Upload
nguyendang
View
222
Download
2
Embed Size (px)
Citation preview
GUJARAT STATE ELECTRICITY
CORPORATION LIMITED
Bidding Document And
Technical Specification
For
Lifting of coal by Road from WCL mines and
Transportation of Coal from WCL mines to siding by Road
mode and loading of coal rakes from siding for dispatch to
Thermal Power Stations
of
Gujarat State Electricity Corporation Ltd.
Tender Specification No.: GSECL/Fuel/WCL Coal/
Transportation/2011-12
Tender Fee: Rs. 15,000/-
Prepared By:
Fuel Department, GSECL, Corporate Office,
Vidyut Bhavan, Race Course, Vadodara: 390 007
---------------------------------------------------------------------------------------------------------------------
Tender WCL Transport 2011-12.docx 1 of 31
INDEX
Section
Particulars Page Nos.
I Instruction to Bidders
02-10
II Scope and Terms & Conditions
11-17
III Technical Specification, Sampling, Analysis and
Penalties
18-19
IV Special terms and conditions for transport
contract
20-22
Annexure
Annexure-I Bidder’s Details and Technical Bid Format
23-24
Annexure-II Schedule of Deviations
25
Annexure-III Price Bid Format
26
Annexure-III(A) Schedule of Experience 27
Annexure-IV Bid Guarantee Format for E.M.D.
28
Annexure-V Bid Guarantee Format for Security Deposit
29
Annexure-VI Contract Form
30-31
---------------------------------------------------------------------------------------------------------------------
Tender WCL Transport 2011-12.docx 2 of 31
1.1 INSTRUCTIONS:
1.1.1 The Gujarat State Electricity Corporation Ltd. (GSECL), Vadodara, India invites “On-
Line Tenders” (through e-tendering), from the eligible bidders for Lifting of coal by
Road from WCL mines and Transportation of Coal from WCL mines to siding by
Road mode and loading of coal rakes from siding for dispatch to Thermal Power
Stations of GSECL on the terms and conditions specified in this tender specification.
1.1.2 The bidder should obtain all necessary and related statutory clearances applicable for the
above work from the concerned Authorities.
1.1.3 The Notice Inviting Tenders (NIT) is placed on the Websites on 22nd December-2011.
1.1.4 Bidder shall submit their offer through “On-Line Tender” and in physical form named as
“Physical Tender” as per the system of making bids and its submission prescribed in
clause no. 1.2 below. It is mandatory for the Bidder to submit the offer in both
modes i.e. “On-Line Tender” and “Physical Tender”. In case of non-receipt of “On-
Line Tender” and “Physical Tender” in time, their bid shall be ignored.
1.1.5 The “Physical Tender” should reach at the office of Chief Engineer (Fuel), GSECL,
Vidyut Bhavan, Race Course, Vadodara: 390 007, Gujarat, India on or before 14:00 hrs.
(IST) of_29th December-2011 (Thursday).
1.1.6 The last date of submission of “On-Line Tender” is on or before 18:00 hrs. (IST) of
29th
December 2011 (Thursday). After such date and time, “On-Line Tender” will be
closed and its submission will not be possible thereafter. No extension shall be granted in
any circumstances whatsoever.
1.1.7 The “Physical Tender” should be sent by Regd. Post A.D./Speed Post/Courier only.
Telegraphic/ FAX/ Telex message Bids will not be accepted under any circumstances.
1.1.8 The “Physical Tender” received after the hour and the date, so fixed above, will not be
considered and no further correspondence will be entertained.
1.1.9 The Technical Bids of “Physical Tender” and “On-line Tender” will be opened in the
Office of the Chief Engineer (Fuel), GSECL, Vidyut Bhavan, Race Course, Vadodara:
390 007, Gujarat, India at 18:10 hrs. (IST) on _ 29th
December 2011 (Thursday) (if
possible).
1.1.10 Bidder's authorized representatives (up to two persons only) may attend the Bid
Opening. The Technical Bids will be opened on the due date and the Price Bids of the
qualified bidders will be opened at later date, which will be intimated to the qualified
bidders.
SECTION – I: INSTRUCTIONS TO BIDDERS
---------------------------------------------------------------------------------------------------------------------
Tender WCL Transport 2011-12.docx 3 of 31
1.1.11 In case, the date of Bid Opening happens to be a holiday, the bid shall be opened on
the next working day.
1.1.12 At the time and date notified for opening of the tenders, the Technical Bids will be
opened and the bids, which do not contain Demand Draft for Tender Fee and Demand
Draft / Bid Guarantee for Earnest Money Deposit of the requisite amounts, will be
disqualified and will be rejected outrightly.
1.1.13 The Bidder’s Bid and the documents attached thereto shall be considered forming part
of the Contract.
1.2 SYSTEM OF MAKING BID AND ITS SUBMISSION:
1.2.1 The Tender Specification and Bidding Documents may be downloaded from the Website
https://gsecl.nprocure.com or https://www.nprocure.com (FOR VIEW,
DOWNLOAD & ON-LINE SUBMISSION) and GSECL Website www.gsecl.in
(FOR VIEW & DOWNLOAD)
1.2.2 Bidders shall submit their tenders through e-tendering. The “On-Line Tender” and
“Physical Tender” shall be submitted as prescribed below. Bidder should understand the
e-tendering procedure thoroughly and then fill up/ submit the bids. No excuse of
insufficient knowledge of e-tendering process shall be accepted.
1.2.3 Any deviation/ modification/ discrepancy between the Data/ Details/ Documents of
the bids submitted by the Bidder in the “On-Line Tender” and the “Physical
Tender” is not allowed and would be liable for rejection. No further communication
in the matter shall be entertained.
1.2.4 “On-Line Submission” of Bids: i) For “On-Line Submission” of bids, the bidder is required to obtain Digital Signature
Certificate (meant for e-tendering) from M/s. (n) Code Solution – A Division of GNFC
Ltd. and/ or from any other authorized agencies. The bidder, in whose name the Digital
Signature Certificate / Registration is obtained, can only fill-up the “On-Line Tender”, as
the same is not transferable.
ii) The contact details of M/s. (n) Code Solutions are as under:
M/s. (n) Code Solutions
A division of GNFC Ltd.
403, GNFC Infotower, Bodakdev,
Ahmedabad: 380 054
Toll free: 1800 233 1010
Tel: +91 79 40007501/ 12/ 16/ 17/ 25
Fax: +91 79 40007533
Website: https://gsecl.nprocure.com
www.nprocure.com
iii) Bidders shall fill-up/ submit “On-Line Tender” in the formats provided in the Bidding
Documents. The Bidding Documents form the parts of “Technical Bid” and “Price Bid”.
Bidder shall also upload the required documents as prescribed in clause no. 1.2.6 below.
---------------------------------------------------------------------------------------------------------------------
Tender WCL Transport 2011-12.docx 4 of 31
iv) Bidders may take out prints of the filled tenders for their record purpose and for
the required submission of the “Physical Tender” before the bid is submitted “On-
Line”, as it will not be possible to do so after closing of “On-line” tender.
1.2.5 “Physical Submission” of Bids:
i) The “Physical Tender” in a sealed envelope, superscripted as "Physical Tender", shall
contain the required documents as prescribed in clause no. 1.2.6 below.
a. The bidders shall submit their “Physical Tender” in three envelopes at the same time on
or before the notified date and time fixed for the submission of Physical Tender.
b. The first envelope, superscripted as “Tender Fee/ EMD” shall contain the Demand Draft
towards Tender Fee and Demand Draft or the unconditional and irrevocable Bid
Guarantee towards Earnest Money Deposit (As per Annexure-IV).
c. Second envelope superscripted as "Technical Bid", shall contain the Tender
Specification (downloaded from the Website) duly signed and sealed and Annexure-I
(Printout from their “On-line Tender”) duly signed and sealed by the bidder along with
other Bidding Documents viz. Schedule of Deviation (as per Annexure-II) duly filled in,
signed and sealed by the Bidder.
d. The above two envelopes shall be enclosed in the third envelope, superscripted as
“Physical Tender”. All the envelopes shall be individually sealed, signed, superscripted
and addressed.
e. At the time and date notified for opening of the tenders, the envelope of “Tender Fee/
EMD” will be opened first and then the “Technical Bid” envelope will be opened. The
Bids which do not contain Demand Draft for the payment of Tender Fee and/or Demand
Draft/ Bid Guarantee for the payment of Earnest Money Deposit will be rejected and the
“Technical Bid” envelopes of those Bids will not be opened. If the bidder indicates the
prices in the Technical Bid then the bid will be rejected. f. The Bidder's Bid and the documents attached thereto shall be considered as forming part
of the Contract Documents.
g. The sealed envelope of “Physical Tender” containing the Bids, Tender fee, Bid Guarantee
etc. must be sent to Chief Engineer (Fuel) at the address given below:
Chief Engineer (Fuel)
Gujarat State Electricity Corporation Ltd.
Vidyut Bhavan, Race Course,
Vadodara: 390 007, Gujarat, India.
Tel # 91-265- 6612341 (Direct), 6612342
Mob.# 91-9925208878
Fax # 91-265-2355195 (Direct)
This envelope must show on the outside, the name of the Bidder and his address. In
addition, the lower left-hand corner of the envelope should indicate the following:
“Tender No. GSECL/Fuel/WCL Coal/Transportation/2011-12. Bid for Lifting of coal by
Road from WCL mines and Transportation of Coal from WCL mines to siding by
Road mode and loading of coal rakes from siding for dispatch to Thermal Power
Stations of GSECL. Last date for receipt of Physical Bids 14:00 Hrs. on ___________
and the Bid Opening date ________.”
---------------------------------------------------------------------------------------------------------------------
Tender WCL Transport 2011-12.docx 5 of 31
h. Bids shall be fully in accordance with the requirement of this document and the
Specifications attached thereto.
i. All information in the bid shall be in English only; Erasures and other changes shall be
noted over the initials of the person signing the Bid.
1.2.6 Mode of Submission of the Required Documents:
i) The tender specification warrants the submission of several documents to ascertain that
the bidder meets with the Minimum Qualifying Requirements and other technical and
commercial qualification requirements prescribed in the tender specification.
ii) The bidder shall therefore understand the requirements and submit the documents strictly
as prescribed below. Any deviation to this is liable for disqualification of the bids/ bidder.
Tender
Reference
Particulars of Documents On-Line
Submission
Physical
Submission
Clause no.
1.3.1
Demand Draft towards payment of
Tender Fee of Rs. 15,000/-
Scan and Upload Original DD
Clause no.
1.3.2
Demand Draft /Bank Guarantee of
requisite amounts towards EMD
Scan and Upload Original DD /BG
Clause no. 1.4 Letter of authority from the
Company/ Joint Venture/
Consortium in favour of the person,
who is authorized to submit the bid.
Scan and Upload Original
Clause no.
1.5.3
Details of past experience in lifting
of coal by Road, transportation of
coal and loading of coal rake in the
last three financial years (i.e. from
2009-10 & 2010-11) showing order
wise details of quantity washed
together with the name, address and
Fax/Tel No. of the Customers
Scan and Upload Original
Clause no.
1.5.3
Experience Certificates from the
customers for the satisfactory
performance
Scan and Upload 1 Copy of each
Clause no.
1.5.3 & 1.5.2
Copy of the statutory clearances/
approvals from the respective
statutory authorities in favour of the
Bidder for lifting of coal from
mines and transportation of coal
from mines to siding with the
offered quantity.
Proof of the siding owned by bidder
in the WCL Area from where coal
loaded in to the rakes or bidder has
to submit support letter from siding
owner for loading of coal rakes
from siding
Scan and Upload 1 Copy of each
---------------------------------------------------------------------------------------------------------------------
Tender WCL Transport 2011-12.docx 6 of 31
Clause no.
1.5.6
Copy of audited annual accounts for
the last three years, bank credit
limits, bank references, of the
bidder/ both members of the joint
venture/consortium.
Scan and Upload
(Optional)
1 Copy of each
document
Clause no.
1.5.6
Details of net worth of the bidder as
reflected in the balance sheet for
last 3 years of the bidder duly
certified by Chartered Accountant
Scan and Upload Original
Clause no.
1.5.7
Copy of the Agreement or MoU
entered into by the joint venture/
consortium partners
Scan and Upload
(Not for Single
Bidder)
1 Copy
Annexure-I Bidder’s Details and Technical Bid Bidding
Document
Annexure-I to be
filled up
1 Print Out of the
Annexure-I duly
signed, sealed
along with
attachment
Annexure-II Schedule of Deviations Bidding
Document
Annexure-II to be
filled up
1 Print Out of the
Annexure-II duly
signed, sealed.
Annexure-
III(A)
Schedule of Experience Bidding
Document
Annexure-III(A)
to be filled up
1 Print Out of the
Annexure-III (A)
duly signed,
sealed.
Annexure-III Price Bid Bidding
Document
Annexure-III to
be filled up
NOT TO BE
SUBMITTED IN
PHYSICAL BID
1.2.7 All information in the bid shall be in English only; Erasures and other changes shall be
noted over the initials of the person signing the Bid.
1.3 TENDER FEE AND BID GUARANTEE/E.M.D.:
1.3.1 The bidder shall pay a non-refundable tender fee of Rs. 15,000/- (Rupees fifteen thousand
only) by way of Crossed Demand Draft or Banker’s Cheque in the name of Gujarat State
Electricity Corporation Ltd., payable at Vadodara.
1.3.2 A Bid Guarantee i.e. unconditional E.M.D. of Rs. 50 Lakhs (Rs. Fifteen Lakhs) must
submitted along with the offer in either of the following forms (a) or (b):
a) Total Rs. 50.0 Lakhs (Rs. Fifty Lakhs) by way of Crossed Demand Draft or Banker’s
Cheques in the name of Gujarat State Electricity Corporation Ltd. payable at Vadodara.
OR
b) By way of an Acceptable Bank Guarantee from any Nationalized Banks including Public
Sector Bank (IDBI Bank Ltd.), Private Sector Banks (AXIS Bank /ICICI Bank/ HDFC
Bank), Commercial Bank (Kotak Mahindra Bank), Regional Rural Banks of Gujarat
(Saurastra Gramin Bank/ Baroda Gujarat Gramin Bank/ Dena Gujarat Gramin Bank) and
---------------------------------------------------------------------------------------------------------------------
Tender WCL Transport 2011-12.docx 7 of 31
Co-operative Banks of Gujarat (Kalupur Commercial Co-op. Bank Ltd./ Rajkot Nagarik
Sahakari Bank Ltd./ Ahmedabad Mercantile Co-op. Bank Ltd.), in favour of Gujarat State
Electricity Corporation Ltd.. The Bank Guarantee shall be as per the proforma in
Annexure-IV.
1.3.3. The validity of the above Bank Guarantee shall be at least for 60 days from the date of
opening of Technical bid and the same shall be extended as may be required. Bids with
Bank Guarantee of shorter period may be rejected.
1.3.4 Any bid not accompanied by Tender Fee and Bid Guarantee or Demand Draft or
Banker’s Cheques of the amount specified in clauses 1.3.1 & 1.3.2 or of less than the
amounts specified in the above clauses shall be disqualified.
1.3.5 The Contract Agreement unless otherwise agreed to shall be signed by the successful
Bidder within 7 days from the date of Detailed Order at the office of the Purchaser on the
date and time mutually agreed upon as per the prescribed format [enclosed hereto in
Annexure-VI], on submission of Security Deposit-cum-Performance Bank Guarantee as
per format of GSECL [Annexure-V] which shall be submitted within 3 days from the
date of LOI. Failure of the successful bidder to complete the requirement of submission
of Security-cum-Performance-Bank-guarantee shall constitute a sufficient ground for
annulment of the award of contract and forfeiture of the Earnest Money Deposit. The
EMD of the successful bidder will be returned only after furnishing of Security Deposit-
cum- Performance Bank Guarantee and signing of the Contract Agreement.
1.3.6 EMD of unsuccessful bidders shall be refunded on finalization of the Tender i.e.
acceptance of the Tender of successful Bidder and submission of SD by the successful
Bidder. The BG/ EMD will be returned to the respective Bidders on their request along
with original money receipt of GSECL towards EMD and advance stamped receipt of the
same amount.
1.3.7 No interest will be paid on Bid Guarantee / Earnest Money Deposit.
1.4 SIGNATURE ON BIDS:
1.4.1 The “On-Line Tender” shall be submitted with the Digital Signature Certificate (meant
for e-tendering) of the authorized person of the bidder. The “Physical Tender” must
contain the name, designation and place of Business of the person with Phone and Fax
Nos. of persons making the bid and must be signed and sealed by the Bidder with his
usual signature by the same person submitting the “On-line Tender”.
1.4.2 A Bid by a Joint Venture or Consortium must be furnished with the full names of both
partners and be signed with the partner’s name, by one of the members of the partnership
or by an authorized representative, followed by the signature and designation of the
person or persons signing. A letter of authority shall be furnished with Bid.
1.4.3 Bids by corporations / companies must be signed with the legal name of the
Corporations/Companies by the President, Secretary or any other person or persons
authorized to bind the corporation/company in the matter.
1.4.4 Each page of the Technical Bid of “Physical Tender” has to be numbered consecutively,
signed and sealed.
---------------------------------------------------------------------------------------------------------------------
Tender WCL Transport 2011-12.docx 8 of 31
1.5 BIDDERS’ MINIMUM QUALIFYING REQUIREMENTS:
1.5.1 The bidder can be a single bidder bidding on his own or on a joint-venture/consortium
basis formed by maximum of two partners. A party cannot submit multiple bids, either as
a single bidder or on a joint-venture/consortium basis by forming multiple consortiums
with different members. To qualify, bidder shall satisfy all the following minimum
threshold criteria.
1.5.2 Bidder shall furnish proof regarding owner of siding in the WCL area or have to submit a
support letter/agreement from owner of siding from where the Bidder will load the coal
rakes.
1.5.3 In case of single bidder, the bidder and in case of joint venture/consortium, at least one
member of the joint venture/consortium must have carried out lifting and transportation
of coal and loading of coal into the wagons from siding average minimum quantity of
50,000 MT of coal over a period of one month during last two years (i.e. From 1st April
2009 to 31st March 2011). Details of orders executed, with quantity and value, together
with name and address of Purchaser with Fax No./ Telephone No. are to be attached.
Bidders shall also submit experience certificates from their customers for their
satisfactory performance in support of their offers.
1.5.4 The Bidder should offer minimum quantity of 40000 MT. However, the Bidder may
offer maximum quantity, which can lifted from WCL and transportation upto Railway
siding for dispatch to GSECL TPS, by the bidder within time limit of 30 days from date
of issue of DO by WCL.
1.5.5 Bidder or any one of the members of the joint venture/consortium should have some
experience of wagon loading/unloading & surface transportation.
1.5.6 The bidder must demonstrate sound financial status as defined in this clause to the
satisfaction of GSECL. Documentary proof including copy of audited annual accounts for
the last 3 years, bank credit limits, bank references, etc. of the bidder, and in the case of
joint-venture/consortium bidders, of all members of the joint-venture/consortium shall be
attached. The Documentary proof shall include but not limited to:
a) Audited Financial Accounts
b) List of Banks from which references can be obtained with the contact details i.e. Address,
Telephone and Fax Nos. Listing of Bankers shall be deemed an authorization by the
bidder/Joint Venture / Consortium of multiple bidders for the Purchaser to request such
references and for the bankers to release them to the Purchaser.
1.5.7 In the event of the bidder being a joint venture/consortium, the Purchaser requires that
both the parties of the joint venture/consortium accept joint and several liabilities for all
the obligations under the agreement.
Bids submitted by a venture/ consortium shall comply with the following requirements:
---------------------------------------------------------------------------------------------------------------------
Tender WCL Transport 2011-12.docx 9 of 31
a) The bid, and in case of a successful bid, the Contract Agreement shall be signed so as to
legally binding on both.
b) One of the partners shall be authorized to be in charge and this authorization shall be
evidenced by submitting a power of attorney signed by legally authorized signatories of
both the partners.
c) The partner in charge shall be authorized to incur liabilities and receive instructions on
behalf of any one or of both partners of the joint venture/consortium and the entire
execution of the contract including payment shall be done exclusive with the partner in
charge.
d) Both partners of the joint venture/consortium shall be liable jointly and severally for the
execution of the contract in accordance with the contract terms.
e) A copy of the agreement or MOU entered into by the joint venture/ consortium partners
shall be submitted with the bid.
f) In case of bidding through a joint-venture/ consortium basis, no change in the joint-
venture/consortium partners will be allowed without the prior permission of the
Purchaser.
1.5.8 Notwithstanding anything stated above, the Purchaser reserves the right to assess the
credibility, capability and capacity to perform the contract should circumstances warrant
such an assessment in the overall interest of the Purchaser and bidder shall furnish all
other required documents to the Purchaser.
1.5.9 The Purchaser also reserves the right to seek such additional information as it may deem
fit to satisfy itself of the eligibility of the Bidder.
1.6 CONCLUSION:
1.6.1 Bidders must ensure that the conditions laid down for submission of offers are
completely and correctly fulfilled. It should be particularly noted that no change in
proforma for Bid Guarantee is acceptable.
1.6.2 Bids, which are not complete in all respects as stipulated above, or without Tender Fee/
EMD will be liable for rejection without any intimation to the bidders.
1.6.3 The Price Bids of only those bidders will be opened whose offers meet with the
Minimum Qualifying Requirements and whose techno-commercial offers are acceptable
to GSECL.
1.6.4 GSECL reserves the right to accept or reject any Offer or all the Offers without assigning
any reasons thereof. GSECL also reserves the right not to order any quantity against this
tender, if the rates received do not prove to be economical/ beneficial to the overall
interest of the Company. In such cases, the EMD will be refunded to the bidders without
any interest. GSECL’s decision in this regard shall be final and binding to all the bidders.
1.6.5 It shall not be binding upon GSECL to accept the lowest or any bid. It shall not be
obligatory on the part of GSECL to furnish any information or explanation for the cause
of rejection of tender or part of the tender. GSECL also reserves the right to split-up the
tender, as it deems fit amongst successful bidders. The part order should be acceptable to
the bidder at the same quoted rate, terms and conditions. Moreover, in the event of
---------------------------------------------------------------------------------------------------------------------
Tender WCL Transport 2011-12.docx 10 of 31
placement of part orders, the distribution of shipments shall be solely to the discretion of
GSECL and the same shall be binding to bidders.
1.6.6 Canvassing Not Permitted: The Bidder should abstain from pursuing/ canvassing the
matter, directly or indirectly with any Officer of GSECL, as otherwise, their tender would
be liable for disqualification.
1.7 VALIDITY OF OFFER:
Your offer should be valid for acceptance for a period of at least 30 days from the date
of opening of the Technical Bids.
1.8 Evaluation of Bids:
The charges as per scope of work including Colliery expenses for lifting of coal,
transportation charges from WCL mines to siding, siding charges and loading of coal
rakes from siding including siding charges, handling of coal/stocking, shifting,
weighment and man power in Rs./Mt (inclusive of all taxes and duties) shall be
evaluated.
---------------------------------------------------------------------------------------------------------------------
Tender WCL Transport 2011-12.docx 11 of 31
2.1 INTRODUCTION:
2.1.1 The Gujarat State Electricity Corporation Ltd. intends for lifting of coal (which is offered
by WCL) from WCL mines by Road, transportation of about 5.40 Lakh Mt of Coal from
WCL coal from mines to siding by Road and loading of coal rakes from siding from
following WCL coal mines for its delivery to Thermal Power Stations of GSECL.
However, the actual coal quantity will be as per coal quantity allocation received from
WCL. The tentative coal quantity to be lifted and transported from coal mines from
where GSECL intends to lift the coal as shown below.
Area Mine/Source Grade/Size Approx. Quantity
(in MT)
Sasti OC E CRU ROM 100000 Ballarpur
Gouri CHP E CRU ROM 60000
Naigaon OC E CRU ROM 50000 Wani
Mungoli E CRU ROM 150000
Ukani OC E CRU ROM 100000
Pimpalgaon E CRU ROM 50000 Wani North
Ghonsa E CRU ROM 30000
Total: 540000
The bidder has to complete the work of lifting and transportation of coal quantity
from WCL within period of one month (30 days) commencing from the date of the
order/LOI/issue of DO from WCL.
However, purchaser may distribute the order quantity and place the order to one or
more than one bidder, as per the allocation of coal quantity from WCL.
The quantity to be lifted from mines, transportation from mines to siding from
where bidder intends to loading the coal rakes and loading of coal rakes from siding
for the respective power station will be decided by the Purchaser based on the
requirements of each power station in the period of procurement.
If, in case of more quantity of coal allocation WCL, from six months from date of
Order, purchaser may place repeat order for lifting and transportation of the coal
quantity allocated by WCL, as per same rates and terms & conditions of the tender.
2.1.2 Bidder should have own siding in the WCL Area from where coal loaded in to the rakes
or bidder has to submit support letter/agreement from siding owner for loading of coal
rakes from siding by the Bidder.
2.1.3 The Contractor shall have to work in full co-ordination with Loading Supervision
Contractors of GSECL for loading & dispatch of coal rakes from siding. The details of
LS contractors will be intimated later on along with LOI or with the order. The details of
SECTION-II: SCOPE AND TERMS & CONDITIONS
---------------------------------------------------------------------------------------------------------------------
Tender WCL Transport 2011-12.docx 12 of 31
rail programme and indents for placement of rakes with Railways will be arranged by LS
contractors.
2.2 DEFINITIONS:
In this Tender, the following terms shall be interpreted as indicated below:
a) ‘The Purchaser’ means Gujarat State Electricity Corporation Limited, Vadodara
constituted under the Companies Act, 1956, its successors, representatives, heirs,
executors and administrators as the case may be.
b) ‘The Contractor’ means the Company, firm or any other business enterprise, with whom
the contract for Lifting of coal by Road from WCL mines and Transportation of Coal
from WCL mines to siding by Road mode and loading of coal rakes from siding for
dispatch to Thermal Power Stations of GSECL.is awarded, and shall be deemed to
include the Contractor's successors (approved by the Purchaser), representatives, heirs,
executors and administrators, as the case may be unless excluded by the terms of the
contract.
c) The 'Contract' means the agreement signed by the Purchaser and the Contractor in terms
of Annexure–VI including all attachments and appendices thereto and all documents
incorporated by reference therein.
2.3 SCOPE OF WORK:
The contractor shall have to lift the coal by Road from colliery, transportation of coal
from mines to siding by Road and loading of coal rakes from siding including
arrangement of siding, handling of coal/stocking, shifting, weighment and manpower etc.
within 30 days from date of order/LOI/issue of DO from WCL, allowing the lifting and
transportation loss of 0.5% in quantity and without any grade slippage in quality
measured jointly at loading end (i.e. mines of WCL) and at TPS Laboratory by
Independent Inspection Agency. The scope of work includes all the activities but not
limited to the following:
a. Co-ordination with WCL authorities for lifting of coal from coal mines.
b. Documentation for lifting of coal from WCL mines, transportation from mines to
siding and loading of coal rakes from siding
c. Road Transportation of coal from WCL mines to siding from where bidder intends to
load the coal rakes
d. Unloading of coal by suitable equipment at siding
e. Loading of coal by suitable equipment from siding to rakes
f. Co-ordination with WCL, GSECL LS contractors and Railways.
g. Loading of coal in clean & suitable wagon in free time.
h. Monitoring loading of coal during transit by Road from colliery to siding, unloading
at siding and loading the coal from siding into rakes.
i. Providing security & measures to minimize handling loss during lifting from coal
mines, transportation from mines to siding and loading in to rakes.
j. Contractor shall regulate the loading of rakes as per the requirement, with out any
financial implications on GSECL.
---------------------------------------------------------------------------------------------------------------------
Tender WCL Transport 2011-12.docx 13 of 31
2.4 SERVICE CHARGES:
2.4.1 The Bidder shall quote their minimum charges in Rs./MT for total scope of work, for
lifting of coal from colliery, transportation from colliery to siding and loading of coal in
to coal rakes from siding etc. in the specified in Price Bid Format at Annexure-III. The
quoted charges shall be inclusive of all the costs, taxes, duties and levies except Service
Tax, which shall be indicated separately as per Price Schedule Format (Annexure-III) and
shall be paid against the submission of proof of having paid the same (Service Tax). No
extra charges are payable over the accepted rates.
2.4.2 Statutory Variation: Statutory variation (increase or decrease) on account of the Service
Tax shall be allowed as applicable during the contractual period with documentary
evidence. Service tax shall be paid on submission of supporting documents having paid
the same.
2.4.3 Service charges shall include all colliery expenses, manpower, handling of coal/stocking,
shifting, weighment rail, sidingcharge etc. as applicable.
2.4.4 The service charge per ton is fixed and is not subject to any adjustment except for Service
Tax (statutory variation as per clause 2.4.2 above).
2.4.5 The service charge (inclusive of Service Tax) per ton paid by Purchaser as per scope of
work under the Agreement includes all sums to be borne by Contractor for all taxes of
every nature, which are assessed or may be assessed as a result of handling and
transportation of coal pursuant to the Agreement. Contractor’s acceptance of the amounts
paid by Purchaser for coal delivered under the Agreement shall constitute full and final
settlement of any and all claims by Contractor for costs or expenses (including, without
limitation, taxes, fees, governmental impositions, assessments, premiums, and penalties)
incurred or paid by Contractor, either while the Agreement is in effect or at any time in
the future, with respect to the handling and transportation of coal pursuant to the
Agreement. Contractor agrees to defend, indemnify, and hold Purchaser harmless from
and against any claim or liability for any such taxes, fees, governmental impositions,
assessments, premiums, or penalties.
2.5 PAYMENT TERMS:
2.5.1 70% Payment:
Contractor shall raise manually signed Invoices rake wise for 100% value of the Charges
as per the Contract (in Rs. per Mt) and for the quantity lifted from WCL Colliery and
transported to siding and loaded in to coal rakes from siding. After completion of the
entire lot quantity to be lifted from colliery as advised, as per the joint reconciliation of
quantity as per bill raised by WCL allowing the lifting and transportation loss of 0.5%
and RR Quantity of the coal dispatched from siding, will be released within 7 days from
the receipt the Invoice. Payment Voucher prepared and audited by the Site Office for
---------------------------------------------------------------------------------------------------------------------
Tender WCL Transport 2011-12.docx 14 of 31
70% of the Invoice Value will be sent to CE (Fuel), GSECL, Vadodara and the payment
will be released by cheques from GSECL, Vadodara.
2.5.2 Balance 30% Payment:
The Balance 30% payment after deduction of penalties for quantity and any other
recoveries as per provisions of the Contract will be released from the Corporate Office at
Vadodara by cheques within 15 days from the date of signing of Joint Reconciliation
Statement for the quantity lifted from WCL colliery as per billed quantity by WCL
allowing the lifting and transportation loss of 0.5% and RR quantity of the coal
dispatched from siding after completion of the entire total quantity to be lifted from
colliery/mines of WCL as advised by GSECL.
2.6 DETERMINATION OF QUANTITY:
2.6.1 Quantity: The Contractor shall lift the coal from WCL colliery, transport from colliery to
siding and loading the entire quantity of coal from siding with allowing the lifting and
transportation loss of 0.5%. The Contractor shall be paid their charges for the quantity as
per RR Quantity of coal loaded from siding into the coal rakes.
Any shortage in quantity lifted from WCL colliery (as per WCL bill) allowing the lifting
and transportation loss of 0.5% and total RR quantity as per coal quantity loaded from
siding, recovered from the Contractor at 1.5 times i.e., 1.5 times the cost of Coal lifted
from WCL colliery/mines.
The penalty of Rs.500/- PMT for non-lifting charges/delay beyond stipulated time period
of one month, as charged by WCL, will be recovered from your bills.
2.7 METHODOLOGY FOR DETERMINATION OF QUANTITY:
2.7.1 The quantity lifted by contractor from WCL colliery and the quantity billed by WCL
allowing the lifting and transportation loss of 0.5% and RR Quantity shall be considered
for the payment.
2.7.2 The Contractor shall have to work in full co-ordination with Loading Supervision
Contractors of GSECL for loading & dispatch of coal rakes from siding. The details of
LS contractors will be intimated later on along with LOI or with the order.
2.8 ADJUSTMENTS FOR QUANTITY:
Adjustment for quantity is to be done on completion of total quantity allocated from each
colliery/mine of WCL from where coal has been allocated to GSECL.
2.9 Execution:
The whole contract is to be executed to the entire satisfaction of the Purchaser/ GSECL.
2.10 Contractor’s responsibility:
---------------------------------------------------------------------------------------------------------------------
Tender WCL Transport 2011-12.docx 15 of 31
The Contractor shall be solely responsible for the execution of the contract in all respect
in accordance with the conditions of the contract.
2.11 Security-cum-Performance Bank Guarantee:
On acceptance of the bid, the contractor shall furnish a Security-cum-Performance Bank
Guarantee in the proforma of GSECL (as per Annexure-V) from any Nationalized Banks
including Public Sector Bank (IDBI Bank Ltd.), Private Sector Banks (AXIS Bank /ICICI
Bank/ HDFC Bank) within 3 (Three) days from the date of LOI, by the contractor for an
amount equivalent to the total value of coal cost (i.e. Rs.1500/- PMT) of the ordered
quantity of coal to be lifted & transported by contractor from WCL mines by GSECL
(i.e., approx. Rs.15.0 Crores, if allotted quantity is 1.00 Lakh MT). The Security-cum-
Performance Bank Guarantee shall remain in full force and effective during the period
that would be taken for satisfactory performance and fulfillment in all respect of the
contract and shall continue to be enforceable for 60 days after the date of loading of last
rake from siding.
The Security-cum-Performance Bank Guarantee and/or any amendment there to shall be
executed on a stamped paper of requisite money value in accordance with the Bombay
Stamp Act as applicable to Gujarat.
In addition to the Security Deposit as above, the successful Contractor shall have to
submit an Indemnity Bond for the amount of total quantity of Coal to be lifted from WCL
as order quantity as advised by GSECL as per GSECL's proforma on the Stamp Paper of
the requisite amount.
2.12 CONTRACTOR’S FAILURE TO PERFORM:
Subject to the conditions of Force Majeure as per clause 2.13 below, failure to perform
shall cover, but will not be limited to any act prejudicing interest of GSECL for smooth
and uninterrupted lifting of coal from WCL colliery, transportation up to siding and
loading of coal from siding.
In case the Contractor fails to effect the deliveries without prior written consent of
Purchaser or due to conditions other than Force Majeure, Purchaser has the right to
procure and transport the quantity of the product so defaulted at the Contractor’s risk and
cost in all respect. In such an event the Contractor shall reimburse any differential costs
incurred by Purchaser over and above the value originally contracted by Purchaser with
the Contractor plus 15% of the new contract value (towards administrative charges)
within 30 days after the date Purchaser notifies the Contractor of such differential costs
arising out of performance of the handling services by other parties. Purchaser will also
have the right to deduct such differential costs in part or full from any payments due to
the Contractor.
2.13 FORCE MAJEURE:
If, at any time during the continuance of this contract, the performance in whole or in part
by either party of any obligation under this contract shall be prevented or delayed by
reason of any war, hostility, act of the public enemy, civil commotion, sabotage fires,
floods, explosion, epidemics, quarantine restrictions, strikes lockouts or acts of God
(hereinafter referred to as “event”), then provided notice of the happening of any such
---------------------------------------------------------------------------------------------------------------------
Tender WCL Transport 2011-12.docx 16 of 31
event is given by either party to the other within twenty one days from the date of
occurrence there of neither party shall by reason of such event be entitled to terminate
this contract nor shall either party shall have any claim for damages against the other in
respect of such non-performance or delay in performance, and deliveries under the
contract shall be resumed as soon as practicable after such event has come to end or
ceased to exist, and the decision of the Chairperson, GSECL as to whether the deliveries
have been so resumed or not shall be final and conclusive.
Provided further that if the performance in whole or part of any obligation under this
contract is prevented or delayed by reasons of any such event for a period exceeding 60
days, either party may at its option terminate the contract provided also that if the
contract is terminated under this clause, the Purchaser shall be at liberty to take over from
the Seller at a price to be fixed by the Chairperson, GSECL, which shall be final, all
acceptable material in possession of the Seller or supplied by the Seller at the time of
such termination or such portion thereof as the Purchaser may deem fit excepting such
materials, as the Seller may with concurrence of the Purchaser elect to retain.
2.14 Termination/ Cancellation: Purchaser reserves the right to cancel the contract in full or
part by written notice of one month if the performance is not satisfactory in accordance
with the contract/ order in opinion of GSECL or the contract is found uneconomical to
GSECL. GSECL also reserves the right to terminate/ cancel the order by giving one
month written notice without assigning any reason thereof.
2.15 Arbitration:
2.15.1 Except as otherwise provided in the Contract Agreement, if any dispute or difference of
any kind whatsoever (a “Dispute”) shall arise between the Purchaser and the Contractor
in connection with, or arising out of, or relating to the Contract Agreement or the breach,
termination or validity hereof, the Purchaser and the Contractor shall attempt in good
faith, for a period of thirty (30) days after the receipt by one party of a notice from the
other Party of the existence of the Dispute, to settle such Dispute in the first instance by
mutual discussions between the Parties.
2.15.2 If the Dispute cannot be settled within thirty (30) days by mutual discussions as
contemplated by clause no. 2.15.1, the Dispute shall finally be settled by arbitration in
terms of the provisions of the Arbitration and Conciliation Act, 1996 or any statutory
modification or reenactment thereof.
2.15.3 The language of the arbitration shall be English, and the place of arbitration including for
holding of any and every proceeding shall be Vadodara, Gujarat, India.
2.15.4 There shall be three arbitrators. Each Party shall select one arbitrator within 30 days after
giving or receiving the demand for arbitration. Such arbitrators shall be freely selected,
and the Parties shall not be limited in their selection to any prescribed list. The two
arbitrators selected by the Parties shall select the third arbitrator. If a Party does not
appoint an arbitrator who has consented to participate within 30 days after the selection
of the first arbitrator, the relevant appointment shall be made by under Indian Arbitration
and Conciliation Act.
---------------------------------------------------------------------------------------------------------------------
Tender WCL Transport 2011-12.docx 17 of 31
2.15.5 The award rendered shall be in writing and shall set forth in reasonable detail the facts of
the Dispute and the reasons for the arbitrators’ decision.
2.15.6 The award rendered in any arbitration commenced hereunder shall be final and binding
on the Parties.
2.15.7 Notwithstanding the above, during the pendency of any arbitration, the Parties shall
continue to perform their respective obligations hereunder.
2.15.8 The provisions of this Clause no. 2.15 shall survive the termination of the Contract
Agreement.
2.16 Jurisdiction:
All the questions, disputes or differences arising under out of or in connection with the
Tender/ Contract if concluded shall be subject to the exclusive jurisdiction of the court
under whose jurisdiction the place from which the tender/ Acceptance of tender is issued,
is situated i.e. Vadodara, Gujarat, India.
2.17 TRANSFER AND SUBLETTING:
The Contractor shall not sublet transfer, assign or otherwise part with the contract or any
part thereof to any third party either directly or indirectly.
2.18 ACCEPTANCE OF OFFER:
2.18.1 The Purchaser reserves the right to accept/ to reject the offer in part or in full without
assigning any reason thereof.
2.18 Purchaser reserves the right to place order on more than one bidder. Purchaser reserves
the right to distribute the order quantity and place the order to one bidder or more
than one bidder, as per the allocation of coal quantity from WCL considering the
offered quantity by the bidders.
2.19 REPEAT ORDER:
The purchaser reserves the right to place repeat order within six(6) months, for lifting and
transportation of coal quantity from WCL mines(if WCL allocates more coal quantity),
from date of Order, at the same rates and terms and conditions of the present tender.
2.20 ISSUES RELATED TO ENVIRONMENT AUTHORITIES / PUBLIC:
Issue related to environmental issues including public grievances (if any) shall be to the
responsibility of the Contractor.
2.21 INDEPENDENT CONTRACTOR:
The parties recognize and agree that Contractor is not an agent or employee of Purchaser
nor any affiliate of Purchaser and that Contractor is independent of any managerial or
other control or direction by Purchaser and is free to perform, by such means and in such
manner as Seller may choose, all work in pursuance of commitments hereunder.
---------------------------------------------------------------------------------------------------------------------
Tender WCL Transport 2011-12.docx 18 of 31
3.1 Colliery: The Gujarat State Electricity Corporation Ltd. intends for lifting of coal (which
is offered by WCL) from WCL mines by Road, transportation of about 5.40 Lakh Mt of
Coal from WCL coal from mines to siding by Road and loading of coal rakes from siding
from following WCL coal mines for its delivery to Thermal Power Stations of GSECL.
However, the actual coal quantity will be as per coal quantity allocation received from
WCL. The tentative coal quantity to be lifted and transported from coal mines from
where GSECL intends to lift the coal as shown below:
Area Mine/Source Grade/Size Approx. Quantity
(in MT)
Sasti OC E CRU ROM 100000 Ballarpur
Gouri CHP E CRU ROM 60000
Naigaon OC E CRU ROM 50000 Wani
Mungoli E CRU ROM 150000
Ukani OC E CRU ROM 100000
Pimpalgaon E CRU ROM 50000 Wani North
Ghonsa E CRU ROM 30000
Total: 540000
Bidder should offer minimum quantity of 40000 MT. In case of less allocation of coal
quantity from WCL, coal quantity will be allocated to bidders accordingly. However, the
Bidder may offer maximum quantity, which can be lifted from WCL and transportation
upto Railway siding for dispatch upto TPS of GSECL , by the bidder within the period of
30 days from issue of DO from WCL.
3.2 Weighment:
The quantity loaded from siding into the coal rakes from siding will be determined as per
RR quantity as per Railways.
3.2.1 Adjustment for quantity is to be done as per total quantity lifted from WCL
colliery/mines as per WCL bills allowing the lifting and transportation loss of 0.5% and
total RR quantity of the coal rakes loaded from siding for dispatch to GSECL TPS. The
above-mentioned quantity would be final and binding for the purpose of payment and
application of penalty as specified in the tender.
3.3 Penalties:
3.3.1 Penalty for any shortage in quantity of coal lifted from WCL colliery (as per WCL bill)
allowing the lifting and transportation loss of 0.5% and RR Quantity of coal loaded into
SECTION III: TECHNICAL SPECIFICATION,
AND PENALTIES
---------------------------------------------------------------------------------------------------------------------
Tender WCL Transport 2011-12.docx 19 of 31
coal rakes from siding for dispatch to GSECL TPS, will be recovered from the Contractor
at 1.5 times the Coal Cost, as follows:
Penalty (Rs./Mt) = 1.5 x Coal Cost
3.3.2 The penalty of Rs.500/- PMT, for non-lifting charges/delay beyond stipulated time period
of one month from date of issue of DO, will be recovered from your bills.
3.3.3 Penalty for grade slippage:
The assessment of quality of coal shall be measured jointly, at loading end (i.e., mines of
WCL) and at respective TPS Laboratory of GSECL. The TPS analysis results should
confirm to the results at loading end results. The assessment of coal quality both the
loading end and unloading ends i.e., at GSECL TPS will be carried out by Independent
Agency. In case of grade slippage, if any, measured at TPS Laboratory, the difference in
the cost of coal applicable as per WCL will be recovered from the contractor. The bidder
may depute his representative for witnessing the sampling and analysis of coal at TPS
Laboratory.
3.3.4 Penalty for Lumpy Coal:
Bidder should not transport and dispatch coal to TPS having size more than 250 mm. The
coal dispatch should also be free from stones. However, if the lumpy coal (more than 250
mm size) than the service charge for lifting and transportation for the same will be
deducted from your bills.
Further, service charges of lifting and transportation for the total quantity of stones
received at TPS will also be deducted from your bills.
3.4 The penalties as per clause no. 3.3.1 to 3.3.4 above are applicable for the entire quantity of
coal to be lifted.
3.5 Total amount Payable: Contractor shall raise rake-wise invoices for 100% value of the
charges as per scope of work including colliery expense, Loading charges from
colliery/mines, Transportation charges from mines to siding and loading charges from
siding into coal rakes as per the Contract (in Rs./Mt) and for entire lot quantity from WCL
Mines. After completion of total allocated quantity from each designated WCL
Colliery/mines, the final charges payable will be worked out and Joint Reconciliation
Statement will be signed for the quantity lifted from colliery as per WCL bills allowing the
lifting and transportation loss of 0.5% and total RR quantity loaded from siding, and after
recovery of the penalties applicable as per clause no. 3.3.1 to 3.3.4 any other penalties
applicable as per terms of the Contract. A Joint Reconciliation Statement for the working of
final charges payable for the entire quantity of coal to be lifted from WCL colliery/mines
will be signed by the Contractor and Purchaser.
---------------------------------------------------------------------------------------------------------------------
Tender WCL Transport 2011-12.docx 20 of 31
1.0 The contractor, before starting the work, shall have arrange for necessary approval from
WCL Authority as required e.g. list trucks/tipping trucks/payloaders/equipments,
proposed to be deployed for the work, with the related papers of registration, fitness
certificate, permits, licenses, Insurance, driving licenses etc. for inspection. No tipping
trucks/ trucks/ payloaders/ equipments shall be deployed for the work without the
approval.
2.0 The contractor shall deploy adequate number of tipping trucks/ equipments for the
satisfactory execution of the work.
3.1 Only tipping trucks with mechanical unloading arrangements shall be deployed by the
contractor and in no case "Dala" trucks shall be deployed or permitted to be deployed for
the work of coal transportation. Only tipping trucks in good and safe condition having
valid fitness certificate permits/ licences etc. and in respect of which the required taxes/
fees have been deposited and which are properly covered by insurance, shall be deployed
for the work.
The Purchaser shall have the right to inspect or arrange inspection of the vehicles/
equipments deployed by the contractor for the work at any time and declare any vehicle/
equipment unsafe and ask for its immediate withdrawal from the site/ operation. The
contractor shall ensure prompt/ immediate compliance of the same.
3.2 The contractor shall at his own cost, arrange for regular checking/ maintenance/ repair of
the tipping trucks/ equipment and keep them in good and safe conditions at all times.
Proper records of such checking/ maintenance/ repair shall be maintained in a Log Book
kept on the vehicle for the purpose, which shall be readily available for inspection
whenever required.
3.3 Only experienced, skilled and disciplined drivers of sound health, good behavior and
antecedents having valid and requisite driving license shall be deployed by the contractor
for driving the tipping trucks/trucks/ pay loaders/equipments deployed for the work.
In no case any un-authorised driving of the tipping trucks or operation of payloaders/
equipments shall be permitted by the contractor.
3.4 The tare-weight, gross weight, maximum carrying capacity of the truck and the
dimensions of the body of the truck shall be clearly indicated on the body of each tipping
trucks deployed for the work and maintained in good legible condition, at all times.
3.5 No addition or alteration to the size of the body or any such truck shall be carried out,
without prior approval of the WCL Authority. The trucks shall be loaded only upto the
maximum carrying capacity and shall not be overloaded under any circumstances.
4.0 No manual workers shall be engaged by the contractor for loading/ unloading of the
trucks or loading of wagons, under any circumstances whatsoever.
5.0 The contractor shall bring/ take back and arrange for the transportation of the trucks/
equipments/men and materials required for the work at his own cost.
6.0 Contractor's trucks should ply only on specified routes/ roads. In case, plying of the
trucks on any other route/ road become necessary, due to any reason, prior approval for
the same shall be taken by the contractor from the WCL Authriryt. In case of violation of
SECTION IV: SPECIAL TERMS & CONDITIONS FOR TRANSPORT CONTRACT
---------------------------------------------------------------------------------------------------------------------
Tender WCL Transport 2011-12.docx 21 of 31
this provision penalty may be imposed on the contractor and/ or the contract may be
terminated.
7.0 The work shall be executed round the clock on all the days of week as directed by the
WCL Authority and the contractor shall be obliged to comply with the same.
8.0 The contractor shall at his own cost arrange for all materials, stores, spares, tools, tackles
etc. and maintenance/ repairs of the tipping trucks/ pay loaders/ equipments required/
deployed for the work. The purchaser shall have no liability whatsoever on this account.
10.0 The contractor shall maintain proper records in English/ Hindi of the trucks/ equipments/
persons, etc. deployed for the work, work done, daily attendance of the employees,
payment to the employees etc. and the Purchaser shall have the right of access to and
inspection of these records or to call for any or all these records or ask the contractor to
submit such reports as it considers necessary and the contractor shall be bound to comply
with such instructions.
11.0 The purchaser shall have no responsibility/ liability whatsoever for any accident/ damage
to the contractor's vehicle/ equipments in transit or while engaged in the work.
12.0 The contractor shall familiarize himself and fully comply with the provisions of all the
Acts/ Rules/Regulations/ Bye-laws and orders of the Local authority/ Municipality/State
Govt./Central Govt. applicable to the worker. Mines Act, Payment of Wages Act, Motor
Vehicle Act, Workmen's Compensation Act, etc. and shall be fully responsible and liable
for due observance of the same. The purchaser shall have no responsibility/ liability
whatsoever on these accounts, and the contractor shall fully indemnify the Purchaser
against any claim/ dispute/ reference Award, etc. arising out of the same.
13.0 If the Purchaser suffers any loss on account of suspension of production or idleness of its
equipments/ employees or on any other account or damage to its property, due to any
failure on the part of the contractor or due to any act of omissions or commission on the
part of his representative/ employees or from the trucks/ equipments of the contractor, the
value of the same as assessed by the Purchaser, be recovered from the contractor's bill/
security deposit. The decision of the purchaser in this regard shall be final and binding on
the contractor.
14.0 The Contractor shall post adequate number of competent, experienced, skilled and
disciplined persons having good antecedents for satisfactory execution of the work.
15.0 The contractor shall issue an identity card/ employment card to each employee with
photograph duly attested by him which the employee shall always carry with him, while
on work and produce for inspection whenever required by WCL Rules and regulations.
16.0 The contractor shall not engage any person of less than 18 years of age or females during
night hours as required by relevant law.
17.0 The contractor shall pay to his employees salary and wages as per Law of the Land
applicable to the workmen where he is working under this contract.
18.0 The contractor shall make payment to his employees at the place(s) specified by the
General Manager/Project Officer and in the presence of Purchaser's representative
authorized by General Manager/Project Officer who shall duly witness all payments by
the contractor to his employees. For this purpose the contractor shall notify to the General
Manager/ Project Officer the wage period (s) day/ date and time of payment.
19.0 The contractor shall prepare the wages sheet for his employees in duplicate, a copy of
which shall be regularly submitted to the Purchaser.
20.0 The contractor shall make timely payment of all salary/ wages/ dues to his employees and
shall also provide all benefits to his employees as per various Acts/Rules, Regulations,
---------------------------------------------------------------------------------------------------------------------
Tender WCL Transport 2011-12.docx 22 of 31
Orders applicable to the work e.g. bonus under Coal Mines Bonus Scheme and Payment
of Bonus Act. Sunday Wages, Overtime, Holiday Wages, Leave Wages, Sick Leave etc.
21.0 The contractor shall also comply with the provisions of the Coal Mines Provident Fund
Scheme and regularly deposit the contributions in accordance with the same. The
Purchaser shall have no liability whatsoever in this regard.
22.0 The responsibility of the contractor in respect of all payments to his employees will be
complete and absolute. The Purchaser shall have no liability whatsoever in this regard
and shall be fully indemnified by the Contractor against any claim arising out of any non-
payment/ short- payment/ dispute/ award.
23.0 In case any accident occurs or any injury is caused to any employee of the Purchaser by
the vehicles/equipments of the contractors or by any act of omission/ commission on the
part of the contractor's representative/ employees, the compensation for the same, as
provided in law or as assessed by the purchaser shall be recovered from the contractor
along with the costs and expenses incurred by the purchaser on the same.
24.0 The contractor shall provide foot-wears, helmets and other protective equipments, to his
employees as provided in the law, at his own cost. In case of failure on the part of the
contractor to provide these Protective equipments, the purchaser may provide the same to
the employees at the cost of the contractor.
---------------------------------------------------------------------------------------------------------------------
Tender WCL Transport 2011-12.docx 23 of 31
ANNEXURE- I: TECHNICAL BID FORMAT
Tender No. GSECL/Fuel/WCL Coal/Transportation/2011-12
(This shall form the part of Technical Bid)
Bidder’s Details:
1. Offer Ref. No. & date:
2. Name of the Bidder/ Bidders (in
case of JV/Consortium):
3. Name and Designation of the
person signing this bid:
4. Full Postal Address:
Telephone No. / Fax No.
E-mail:
(Contact in India for foreign
Company)
5. Details of Tender Fee:
DD No. & date, Issuing Bank
6. Details of EMD:
DD No., date, Issuing Bank OR
BG No. no., date, valid upto,
Issuing Bank
Details of net worth and profit/loss
FY 2008-09 FY 2009-10 FY 2010-11
Net Worth
7.
Profit/ Loss of the year
8. Validity of the Bid:
9. Tender Specification downloaded
from GSECL’s Website shall be
submitted duly signed and sealed
on each page by the Bidder in
confirmation to the acceptance of
the terms and conditions of the
tender (subject to deviations, if
any, mentioned in Annexure-II)
To be attached
10. List of Enclosures (other than the
documents as listed below)
11. Details of experience of
execution of similar job i.e.,
carried out lifting and
transportation of coal and loading
of coal into the wagons from
---------------------------------------------------------------------------------------------------------------------
Tender WCL Transport 2011-12.docx 24 of 31
siding
12. Name of the Railway Siding from
where the Bidder shall load the
coal in case of placement of order
13. Having examined the above
specifications, we hereby offer to
undertake Lifting & transportation
of coal quantity from WCL as per
tender specifications
Quantity offered:
Signature:
Designation:
Name of the Firm:
Address of the Firm:
Seal of Firm:
---------------------------------------------------------------------------------------------------------------------
Tender WCL Transport 2011-12.docx 25 of 31
ANNEXURE-II: SCHEDULE OF DEVIATIONS
Tender No. GSECL/Fuel/WCL Coal/Transportation/2011-12
(This shall form the part of Technical Bid)
Deviation, if any, taken by the Bidder shall be brought out specifically in this schedule.
However, Bidder shall not indicate any details of prices in this Schedule of Deviation. Except
the deviations brought out in this Schedule, all other terms and conditions of the Tender will
be considered acceptable to the Bidder.
Clause No. Deviation Taken
Signature:
Designation:
Name of the Firm:
Address of the Firm:
Seal of Firm:
---------------------------------------------------------------------------------------------------------------------
Tender WCL Transport 2011-12.docx 26 of 31
ANNEXURE - III: PRICE BID FORMAT Tender No. GSECL/Fuel/WCL Coal/Transportation/2011-12
(This shall form the part of Price Bid)
As per scope of work for Lifting of coal by Road from WCL mines and Transportation of Coal
from WCL mines to siding by Road mode, siding charges and loading of coal rakes from siding
for dispatch to Thermal Power Stations of GSECL for different colliery (in Rs./Mt. )
Sr.
No.
Description Quantity
(in MT)
Rate
(in Rs/MT)
Total
Charges
(Rs.)
1. As per scope of work including Colliery
Expenses, Loading charges from
Collier/mines, Transportation charges
from Colliery/mines to siding, Siding
charges (including handling of
coal/stocking, shifting, weighment and
man power etc.) & Loading charges
from siding to coal Rakes including all
taxes and duties
2. Service Tax (Applicable rate ______%)
3. Total Cost:
Notes:
1. The rates quoted are inclusive of all taxes, duties, levies etc. except service tax.
2. The quoted rates are on firm price basis without any escalation during the
contractual period.
3. The Service Tax applicable at that time of execution shall be payable against
submission of documentary proof of having paid the same.
4. Statutory variation of service tax shall be applicable during contractual period
against submission of the documentary evidence.
5. The rates quoted above covers all the costs of relevant operations/ works
mentioned in the tender specification.
Signature:
Designation:
Name of the Firm:
Address of the Firm: Seal of Firm:
---------------------------------------------------------------------------------------------------------------------
Tender WCL Transport 2011-12.docx 27 of 31
ANNEXURE-III(A): SCHEDULE OF EXPERIENCE Tender No. GSECL/Fuel/WCL Coal/Transportation/2011-12
(This shall form the part of Technical Bid)
Sr.
No.
F.Y. Name & address of
the Customer
Work order
No. & Date
Qty. of Coal Lifted &
transported
1.
2009-10 1.
2.
3.
4.
2.
2010-11 1.
2.
3.
4.
Signature:
Designation:
Name of the Firm:
Address of the Firm:
Seal of Firm:
---------------------------------------------------------------------------------------------------------------------
Tender WCL Transport 2011-12.docx 28 of 31
ANNEXURE-IV:
BID GUARANTEE FORM FOR EMD. (BANK GUARANTEE ON NON-JUDICIAL STAMP PAPER OF Rs.100/-)
FOR TENDER NO._______________________________________________
WHEREAS Messer’s -----------------------------------------------------------------Name & 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 ------------------(Consultancy) of ------------------------------------------------ (Name work) for ---------------Gujarat State Electricity Corporation Ltd. (hereinafter called the “Beneficiary”) and WHEREAS a Bank Guarantee for ---------------------------- (Amount of E.M.D) valid till------------------------(mention here date of validity of this guarantee which will be 3 months beyond initial validity of Tenderer’s offer), is required to be submitted towards the Earnest Money Deposit 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 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 not exceeding Rs.------------------(amount of E.M.D.) (Rupees-------------------------------) to the said Gujarat State Electricity Corporation Ltd. 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 tender or a part thereof has been accepted by the Gujarat State Electricity Corporation Ltd. 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 incase 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 up to and inclusive of ---------------------------------(mention here the date of validity of Bank Guarantee) and shall not be terminated by notice or by 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 alternations made, given, conceded with or without our knowledge or consent by or between the tenderer and the Gujarat State Electricity Corporation Ltd.
NOTWITHSTANDING anything contained hereinbefore our liability under this guarantee is restricted to Rs.------------------------------------------------------------(amount of E.M.D.)(Rupees----------------------------------------------------)(In words). Our Guarantee shall remain in force till--------------------------------------------------- (date of validity of the Guarantee). Place: Signature of the Bank’s Authorized Date: Signatory with official seal
---------------------------------------------------------------------------------------------------------------------
Tender WCL Transport 2011-12.docx 29 of 31
ANNEXURE - V:
FORMAT FOR SECURITY-CUM-PERFORMANCE
BANK GUARANTEE
(On Stamp Paper of Rs. 100/-)
The 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 and not exceeding Rs.
______________ (Rupees _____________________________________________) to the said
Gujarat State Electricity Corporation Ltd. on behalf of M/s._____________________________
_________________________________ who have entered into a contract for the works
specified below:
Order No. __________________________________ dated ________.
This agreement shall be valid and binding on this Bank upto and inclusive of
__________________ (validity date) and shall not be terminable by notice or by change in the
constitution of the Bank or the firm of Seller or by any other reasons whatsoever and our liability
hereunder shall not be impaired or discharged by any extension of time or variations or alteration
made, given, conceded or agreed, with or without our knowledge or consent, by or between
parties to the said within written contract.
“NOTWTHSTANDING” anything contained herein before our liability under this guarantee is
restricted to Rs. _____________ ((in words) _______________________________________).
Our guarantee shall remain in force until _______________ (validity date).
Place:
Date: Signed and Seal of Bank: ______________
Address of the Bank:
---------------------------------------------------------------------------------------------------------------------
Tender WCL Transport 2011-12.docx 30 of 31
ANNEXURE-VI: CONTRACT AGREEMENT
This agreement is made at Vadodara on the ________________ day of _______________ in the
Christian year Two thousand ______ between __________________________ (herein after
referred to as “THE CONTRACTOR” which expression shall unless excluded by or repugnant to
the contract include its successors or permitted assigns) of the one part and the Gujarat State
Electricity Corporation Limited having their Corporate Office, Vidyut Bhavan, Race Course,
Vadodara-390 007 (hereinafter called “The GSECL which expression shall unless excluded by or
repugnant to the context include its successors or assigns) of the other part.
WHEREAS the aforesaid GSECL has accepted the tender of the aforesaid contractors for
___________________________________________________________________ as per
GSECL Order No. __________________________________________ hereinafter called “The
Works” and more particularly described enumerated or referred to in the specification, terms and
conditions prescribed in the Order letter, covering letter and other letters and schedule of price
which for the purpose of identification have been signed by Shri _________________________
on behalf of the Contractors and by ___________________________ on behalf of the GSECL a
list whereof is made out in the Schedule hereunder written and all of which said documents are
deemed to form part of this contract and included in the expression “The Works” wherever
herein used, upon the terms and subject to the conditions hereinafter mentioned.
AND WHEREAS THE GSECL has accepted the tender of the contractors for the construction of
the said works for the sum of Rs. ________________ (Rupees___________________________
_________________________________________ ) upon the terms and subject to the conditions
herein mentioned.
NOW THIS AGREEMENT WITNESSES AND IT IS HEREBY AGREED AND DECLARED
THAT:-
1. The contractors shall do and perform all works and things in this contract
mentioned and described or which are implied therein or there from respectively
or area reasonably necessary for the completion of the works and mentioned and
at the times, in the manner and subject to the terms conditions and stipulations
contained in this contract and in consideration of the due provision, executions,
construction and completion of the works agreed to by the contractors as aforesaid
the GSECL doth_hereby covenant with the contractor to pay all the sums of
money as and when they become due and payable to the contractors under the
provisions of the contract. Such payments to be made at such times and in such
manner as are provided by the contract.
2. The conditions and covenants stipulated herein before in this contract are subject
to and without prejudice to the rights of the GSECL to enforce penalty for delays
and / or any other rights whatsoever including the right to reject and cancel on
default or breach by the contractors of the conditions and the covenants as
stipulated in the general conditions, specifications, forms or tender schedule
drawing etc., attached with GSECL’s Order No.___________________________
________________________________ .
---------------------------------------------------------------------------------------------------------------------
Tender WCL Transport 2011-12.docx 31 of 31
The contract value extent of supply delivery dates specifications and other relevant matters may
be altered by mutual agreement and if so altered shall not be deemed or construed to mean or
apply to effect or after other terms and conditions of the contract and the general conditions and
the contract so altered or revised shall be and shall always be deemed to have been subject to and
without prejudice to said stipulation.
SCHEDULE
List of documents forming part of the contract.
1.
2.
3.
4.
5.
6.
7.
8.
In witness whereof the parties here to have set their hands and seals this day and month year first
above written.
1. Signed, Sealed and delivered by :
(Signature with Name, Designation & Official Seal)
for and on behalf of M/s. ______________________
In the presence of Name, Full Address & Signature:
i) ___________________________________________
ii) ___________________________________________
2. Signed, Sealed and Delivered by:
(Signature with Name, Designation & Official Seal)
for and on behalf of GSECL
In the presence of name, full address & Signature:
i) ___________________________________________
ii) ___________________________________________