Sieve Designation

Percentage by weight Passing through

Page 17: E TENDER FOR THE WORK - Welcome to GUVNL Office/Ukai Thermal Power... · Bidders should be in touch with the above websites for information regarding revision/corrigendum/ ... 3 MTNL

WT NO. 3045 Name of work: Providing muffing on periphery of existing various steel structure at coal yard @ Ukai TPS.

Signature of contractor Page 17 of 40 Registered Office: VidyutRegistered Office: VidyutRegistered Office: VidyutRegistered Office: Vidyut Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara ---- 390007390007390007390007

.

4.75 mm. 100 600 Micron 40-85 2.36 mm. 100 300 Micron 5-50 1.18 mm. 70-100 150 Micron 0-10

M-6. Cement Mortar: 11.1 Water shall conform to specification M-1. Cement : Cement shall conform to specification M-2. Sand : Sand shall conform to M-5. 11.2 Proportion of Mix : 11.2.1 Cement and sand shall be mixed to specified proportion, sand being measured by measuring boxes. The proportion of cement will be by volume on the basis of 50 Kg./Bag of cement being equal to 0.0342 Cu. M. The mortar may be hand mixed or machine mixed as directed. 11.3 Preparation of Mortar: 11.3.1 In hand mixed mortar cement and sand in the specified proportions shall be thoroughly mixed dry on a clean impervious platform by turning over at least 3 times or more till a homogenous mixture of uniform color is obtained. Mixing platform shall be so arranged that no deleterious extraneous material shall get mixed with mortar or mortar shall flow out. While mixing, the water shall be gradually added and thoroughly mixed to form a stiff plastic mass of uniform color so that each particle of sand shall be completely covered with a film of wet cement. The water cement ratio shall be adopted as directed. 11.3.1 The mortar so prepared shall be used within 30 minutes of adding water. Only such quantity of mortar shall be prepared as can be used within 30 minutes. M-7 Stone Coarse Aggregate For Nominal Mix Concrete : 12.1 Coarse aggregate shall be machine crushed stone of black trap or equivalent and be hard, strong, dense, durable, clean and free from skin and coating likely to prevent proper adhesion of mortar. 12.2 The aggregate shall generally be cubical in shape. Unless special stones of particular quarries are mentioned aggregates shall be machine crushed from the best black trap or equivalent hard stone as approved. Aggregate shall have no deleterious reaction with cement. The size of the coarse aggregate for plain cement concrete and ordinary reinforced cement concrete shall generally be as per the table given below, However in case of reinforced cement concrete the maximum limit may be restricted to 6 mm. Less than the minimum lateral clear distance between bars or 6 mm. Less than the cover, whichever is smaller. TABLE

I.S. Sieve Designation

Percentage passing for single sized aggregates of

nominal size

I.S. Sieve Designation

Percentage passing for single sized aggregates of

Nominal size 40 mm. 20 mm. 16 mm. 40 mm. 20 mm. 16 mm.

80 mm. -- -- -- 12.5 mm. -- -- -- 63 mm. 100 -- -- 10 mm. 0.5 0.02 0.30 40 mm. 85-100 100 -- 4.75 mm. -- 0.5 0.5 20 mm. 0-20 85-100 100

mm. 2.35 mm. -- --

16 mm. -- -- 85-100 Note : This percentage may be varied somewhat by Engineer-in-charge when considered necessary for obtaining better density and strength of concrete. 12.3 The grading test shall be taken in the beginning and at the change of source of materials. The necessary test indicated in I. S. 383-1970 and I.S. 456-1978 shall have to be carried out to be carried out to ensure the acceptability. The aggregates shall be stored separately and handled in such a manner as to prevent the intermixing of different aggregates. If the aggregates are covered with dust, they shall be washed with water to make them clean. M-8 Black Trap or Equivalent Hard Stone Course: 13.1 Aggregate for Design mix Concrete: Course aggregate shall be of machine crushed stone of black trap or equivalent hard stone and be hard strong dense, durable clean and free from skin and coating likely to prevent proper adhesion of mortar. 13.2 The aggregates shall generally be cubical in shape. Unless special stones of particular quarries are mentioned, aggregates shall be machine crushed from the best, black trap or equivalent hard stones as approved. Aggregate shall have no deleterious reaction with cement. 13.3 The necessary tests indicated in I.S. 383-1970 and I.S. 456-1978 shall have to be carried out to ensure the acceptability of the material. 13.4 If aggregate is covered with dust it shall be washed with water to make it clean.

Page 18: E TENDER FOR THE WORK - Welcome to GUVNL Office/Ukai Thermal Power... · Bidders should be in touch with the above websites for information regarding revision/corrigendum/ ... 3 MTNL

WT NO. 3045 Name of work: Providing muffing on periphery of existing various steel structure at coal yard @ Ukai TPS.

Signature of contractor Page 18 of 40 Registered Office: VidyutRegistered Office: VidyutRegistered Office: VidyutRegistered Office: Vidyut Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara ---- 390007390007390007390007

.

M-9 Brick Bats Aggregate : 14.1 Brickbat aggregate shall be broken from well burnt or slightly over burnt and dense brick. It shall be homogeneous in texture roughly cubical in shape, clean and free from dirt of any other foreign material. The brickbats shall be of 40 mm. To 50 mm. Size unless otherwise specified in the item. The under burnt of over burnt brick bats shall not be allowed. 14.2 The brickbats shall be measured by volume by suitable boxes or as directed. M-10 Bricks : 15.1 The bricks shall be hand or machine molded and made from suitable soils and klin-burnt. They shall be free from crack and nodules of free lime. They shall have smooth rectangular faces with sharp corners and shall be of uniform color. The bricks shall be molded with a frog of 100 mm. X 40 mm. And 10 mm. To 20 mm. Deep on one of its flat sides. The bricks shall not break when thrown on the ground from a height of 600 mm. 15.2 The size of modular bricks shall be 190 mm. X 90 mm. X 90 mm. 15.3 The size of the conventional bricks shall be as under : (9” x 4 ⅜ “ x 2 ¾ “) 225 x 110 x 75 mm. 15.4 Only bricks of one standard size shall be used on one work. The following tolerances shall be permitted in the conventional size adopted in a particular work. Length : 1.8(3.0 mm.) Width : 1/6” (1.51 mm.) Height : 1/6” (1.50 mm.) 15.5 The crushing strength of the bricks shall not be less than 35 Kg./Sq. Cm. The average water absorption shall not be more than 20 percent by weight. Necessary tests for crushing strength and water absorption etc. Shall be carried out as per I. S. 3495 (Part-I to IV) 1976. M-11 Stone : 16.1 The stone shall be of the specified variety such as Granite/Trap Stone/Quartzite or any other type of good hard stones. The Stones shall be obtained only from the approved quarry and shall be hard, sound, durable and free from defects like cavities, cracks, sand holes, flaws, injurious veins, patches of loose or soft materials etc. And weathered portions and other structural defects or imperfections tending to affect their soundness and strength. The stone with round surface shall not be used. The percentage of water absorption shall not be more than 5% of dry weight, when tested in accordance with I.S. 1134-1974. The minimum crushing strength of the stone shall be 200 Kb/Sq. Cm. Unless otherwise specified.

16.2 The samples of the stone to be used shall be got approved before the work is started. 16.3 The Khanki facing stone shall be dressed by chisel as specified in the item for khanki facing in required shape and size.The face of stone shall be so dressed that the bushing on the exposed face shall not project by more than 40 mm. From the general wall surface and on face to be plastered it shall not projected it shall not project by more than 19 mm. Nor shall it have depressions more than 10 mm. From the average wall surface. M-12 Mild Steel Bars : 18.1 Mild steel bars reinforcement for R.C.C. work shall conform to I.S. 432 (Part-II) 1966 and shall be of tested quality. It shall also comply with relevant part of I.S. 456-1978. 18.2 All the reinforcement shall be clean and free from dirt, paint, grease, mill scale or loose or thick rust at the time of placing. 18.3 For the purpose of payment, the bar shall be measured correct up to 100 mm. Length and weight payable worked out at the rate specified below :

1. 6 mm. X 0.22 Kg./Rmt.

8. 20 mm.

2.47 Kg./Rmt.

2. 8 mm. X 0.39 Kg./Rmt.

9. 22 mm.

2.98 Kg./Rmt.

3. 10 mm. X 0.62 Kg./Rmt.

10. 25 mm.

3.85 Kg./Rmt.

4. 12 mm. X 0.89 Kg./Rmt.

11. 28 mm.

4.83 Kg./Rmt.

5. 14 mm. X 1.21 Kg./Rmt.

12. 32 mm.

6.31 Kg./Rmt.

6. 16 mm. X 1.58 Kg./Rmt.

13. 36 mm.

7.99 Kg./Rmt.

7. 18 mm. X 3.00 Kg./Rmt.

14. 40 mm.

9.86 Kg./Rmt.

Page 19: E TENDER FOR THE WORK - Welcome to GUVNL Office/Ukai Thermal Power... · Bidders should be in touch with the above websites for information regarding revision/corrigendum/ ... 3 MTNL

WT NO. 3045 Name of work: Providing muffing on periphery of existing various steel structure at coal yard @ Ukai TPS.

Signature of contractor Page 19 of 40 Registered Office: VidyutRegistered Office: VidyutRegistered Office: VidyutRegistered Office: Vidyut Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara ---- 390007390007390007390007

.

M-13 High Yield Strength Steel Deformed Bars : 19.1 High yield strength steel deformed bars be either cold twisted or hot rolled, shall conform to I. S. 1739-1966 and I. S. 1139-1966 respectively. 19.2 Other provision and requirements shall conform to specification No. M-18 for mild steel bars. M-14 Mild Steel Binding Wire : 21.1 The mild steel wire shall be of 1.63 mm. Or 1.22 mm. (16 or 18 gauge) diameter and shall conform to I. S. 280-1972. 21.2 The use of black wire will be permitted for binding reinforcement bars. It shall be free from rust, oil paint, grease, loose mill scale or any other undesirable coating which may prevent adhesion of cement mortar. M-15 Structural Steel : 22.1 All structural steel shall conform to I. S. 226-1965. The steel shall be free from the defects mentioned in I. S. 226-1975 and shall have a smooth finish. The materials shall be free from loose mill scale, rust pits or other defects affecting the strength and durability. Rivet bars shall conform to I. S. 1148-1973. 22.2 When the steel is supplied by the Contractor test certificates of the manufactures shall be obtained according to I. S. 226-1975 and other relevant Indian Standards. M-16 Galvanized Iron Sheets : 23.1 The galvanized iron sheets shall be plain or corrugated sheets of specified in item. The G. I. Sheets shall conform to I. S. 277-1977. The sheets shall be undamaged in carriage and handling either by rubbing off of zinc coating or otherwise they shall have clean and bright surface and shall be free from dents, holes, rust or white powdery deposit. 23.2 The length and width of G. I. Sheet shall be as directed as per site condition. M-17-A G. I. Valleys gutter ridges : 23.A.1. The G. I. Ridges and hips shall be of plain galvanized sheets class-3 of the thickness as specified in item. These shall be 600 mm. In width and properly bent up to shape without damage to the sheets in process of bending. 23.A.2. Valleys gutters and flashings shall also be galvanized sheets of thickness as specified in item. Valleys shall be 900 mm. Wide overall and finishing shall be 380 mm. Wide overall. They shall be bent to the required shape without damage to the sheet in the process of bending. M-18 Shuttering : 26.1 The shuttering shall be either of wooden planking of 30 mm. Minimum thickness with or without steel lining or of steel plates stiffened by steel angles. The shuttering shall be supported on battens and beams and props of vertical bellies properly cross braced together so as to make the centering rigid. In places of bullie props, brick pillar of adequate section built in mud mortar may be used. 26.2 The form work shall be sufficiently strong and shall have camber, so that it assumes correct shape after deposition of the concrete and shall be able to resist forces caused by vibration of live load of men working over it and other incidental loads associated with it. The shuttering shall have smooth and even surface and its joints shall not permit leakage of cement grout. 26.3 If at any stage of work during or after placing concrete in the structure, the form work sags or bulges out beyond the required shape of the structure, the concrete shall be removed and work redone with fresh concrete and 26.4 adequately rigid form work. The complete form work shall be got inspected by and got approved from the Engineer-in-charge, before the reinforcement bars are placed in position. 26.5 The props shall consist of bullies having 100 mm. Minimum diameters measured at mix length and 80 mm. At thin end and shall be placed as per design requirement. These shall rest squarely on wooden sole plates 40 mm. Thick and minimum bearing area if 0-10 sq. M. Laid on sufficiently hard base. 26.6 Double wedges shall further be provided between the sole plate and the wooden props so as to facilitate tightening and easing of shuttering without jerking the concrete.The timber used in shuttering shall not be so dry as to absorb water from concrete and swell or bulge nor so green or wet as to shrink after erection. The timber shall be properly sawn and planed on the sides and surface coming in contact with concrete. Wooden form work with metal sheet lining or steel plates stiffened by steel angles shall be permitted. 26.7 As far as practicable, clamps shall be used to hold the forms together and use of nails and spikes avoided. 26.8 The surface of timber shuttering that would come in contact with concrete shall be well wetted and coated with soap solution before the concreting is done. Alternatively coat of raw linseed oil or oil

Page 20: E TENDER FOR THE WORK - Welcome to GUVNL Office/Ukai Thermal Power... · Bidders should be in touch with the above websites for information regarding revision/corrigendum/ ... 3 MTNL

WT NO. 3045 Name of work: Providing muffing on periphery of existing various steel structure at coal yard @ Ukai TPS.

Signature of contractor Page 20 of 40 Registered Office: VidyutRegistered Office: VidyutRegistered Office: VidyutRegistered Office: Vidyut Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara ---- 390007390007390007390007

.

of approved manufacturer may be applied in place of soap solution. In case of steel shuttering either soap solution or raw linseed oil shall be applied after thoroughly cleaning the surface. Under no circumstances black or burnt oil shall be permitted. 26.9 The shuttering for beams and slabs shall have camber of 4 mm. Per meter (1 in 250) or as directed by the Engineer-in-charge so as to offset the subsequent deflection. For cantilevers, the camber at free end shall be 1/50 of the projected length or as directed by the Engineer-in-charge. M-19 Expansion joints Premolded filter: 27.1 The item provides for expansion joints in R.C.C. frame structures for internal joints, as well as exposed joints, with the use of premoulded bituminious joints filler. 27.2 Premoulded bituminous joints filler, i.e. Performed strip of expansion joint filler shall not get deformed or broken by twisting, bending or other handling when exposed to atmospheric condition. Pieces of joint filler that have been damaged shall be rejected. 27.3 Thickness of the pre-moulded joint filler shall be 25 mm. Unless otherwise specified. 27.4 Premoulded bituminous joint filler shall conform to I.S. 1838-1961. M-20 Expansion joints-Copper strips & hold fasts : 28.1 The item provide for expansion joints in R.C.C. frame structure for internal joints as well as for exposed joints with the use of necessary copper strip and holdfasts. 28.2 Copper sheet shall be of 1.25 mm. Thick and of 1.25 mm. Width the ‘U’ shape in the middle. Copper strip shall have hold fast 3 mm. Diameter copper rod fixed to the plate soldered on strip at intervals of about 30 cm. Or as shown in the drawing or as directed. The width of each flange (horizontal side) of the copper plate to be embedded in the concrete work shall be 25 mm. Depth of ‘U’ to be provide in the expasion joint, in the copper plate shall be of 25 mm.

NOTE: BOOKLET FOR “GENERAL TECHNICAL SPECIFICATIONS FOR BUILDING WORKS” OF R. & B. DEPARTMENT, GOG, GUJARAT AND BOOKLET OF “GENERAL SPECIFICATION FOR CIVIL WORKS” OF GSECL WILL BE AVAILABLE IN ADM CIVIL OFFICE AT UKAI TPS FOR REFERNCE OF RELEVANT DETAIL SPECIFICATIONS OF ITEMS. SHALL BE CONSIDERED & ADOPTED IN WORK .

“SCHEDULE – B”

DETAIL SPECIFICATION

ITEM NO.1 Removing by excavating the overburden of coal / Ear th situated surrounding area of coal stacker yard including cleaning the area p roperly dressing & levelling the same as required ground level wherever required and dispos ing off by transporting the above coal from coal stacker yard locations to near by yard or as d irected by engineer - In charge up to 50 M lead. (A) - Loose or soft soil. AND The specification as per above item description and as per instruction by EIC Item No.- 2: Providing and laying cement concrete 1:2:4 (1-ceme nt : 2- Coarse sand : 4- graded stone aggregates 20 mm nominal size) and curing com plete excluding cost of formwork in (B)Independent piers, columns, and pillars, upto fl oor two leve.

1.0 Materials : Water shall conform to M-1. Cement shall conform to M-3. Sand shall conform to M-6. Grit shall conform to M-8. Graded stone aggregate 20 mm. Nominal size shall conform to M-12.

2.0 General : 2.1 The concrete mix is not required to be designed by preliminary tests. The proportion of the

concrete mix shall be 1 : 2 : 4 (1 cement : 2 coarse sand : 4 graded stone aggregate 10 mm. Nominal size) by volume. Concrete work shall have exposed concrete surface or as specified in the item.

2.2 The designation ordinary M-100, M-150, M-200, M-250 specified as per I. S. Corresponding approximately to 1 : 3 : 6, 1 : 2 : 4, 1 ½ : 3 and 1 : 1 : 2 nominal mix of ordinary concrete by volume respectively.

2.3 The ingredients required for ordinary concrete containing one beg of cement of 50 Kg By weight (0.0342 Cu. M.) For different proportions of mix shall be as under :

Page 21: E TENDER FOR THE WORK - Welcome to GUVNL Office/Ukai Thermal Power... · Bidders should be in touch with the above websites for information regarding revision/corrigendum/ ... 3 MTNL

WT NO. 3045 Name of work: Providing muffing on periphery of existing various steel structure at coal yard @ Ukai TPS.

Signature of contractor Page 21 of 40 Registered Office: VidyutRegistered Office: VidyutRegistered Office: VidyutRegistered Office: Vidyut Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara ---- 390007390007390007390007

.

Grade of concrete

1

Total quantity of dry aggregate by volume per 50 kgs. Of cement to be taken as the sum of individual of fine and coarse aggregates, maximum

2

Proportion of fine aggregate to coarse aggregate

3

Quantity of water per 50 Kgs. Of cement maximum

4

M-100 (1 : 3 : 6) 300 Liters Generally 1 : 2 for fine aggregate to coarse aggregate by volume but subject to and upper limit of 1:1 1/2 and lower limit 1 : 3

34 liters

M-150 (1 : 2 : 4) 220 “ 32 “ M-200 (1:1.5 : 3) 160 “ 30 “ M-250 (1 : 1 : 2) 100 “ 27 “

The water cement ratio shall not more than those specified in the above table. The cement content of the

mix specified in the Table shall be increased if the quantity of water in a mix has to be increased to overcome the difficulties of placement and compaction so that the water-cement-ratio specified in the Table is not exceeded.

2.4 Workability of the concrete shall be controlled by maintaining a water-cement-ratio that is bound to give a concrete mix which is just sufficiently wet to be placed and compacted without difficulty with the means available.

2.5 The maximum size of coarse aggregate shall be as large as possible within the limits specified but in no case greater than one fourth of the minimum thickness of the member, provided that the concrete can be placed without difficulty so as to surround all reinforcement thoroughly and to fill the corners of the form.

2.6 For reinforced concrete work, coarse aggregates having a nominal size of 20 mm. Are generally considered satisfactory.

2.7 For heavily reinforced concrete members as in the case of ribs of main beems, the nominal maximum size of coarse aggregate should usually be restricted to 5 mm. Less than the minimum clear distance between the main bars, or 5 mm. Less than the minimum cover to the reinforcement whichever is smaller.

Where the reinforcement is widely spaced as in solid slabs, limitations of size of the aggregate may not be important and the nominal maximum size may sometimes be as great as or greater than the minimum cover.

2.8 Admixture may be used in concrete only with approval of Engineer-in-charge upon the evidence that with the passage of time, neither the compressive strength of concrete is reduced nor are other requisite qualities of concrete and steel impaired by the use of such admixtures.

3.0 Workmanship: 3.1 Proportioning: proportioning shall be done by volume, except cement which shall be measured in

terms of bags of 50 Kg. Weight. The volume of one such bag being taken as 0.0342 Cu. Meter Boxes of suitable sizes shall be used for measuring sand aggregate. The size of the boxes (internal) shall be 35 cms. X 25 cms. And 40 cms. Deep. While measuring the aggregate and sand, the box shall be filled without shaking ramming or hammering. The proportioning of sand shall be on the basis of its dry volume and in case of damp sand, allowances for bulk age shall be made.

3.2 Mixing : 3.2.1 For all work. Concrete shall be mixed in a mechanical mixer which along with other

accessories shall be kept in first class working condition and so maintained throughout the construction. Measured quantity of aggregate, sand, cement required for each batch shall be poured into the drum of the mechanical mixer while it is continuously running. After about half a minute of dry mixing, measured quantity of water required for each batch of concrete mix shall be added gradually and mixing continued for another one and a half minute. Mixing shall be continued till materials are uniformly distributed and uniform color of the entire mass is obtained and each individual particle of the coarse aggregate shows complete coating of mortar containing its proportionate amount of cement. In no case shall the mixing be done for less than 2 minutes after all ingredients have been put into the mixer.

3.2.2 When hand mixing is permitted by the Engineer-in-charge for small jobs or for certain other reasons, it shall be done on the smooth watertight platform large enough to allow efficient turning over the ingredients of concrete before and after adding water. Mixing platform shall be so arranged that no foreign materials gets mixed with concrete nor does the mixing water flow out. Cement in required

Page 22: E TENDER FOR THE WORK - Welcome to GUVNL Office/Ukai Thermal Power... · Bidders should be in touch with the above websites for information regarding revision/corrigendum/ ... 3 MTNL

WT NO. 3045 Name of work: Providing muffing on periphery of existing various steel structure at coal yard @ Ukai TPS.

Signature of contractor Page 22 of 40 Registered Office: VidyutRegistered Office: VidyutRegistered Office: VidyutRegistered Office: Vidyut Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara ---- 390007390007390007390007

.

number of bags shall be placed in a uniform layer on top of the measured quantity of fine and coarse aggregate, which shall also be spread in a layer of uniform thickness on the mixing platform. Dru coarse and fine aggregate and cement shall then be mixed thoroughly by turning over to get a mixture to uniform color. Specified quantity of water shall then be added gradually through a rose-can and the mass turned over till a mix of required consistency is obtained. In hand mixing, quantity of cement shall be increased by 10 percent above that specified.

3.2.3 Mixers which have been out of use for more than 30 minutes shall be thoroughly cleaned before putting in a new batch. Unless otherwise agreed to by the Engineer-in-charge the first batch of concrete from the mixture shall contain only two thirds of normal quantity of coarse aggregate. Mixing plant shall be thoroughly cleaned before changing from one type of cement to another.

3.3 Consistency: 3.3.1 The degree of consistency which shall depend upon the nature of the work and methods of vibration of concrete, shall be determined by regular slumps tests in accordance with I. S. 1199-1959. The slumps of 10 mm. To 25 mm. Shall be adopted when vibrators are used and 80 mm. When vibrators are not used.

3.4 Inspection : 3.4.1 Contractor shall give the Engineer-in-charge due notice before placing any concrete in

the forms to permit him to inspect and accept the false work and forms as to their strength, alignment, and general fitness but such inspection shall not relive the contractor of his responsibility for the safety of men, machinery, materials and for results obtained. Immediately before concreting, all forms shall be thoroughly cleaned.

3.4.2 Centering design and its erection shall be got approved from the Engineer-in-charge. One carpenter with helper shall invariably be kept present throughout the period of concreting. Movement of labor and other persons shall be totally prohibited for reinforcement laid in position. For access to different parts, suitable mobile platforms shall be provided so that steel reinforcement in position is not disturbed for ensuring proper cover, mortar blocks of suitable size shall be cast and tied to the reinforcement. Timber, kapachi or metal pieces shall not be used for this purpose.

3.5 Transporting and laying: 3.5.1 The method of transporting and placing concrete shall be as approved. Concrete shall be

so transported and placed that no contamination, segregation or loss of its constituent material takes place.

All formwork shall be cleaned and made free from standing water, dust show or ice immediately before placing of concrete.

No concrete shall be placed in any part of the structure until the approval of the Engineer-in-charge has been obtained.

3.5.2 Concerting shall proceed continuously over the area between construction joints. Fresh concrete shall not be placed against concrete which has been in position for more than 30 minutes unless a proper construction joints is formed. Concrete shall be compacted in its final position within 30 minutes of its discharge from the mixer. Except where otherwise agreed to by the Engineer-in-charge concrete shall be deposited shall be deposited in horizontal layers to a compacted depth of not more than 0.45 meter when internal vibrators are used and not exceeding 0.30 meter in all other cases.

3.5.3 Unless otherwise agreed to by the Engineer-in-charge, concrete shall not be dropped into place from a height exceeding 2 meters. When trucking or chutes are used they shall be kept close and used in such a way as to avoid segregation. When concreting has to be resumed on a surface which has hardened, it shall be roughened, swept clean, thoroughly wetted and covered with a 13 mm. Thick layer of mortar composed of cement and sand in the same ratio as in the concrete mix itself. This 13 mm. Layer of mortar shall be freshly mixed and placed immediately before placing of new concrete. Where concrete has not fully hardened, all laitance shall be removed by scrubbing the wet surface with wire or bristle brushes, care being taken to avoid dislodgement of any particles of coarse aggregate. The surface shall then be thoroughly wetted all free water removed and then coated with neat cement grout. The first layer of concrete to be placed on his surface shall not exceed 150 mm. In thickness and shall be well rammed against old work, particular attention being given to corners and close spots.

3.5.4 All concrete shall be compacted to produce a dense homogeneous mass with the assistance of vibrators, unless otherwise permitted by the Engineer-in-charge for exceptional cases, such as concreting under water, where vibrators cannot be used. Sufficient vibrators in serviceable condition shall be kept at site so that spare equipment is always available in the event of breakdowns.

Concrete shall be judged to be compacted when the mortar fills the spaces between the coarse aggregate and begins to cream up to form an even surface. Compaction shall be completed before the initial setting starts i.e. Within 30 minutes of addition of water to dry mixture. During compaction, it shall be observed that needle vibrators are not applied on reinforcement which is likely to destroy the bond between concrete and reinforcement.

3.6 Curing: Immediately after compaction, concrete shall be protected from weather, including rain, running water, shocks, vibration, traffic, rapid temperature changes, frost and drying out process. It shall be covered with wet sacking, hassain or other similar absorbant material approved soon after the initial set and shall be kept continuously wet for a period of not less than 14 days from the date of placement.

Page 23: E TENDER FOR THE WORK - Welcome to GUVNL Office/Ukai Thermal Power... · Bidders should be in touch with the above websites for information regarding revision/corrigendum/ ... 3 MTNL

WT NO. 3045 Name of work: Providing muffing on periphery of existing various steel structure at coal yard @ Ukai TPS.

Signature of contractor Page 23 of 40 Registered Office: VidyutRegistered Office: VidyutRegistered Office: VidyutRegistered Office: Vidyut Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara ---- 390007390007390007390007

.

Masonry work over foundation concrete may be started after 48 hours of its laying but curing of concrete shall be continued for a minimum period of 14 days.

3.7 Sampling and Testing of concrete: 3.7.1 Samples from fresh concrete shall be taken as per I. S. 1199-1959 and cubes shall be

made, cured and tested at 7 days or 28 days as per requirements in accordance with I. S. 516-1959. A random sampling procedure shall be adopted to ensure that each concrete batch shall have a reasonable chance of being tested i.e. The sampling should be spread over the entire period of concreting and cover all mixing units. The minimum frequency of sampling of concrete of each grade shall be in accordance with following : Quantity of concrete in the work

No. Of samples Quantity of concrete in the works

No. Of samples

1-5 Cmt. 1 16-30 Cmt. 3 6-15 Cmt. 2 31-50 4 51 and above + one additional for each additional 50 M. Or part thereof.

NOTE : At least one sample shall be taken from each shift. Ten test specimens shall be made from each sample, five for testing at 7 days and the remaining five at 28 days. The samples of concrete shall be taken on each day of the concreting as per above frequency. The number of specimens may be suitably increased as deemed necessary by the Engineer-in-charge when procedure of tests given above revels a poor quality of concrete and in other special cases.

3.7.2 The average strength of the group of cubes case for each day shall not be less than the specified cube strength of 150 kg/Cm2 at 28 days. 20% of the cubes cast for each day may have value less than the specified strength provided the lowest value is not less than 85% of the specified strength. If the concrete made in accordance with the proportions given for a particular grade, does not yield the specified strength, such concrete shall be classified as belonging to the appropriate lower grade. Concrete made in accordance with the proportions given for a particular grade shall not however, be placed in a higher grade on the ground that the test strength are higher than the minimum specified.

3.8 Stripping : 3.8.1 The Engineer-in-charge shall be informed in advanced by the contractor of his intention to

strike the form work. While fixing the time for removal of form work due consideration shall be given to local conditions, character of the structure the weather and other condition that influence the setting of concrete and of the materials used in the mix in normal circumstances (generally where temperatures are above 20ºc) and where ordinary concrete is used forms may be struck after expiry of periods specified in item No. 9.1 (A) for respective item of form work.

3.8.2 All formwork shall be removed without causing any shock or vibration as would damage the concrete. Before the soffits and struts are removed the concrete surface shall be exposed where necessary in order to ascertain that the concrete has sufficiently hardened. Centering shall be gradually and uniformly lowered in such manner as to permit the concrete to take stresses due to its own weight uniformly and gradually. Where internal metal ties are permitted they or their removable parts shall be extracted without causing any damage to the concrete and remaining holes filled with mortar. No permanently embedded metal part shall have less than 25 mm. Cover to the finished concrete surface. Where it is intended to re-use the formwork, it shall be cleaned and made good to the satisfaction of the Engineer-in-charge. After removable of form work and shuttering the Executive Engineer shall inspect the work and satisfy by random checks that concrete produced is of good quality.

3.8.3 Immediately after the removal of forms all exposed bolts etc., passing through the cement concrete member and use for shuttering or any other purpose shall be cut inside the cement concrete members to a depth of at least 25 mm. Below the surface of the concrete and the resulting holes be filled by cement mortar. All fine caused by form joints, all cavities produced by the removal of forms ties and all other holes and depressions honeycomb spots broken edges or corners and other defects shall be thoroughly cleaned, saturated with water and carefully pointed and rendered true with mortar of cement and fine aggregate mixed in the proportion used in the grade of concrete that is being finished and of as dry consistency as is possible to use. Considerable pressure shall be applied in filling and pointing to ensure through filling in all voids. Surfaces which are pointed shall be kept moist for a period of 24 hours.

If rock pockets honeycombs in the opinion of the Engineer-in-charge are of such an extent or character as to affect the strength of the structure materially or to endanger the life of the steel reinforcement he may declare the concrete defective and require the removal and replacement of the portions of the structure affected.

4.0 Mode of measurement and payment: 4.1 The consolidated cubical contents of concrete work as specified in item shall be measured the

concrete laid in excess of section shown on drawings or as directed shall not be measured. No deduction shall be made for

(a) Ends of dis-similar materials such as joints, beams, posts, girders, rafters, purling trusses, corbels and steps etc. Up to 500 Sq. Cm. In section.

(b) opening upto 0.1 Sq. M.

Page 24: E TENDER FOR THE WORK - Welcome to GUVNL Office/Ukai Thermal Power... · Bidders should be in touch with the above websites for information regarding revision/corrigendum/ ... 3 MTNL

WT NO. 3045 Name of work: Providing muffing on periphery of existing various steel structure at coal yard @ Ukai TPS.

Signature of contractor Page 24 of 40 Registered Office: VidyutRegistered Office: VidyutRegistered Office: VidyutRegistered Office: Vidyut Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara ---- 390007390007390007390007

.

4.2 The rate includes cost of all materials, labor, tools and plant required for mixing, placing in position, vibrating and compacting, finishing as directed curing and all other incidental expenses for producing concrete of specified strength. The rate excludes the cost of form work. 4.3 The rate shall be for a unit of one cubic meter.

ITEM NO 3 Providing form work of ordinary timber planking so as to give a rough finish including centering. Shuttering strutting and propping etc. H eight of propping and centering below supporting floor to ceiling not ex-exeeding 4M. And removal of the same for in inclucing reinforced concrete and plain concrete work in(G) C olumns ,Pillars,posts and struts.(1)square,rectangulars,polygonal in plan. 1.0 Materials:

1.1 The shuttering to be provided shall be of ordinary timber planks and shall conform to M-26. 1.2 The dimensions of scantlings and battens shall conform to the design. The strength of the wood shall

not be less than that assumed in the design. 2.0 Workmanship: 2.1 The form work shall conform to the shape lines and dimensions as shown on the plans and be so constructed as to remain sufficiently rigid during the placing and compacting of the concrete. Adequate arrangements shall be made by the contractor to safe-guard against any settlement of the form work during the course of concreting and after concreting. The form work of shuttering, centering, scaffolding bracing etc. Shall be as per design.

2.2 Cleaning & Treatment of forms : 2.2.1 All rubbish, particularly chippings shaving and saw dust shall be removed from the interior of the form before the concrete is placed and the form work in contact with concrete shall be cleaned and thoroughly wetted or treated. The surface shall be then coated with soap solution applied before concreting is done. Soap solution for the purpose shall be prepared by dissolving yellow soap in water to get consistency of paint. Alternatively a coat of raw linseed oil or form oil of approved manufacture may be applied in case steel shuttering us used. Soap solution or raw linseed oil shall be applied after thoroughly cleaning the surface. Care shall be taken that the coating does not get on construction joints surface and reinforcement bars.

2.3 Stripping time: 2.3.1 in normal circumstance and where ordinary cement is used forms may be struck after expiry of following periods:

(a) Sites of walls columns and vertical faces of beam 24 to 48 hours. (b) Beam soffits. (Props left under) – 7 days. (c) Removal of props slabs.

(i) Slabs spanning upto 4.5 m. – 7 days (ii) Spanning over 4.5 mm. – 14 days.

(d) Removal of props to beams and Arches. (i) Spanning upto 6 m. – 14 days. (ii) Spanning over 6 m. – 21 days.

2.4 Procedure when removing the form work : 2.4.1 All form work shall be removed without such shock or vibrations as would damage the reinforced concrete surface. Before the soffit formwork and struts are removed the soffits and the concrete surface shall be exposed where necessary in order to ascertain that the concrete has sufficiently hardened.

2.5 Centering: 2.5.1 The centering to be provided shall be got approved. It shall be sufficiently strong to ensure absolute safely of the formwork and concrete work before during and after pouring concrete. Watch should be kept to see that behavior of centering and formwork is satisfactory during concreting. Erection should also be such that it would allow removal of forms in proper sequence without damaging either the concrete or the forms to be removed.

2.5.2 The props of centering shall be provided on firm foundation or base of sufficient strength to carry the loads without any settlement.

2.5.3 The centering and formwork shall be inspected and approved by the Engineer-in-charge before concreting. But this will not relive the contractor of his responsibility for strength, adequacy and safety of form work and centering. If there is a failure of formwork or centering, contractor shall be responsible for the damages to the work, injury to life and damage to property.

2.6 Scaffolding:

Page 25: E TENDER FOR THE WORK - Welcome to GUVNL Office/Ukai Thermal Power... · Bidders should be in touch with the above websites for information regarding revision/corrigendum/ ... 3 MTNL

WT NO. 3045 Name of work: Providing muffing on periphery of existing various steel structure at coal yard @ Ukai TPS.

Signature of contractor Page 25 of 40 Registered Office: VidyutRegistered Office: VidyutRegistered Office: VidyutRegistered Office: Vidyut Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara ---- 390007390007390007390007

.

2.6.1 All scaffolding, hoisting arrangements and ladders etc. Required for the facilitating of concreting shall be provided and removed on completion work by contractor at his own expense. The scaffolding, hoisting arrangements and ladders etc. Shall be strong enough to withstand all live, dead and impact loads expected to act and shall be subject to the approval of the Engineer-in-charge. However, contractor shall be solely responsible for the safety of the scaffolding, hoisting arrangement, ladders, work and workman etc.

2.6.2 The scaffolding, hoisting arrangement and ladders shall allow easy approach to the work spot and afford easy inspection.

2.6.3 The rate is applicable to all conditions of working and height upto 4 mts. The rate shall include the cost of materials and labor for various operations involved such as : (a) Splayed edges, notching, allowance for overlaps and passing at angles, battens centering, shuttering, strutting, propping, Bolting, nailing, wedging, easing, striking and removal.

(b) Filleting to form stop chamfered edges or played external angles not exceeding 20 mm. Width to beams, columns and the Like. (c) Temporary openings in the forms for pouring concrete, if required, removing rubbish etc. (d) Dressing with oil to prevent adhesion of concrete with shuttering and (e) Raking or circular cutting. 2.7 Re-Use: 2.7.1 before re-use all forms shall be inspected by Engineer-in-charge and their suitability ascertained. The forms shall be scarred, cleaned and joints gone over, repaired where required. Inside surface shall be retreated to prevent adhesion of concrete. 3.0 Mode of measurements & payment: 3.1 Form work shall be measured as the area in square meters of shuttering in contract with concrete except in the case of inclined member and portion of curved pro-file and upper side in which case only area of underside shall be measured for payment. 3.4 Form work to secondary beams shall be measured up to the sides of main beams but no deduction shall be made from the form work of the main beam at the inter section point. No deduction shall be made from the form work of a column at inter section of beams. 3.5 The rate is for the completed item. 3.6 The rate shall be for a unit of one Sq. Meter. Item No.4: Extra for additional height of propping and center ing where the height exceeds 4.0 Meter between supporting floor to ceiling including tempo rary brick or stone pillars for supporting as required

1.0 Materials & Workmanship: 1.1 The relevant specifications of item No.9.1 (A) shall be followed except that the height of propping and centering below supporting floor to ceiling exceeding 4 m. But not exceeding 5 m. 2.0 Mode of measurements & payment : 2.1 The payment shall be made extra over and above the payment made upto 4mt. Height. The relevant specifications of item 9.1 (A) shall be followed. The rate shall be for a unit of one Sq. Meter. 9.1 (B) (I) Providing form work of ordinary timber planking so as to give a rough finish including centering shuttering, strutting and propping etc. Height of propping and centering below supporting floor to ceiling not exceeding 4 m. And removal of the same for in site reinforced and plain concrete work in flat surface such as soffits of slabs, landing and the like floors etc. Upto 200 mm. In thickness. 1.0 Materials & Workmanship: 1.1 The relevant specifications of item No.9.1 (A) shall be followed except that the work is to be carried out for flat surface such as soffits of slabs, landing and the like for floors etc. Upto 200 mm. In thickness. 2.0 Mode of measurements & payment :

2.1 The relevant specifications of item No. 9.1 (A) shall be followed. 2.2 The rate shall be for a unit of one Sq. Meter.

9.1 (B) (II) Providing form work of ordinary timber planking so as to give a rough finish including centering shuttering, strutting and propping etc. Height of propping and centering below supporting floor to ceiling not exceeding 4 m. And removal of the same for in site reinforced and plain concrete work in flat surface such as soffits of slabs, landing and the like floors etc. Above 200 mm. In thickness. 1.0 Materials & Workmanship : 1.1 The relevant specifications of item No.9.1 (A) shall be followed except that the work is for floors etc. Above 200 mm. In thickness. 2.0 Mode of measurements & payment :

2.1 The relevant specifications of item No. 9.1 (A) shall be followed. 2.2 The rate shall be for a unit of one Sq. Meter.

Item no. 5

Page 26: E TENDER FOR THE WORK - Welcome to GUVNL Office/Ukai Thermal Power... · Bidders should be in touch with the above websites for information regarding revision/corrigendum/ ... 3 MTNL

WT NO. 3045 Name of work: Providing muffing on periphery of existing various steel structure at coal yard @ Ukai TPS.

Signature of contractor Page 26 of 40 Registered Office: VidyutRegistered Office: VidyutRegistered Office: VidyutRegistered Office: Vidyut Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara ---- 390007390007390007390007

.

Providing TMT Bar FE 415 reinforcement for R.C.C. wo rk including bending, binding and placing in position complete upto floor two level

All reinforcement TMT bar specified in item shall conform to relevant IS standard 1786 for thermo mechanical Tested bars, wherever tested brands to be used, certificate for the same from manufacture shall be submitted. If Executive Engineer instructs it, contractor shall have to arrange for testing of bars at the laboratory or institution, suggested by GSECL at his cost.

Bars shall be bent as per bar bending schedule supplied with drawing. If bar bending schedule is not supplied contractor shall prepare it and get it approved at the site before cutting for fabrication. Bars shall be clean, free form rust, dust, mud etc. if coils are there, they shall be first straightened. Bars shall be cut according to the cutting length specified/approved by department. Bars shall be bent gradually. Bars having crack or spits shall be rejected. Bars shall be bent cold, unless otherwise specified in case of higher diameter bars. If bar is bended wrongly, it should be straightened and reset such that it does not injure the materials.

Laps and splices shall be got approved. They shall be staggered and shall be at location shown/ approved. Lapping shall be avoided when full-length bars are available. All laps, hooks, bends etc. shall be provided as per IS standards. Reinforcement bars shall be place in position as per drawing or details given. It shall be tied with annealed black wire/G.I. wire of 18 gauges. Blocks, spacers, chairs etc., shall be provided as per IS. 2502 at places instructed.

Bars shall be provided with clear cover as shown in drawing or as instructed on site. Cover shall be provided with cement mortar cover block prepared of specified thickness with binding wire embedded to fix cover in position and tie with the reinforcement so that it may not get disturbed. Minimum clear cover shall be less than 13 mm or diameter of bars for slabs. For beam and columns depending on size it shall be 20mm to 25mm. Cover shall be provided depending on structure, weather condition, location of structure etc., as per ISI.

After the reinforcement is tied and checked by contractor himself it shall be got checked by GSECL authorized representative and Okayed for pouring of concrete. Quantity of reinforcement bars in M.T. embedded in concrete shall be paid. Weight shall be computed on cutting length approved or given multiplied by standard weight of particular diameter of bars as per IS standards. Work shall to be carried out at all levels. “Rate quoted shall inclusive of wastages, cost of binding wire, etc., No separate payment will be made for binding wire. However laps, dowels etc., shall be paid as per drawing or as approved in site.

For the purpose of payment, the bar shall be measured correct up to 100 mm length and weight payable worked out at the rate specified below:

(1) 6 mm = 0.22 Kg / Rmt. (8) 20mm = 2.47 Kg / Rmt. (2) 8 mm = 0.39 Kg / Rmt. (9) 22mm =2.98 Kg / Rmt. (3) 10 mm = 0.62 Kg / Rmt. (10) 25mm = 3.85 Kg / Rmt. (4) 12 mm = 0.89 Kg / Rmt. (11) 28mm = 4.83 Kg / Rmt. (5) 14mm = 1.21 Kg / Rmt. (12) 32mm = 6.31 Kg / Rmt. (6) 16 mm = 1.58 Kg / Rmt. (13) 36mm = 7.99 Kg / Rmt. (7) 18 mm = 3.00 Kg / Rmt. (14) 40mm = 9.86 Kg / Rmt.

Mode of measurement and payment : The rate shall be for a unit of one M. T. or KG (as per UOM of schedule –B) actual work done.

NOTE: BOOKLET FOR “GENERAL TECHNICAL SPECIFICATIONS FOR BUILDING WORKS” OF R. & B. DEPARTMENT, GOG, GUJARAT AND BOOKLET OF “GENERAL SPECIFICATION FOR CIVIL WORKS” OF GSECL WILL BE AVAILABLE IN ADM CIVIL OFFICE AT UKAI TPS FOR REFERNCE OF RELEVANT DETAIL SPECIFICATIONS OF ITEMS. SHALL BE CONSIDERED & ADOPTED IN WORK .

Yours faithfully,

Chief Engineer (Gen) GSECL: TPS: Ukai.

Page 27: E TENDER FOR THE WORK - Welcome to GUVNL Office/Ukai Thermal Power... · Bidders should be in touch with the above websites for information regarding revision/corrigendum/ ... 3 MTNL

WT NO. 3045 Name of work: Providing muffing on periphery of existing various steel structure at coal yard @ Ukai TPS.

Signature of contractor Page 27 of 40 Registered Office: VidyutRegistered Office: VidyutRegistered Office: VidyutRegistered Office: Vidyut Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara ---- 390007390007390007390007

.

GUJARAT STATE ELECTRICITY CORPORATION LIMITED 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 Provider and others 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 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 to influence the price.

Page 28: E TENDER FOR THE WORK - Welcome to GUVNL Office/Ukai Thermal Power... · Bidders should be in touch with the above websites for information regarding revision/corrigendum/ ... 3 MTNL

WT NO. 3045 Name of work: Providing muffing on periphery of existing various steel structure at coal yard @ Ukai TPS.

Signature of contractor Page 28 of 40 Registered Office: VidyutRegistered Office: VidyutRegistered Office: VidyutRegistered Office: Vidyut Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara ---- 390007390007390007390007

.

SPECIAL CONDITIONS: 1. Contractor shall be responsible for any accident or damage to road gutter, manholes, dustbins, water closet

pipe line etc. or any inconveniency caused by contractor for which the necessary compensation shall be paid by the contractor or recovered from the bill as deem fit by the Corporation.

2. If required the work shall be continued during the extended period without any extra rate and it terms & condition. The time limit of the works shall be considered accordingly.

3. It is the responsibility of the contractor to get the work done satisfactorily by arranging sufficient manpower tool tackles materials etc. as per the requirement. For poor performance of the works, reduced rates shall be paid and necessary action shall be taken as per Corporation’s rules.

4. The contractor or his authorized representative shall remain present during working hours and as per requirement .

5. Any description is left out in item the work shall be executed as per the instruction of E.I.C. 6. If the work is not completed in time satisfactorily, the recovery for the same shall be made as per

Corporation’s rules plus 15% supervision charges. 7. If any dispute arises the booklet of “TENDER AND CONTRACT FOR WORKS’ may be referred and it will be

treated as part of the contract. 8. Contractor has to carry out the items as per the requirement as and when required and if he fails to carry out

the work as required, recovery will be made as per Corporation’s rules. 9. Contractor should keep the instruction book readily available at site. 10. The Corporation shall not supply any materials for this work and Schedule: A is to be treated as ‘Nil’. 11. Whenever contractor fails to perform the work as per the requirement and up to the mark, the payment for

such works / jobs will not be considered. 12. Quantities of each item shown in the tender is approximate and may very up to any extent No claim shall be

entertained for quantities of work, executed being more or less than those entered in the Schedule-B of the Tender.

13. Work shall be carried out as per the priority given by EIC. 14. The rate of the tender is firm and no any price escalation shall be paid to the contractor, for the contract period

& extended period if any. 15. Look in to the urgency of the particular work. The E.I.C. will instruct to take up and complete the particular job

/ work in specified time. Otherwise, to complete the work, E.I.C. will arrange to execute the same without giving any notice or intimation to get the work executed through any other agency and recovery will be made as per Corporation’s rules.

16. If contractor shall fail in arranging adequate resources such as manpower, tools tackles, tractors, materials etc. to carry out the work as per instructions, it will be got done through other agency at contractor’s risk and cost and recovery shall be effected as per Corporation’s rules.

17. Contractor shall be held fully responsible for any accident or damage to Corporation’s assets or persons or inconvenience is caused for the work the necessary compensation shall be paid by the contractor or recovered from his bill. The contractor shall engage all the labours / personals at his own risk and cost and shall comply & binding with all the labours laws, acts, securities all type of safety rules, insurances, regulations of compensation for accident etc. at this own risk and cost.

18. The labours, manpower to be engaged by the contractor for this work shall be considered absolutely of his own employee and should be transferable from one establishment to another. The contractor will take away all the labours, men power to his own establishment after completion of this work. GSECL will not be absolutely held responsible in any way in the matter.

19. Contractor will require complying and binding to all provision of contractor labour (R&A) ACT. Minimum wages act, factories act. Provident fund act. Workman’s compensation Act. & other labour laws, CPF regulation, license as per contract labour Act, EPF Act. Etc. responsible for violations of provision of above-mentioned Act.

20. Contractor must have group insurance and Issuance Policy for his works & should produce a copy of the policy.

21. Contractor shall have to issue the appointment letter / agreement with labours, approved from D.G.M. before executing the work.

Page 29: E TENDER FOR THE WORK - Welcome to GUVNL Office/Ukai Thermal Power... · Bidders should be in touch with the above websites for information regarding revision/corrigendum/ ... 3 MTNL

WT NO. 3045 Name of work: Providing muffing on periphery of existing various steel structure at coal yard @ Ukai TPS.

Signature of contractor Page 29 of 40 Registered Office: VidyutRegistered Office: VidyutRegistered Office: VidyutRegistered Office: Vidyut Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara ---- 390007390007390007390007

.

GENERAL TERMS & CONDITION OF CONTRACT: 01. LABOUR LAWS: 1. Persons below the age of 18 years shall not be employed for the work. 2. No female workers shall be employed in the night shift between 07.00 PM to 06.00 A.M. 3. 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.

4. 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.

5. 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.

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

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

8. Contractor shall have to comply with the Maternity benefit if he happens to engaged more than 30 female labours as per Maternity benefit Act.

9. Contractor shall have to obtain Insurance of the labours 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. All payment to contract labours shall be disbursed through bank only.(for all contract). 12. Bonus payment shall be made to contract laboures as per the bonus ACT.(for all contract). 13. Contractor has to arrange for in & out punching to all contract laboures engaged by him in bio-metric punching

machines kept at plant security gate for which Rs.10/-(Rupees Ten only) shall be charged per labour per month as Administrative Expenses(for all contract).

14. 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(For ARC/BRC contract only).

15. 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 PF challan is to be submitted along with RA bill.

16. If any workman engaged by contractor meets with fatal or non-fatal 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.

17. 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 Or concerned PF Office.

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

19. ADMINISTRATIVE CHARGES : Administrative charges for maintaining Provident Fund Account shall be deposited by the contractor with Regional Provident Fund commissioner, Ahmedabad or concerned PF office at the rates applicable.

20. 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.

21. 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.

22. 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.

Page 30: E TENDER FOR THE WORK - Welcome to GUVNL Office/Ukai Thermal Power... · Bidders should be in touch with the above websites for information regarding revision/corrigendum/ ... 3 MTNL

WT NO. 3045 Name of work: Providing muffing on periphery of existing various steel structure at coal yard @ Ukai TPS.

Signature of contractor Page 30 of 40 Registered Office: VidyutRegistered Office: VidyutRegistered Office: VidyutRegistered Office: Vidyut Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara ---- 390007390007390007390007

.

23. 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 GSECL’s authority as well as the authority of the Government Officials as and when asked for the checking. Copy of paid PF challan is to be submitted along with each bill.

24. 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.

TPS-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 supervisor / person capable to keep continuous watch on person(s) working inside, assist them in case 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

Page 31: E TENDER FOR THE WORK - Welcome to GUVNL Office/Ukai Thermal Power... · Bidders should be in touch with the above websites for information regarding revision/corrigendum/ ... 3 MTNL

WT NO. 3045 Name of work: Providing muffing on periphery of existing various steel structure at coal yard @ Ukai TPS.

Signature of contractor Page 31 of 40 Registered Office: VidyutRegistered Office: VidyutRegistered Office: VidyutRegistered Office: Vidyut Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara ---- 390007390007390007390007

.

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.) 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. 08 Before using lifting machines / tackles (like C.P.Bs., Hook chooks, winch, forklift, mobile crane, EOT

crane etc) & its attachments (like D-shackles, slings, U-clamps, Eye bolts or any fixtures), it shall be checked and used only if found safe to use. Also, ensure that these are tested, examined & certified in form no 9 / 10 by 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.

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

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.

Page 32: E TENDER FOR THE WORK - Welcome to GUVNL Office/Ukai Thermal Power... · Bidders should be in touch with the above websites for information regarding revision/corrigendum/ ... 3 MTNL

WT NO. 3045 Name of work: Providing muffing on periphery of existing various steel structure at coal yard @ Ukai TPS.

Signature of contractor Page 32 of 40 Registered Office: VidyutRegistered Office: VidyutRegistered Office: VidyutRegistered Office: Vidyut Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara ---- 390007390007390007390007

.

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 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.

Yours faithfully,

Chief Engineer (Gen) GSECL: TPS: Ukai.

Page 33: E TENDER FOR THE WORK - Welcome to GUVNL Office/Ukai Thermal Power... · Bidders should be in touch with the above websites for information regarding revision/corrigendum/ ... 3 MTNL

WT NO. 3045 Name of work: Providing muffing on periphery of existing various steel structure at coal yard @ Ukai TPS.

Signature of contractor Page 33 of 40 Registered Office: VidyutRegistered Office: VidyutRegistered Office: VidyutRegistered Office: Vidyut Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara ---- 390007390007390007390007

.

SPECIAL CONDITIONS FOR USE OF CEMENT IN WORK: 1. The rates in Schedule-‘B’ are inclusive of cement cost. Contractor has to purchase fresh 43 grade cement

confirming to as per IS 8112 -1991 or 53 grade cement confirming to as per IS 12269-1987 or PPC (Fly ash Based) confirming to I-S-1489 (Part-I) of approved brand by GSECL.

2. Contractor has to construct pucca godown at site of work so that cement bags be properly preserved to avoid damage due to any kind of water. GSECL will in no way responsible for any damage, loss or theft of the same.

3. Contractor has to bring sufficient quantities of cement bags and at no time less than 200 (two hundred) bags to maintain progress of work. The work should not suffer for want of cement.

4. Cement should give the required strength of cement concrete. 5. To bring sufficient & timely cement at site is full responsibility of contractor. Nothing extra will be paid on

account of any reason to maintain progress of works and to complete the works in schedule time. 6. Contractor has to submit material A/c consumption of cement used with every bill. In case of not submitting

the same, bill will not be passed. Party has to submit the copy of cement / purchase bill along with each RA Bill/Final Bill.

7. Empty cement bags are not to be returned to the corporation and contractor will be allowed to take away with permission of in writing from Engineer-in-charge.

8. Contractor is fully responsible for safety of cement at site; nothing will be paid extra on account of safety. 9. If GSECL’s authorized representative wants to check cement stock at site. Contractor has to allow for the

same at any time. 10. Contractor has to maintain day to day cement consumption balance account at site. 11. As far as possible, contractor has to maintain supply of cement of only one brand & grade throughout the work

and on account of closer/shortage of approved brand, cement of other brand in accordance of condition No. (1) will be allowed by Engineer In-Charge.

12. Contractor will be allowed to carry out work only after physical verification of cement brought at site. 13. Contractor shall have to use PPC (Fly Ash based) preferably as per the relevant I.S. codes. 14. The cement consumption will be considered as per the standardized norms of state P.W.D./ GSECL and

accordingly the required quantity of cement shall have to be brought by the contractor and has to use the cement accordingly. Contractor should not use less than the prescribed quantities of cement even in the case of mix design recommends lower quantity. Nothing will be paid extra for over consumption.

Approved name of Manufacturers: Allowing using stee l / cementing being supplied by contractors in civi l

works As per GSECL H.O.Civil Dept. Circular no. ACE/GSECL/C-7 dt. 15-06-07 The list of adopting cement and steel of companies / suppliers / manufacturers are shown below: Following companies / brands are approved for providing and supplying the cement and steel to be used in concerned tender works where the contractor has to bring the same at his own cost.

(A) Name of Manufacturer of Cement Brand Name 1. A.C.C. Cement. A.C.C. 2. Ambuja Cement Ambuja. 3. Binani Cement. Binani. 4. Birla Cement. Birla A-1. 5. Gujarat Sidhee Cement. Sidhee. 6. J.K. Cement. J. K. 7. JK Laxmi Cement. J. K. Laxmi. 8. Sanghi Cement. Sanghi. 9. Saurashtra Cement. Haathi. 10. Digvijay Cement. (DCC). Lotus. 11. India Cement. Corromandal King. 12. 13. 14. 15.

Wonder Cement limited Ultratech cement (L&T) Jaypee Cement Digvijay Cement.Co.Ltd.

Wonder cement Ultra-Tech Jaypee Kamal

Page 34: E TENDER FOR THE WORK - Welcome to GUVNL Office/Ukai Thermal Power... · Bidders should be in touch with the above websites for information regarding revision/corrigendum/ ... 3 MTNL

WT NO. 3045 Name of work: Providing muffing on periphery of existing various steel structure at coal yard @ Ukai TPS.

Signature of contractor Page 34 of 40 Registered Office: VidyutRegistered Office: VidyutRegistered Office: VidyutRegistered Office: Vidyut Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara ---- 390007390007390007390007

.

(B) Names of Manufacturer / Supplier of structural Steel / Coils / Bars etc. for the structural / Pipes / reinforcement etc.

1. Steel Authority of India 2. Tata Iron & Steel Co. Ltd. 3. Jindal 4. Lloyds 5. Essar Steel Ltd. 6. Ispat 7. Shah Alloys Ltd., Ahmedabad 8. Mahavir Rolling Mills Ltd., A’bad. 9. Bhawalka Steel Industries, Mumbai 10. Sur Vijay Rolling and Engineering Ltd., Nagpur 11. Shri Bajrang Alloys Ltd., Raipur 12. Unique Structures and Towers Ltd., Raipur 13. Sanghi TMT Steel – 8 mm to 16 mm dia. Bars. 14. Hans Ispat Ltd. Ta. Anjar – Kutch 15. Varsana Ispat Ltd. TA. Anjar – Kutch 16. Electrotherm India Ltd.(TMT BAR 8MM TO 32MM)(EXCLUDING 18MM) 18. Kamdhenu (M/s KAMDHENU ISPAT LTD) (TMT BAR 8MM TO 32MM) 19. Gallant Metal,Limited,Bhachau,kachh 20. M/s Akshar Ispat Limited,Sabarkatha (C) Instruction for Materials : 1. The contractor shall submit entry details of cement & steel along with challan duly endorsed by

Security Department to E.I.C. for record and verification with each R.A.Bill.

Yours faithfully,

Chief Engineer (Gen) GSECL TPS UKAI

Page 35: E TENDER FOR THE WORK - Welcome to GUVNL Office/Ukai Thermal Power... · Bidders should be in touch with the above websites for information regarding revision/corrigendum/ ... 3 MTNL

WT NO. 3045 Name of work: Providing muffing on periphery of existing various steel structure at coal yard @ Ukai TPS.

Signature of contractor Page 35 of 40 Registered Office: VidyutRegistered Office: VidyutRegistered Office: VidyutRegistered Office: Vidyut Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara ---- 390007390007390007390007

.

GUJARAT STATE ELECTRICITY CORPORATION LIMITEDGUJARAT STATE ELECTRICITY CORPORATION LIMITEDGUJARAT STATE ELECTRICITY CORPORATION LIMITEDGUJARAT STATE ELECTRICITY CORPORATION LIMITED Ukai Dam, Taluka: Fort Songadh, Dist:Tapi – 394680. Ph. 91-2624-233215, 233257 Fax: 91-2624-233300, 233315.e-mail: [email protected]. Website: www.gsecl.in

CIN: U40100GJ1993SGC019988

PRICE BIDPRICE BIDPRICE BIDPRICE BID

WT NO. WT NO. WT NO. WT NO. 3045304530453045

RFQ NO.RFQ NO.RFQ NO.RFQ NO. 35935359353593535935

TENDERTENDERTENDERTENDER FOR THE FOR THE FOR THE FOR THE WORKWORKWORKWORK

Name of work: Providing muffing on periphery of exi sting various steel structure at coal yard @ Ukai TPS.

Please submit price bid duly signed & stamp (withou t stating above/below rates) along with Technical Bid.

Page 36: E TENDER FOR THE WORK - Welcome to GUVNL Office/Ukai Thermal Power... · Bidders should be in touch with the above websites for information regarding revision/corrigendum/ ... 3 MTNL

WT NO. 3045 Name of work: Providing muffing on periphery of existing various steel structure at coal yard @ Ukai TPS.

Signature of contractor Page 36 of 40 Registered Office: VidyutRegistered Office: VidyutRegistered Office: VidyutRegistered Office: Vidyut Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara ---- 390007390007390007390007

.

GUJARAT STATE ELECTRICITY CORPORATION LIMITED THERMAL POWER STATION UKAI REQUISITION NO.

SCHEDULE - B NAME OF WORK : Providing muffing on periphery of ex isting various steel structure at coal yard @ Ukai TPS. Item No.

Description Qty. Rate Unit Amount

1 Removing by excavating the overburden of coal / Earth situated surrounding area of coal stacker yard including cleaning the area properly dressing & levelling the same as required ground level wherever required and disposing off by transporting the above coal from coal stacker yard locations to near by yard or as shown by engineer - In charge up to 50 M lead. (A) - Loose or soft soil.

1650.00 67.20 Cmt 110880.00

2 Providing and laying cement concrete 1:2:4 (1-cement : 2- Coarse sand : 4- graded stone aggregates 20 mm nominal size) and curing complete excluding cost of formwork in (B)Independent piers, columns, and pillars, upto floor two level.

95.00 3204.00 Cmt 304380.00

3 Providing form work of ordinary timber planking so as to give a rough finish including centering. Shuttering strutting and propping etc. Height of propping and centering below supporting floor to ceiling not ex-exeeding 4M. And removal of the same for in inclucing reinforced concrete and plain concrete work in(G) Columns ,Pillars,posts and struts.(1)square,rectangulars,polygonal in plan.

515.00 191.00 Smt 98365.00

4 Extra for additional height of propping and centering where the height exceeds 4.0 Meter between supporting floor to ceiling including temporary brick or stone pillars for supporting as required.(iii) Height more than 6M upto 7M

235.00 364.00 Smt 85540.00

5 Providing TMT Bar FE 415 reinforcement for R.C.C. work including bending, binding and placing in position complete upto floor two level

5000.00 44.40 kg 222000.00

Net amount in Rs 821165.00

In Words (Eight Lakhs Twenty one Thousand One hundred Sixty five only) Note

1 The responsibility and liabilities of labours engaged for this work will be totally of contractor who has been awarded this contract and he will take away all these labours to his own establishment on completion of the contract. The GSECL will not be held responsible and liable in any way in the matter.

2 All royalties, sales tax, toll tax, local tax, development charges, VAT tax and any other taxes including works contract tax etc., in respect of this contract and also any statutory variation in future towards above mentioned taxes & any other taxes if levied in future by statutory authority applicable to the this contract shall be payable by the contractor and GSECL will not entertain any claim whatsoever in this respect.

Page 37: E TENDER FOR THE WORK - Welcome to GUVNL Office/Ukai Thermal Power... · Bidders should be in touch with the above websites for information regarding revision/corrigendum/ ... 3 MTNL

WT NO. 3045 Name of work: Providing muffing on periphery of existing various steel structure at coal yard @ Ukai TPS.

Signature of contractor Page 37 of 40 Registered Office: VidyutRegistered Office: VidyutRegistered Office: VidyutRegistered Office: Vidyut Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara ---- 390007390007390007390007

.

3 The rates will be "Excluding the service tax". will be paid to the contractor as per Govt. rules and regulations. Service tax will be paid if the same is claim in bill / invoice.

4 The rate of above all items are for any heights/ depth to carry out the various works at different elevation or location irrespective of quantum of work and to be carried out as and when required by GSECL

5 The agency has to carryout the above all items in the running plant and due care has to be taken from safety point of view. The GSECL will not be held responsible for any accident that may occur during carrying out the works.

6 The payment will be made within 30 days after measurement on the base of quantity of actual work done.

7 As per requirement of ISO 9001 & 14001 and GSECL rules and regulations , maintenance work must be carried out.

8 Dewatering if any shall be done by the contractor at his own cost. Rates are inclusive.

9 During any excavation item, as the excavation may be required to be executed in the running plant and safeguarding adjoin structures, necessary shoring and strutting shall be done to the satisfaction of EIC of work. The cost for shoring and strutting shall be deemed to be inclusive in the item rates for the particular items. No separate claim shall be entertained in this regard.

10 The contractor has to engage satisfactory supervisory staff to supervise the work and assist the field staff in execution and measurement of works. The field staff shall be entitled to suspend the work, if the contractor fails to engage sufficient numbers of supervisory staff with skill.

11 Damage to any property of GSECL, party shall have to replace / repair / rectify at his own cost and risk.

12 The above work shall be executed in time bound programme only.

I/We am/are hereby agree to carry out the work at (1) ------- % below the estimated cost Rs. (-) _____

(2) At estimated cost Rs ------------------- (3) --------%above the estimated cost Rs (+) --------- Net Rs. ------------------------------------------------------- (In words Rs. _______________________________________ __________________)

Yours faithfully,

Chief Engineer (Gen) GSECL:TPS:Ukai.

Page 38: E TENDER FOR THE WORK - Welcome to GUVNL Office/Ukai Thermal Power... · Bidders should be in touch with the above websites for information regarding revision/corrigendum/ ... 3 MTNL

WT NO. 3045 Name of work: Providing muffing on periphery of existing various steel structure at coal yard @ Ukai TPS.

Signature of contractor Page 38 of 40 Registered Office: VidyutRegistered Office: VidyutRegistered Office: VidyutRegistered Office: Vidyut Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara ---- 390007390007390007390007

.

DECLARATION FORM

(To be submitted duly notarized on Rs 100/- Stamp p aper)

1. I/We hereby declare that I/We have carefully studied the entire tender placed on the WEB site and condition of the contract, specification & other relevant documents of this work mentioned in the tender and abide by the same. Also I/We hereby and agree to execute the same accordingly.

2. I/We hereby abide to execute the contract agreement by downloading the copies of the condition of the contract, specification & other relevant documents of this work or otherwise I/We will get copy of the same form the office of the tender inviting authority and the same will be acceptable to me /us. I/We hereby accept and confirm that any dispute on this regards shall not be entertained by the tender inviting authority.

3. I/We hereby declare that I/we have visited the work site and fully acquainted myself/ourselves with the local situation regarding materials, labor and other factors pertaining to the work before submitting this tender.

4. I/We hereby confirm that our offer is Un-conditional and without any technical & commercial deviations.

Signature of Contractor Name, Seal of firm, detail address Contact No. & E-mail id

Page 39: E TENDER FOR THE WORK - Welcome to GUVNL Office/Ukai Thermal Power... · Bidders should be in touch with the above websites for information regarding revision/corrigendum/ ... 3 MTNL

WT NO. 3045 Name of work: Providing muffing on periphery of existing various steel structure at coal yard @ Ukai TPS.

Signature of contractor Page 39 of 40 Registered Office: VidyutRegistered Office: VidyutRegistered Office: VidyutRegistered Office: Vidyut Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara ---- 390007390007390007390007

.

EMD BANK GUARANTEE FORMAT FOR TENDER /ENQ. NO. ___________________________________

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

WHEREAS M/s. ____________________________________________ (Name and Address of the Firm) having their registered Office at __________________________________________(Address of the Firm’s registered Office) (hereinafter called the Tenderer) wish to participate in the Tender No.__________________________ for ______________________________________ of (supply / Erection / Supply & Erection / Work) of __________________________________ (Name of the material / equipment / work) for _________________________ Gujarat State Electricity Corporation Limited and WHEREAS a Bank Guarantee for (hereinafter called the “Beneficiary”) Rs. _____________ (Amount of EMD) valid till ____________ (mention here date of validity of this Guarantee which will be 4 (FOUR) months beyond initial validity of Tender’s offer) which is required to be submitted by the Tenderer along with the Tender. We, _____________________________________________(Name of the Bank and address of the Branch giving the Bank Guarantee) having our registered Office at _____________________ (Address of Bank’s registered Office) hereby give this Bank Guarantee No. _________________ dated ____________ and hereby agree unequivocally and unconditionally to pay immediately on demand in writing from the Gujarat State Electricity Corporation Limited or any Officer authorized by it in this behalf any amount not exceeding Rs.____________ (amount of EMD) (Rupees ___________________________________________) (in words) to the said Gujarat State Electricity Corporation Limited on behalf of the Tenderer. We,__________________________________ (Name of the Bank) also agree that withdrawal of the tender or part thereof by the Tenderer within its validity or non-submission of Security Deposit by the Tenderer within one month from the date of tender or a part thereof has been accepted by the Gujarat State Electricity Corporation Limited would constitute a default on the part of the Tenderer and that this Bank Guarantee is liable to be invoked and encashed within its validity by the Beneficiary in case of any occurrence of a default on the part of the Tenderer and that the encashed amount is liable to be forfeited by the Beneficiary. This agreement shall be valid and binding on this Bank upto and inclusive of____________________ (mention here the date of validity of Bank Guarantee) and shall not be terminated by notice or by Guarantor change in the constitution of the Bank or the Firm of Tenderer or by any reason whatsoever and our liability hereunder shall not be impaired or discharged by any extension of time or variations or alterations made, given, conceded with or without our knowledge or consent by or between the Tenderer and the Gujarat State Electricity Corporation Limited. NOT WITHSTANDING anything contained hereinbefore our liability under this Guarantee is restricted to Rs. _________________ (amount of EMD) (Rupees ________________________________________________ (in words).Our Guarantee shall remain inforce till _____________ (date of validity of the Guarantee). Unless demands or claims under this Bank Guarantee are made tous in writing on or before ___________ (date should be 1 month after the above validity period of BG), all rights of Beneficiary under this Bank Guarantee shall be forfeited and we shall be released and discharged from all liabilities there under. Place : Date : Please mention here complete Postal Signature Address of the Bank with Branch Code Telephone and Fax Nos

Signature of the Bank’s authorized Signatory with Official Seal

NAME OF DESIGNATED BANKS : 1. All Nationalized Banks including Public Sector Banks IDBI Bank Ltd. 2. Private Sector Banks authorized by RBI to undertake the State Government business, which are

(i) Axis Bank (ii) ICICI Bank (iii) HDFC Bank. Note: The Banks shall be the Banks recognized / notified by the Finance Department, Government of Gujarat (GoG) from time to time.

Page 40: E TENDER FOR THE WORK - Welcome to GUVNL Office/Ukai Thermal Power... · Bidders should be in touch with the above websites for information regarding revision/corrigendum/ ... 3 MTNL

WT NO. 3045 Name of work: Providing muffing on periphery of existing various steel structure at coal yard @ Ukai TPS.

Signature of contractor Page 40 of 40 Registered Office: VidyutRegistered Office: VidyutRegistered Office: VidyutRegistered Office: Vidyut Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara Bhavan, Racecourse, Vadodara ---- 390007390007390007390007

.

ON STAMP PAPER OF RS.100/- FORM OF BANKER’S UNDERTAKING (For SD & PG):

We, Bank of_______________________________hereby agree unequivocally and unconditionally to pay within 48 hours on demand in writing from the Gujarat State Electricity Corporation Ltd or any Officer authorized by it in this behalf any amount upto and not exceeding Rs.___________ (in words) Rupees ______________________________ to the said Gujarat State Electricity Corporation Ltd on behalf on M/s.________________________________who have entered into a contract for the supply/works specified below: PO(A/T) No.________________________________________dated_______________. This agreement shall be valid and binding on this Bank upto and inclusive of ______________ and shall not be terminable by notice or by change in the constitution of the Bank or the firm of Contractors / Suppliers or by any other reasons whatsoever and our liability hereunder shall not be impaired or discharged by any extension of time or variations or alterations made, given conceded or agreed, with or without our knowledge or consent, by or between parties to the said within written contract. NOTWITHSTANDING anything contained herein before our liability under this guarantee is restricted to Rs._________________(Rupees______________________________________ only). Our guarantee shall remain in force until ___________. Place: Date: Please mention here Complete Postal Address of the Bank with Branch Code, Telephone and Fax Nos. SIGNATURE OF THE BANK’S Place AUTHORISED SIGNATORY WITH

OFFICIAL ROUND SEAL Signature of tenderer Company’s Round seal Date Place