27
PUR-F-06 W-1466 GUJARAT STATE ELECTRICITY CORPORATION LIMITED Gandhinagar Thermal Power Station, Gandhinagar– 382041. Ph. 91-79-23215663 Fax: 91-79-23217673, e-mail: [email protected] Website: www.gsecl.in CIN: U40100GJ1993SGCO19988 TENDER FOR THE Work of overhauling / servicing of L&T make 415 volts ACBs of unit 3 GTPS SR. NO INDEX PAGE NO 1 TENDER NOTICE 2 UNDER TAKING ( TO BE SIGNED BY THE TENDERER) 3 DETAILED SPECIFICATON (TECHNICAL BID) 4 DRAWING NO : (TECHNICAL BID) 5 SCHEDULE “B” CHIEF ENGINEER (GEN), GSECL: TPS: GANDHINAGAR

GUJARAT STATE ELECTRICITY CORPORATION LIMITED4.imimg.com/data4/QU/NI/HTT-1543/1543_2015-10-10-13-59-59_144… · 2015-10-10  · 4 DRAWING NO : (TECHNICAL BID) 5 SCHEDULE “B”

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

  • PUR-F-06 W-1466

    GUJARAT STATE ELECTRICITY CORPORATION

    LIMITED Gandhinagar Thermal Power Station, Gandhinagar– 382041. Ph. 91-79-23215663

    Fax: 91-79-23217673, e-mail: [email protected] Website: www.gsecl.in CIN: U40100GJ1993SGCO19988

    TENDER FOR THE

    Work of overhauling / servicing of L&T make 415 volts ACBs of unit 3 GTPS

    SR.NO

    INDEX PAGE NO

    1 TENDER NOTICE

    2 UNDER TAKING ( TO BE SIGNED BY THE TENDERER)

    3 DETAILED SPECIFICATON (TECHNICAL BID)

    4 DRAWING NO : (TECHNICAL BID)

    5 SCHEDULE “B”

    CHIEF ENGINEER (GEN), GSECL: TPS: GANDHINAGAR

  • PUR-F-06 W-1466

    GUJARAT STATE ELECTRICITY CORPORATION LTD THERMAL POWER STATION, GANDHINAGAR-382 041.

    (PART – I)

    TECHNICAL BID

    W -1466 Work of overhauling / servicing of L&T make 415 volts ACBs of unit 3 GTPS

    DUE ON 28 10 2015 AT 3.30 P.M ( IF POSSIBLE)

    TENDER FEE PAID-------- YES / NO

    TENDER FEE PAID VIDE D.D.NO._________DTD._________RS.________

    Tender fee will be accepted by Demand draft drawn in favour of Gujarat State Electricity

    Corporation Limited payable at Gandhinagar on any Schedule / Nationalized Bank or any of the all Public Sector Banks, IDBI, AXIS, HDFC, ICICI & the Kalupur Commercial Cooperative Bank Ltd. will be acceptable.The Tender Fee & EMD in any other form and favor shall not be accepted. (Cheque is not accepted).

    EMD PAID ------------- YES / NO

    EARNEST MONEY PAID VIDE D.D.NO.____ DTD.________ RS._________ The E.M.D. will be accepted by D.D. only. infavour of Gujarat State Electricity Corporation

    Limited payable at Gandhinagar on Any Schedule / Nationalized Bank or Bank Guaranteeissued by any of the all Public Sector Banks, IDBI, AXIS, HDFC, ICICI & the Kalupur Commercial Cooperative Bank Ltd. will be acceptable.The Tender Fee & EMD in any other form and favor shall not be accepted. (Cheque is not accepted).

    Payment of Tender Fee and EMD is compulsory for work tender. Otherwise Tender / offer shall be ignored/ rejected. Tenders submitted without tender fee and EMD will not be accepted. Tender fee & E.M.D. both should be paid by separate D.D. in case of payment of the same by D.D. Interest is not payable on the EMD.

    Tenderer should quote the reference of payment of EMD & Tender Fee i.e. DD No. & Date for EMD PAID &. DD No. & Date FOR Tender Fee on cover page of technical Bid otherwise Bid will not be considered for opening. Tenderer should also certify as "unconditional tender" on tender cover itself.

    PLEASE MENTION:

    Registration No. : ____________________________________________

  • PUR-F-06 W-1466 EPF Code No. : _____________ (The contractor shall have to submit the attested copy

    of EPF code No. certificate received from RPFC without fail otherwise tender will not be considered )

    INCOME TAX PAN NUMBER:- _________________(The contractor shall have to submit the attested copy of INCOME TAX PAN card)

    Service Tax No. : ____________________ (The contractor shall have to submit the attested copy of Service Tax Registration no.if applicable)

    VAT/CST Registration no.: ____________________ (The contractor shall have to submit the attested copy of VAT/CST Registration no.if applicable)

    THIS TENDER SHOULD BE SUBMITTED DULY SIGNED WITHOUT REMOVINGA

    SINGLE PAGE, OTHERWISE THE TENDER IS LIABLE TO BE REJECTED FOR WORKS TENDER.

    The tender received after time and date specified in the tender notice will not be

    accepted. Once the offer Submitted by the Contractor before due date of submission, the Contractor will not be allowed to submit revised/ additional/Modified/other after opening of bid. Any alterations/ modification to the bids received after submission of offer shall not be considered unless carried for by the Corporation in negotiation.

    The undersigned reserves the right to reject any or all tenders without assigning any reasons thereof.

    CHIEF ENGINEER (GEN),

    GSECL: TPS: GANDHINAGAR

    Bidder has to fill following Details (It is mandatory to provide Cancelled Cheque and below mentioned details either printed or typed)

    ACCOUNT NUMBER

    TYPE OF ACCOUNT

    BANK NAME

    BRANCH NAME & ADDRESS

    CONTACT NUMBER OF THE BRANCH

    IFSC NO. (Cancelled Cheque)

    COMPANY EMAIL ID FOR CONFIRMATION OF PAYMENT

    TENDERER NAME: NAME OF COMPANY: ADDRESS:-

  • PUR-F-06 W-1466 GUJARAT STATE ELECTRICITY CORPORATION LTD

    THERMAL POWER STATION, GANDHINAGAR-382 041.

    Interested bidders are requested to download tender documents from ourWebsite(www.gseb.com & www.gsecl.in). After filling the required details, same should be submitted by Registered A.D. or by Speed Post ONLY

    Offers submitted by Courier or Hand Delivery will be NOT be allowed.

    No tender shall be accepted/ opened in any case after due date and time(15:00 hour) of receipt of tender irrespective of delay due to postal services or any other reasons and that the GSECL shall not assume any responsibility for late receipt of the tender. Tender received late will not be accepted. Any postal delay in submission / delivery of the tender shall be to the party’s account.

    Vendor registration with GSECL is not compulsory required for submitting the Tender. BIDDERS ARE ADVISED TO VISIT OUR ABOVE WEBSITES REGULARLY UP TO OPENING OF BID FOR ANY CORRIGENDUM MAY BE & SUIBMIT CORRECTED COPY OF TENDER (OTHERWISE YOUR OFFER WILL NOT BE CONSIDER FOR OPENING)& EXTENSION OF DUE DATE.

    The brief details regarding tender are as under:-

    TENDER NO. W-1466

    NAME OF TENDER / WORK

    Work of overhauling / servicing of L&T make 415 volts ACBs of unit 3 GTPS

    ESTIMATED COST (IN Rs.)

    1,86,150/-

    LAST DATE OF SUBMISSION OF TENDER UP TO 3.00 P.M (BY RPAD / SPEED POST&DATE OF TECHNICAL BID OPENING. AT 3.30P.M( If POSSIBLE )

    28-10-2015

    TENDER FEE BY CASH/ DD (IN Rs.) 500/-(NON REFUNDABLE)

    EARNEST MONEY (IN Rs.) 1860/-

    SECURITY DEPOSIT (5% of contract value on receipt of Letter of Intent)

    Refer Clause no. 11 of Other Terms and conditions

    VALIDITY OF RATES:- 120 DAYS FROM THE DATE OF OPENING OF THE TENDER

    TIME LIMIT FOR COMPLETION CLUASE NO-10 OF ANNEXURE-A

  • PUR-F-06 W-1466 GUJARAT STATE ELECTIRICITY CORPORATION LTD., GANDHINAGAR

    BIDS FOR WORKS Work of overhauling / servicing of L&T make 415 volts ACBs of unit 3 GTPS

    GENERAL CONDITONS

    The tender must be submitted in THREE sealed envelope system.

    Subjectand Tender No.Clearly written on covers.

    1) E.M.D. +Tender Fee cover (2) Technical Bid cover (3) Price Bid cover

    EMD +Tender FEE both should be kept in one separate cover & should be submitted with Technical Bid & Price Bid Covers.

    The tenders duly filled in sealed covers will be received by RPAD/Speed Post super scribing Tender No.&Subject at the office of The Chief Engineer (Gen), GSECL, TPS, Gandhinagar Up to 15.00 hrs ON Due date and will be opened at 15.30 hrs on the same day (if possible) in the presence of bidders who wish to remain present.

    The tender is non-transferable document to be submitted in two parts namely Technical bid (Part-I) with all enclosures of the tender documents and Price Bid (Part-II) simultaneouslyin separate sealed covers dully super scribed the respective covers as “Technical-Bid” and “Price Bid”, Tender No, Due date of opening etc. The Tenders shall be accepted by R.P.A.D./speed post only up to 15:00 hrs. on the date of opening of tender.

    “It shall be mandatory to submit 5% security deposit within 10 days from the date of issue of Letter of Intent before order placement. In case when successful bidder not at all responding within notice period or withdraws his offer then his EMD shall be forfeited and he will not be allowed to participate in the tenders invited from the same office for the period of One year for that place from where tender is invited.”

    1. TECHNICAL BID:

    1.1) The technical bid comprises scope and nature of works and quantity of works/jobs, drawings (Refer Schedule-B), required technical qualification for execution of the works/job etc. for which price are to be quoted. Also, all the technical details of the stores/materials offered in accordance with the Corporation speciation guaranteed technical particulars and conditions, etc; except THE PRICE BID which should be quoted separately and should be submitted separately in the PRICE BID COVER.

    1.2) The Technical Bid shall be opened at 3=30 PM (15.30 Hrs) on Duedate (If

    possible), in the presence of those tenderers who wish to be present. If the Authorized Representative is likely to be present then he must submit the authorization letter of the representing company at the time of opening of Bids and this is compulsory. Only One Authorized Representative shall be allowed.Please note that the required documents should be invariably submitted with tender copy. And tender without documents is liable to be ignored.

  • PUR-F-06 W-1466 1.3) Contractor has to submit all required documentary evidences thereof to qualify for

    acceptance of their technical bid. The acquisition of the tender documents by any party will not automatically qualify the party as to its capability to execute such or similar orders. The Corporation shall assess the capability of the party at the time of evaluation of the technical bids.

    1.4) The submission of the offer by any contractor does not mean that the bidder is

    qualified for execution of the works. After opening of the technical bids, the competent authority will evaluate on the basis of technical qualification criteria. If contractor’s bid does not meet the technical qualification criteria, then his technical bid will be ignored. Decision taken by the CE(G),GTPS will be binding to all in this regard.

    2. PRICE BID:

    2.1) The price bid comprises Schedule-B, in which the tenderer has to offer their rates in accordance with the technical specification specified in technical bid with all commercial terms and condition. The Price Bid must be submitted strictly as per Schedule-B and shall be submitted in the separate envelope (dully sealed) super scribed ‘PRICE BID’ with subject and shall be submitted simultaneously with the Technical Bid.

    2.2) Price bids of technically acceptable tenders shall open in the presence of

    technically qualified parties only. The time and date of opening of the price bids shall be decided by the Corporation after analyzed & scrutiny of the technical bids and the intimation will be given only to the technically accepted/qualified tenderers / parties.

    2.3) The ‘TECHNICAL” and ‘PRICE” Bids shall contain adequate cross-reference

    wherever necessary to ensure clear and proper co-relation of the two bids without ambiguities whatsoever. Any technical questions information and clarifications that may be required pertaining to this Tender should be referred to the Chief Engineer (Gen), Gandhinagar, TPS-382041 reserves the right to reject any OR all tenders without assigning any reasons thereof.

    2.4) Bidders have to quote their rates GSECL’s given format of price bid. CONDITIONS FOR PRICE BID a.) For Works Portion Only: As per Schedule B, for service tax etc.

    b.) For Supply Portion Only:-“Party shall have to quote their rates in Schedule “B” of price bid only along with commercial terms and conditions. The details of applicable taxes/duties, service charges, packing & forwarding charges, freight, insurance, F.O.R. etc. with or without taxes or duties shall be indicated clearly in Tech Bid as well as also in Price Bid if applicable.

    It is compulsory to indicate above in Price Bid otherwise offer of taxes shown only in Tech. Bid will be ignored.”

    In case of supply portion, party shall quote their VAT/CST registration number alongwith

    with its attested copy. If the same is not provided or the party is not registered then

  • PUR-F-06 W-1466 purchase tax as per Gujarat VAT Act, 2003 will be deducted from party’s bill and purchase tax so collected will be deposited directly to the State Government.

    3. Tenders duly filled must be accompanied by the following documents.

    Sealed percentage rate tenders are invited from the reputed contractors with sound engineering back ground, experience and financial capability, fulfilling qualifying requirement stated hereunder at GANDHINAGAR TPS, Gujarat.

    (A). Prequalification Criteria:-

    3.1) Experience certificate for execution of similar works (as mentioned in below) successfully completed by the contractor as under. The bidder should have sufficient experience of carrying out similar type works of 800A,1000A,1250A,1600A,2500A,3200A,& 4000A LT BREAKER Maintenance & over hauling in past of L&T,CROMPTON GREAVES,SEIMENS or any STANDRAD make & should have executed similar order at GSECL,GETCO,SEMIGOVT OR PUBLIC SECTOR & order copy should be submitted with technical bid

    3.2) Details of orders for similar nature/jobs carried out along with documentary evidence, performance certificate and their organization set up for such work executed in past there of indicating the names of the organizations, order no and date.

    3.3) Solvency Certificate for 20% value, of the estimated cost of any Nationalized Bank. 3.4) Details of P.F. code No. from the appropriate provident fund authorities and details

    of P.F. paid to the employees for last six months. Certificate of separate provident fund account number.

    3.5) Bidder shall have to submit the PAN card No for Income Tax with documentary proof.

    3.6) Details of the partnership deed. 3.7) Details of Tools, tackles, equipments and personals available with firm relevant to

    the job/subject tender. 3.8) Copy of the updated valid labour contract license from the appropriate authorities

    and updated workman group insurance policy covering labour engaged. 3.9) The renderer shall have to produce the document of last three years annual

    account, i.e. profit & loss account and balance sheet, if the estimated cost of tender is more than 50 lakhs along with technical bid.

    3.10) Details of skilled/semi-skilled persons presently employed by the contractor having sufficient knowledge of similar jobs.

    Other Terms & Conditions 1. Contractor shall indemnify GSECL against for any injury and/or damage that may

    be caused in his man or material. Moreover, the contractor shall be fully responsible for any damage caused to the Corporation’s properties done by his man/materials while executing the work. The Corporation will be entitled to recover the damage from the party’s bill.

    2. At any time if GSECL feels that progress of work is unsatisfactory and work force of contractor is inadequate, other agencies/ departmental personnel will be put in parallel for expediting the work. Amount so incurred will be recovered from the contractor’s bill. In this case decision of the Engineer-in-charge shall be final and binding to the contractor.

    3. At any stage of the contract period, if the contractor fails to complete the job or his work is not found satisfactory the same will be got done at his cost and risk and additional expenditure incurred by the Corporation will be recovered from him by giving one week's notice.

    4. Subletting the contract to other agency is not permitted unless and otherwise approved by the competent authority.

  • PUR-F-06 W-1466 5. Conditional tender will not be accepted. Withdrawal of condition unilaterally before

    or after opening of tender will not be permitted. 6. The contractor has to carry out the required work strictly according to guidance

    given by the Corporation's responsible officer. 7. The Corporation reserves the right whether the materials to be accepted, or not.

    Only specified and scheduled materials are to be examined by Corporation's officer and then if suitable will be accepted by the Corporation.

    8. The contractor shall submit his bill in triplicate to the CE(G), GSECL, TPS, Gandhinagar which will be paid after the certificate regarding correct receipt of the materials in good condition.

    9. The rates should be quoted without any condition. The rates be written in words and figures legibly.

    10. The contractor shall have to execute an agreement with the Corporation on a non judicial stamp paper, the cost of which will have to be borne by the contractor and will have to sign the contract and tender booklet of the Corporation.

    11. Security deposit :- “It shall be mandatory to submit 5% security deposit within 10 days from the

    date of issue of Letter of Intent before order placement. In case when successful bidder not at all responding within notice period or withdraws his offer then his EMD shall be forfeited and he will not be allowed to participate in the tenders invited from the same office for the period of One year for that place from where tender is invited.”

    12. Any terms and conditions mutually agreed to writing shall be for a part of the contract.

    13. The authorized officer/person of the Corporation will have the liberty to check the material and work etc.

    14. Regarding the quality and acceptance of the jobs the authorized officer's decision will be binding and final and no dispute on this account will be entertained.

    15. General terms and conditions of the Corporation for works contract will be made applicable for this work also. The booklet is attached herewith.

    16. No material for the said work will be supplied by the Corpn. except specified in schedule thereof.

    17. Penalty :- Contractor has to complete the work within stipulated time limit. Any delay that may take place in supply and/ or erection, testing, commissioning activities beyond contractual cut off date / stipulated period in the order shall be subjected to penalty (not liquidated damages) at the rate of 0.5 % of the contract price/ order price per week or part there of subject to a maximum of 10 % of the total contract value / order value(i.e. end cost including taxes and duties

    18. Tenders will be accepted only on or before due date and time of opening. 19. The contractor will be responsible and liable for any damage to man and materials

    during his work. 20. While execution of this job our plant and auxiliaries will be in running conditions.

    Hence contractor has to take all precautions for safety etc. Safety belts etc. also to be used wherever necessary while working.

    21. Corporation reserve the right to terminate the contract if quantity shown in Schedule-B is executed earlier.

    22. All the terms and conditions specified in Industrial & safety laws are binding on the contract.

    23. Registration certificate under labor contract act will have to be obtained before execution of contract.

    24. The laborers shall be supplied for 8 hours a day, so contractors shall arrange accordingly.

  • PUR-F-06 W-1466 Completion Time :- The validity for this work order will be 11 months, but contractor has to Complete the servicing / overhauling work with in stipulated time of unit 3 AOH/shut- down period.( i.e. 30 days)

    1. TIME LIMIT EXTENSION If contract is as and when required: “This contract can be extended further for a period of12 weeks or till

    finalization of new contract whichever is earlier and during such extended period the rates will be payable at the existing contract rate.”

    2. Payment Terms: Party has to accept payment terms as per GSECL rules only i.e. as per actual

    work done. NO ADVANCE payment will be allowed.Net Payment will be released within 30 days after completion of work and submitting their relevant invoices.

    3. Guarantee:FOR SCH-B&C items After completion of work Party should give Bank Guarantee for 5% value of Contract valid for 12 months against defective workmanship or faulty Material. “The supplier/contractor/party (i.e. tenderee) has to give Bank Guarantee

    with validity period of additional 01 (one) month i.e. more than actual Guarantee/Warranty period of 12 months (depending upon product) to safeguard Company’s interest in case of any eventuality happening on the last day of the Guarantee/Warrantee period after office hours of the Bank or Bank holidays.”

    The CE(G),GSECL, Gandhinagar, reserves right to reject/accept any or all

    tenders without assigning any reasons thereof and to split up the work between the parties as the case may be.

    Chief Engineer (Gen), GSECL: TPS: Gandhinagar. We hereby agree for the terms & conditions laid down in Tender. All the bidders are requested to see and verify the documents of a) General safety rules / norms” to be observed by the contractors b) Additional terms and conditions regarding industrial law and other related

    matters for the tender documents. c) General rules and directions for the guidance of contractor booklet of

    GSECL, GTPS on our website under heading of “Rules for Works” And confirm that all the above documents you have verified & certify as below “I/we hereby has read the above documents and agree for the Safety Rules,

    Industrial Laws and Contract Booklet (a, b & c as above) and accordingly submitted my/our offer.”

    Contractor's Signature With Seal & Date

  • PUR-F-06 W-1466 GUJARAT STATE ELECTRICITY CORPORATION LTD

    THERMAL POWER STATION, GANDHINAGAR-382 041

    1. (a) Full Name and Address : (b) Telephone No & Telegraphic Address : 2. Particulars of Registration as a Contractor and class in which Registered. In the Gujarat Elect. Corp. Ltd. In other Govt. Dept. 3. Reference to be made to (Name & Address) 1. 2. 3. 4. Previous experience in Railway, PWD and other works. 5. Any other information the contractor may desire to give. Note:

    (1) True copies of testimonials may be attached but they will not be returned. (2) The SSI/NSIC will not be accepted for exemption of Tender Fee and EMD and SD for

    Works Tender. Payment of Tender Fee and EMD is compulsory for work tender. Otherwise Tender / offer shall be ignored.

    Signature of Tenderer with Seal & Date Place : Contact Person : Address: Date : Telephone No. : Mobile No. : Fax No. : E-Mail : Website :

  • PUR-F-06 W-1466

    Gujarat State Electricity Corporation Ltd.

    Thermal Power Station,GANDHINAGAR

    Annexure

    Sub: - Tender for the Work of overhauling / servicing of L&T make 415 volts ACBs of unit 3 GTPS

    FIRM’S LETTER HEAD:-

    I/WE __________________________________________________________THE

    AUTHORISED SIGNATORY OF M/ S __________________________________

    HEREBY CETRTIFIED THAT M/S ______________________________________

    IS NOT RELATED WITH OTHER FIRMS WHO HAVE SUBMITTED TENDERS

    FOR THE SAME ITEMS UNDER THIS INQUIRY / TENDER.

    SIGNATURE OF THE TENDERER

    WITH DESIGNATION.

    SEAL OF THE FIRM:

    PLACE:

    DATE:

  • PUR-F-06 W-1466

    GUJARAT STATE ELECTRICITY CORPORATION LIMITED, BARODA INTEGRITY PACT

    OUR ENDEAVOUR

    To, create an environment where Business Confidence is built through Best Business

    Practices and in 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 intimidation, threat inducement or pressure of any kind on GSECL or any of it’s employees under any circumstances.

    ■ To ensure to fulfill the terms of agreement / contract and to consider objectively the viewpoint of parties.

    ■ To be prompt and reasonable in fulfilling the contract, agreement, legal obligations.

    ■ To ensure regular and timely release of payments on due dates for work done.

    ■ To provide goods and/or services timely as per agreed quality and specifications at minimum cost to GSECL.

    ■ To ensure that no improper demand is made by employees or by anyone on our behalf.

    ■ To abide by the general discipline to be maintained in our dealings.

    ■ To give maximum possible assistance to all the Vendors / Suppliers/ Service Provider and other to enable them to complete the contract in time.

    ■ To be true and honest in furnishing information.

    ■ To provide all information to suppliers/contractors relating to contract/job which facilitate him to complete the contract/job successfully in time.

    ■ Not to divulge any information, business details available during the course of business relationship to others without the written consent of GSECL.

    ■ To ensure minimum hurdles to vendors/suppliers/contractors in completion of agreement/ contract/ work order.

    ■ Not to enter into carter/syndicate/ understanding whether formal/non-formal so as to influence the price.

    ---------------------------------

    Seal & Signature (GSECL’s Authorized Signatory)

    Name : Designation :

    ---------------------------------

    Seal & Signature (Party’s Authorized Person)

    Name :-

  • PUR-F-06 W-1466

    GUJARAT STATE ELECTRICITY CORPORATION LIMITED.

    TPS: GANDHINAGAR. Annexure A

    Subject: Work of overhauling / servicing of L&T make 415 volts ACBs of unit 3 GTPS

    .. SCOPE OF WORK 1 Removal of ACB. 2 Cleaning of dust, spider web, foreign particles etc. 3 Removal of old grease from various parts. 4 Cleaning of various parts with CRC-2-26 5 Check setting of arcing contacts, release etc. 6 Check the tightness of all hardware. 7 Replacement of damaged parts.( As per schedule-C) 8 Re-greasing and lubricating of all rotating, moving parts. 9 Checking, setting and fault attending of spring charging mechanism operation. 10 Checking, setting and fault attending of closing mechanism operation 11 Checking, setting and fault attending of tripping mechanism operation. 12 Checking, setting and fault attending of breaker auxiliary switch contact healthiness& measurement of Contact resistance. 13 Checking of breaker operation in isolating / test and service position. 14 Confirming of Insulation resistance value of each live part w.r.t earth. 15 Submission of the report like check list, observation, detail work report with all electrical testing (spring charge motor resistance, closing & tripping coil resistance , contact resistance & IR value) of each breaker OTHER TERMS & CONDITIONS: (1) The bidder must be experience of 800A,1000A,1250A,1600A,2500A,3200A,4000A. C& CS,& CPOWER LT Breaker maintence & overhauling & Documentary Proof of same (2) The contractor has to submit detail service report for each breaker over-hauled. (3) All the necessary tools and tackles shall be arranged by contractor for the subject work. (4) The contractor has to arrange for experienced technicians and other man power as required for Subject work. GSECL will depute one representative for supervision during the execution of work. (5) The contractor has to replace minor spares like spring washers, Flat washers, small locking pin, cir clip, spring, small nut-bolts etc. free of cost. (6) Contractor has to arrange for necessary cleaning agent (petrol, diesel, CRC 2- 26 etc.) and lubricating material like grease, oil and lubricating sprays if any, as required for subject work. (7)The servicing / overhauling of breaker is to be carried out at GTPS site. (8 ) During course of servicing & overhauling of L&T make LT breaker of unit no 3 at GTPS. If any of the material shown in Schedule-C is required to replace the same has to be supply by the contactor at the Approved rate mentioned in Schedule C &After completion of work Party should give Bank Guarantee for 5% value of contract valid for 12 months against defective workmanship or faulty material, as per Sch-c (9) Quantity mentioned in the schedule B is tentative quantity. Servicing/ overhauling of LT ACB will be carried out as per availability of system during COH of unit-3. GSECL will intimate the contractor well in advance for the available COH of unit-3/ Shut-down. (10) The validity for this work order will be 11 months, but contractor has to complete the servicing / overhauling work with in stipulated time of unit 3 COH/shut- down period.( i.e. 30 days )

  • PUR-F-06 W-1466

    (11) Contractor has to give guarantee against workmanship for 12 months from the date of Commissioning of serviced breakers. If any failure/defect observed due to bad workmanship during this period, then the same will be repaired by the contractor free of cost. (12) All the terms and condition specified in Industrial and safety laws are binding to the contractor. (13) Contractor has to complete the work within stipulated time limit. Any delay that may take place in supply and/ or erection, testing, commissioning activities beyond contractual cutoff date / stipulated period in the order shall be subjected to penalty (not liquidated damages) at the rate of 0.5 % of the contract price/ order price per week or part there of subject to a maximum of 10 % of the total contract value / order value(i.e. end cost including taxes and duties). (14) Party has to accept payment terms as per GSECL rules only i.e. as per actual work done. NO ADVANCE payment will be allowed.Net Payment will be released within 30 days after completion of work and submitting their relevant invoices (15) The contractor should take care of his own persons for prevention of any type of accident and must follow the safety rules. GSECL will not be responsible for any accident fatal / non fatal to contractor's persons and any legal compliance thereafter during the work. (16) Service tax will be paid extra as per government prevailing rates after submission of service tax registration no. & copy thereof. All other taxes and expenditures are to be borne by the Contractor. Pre bid Qualification The bidder should have sufficient experience of carrying out similar type works of 800A,1000A,1250A,1600A,2500A,3200A,& 4000A LT BREAKER Maintenance & over hauling in past of L&T,CROMPTON GREAVES,SEIMENS or any STANDRAD make & should have executed similar order at GSECL,GETCO,SEMIGOVT OR PUBLIC SECTOR & order copy should be submitted with technical bid Chief Engineer (G) GSECL:TPS:GANDHINAGAR. Contractor's Signature With stamp and date

  • PUR-F-06 W-1466

    GUJARAT STATE ELECTRICITY CORPORATION LIMITED. TPS: GANDHINAGAR

    SCHEDULE - C

    List of the ACB spares SUB:-Work of overhauling / servicing of L&T make 415 volts ACBs of unit 3 GTPS

    Pole Assembly UNIT RATE IN RS

    Pole Assy. 630-1250 S1 D/O SL94674OOOO 29,070 Pole Assy. 800/1000 C D/O SL90797OOOO 31,010 Pole Assy. 800-1600 H D/O SL93192OOOO 32,630 Pole Assy. 1250/1600 C & 1600 S1 D/O

    SL93886OOOO 32,630

    Pole Assy. 2000 S1 D/O SL94660OOOO 40,940 Pole Assy. 2000 C & 2500 S1 D/O SL90800OOOO 48,060 Pole Assy. 2500 C SL92730OOOO 49,480 Pole Assy. 2000/2500 H D/O ST30071OOOO 57,790

    Pole Assy. 3200 S1 D/O SL95213OOOO 57,550 Pole Assy. 3200/4000 HO/H1/H D/O

    SL93470OOOO 73,570

    Pole Assy. 5000/6300 C D/O SL91961OOOO 118,060 Pole Assy. 3200 D SL92638OOOO 91,960 Pole Assy. 4000 C SL91176OOOO 104,430

    Jaw Contact Assembly Jaw contact Assy. 630/1000A S1 SL93492OOOO 3,550 Jaw contact Assy. 800/1000A C/H & 1250A S1

    SL92860OOOO 3,920

    Jaw contact Assy. 2000A C/H & 2500A S1

    SL90881OOOO 6,880

    Jaw contact Assy. 2500C/H & 3200S1

    SL91116OOOO 9,960

    Jaw contact Assy. 3200/4000A H0/H/H1

    SL91816OOOO 5,000

    Jaw contact Assy. 3200A D SL90883OOOO 10,920 Jaw contact Assy. 4000A C SL91118OOOO 18,620 Jaw contact Assy. 5000/6300A C SL91976OOOO 28,840

    Fix Arcing Contacts 630-1250 S1 ( Price is for 3 Piece and in packing 3 Nos. contats will come.)

    SL93890OOOO 3,110

    800-1600 C, 1600 S1 ( Price is for 3 Piece and in packing 3 Nos. contats will come.)

    SL93891OOOO 3,110

  • PUR-F-06 W-1466 800-1600 H, 2000 S1 & 3200/4000 H/H0/H1 ( Price is for 3 Piece and in packing 3 Nos. contats will come.)

    SL93040OOOO 4,280

    2000 C/2500 S1 (Price is for 12 piece, packing will come of 12 Nos. Pieces)

    SL90631OOOO 5520

    2500 C / 3200 S1 (Price is for 12 piece, packing will come of 12 Nos. Pieces)

    SL90631OOOO 5520

    3200 D, 4000-6300 C @(Price is for 12 piece, packing will come of 12 Nos. Pieces)

    SL90652OOOO 7440

    Moving Arcing Contact 800-1600 C/H, 630-3200 S1 & 3200/4000 H/H0/H1 (Price is for 9 Piece and in packing 9 Nos. contats will come.)

    SL93892OOOO 9,330

    2000/2500 C/H (Price is for 12 piece ,packing will come of 12 Nos. Pieces.)

    SL90629OOOO 5220

    3200 D, 4000-6300 C (Price is for 12 piece ,packing will come of 12 Nos. Pieces.)

    SL90742OOOO 6840

    Shunt Release

    Shunt Release EA 24V DC SL92718O4OO 2,300 Shunt Release EA 110V DC SL92718O1OO 2,300 Shunt Release EA 220V DC SL92718O2OO 2,300 Shunt Release EA1 110V SL92718OAOO 2,300 Shunt Release EA1 240V AC SL92718OBOO 2,300 Shunt Release EA1 415V AC SL92718ODOO 2,300

    Closing Coil Closing Coil 24V DC ST15954OOOO 3,440

    Closing Coil 30V DC ST17210OOOO 3,440

    Closing Coil 110V AC/DC SL91079OOOO 3,440 Closing Coil 240V AC/ 220V DC SL91080OOOO 3,440

    FRCD FRCD upto 4000 H0 3-pole SL90825OOOO 21,240 FRCD 3200/4000 H0 4-Pole SL92642OOOO 30,380

    Spring Chrging Motor Motor 240V AC SL00315OOOO 19580 Motor 110V DC SL00346OOOO 19580 Motor 220V DC SL00347OOOO 19580 Motor Limit Switch SL92795OOOO 650

  • PUR-F-06 W-1466 Other accessories

    Racking Handle (upto 2500 H/C & 3200 S1)

    SL93151OOOO 1,370

    Racking handle (3200 H0 & Above)

    SL93251OOOO 1,370

    Operating Handle SL91623OOOO 4,440 Service position microswitch - Right (2)

    SL93142OOOO 1,250

    Service position microswitch - Left (2)

    SL93143OOOO 1,250

    Test or isolated position microswitch - Right (2)

    SL93144OOOO 1,250

    Test or isolated position microswitch - Left (2)

    SL93145OOOO 1,250

    Bezel DRAWOUT BREAKER SL91602OOOO 2,070 6NO+6NC 630-3200 S1, 800-2500 C/H & 3200/4000 H/H0/H1

    SL92767OOOO 3,550

    6NO+6NC 3200D, 4000-6300 C SL92768OOOO 4,390 Lockable Trip-push Button Type-AA

    SL93148OOOA 2,300

    Lockable Trip-push Button Type-BB

    SL93148OOOB 2,300

    Lockable Trip-push Button Type-CC

    SL93148OOOC 2,300

    Lockable Trip-push Button Type-DD

    SL93148OOOD 2,300

    Locking-in Isolated Position (LIP) Type-A

    SL93146OOOA 2,300

    Locking-in Isolated Position (LIP) Type-B

    SL93146OOOB 2,300

    Locking-in Isolated Position (LIP) Type-C

    SL93146OOOC 2,300

    Locking-in Isolated Position (LIP) Type-D

    SL93146OOOD 2,300

    Locking-in Any Position (LAP) Type-A

    SL93147OOOA 2,300

    Locking-in Any Position (LAP) Type-B

    SL93147OOOB 2,300

    Locking-in Any Position (LAP) Type-D

    SL93147OOOD 2,300

    Racking-interlock Type- AA SL93149OOOA 4,330 Racking-interlock Type-BB SL93149OOOB 4,330 Racking-interlock Type-CC SL93149OOOC 4,330 Racking-interlock Type-DD SL93149OOOD 4,330 Door Interlock SL93150OOOO 2,300

    TOTAL- RS, 11,10,920/-

    Chief Engineer (G) GSECL:TPS:GANDHINAGAR

  • PUR-F-06 W-1466

    GUJARAT STATE ELECTRICITY CORPORATION LIMITED.

    TPS: GANDHINAGAR

    SCHEDULE - A

    Subject: Work of overhauling / servicing of L&T make 415 volts ACBs of unit 3 GTPS Sr No Description of JOB Qty. 1 Servicing and overhauling of 800 Amp/1000 Amp /1250 Amp,1600A L&T make breaker as per scope of work 28 JOB 2 Servicing and overhauling of 2500A,3200AMP,4000 Amp L&T make breaker as per scope of work 18 JOB Chief Engineer (G) GSECL:TPS:GANDHINAGAR. Contractor's Signature With stamp and date

  • PUR-F-06 W-1466

    GUJARAT STATE ELECTRICITY CORPORATION LTD

    THERMAL POWER STATION,

    GANDHINAGAR-382 041. (PART – II)

    PRICE BID

    W-1466 Work of overhauling / servicing of L&T make 415 volts ACBs of unit 3 GTPS

  • PUR-F-06 W-1466 Gujarat State Electricity Corporation Limited

    Gandhinagar Thermal Power Station

    Schedule B

    Subject: Work of overhauling / servicing of L&T make 415 volts ACBs of unit 3

    GTPS

    Sr. No. Description Quantity Unit Rate(Rs) Amount(Rs)

    1

    Servicing and overhauling of 800 Amp/1000 Amp/1250 Amp/160 Gujarat State Electricity Corporation Limited Gandhinagar Thermal Power Station 0A L&T make breaker as per scope of work

    28 Job 3315 92820

    22222 2 Servicing and overhauling of 2500A,3200A,4000 Amp L&T make breaker as per scope of work

    18 Job 5185 93330

    Total 186150

    ONE LAKH EIGHTY SIX THOUSAND ONE HUNDRED FIFTY RUPEES ONLY

    Service Tax: The above estimated rates are exclusive of service tax hence same will be paid extra by GSECL at prevailing rate as applicable subject to provide service tax registration No & copy thereof.

    Supply Portion Only: Party shall have to quote their rates in Schedule “B” of price bid only along with commercial terms and conditions. The details of applicable taxes/duties, service charges, packing & forwarding charges, freight, insurance, F.O.R. etc. with or without taxes or duties shall be indicated clearly in Price Bid if applicable otherwise it will be considered as “inclusive of all taxes/duties and service charges on FOR GTPS basis”. In case of supply portion, party shall quote their VAT/CST registration number alongwith with its

    attested copy. If the same is not provided or the party is not registered then purchase tax as per Gujarat VAT Act, 2003 will be deducted from party’s bill and purchase tax so collected will be deposited directly to the State Government.

    (1) Payment Terms: Party has to accept payment terms as per GSECL rules only i.e. as per actual work done. NO ADVANCE payment will be allowed. Net Payment will be released within 30 days after completion of work and submitting their relevant invoices. (2) The tender received after time and date specified in the tender notice, will not be

    accepted. Once the offer submitted by the contractor before due date of submission, the contractor will not be allowed to submit revised / additional/modified/ other after opening of technical bid.

  • PUR-F-06 W-1466

    (3) All commercial terms and condition along with price schedule is invariably indicated in price bid only.

    CHIEF ENGINEER (GEN) GSECL: TPS: GANDHINAGAR

    “I/we hereby has read the above documents and agree for the Safety Rules, Industrial Laws and Contract Booklet (a, b & c as above) and accordingly submitted my/our offer.”

    (1) My / Our offer is _____________%age higher or ______________%age lower than the above estimated cost (%age should be written in figures and words) ____________________________________________________

    Contractor’s Signature With Seal & Date.

  • PUR-F-06 W-1466

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

    (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) 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 E.M.D.), (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 encashedwithin 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.

    Contd. ..2.. [P.T.O.]

  • PUR-F-06 W-1466 - 2 -

    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 terminable 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.

    “Notwithstanding anything contrary contained in anylaw for the time being in force or banking practice, this Guarantee shall not be assignable, transferable by the beneficiary (i.e. GSECL) Notice or invocation by any person such as assignee, transferee or agent of beneficiary shall not be entertained by the Bank. Any invocation of the Guarantee can be made only by the beneficiary directly.” NOTWITHSTANDING 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 to us in writing on or before ___________ (Date of validity of the Guarantee), 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 Address of the Bank with Branch Code, TelephoneandFaxNos.

    Signature of the Bank’s authorized Signatory with Official Round Seal.

  • PUR-F-06 W-1466 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.

    (A) Guarantees issued by following banks will be accepted as SD/EMD on permanent basis.

    1. All Nationalized Banks including the public Sector Bank-IDBI Bank Ltd.

    2. Private Sector Banks authorized by RBI to undertake State Government Business (at present-

    AXIS Bank, ICICI Bank and HDFC Bank)

    (B) Guarantees issued by following Banks will be accepted as SD/EMD for period up to March 31,

    2015. The validity cut-off date in GR is with respect to date of issue of Bank Guarantee

    irrespective of date of termination of Bank Guarantee.

    (1) Commercial Banks

    1. Kotak Mahindra Bank 2. Yes Bank 3. Ratnakar Bank 4. Indusind Bank 5. KarurVysya Bank 6. DCB Bank 7. ING Vysya Bank 8. South Indian bank

    (2) Co-operative Banks of Gujarat

    1. The Kalupur Commercial Co-operative Bank Ltd. 2. Rajkot NagrikSahakari Bank Ltd. 3. The Ahmedabad Mercantile Co-operative Bank Ltd. 4. The Mehsana Urban Co-operative Bank Ltd. 5. NutanNagrikSahakari Bank Ltd. 6. Dena Gujarat Gramin Bank

  • PUR-F-06 W-1466

    ON STAMP PAPER OF Rs.100/-

    FORM OF BANKER’S UNDERTAKING

    (For Performance Guarantees (PG) for Warrantee periodas per Commercial Terms and Conditions of Tender) We, Bank of ________________________________________ 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 up to and not exceeding Rs.__________ (in words) Rupees ___________________________________________ to the said Gujarat State Electricity Corporation Limited on behalf of M/s.___________________________________________________ who have entered into a contract for the supply / works specified below :

    P.O. (A/T) No. ______________________________ dated ______________.

    This agreement shall be valid and binding on this Bank up to 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 reason 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 contrary contained in any law for the time being in force or banking practice, this Guarantee shall not be assignable, transferable by the beneficiary (i.e. GSECL) Notice or invocation by any person such as assignee, transferee or agent of beneficiary shall not be entertained by the Bank. Any invocation of the Guarantee can be made only by the beneficiary directly.”

    “NOT WITHSTANDING” anything contained herein before, our liability under this guarantee is restricted to Rs._______________(Rupees ___________________________________________only). Our guarantee shall remain in force until _______________ (date of validity of the Guarantee).Unless demands or claims under this Bank Guarantee are made to us in writing on or before _____________ (Date of validity of the Guarantee), 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 Address of the Bank with Branch Code,Telephone and Fax Nos.

    Signature of Bank’s Authorized Signatory With Official Round Seal

  • PUR-F-06 W-1466 -2-

    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.

    ON STAMP PAPER OF Rs.100/-

    FORM OF BANKER’S UNDERTAKING (For Performance Guarantees (PG) for supply period as per Commercial Terms and Conditions of Tender)

    We, Bank of _________________________________________ 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 up to and not exceeding Rs.__________ (in words) Rupees ___________________________________ to the said Gujarat State Electricity Corporation Limited on behalf of M/s.___________________________________________________ who have entered into a contract for the supply / works specified below : L.O.A. 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 reason 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 contrary contained in any law for the time being in force or banking practice, this Guarantee shall not be assignable, transferable by the beneficiary (i.e. GSECL) Notice or invocation by any person such as assignee, transferee or agent of beneficiary shall not be entertained by the Bank. Any invocation of the Guarantee can be made only by the beneficiary directly.”

    “NOT WITHSTANDING” anything contained herein before, our liability under this guarantee is restricted to Rs._______________ (Rupees ____________________________________________________ only). Our guarantee shall remain in force until _______________ (date of validity of the Guarantee). Unless demands or claims under this Bank Guarantee are made to us in writing on or before _____________ (Date of validity of the Guaratnee), 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 Address of the Bank with Branch Code, Telephone and Fax Nos.

    Signature of

    Bank’s Authorized Signatory with Official Round Seal

  • PUR-F-06 W-1466

    27

    -2-

    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.