Upload
others
View
0
Download
0
Embed Size (px)
Citation preview
G U J J A AR A AT E N E R G GY T TR RA N N S SM MI S SS SI IO N N C CO R RP O R RA A T TI O ON L LT TD . DI IV VI IS SI IO ON N O OF FF FI IC CE E ( (T TR R) ), , K KH HE ER RA AL LU U D
O O p pp p. G I D C C , , V a ad d n na ag ga r R Ro a d , 2 22 20 0K KV S / S C C o m p po u n d , , Em ma ai il l: : e ee et tr r k kh h e er ra al l u u. .g ge et t c co o@ @g ge eb b m ma ai il l . .c co om m E
Ph h. .N N o o. .0 02 27 76 61 1- -2 23 31 14 48 80 0 F FA AX X: : 0 02 27 76 61 1- -2 23 31 14 48 81 1 P
Technical – Bid for Tender No: KRL 23-12
Name of Supply: Supply of ISI Standard makes Various Type of Relay for vari ous S/S
under Kheralu TR Di vision.
Tender issued to:
M/s. ____________________________
____________________________
____________________________
Tender fee Rs:__________ Vide DD No. __________ Dt _________ Name Bank:__________________
EMD FEE Rs.____________Vide DD No. __________ Dt _________ Name Bank:__________________
Sealed Percentage Rate tenders are invited in Two Separate Sealed Covers Super scribed technical bid and
price bid from Registered Contractors in appropriate class with GETCO/Central/State Government/
Railway/Semi. Govt. and who has executed similar civil works successfully as mentioned in Qualification
requirement criteria given in the tender document.
Tenderer should download the tender documents from this Website and submit the same as per
instr uctions therein only by RPAD/Speed post.
Estimated cost Rs. 490917.00
Earnest money (1 % of the Tender value) Rs.4910.00
Security Deposit 5 % of the tender value (50 % by D.D. + 50 % by R.A. Bill)
Last date for receipt of tender up to 14:00 Hrs. on Dt:07.12..2012
Date of opening the tender (If possible) at 15:00 Hrs on 07.12.2012
Validity of tender: 180 Days from the date of opening of Technical Bid
Type of tender Percentage rate
Price of Tender (Non refundable) Rs.500.00
Ti me Limit 1 Months
1
G U J J A AR A AT E N E R G GY T TR RA N N S SM MI S SS SI IO N N C CO R RP O R RA A T TI O ON L LT TD . DI IV VI IS SI IO ON N O OF FF FI IC CE E ( (T TR R) ), , K KH HE ER RA AL LU U D
O O p pp p. G I D C C , , V a ad d n na ag ga r R Ro a d , 2 22 20 0K KV S / S C C o m p po u n d , , Em ma ai il l: : e ee et tr r k kh h e er ra al l u u. .g ge et t c co o@ @g ge eb b m ma ai il l . .c co om m E
Ph h. .N N o o. .0 02 27 76 61 1- -2 23 31 14 48 80 0 F FA AX X: : 0 02 27 76 61 1- -2 23 31 14 48 81 1 P
Bidders are requested to remain i n touch with our Web site for Extension in date Corrigendum etc.
for the above tenders till opening of technical bid.
No tender shall be accepted / opened in case of receipt after due date and time of tender, irrespective
of delay due to postal services or any other reasons and the Corporation shall not assume any
responsibility for late receipt of tender.
The tenders are to be submi tted by the i ntending bidder s with forwarding letter on their letter head
showing list of documents attached with the tender duly signed by Authorized person of their firm,
affixi ng stamp of their firm in single envelop with two separate sealed and super scribed envelopes as
listed below:
Envelope No.1: Technical bid and Post Qualification bid data, details specification.
Envelope No.2: Price Bid.
Technical and Post Qualification bid details specification (Envelope No.1) will be opened first and subject
to eval uation based on the qualification criteria contained in the individual bid document.
Price bi ds (Envelope No.2) of bidders who are assessed and declared as substantially techni cally
responsive on evaluation of the technical bid will be opened for further commercial evaluation.
The Earnest Money Deposit and tender fee will be accepted by Demand Draft on any Nationalized Bank
only situated at � heralu� , drawn in favor of � ujarat Energy Tr ansmission Corporation Ltd.� Tender
wi thout EMD and Tender fee shall be rejected. Two separate demand draft for Tender fee and EMD
should be submitted with technical bid.
The Corporation reserves the rights to reject any or all tenders or accept any tender without assigning
any reason thereof.
The GETCO reserves the right to award the work to one or more bidders, considering their technical and
financial capacity OR to reject any or all tenders or accept any tender without assigning any reason
thereof.
Ex. Engr. (TR)
GETCO Kheralu
Si gnature of the Contractor
(With rubber stamp & Date)
2
G U J J A AR A AT E N E R G GY T TR RA N N S SM MI S SS SI IO N N C CO R RP O R RA A T TI O ON L LT TD . DI IV VI IS SI IO ON N O OF FF FI IC CE E ( (T TR R) ), , K KH HE ER RA AL LU U D
O O p pp p. G I D C C , , V a ad d n na ag ga r R Ro a d , 2 22 20 0K KV S / S C C o m p po u n d , , Em ma ai il l: : e ee et tr r k kh h e er ra al l u u. .g ge et t c co o@ @g ge eb b m ma ai il l . .c co om m E
Ph h. .N N o o. .0 02 27 76 61 1- -2 23 31 14 48 80 0 F FA AX X: : 0 02 27 76 61 1- -2 23 31 14 48 81 1 P
NOTE:
(1) All the columns i n the schedule should be filled in ink.
(2) Rate quoted should include clearance of size (prior of commencement of work and after
completion of work) in all respects and hold good for working all condition or moisture
weather etc.
(3) The quantities given in Schedule B are approximate.
(4) Certain minor Changes may be incor porated dur ing construction and as result there may be
increase or decrees in the quantity in such as event if should noted that the contractor
should not charge any thing the will be paid on the basis of actual quantities executed &
no claim shall be entertained on account of variation whatsoever.
(5) The rate shall be quoted both in words and figures and as per units specified schedule ���� ����
if there be any discrepancy between the rate quoted in works fi gures Rate quoted in
words shall prevail.
(6) The Board will not supply free electricity for polishing tiles welding or for using any
electrical machinery for the work.
(7) The tendered can refer the foll owing booklets if not attached with this tender) In circle
office at Mehsana during office hour s and the some will be binding to the tendered.
(i) General specifications for civil works a
(ii) General rules and Directions for the gui dance of Contractor (applicable for
works contracts (Tender and contract for works booklet)
VALIDITY PERIOD:
The rate quoted by me/us will be valid up to six month is
I/we agree to abide by the above.
Si gnature of Contr actor
With Rubber stamp
3
G U J J A AR A AT E N E R G GY T TR RA N N S SM MI S SS SI IO N N C CO R RP O R RA A T TI O ON L LT TD . DI IV VI IS SI IO ON N O OF FF FI IC CE E ( (T TR R) ), , K KH HE ER RA AL LU U D
O O p pp p. G I D C C , , V a ad d n na ag ga r R Ro a d , 2 22 20 0K KV S / S C C o m p po u n d , , Em ma ai il l: : e ee et tr r k kh h e er ra al l u u. .g ge et t c co o@ @g ge eb b m ma ai il l . .c co om m E
Ph h. .N N o o. .0 02 27 76 61 1- -2 23 31 14 48 80 0 F FA AX X: : 0 02 27 76 61 1- -2 23 31 14 48 81 1 P
SPECIAL NOTES FOR PRE QUALIFICATION
The tender documents are for two separate bids i.e. Technical bid (i.e. qualifying bid) and Price bi d
(i.e. commercial bid). Following credentials shall be submitted with the technical bid dully attested
for qualification.
1. Registration: Bidder quoting for the bid shall have regi stration in appropriate class with
GETCO / Central / State Government / Rail way / Semi. Govt.
2. Experience: Contractor should produce evidence of having experience of 60 Loc/ Day in
executing similar nature & magnitude of jobs preferably photo copy of orders secured from
GETCO / Central / State Government / Rail way / Semi – Government and satisfactory
completion certificate from respective department.
3. Latest bank solvency certificate dul y showing date of validity from any schedule /
nationalized bank of a sum minimum 20 % of the estimated cost shown in the tender.
4. Separate P.F. Registration No. (Works) towards your firm registered with Regional P. F.
Commissioner & last paid P.F. challan copy
5. Income Tax No. with PAN card.
6. Ser vice Tax Registration No (ST-2 Certi ficate) must be submitted with Tender..
7. Details of EMD paid with MR No. & date or DD had drawn in favour of Gujarat ener gy
Transmission Corporation Ltd.
8. Contractor should produce audited copy of the Balance sheet with profit and loss account of
last three Years.
9. Attested copy of Power of Attorney, if any, for signing the bid documents.
10. Ter ms & condition & other relevant documents if required.
11. List of supervisory staff & skilled persons.
12. Partnership deed or power of attorney if not pr oprietary firm.
13. Sign. Of tenderer wi th rubber stamp must be required on all document wherever is
applicable.
Si gnature of the Contractor
(With rubber stamp & Date)
4
G U J J A AR A AT E N E R G GY T TR RA N N S SM MI S SS SI IO N N C CO R RP O R RA A T TI O ON L LT TD . DI IV VI IS SI IO ON N O OF FF FI IC CE E ( (T TR R) ), , K KH HE ER RA AL LU U D
O O p pp p. G I D C C , , V a ad d n na ag ga r R Ro a d , 2 22 20 0K KV S / S C C o m p po u n d , , Em ma ai il l: : e ee et tr r k kh h e er ra al l u u. .g ge et t c co o@ @g ge eb b m ma ai il l . .c co om m E
Ph h. .N N o o. .0 02 27 76 61 1- -2 23 31 14 48 80 0 F FA AX X: : 0 02 27 76 61 1- -2 23 31 14 48 81 1 P
PRICE BID
Following documents shall be required in price bid.
1. Schedule ‘B’ wi th terms & conditions duly quoted percentage rates along with all applicable taxes
& signed with rubber stamp. Rate should be quoted in figur es & words both compulsory.
N.B: Contractor should compulsory submitted all the documents in technical bid only, otherwi se
competent authorities are empower ed to reject technical bid. Price bid of r ejected technical bid
should not be opened please be noted seriously
The contractor will have to submit their offer in two bid [1] Technical bid & [2] Price bid.
They have to put price bid sealed cover in to the Technical bid sealed cover. Otherwise offer will
be rejected.
The technical bid shall be opened at 03:00 pm. if possible on due date. After scrutinizing of
the technical bid, if party fail to fulfill the above requirement for qualification. The price bids of
such parties will not be opened. The price bid of qualifying parties thereafter shall be opened on
the date and time communicated to qualified parties afterwards in the presence of parties.
The bid should be clearly subscribe with our reference number, due date and title of work.
The offer should be valid for acceptance for a minimum peri od of 6 month from the date of opening
of technical bid.
Ex. Engr. (TR)
GETCO, Kheralu
Si gnature of the Contractor
(With rubber stamp & Date)
5
G U J J A AR A AT E N E R G GY T TR RA N N S SM MI S SS SI IO N N C CO R RP O R RA A T TI O ON L LT TD . DI IV VI IS SI IO ON N O OF FF FI IC CE E ( (T TR R) ), , K KH HE ER RA AL LU U D
O O p pp p. G I D C C , , V a ad d n na ag ga r R Ro a d , 2 22 20 0K KV S / S C C o m p po u n d , , Em ma ai il l: : e ee et tr r k kh h e er ra al l u u. .g ge et t c co o@ @g ge eb b m ma ai il l . .c co om m E
Ph h. .N N o o. .0 02 27 76 61 1- -2 23 31 14 48 80 0 F FA AX X: : 0 02 27 76 61 1- -2 23 31 14 48 81 1 P
1.0 GENERAL TERMS AND CONDITTION
1.1 INVITATION OF TENDER:
The Ex. Engr. (TR), GETCO Kheralu. for and on behalf of "GUJARAT ENERGY TRANSMISSION
CORPORATION LTD", having its Corporate Office at Vidyut Bhavan, Race Course, Vadodara - 390
007, hereafter called the "GETCO" intends to invite Tender as detailed in this specification.
1.2 DEFINITION:
1. The "GETCO" shall mean the Gujarat Energy Transmission Corporation Ltd, Vadodara and
shall include their authorized representatives.
2. The ���� ontractor’’ shall mean the bidder, whose tender has been accepted by the GETCO for
award of the contr act and shall include his authorized representatives.
3. The "Engineer-in-Charge" shall mean the authorized officer of the GETCO to act as
Engineer-in-Charge to supervise the work for the purpose of the contract.
4. The "Specification" shall mean the tender forming a part of the contract along with
Performa, Schedules and Drawings.
5. The "Order���� shall mean the official letter issued by the GETCO, informing the bidder that
his tender has been accepted.
6. The ���� ontract���� shall mean the agreement to be entered into by the GETCO with the
contractor and shall include the commercial, technical and general conditions, schedules,
drawings and any other conditions specificall y agreed between the parties forming a part of
the contract.
7. The ���� ontract Value���� shall mean the total amount indicated in the contract agreement as per
order placed by the GETCO and calculated from the provisional quantities indicated in the
tender.
8. The "Completion Period" shall mean the period starti ng from the date of issue of
commencement given by executing authority and required to complete the work.
Si gnature of the Contractor
(With rubber stamp & Date)
6
G U J J A AR A AT E N E R G GY T TR RA N N S SM MI S SS SI IO N N C CO R RP O R RA A T TI O ON L LT TD . DI IV VI IS SI IO ON N O OF FF FI IC CE E ( (T TR R) ), , K KH HE ER RA AL LU U D
O O p pp p. G I D C C , , V a ad d n na ag ga r R Ro a d , 2 22 20 0K KV S / S C C o m p po u n d , , Em ma ai il l: : e ee et tr r k kh h e er ra al l u u. .g ge et t c co o@ @g ge eb b m ma ai il l . .c co om m E
Ph h. .N N o o. .0 02 27 76 61 1- -2 23 31 14 48 80 0 F FA AX X: : 0 02 27 76 61 1- -2 23 31 14 48 81 1 P
1.3 AMENDMENT OF TENDER:
At any ti me prior to the submission of tenders, the GETCO may, for any reason, whether at
his own initiative or response to a clarification requested by bidder, modify the Tender
conditions by amendment.
The amendment will be issued in writing or by fax or cable to all bidders, who have
purchased the tender, which wi ll be binding to them.
1.4 THE TENDER:
1. The tender should be submitted only in the printed cover issued by the GETCO duly signed
and sealed by the tenderer.
2. The tenders must be sent by Registered Post / Speed Post only so as to reach this office on
or before specified date & time. Due care should be taken to see hat the tenders sent are
posted early enough to ensure their delivery by the prescribed date or even earlier.
3. E.M.D. at the rate of 1% of the value of the items offered is payable. The EMD is payable
by Demand Draft i n favors of the Gujarat Energy Transmission Corp .Ltd on any Schedule /
Nationalized Banks in KHERALU. It can also be furnished by way of an irrecoverabl e Bank
Guarantee from any nationalized Bank in a standard format prescribed by the GETCO (Copy
Enclosed). And if this amount is more in respect of tender value of Rs.1 Crore, it should be
partially (50%) by DD in favor of Gujarat Energy Transmission Corporation Ltd on any
Scheduled Bank in KHERALU and balance by Bank Guarantee from any Nationalized Bank in a
standard format prescribed by the GETCO (copy enclosed). Cheques are not acceptable.
CORPORATE BANK GUARANTEES NOT ALLOWED.
4. No Interest will be allowed against payment of E.M.D. Documents towards
payment of Earnest Money Deposit (EMD) may please be kept in the enclosed EMD cover
only, which is attached along with this tender document. First the EMD cover will be opened
and if the documents towards payment of EMD are found OK then only Tender Cover will be
opened which may please be noted. EMD will be forfeited (i) if the tender whom it covers is
withdrawn during the validi ty of the offer and (ii) the Tenderer fails to furnish / deposi t the
security deposit. EMD of the unsuccessful tenderer will be refunded within 180 days of
placing of the order with the successful Tenderer and when the Tenderer asked for refund
to the Ex. Engr. (TR) GETCO, Kheralu the original receipt of the EMD together with the
advanced stamped receipt should be furnished along with application for refund of EMD.
7
G U J J A AR A AT E N E R G GY T TR RA N N S SM MI S SS SI IO N N C CO R RP O R RA A T TI O ON L LT TD . DI IV VI IS SI IO ON N O OF FF FI IC CE E ( (T TR R) ), , K KH HE ER RA AL LU U D
O O p pp p. G I D C C , , V a ad d n na ag ga r R Ro a d , 2 22 20 0K KV S / S C C o m p po u n d , ,
Em ma ai il l: : e ee et tr r k kh h e er ra al l u u. .g ge et t c co o@ @g ge eb b m ma ai il l . .c co om m E
Ph h. .N N o o. .0 02 27 76 61 1- -2 23 31 14 48 80 0 F FA AX X: : 0 02 27 76 61 1- -2 23 31 14 48 81 1 P
5. The tenderer must ensure that all the Schedules are completely fill ed up in their tenders and
that complete information called for is given. Failure to furnish full and complete details or
furnishing vague informati on would make the tender liable for rejection.
6. The offer should be valid for a minimum period of 180 days from the date of opening of
tender.
7. The bidder shall be deemed to have satisfied himself with all the conditions and
circumstances affecting the prices and possibility of executing the work. The bidder shall
fix his prices taking into account the site & its surroundings, approach roads etc. No idling /
mobilizing / demobilizing / remobilizing OR any other type of claim shall be admitted and paid
on any part of the work.
8. The tenderer should fill in all schedules and submit all the details called for in this
specification in prescribed Performa only.
9. The tenderer should submit attested copies of The GETCO Resolution of fir m/ power of
attorney authorizing particular person to sign tender and related documents.
1.5 AUTHORISED REPRESENTATIVE:
1. All the tenderers are requested to mention the name of their authorized representative with
full addr ess in the tender documents.
In case the representative is changed during the course of execution of the contract, such
changes shall be notified by the successful tenderer, failing to which, The GETCO shall not
accept any responsibility.
1.6 REJECTION OF TENDER:
1. The bidder is expected to examine all instructions, terms, conditions, schedules and other
details called for in this specification and fully informed himself to all which may in any way
affect the work or cost thereof. Failure to furnish the required information or submission of
tender not substantially responsive to specification will be at the bidder's risk and may result
in rejection.
Si gnature of the Contractor
(With rubber stamp & Date)
8
G U J J A AR A AT E N E R G GY T TR RA N N S SM MI S SS SI IO N N C CO R RP O R RA A T TI O ON L LT TD . DI IV VI IS SI IO ON N O OF FF FI IC CE E ( (T TR R) ), , K KH HE ER RA AL LU U D
O O p pp p. G I D C C , , V a ad d n na ag ga r R Ro a d , 2 22 20 0K KV S / S C C o m p po u n d , , Em ma ai il l: : e ee et tr r k kh h e er ra al l u u. .g ge et t c co o@ @g ge eb b m ma ai il l . .c co om m E
Ph h. .N N o o. .0 02 27 76 61 1- -2 23 31 14 48 80 0 F FA AX X: : 0 02 27 76 61 1- -2 23 31 14 48 81 1 P
2. The offer is liable to be out ri ghtly rejected in case the bi dding schedules are not filled in
and the prices and particulars are given in other format. Further the offer contai ning -
a) Different rates for the same items i.e. rates quoted in the slabs.
b) Deviation / Addition / Alterations / Omissions in bidding Schedules.
Deviation and contradictions to the terms and conditions specified in this tender are liable to
be summarily rejected.
1.7 GETCO'S RIGHT:
1. The GETCO reserves the right of terminating this contract or part thereof at ti me during
its tendency without giving notice of Termination or the reasons thereof.
2. The GETCO will be enti tled to deduct directly fr om the bills, to be paid to the contractor any
sum or sums payable by him and which sum / sums the GETCO is required to pay as a principal
employer on account of contractor default in respect of all liabilities referred to.
3. The bidders shall specifically note that any overwriting or corrections or manuscript in the bid
shall be ignored and will not be considered authentic unless the same are signed with Bidder's
Stamp / Seal.
4. The GETCO reserves the right to split the contract into two or more bidders for the lines
covered in the specification or for particular line. In such cases, the term for completion
period will be negotiated.
5. In case of any doubt or interpretation of the terms and condition, the decision of the
Superintending Engineer (TR), Gujarat Energy Transmission Corporation Ltd, Mehsana will be
final and binding to the bidder and no dispute in this regard will be entertained.
6. The GETCO reserves the right to accept any bid or reject any or all bids or cancel withdraw
invitation to bi d without assigning any reason. Such decision of the GETCO shall not be
subject to question by any bidder or the GETCO shall bear no liability whatsoever for such
decision.
1.8 MATCHING OF END COST:
In case the GETCO decide to award CONTRACT on matching end cost basis, the bidder has
to reduce all the quoted rates proportionately. The reduction on overall basis will not be
accepted (i.e. all unit rates of erection schedule shall be reduced proportionately by
difference in percentage).
Si gnature of the Contractor
(With rubber stamp & Date)
9
G U J J A AR A AT E N E R G GY T TR RA N N S SM MI S SS SI IO N N C CO R RP O R RA A T TI O ON L LT TD . DI IV VI IS SI IO ON N O OF FF FI IC CE E ( (T TR R) ), , K KH HE ER RA AL LU U D
O O p pp p. G I D C C , , V a ad d n na ag ga r R Ro a d , 2 22 20 0K KV S / S C C o m p po u n d , , Em ma ai il l: : e ee et tr r k kh h e er ra al l u u. .g ge et t c co o@ @g ge eb b m ma ai il l . .c co om m E
Ph h. .N N o o. .0 02 27 76 61 1- -2 23 31 14 48 80 0 F FA AX X: : 0 02 27 76 61 1- -2 23 31 14 48 81 1 P
1.9 CONTRACT:
1. The work covered by this Specification shall be carried out and governed by the GETCO's /
GEB’s Booklet of "General Terms and Condition of Contracts" appended herewith excepting
where conditions specified in this Specification conflict with similar conditions in the Booklet.
The tenders will be deemed to be fully aware of this Booklet and any ignorance of the same
will not exempt the contractor from his liability to abide the same.
2. The Contractor shall not execute any part of the shifting work through sub-
contract without obtaining prior wri tten permission from the GETCO.
3. Such permi ssion given by the GETCO will not relieve the contractor from any liability or
obligati on under the contract. The contractor shall be responsible for workmanship, quantity
and quality of the work done by the sub-contractor or his workmen.
4. The GETCO shall have right to obtain the agreement, order and other conditions entered into
by the contractor with any of the sub-contractor/s. The technical particulars of the work to
be executed by sub-contractor shall be subject to approval of the GETCO.
1.10 EFFECT AND JURISDICTION OF CONTRACT:
1. The contract shall be consider ed as having come into force from the date of issue of order,
whi ch is accepted by the Contractor.
2. The laws applicable by the contract shall be the laws in force in India. The courts of
DEESA shall have exclusive jurisdiction in all the matters ari sing under this contract.
1.11 FORCE MAJEURE:
1. The following clauses which substantially affect the performance of the contract shall only
be considered as force majors conditions.
a) Natural phenomena, including but not limited to floods, droughts, earthquakes and
epidemics.
b) Acts of any Government, domestic or foreign, including but not limited to war,
declared or undeclared, priorities, guarantees, and embargoes.
Provided the party affected by the 'Force Major' shall within fifteen (15) days from the
occurrence of such a cause, notify the other party in writing of such cause with sufficient
documentary proof.
2 Notwithstanding any provision mentioned above, the GETCO shall not be in any way be liable
for non-performance either in whole or in part of any contract or for any delay in
performance thereof in consequence of strikes, shortages, combination of Labor or workman
or lockout, breakdown or accident to machinery or accidents of whatever nature.
10
G U J J A AR A AT E N E R G GY T TR RA N N S SM MI S SS SI IO N N C CO R RP O R RA A T TI O ON L LT TD . DI IV VI IS SI IO ON N O OF FF FI IC CE E ( (T TR R) ), , K KH HE ER RA AL LU U D
O O p pp p. G I D C C , , V a ad d n na ag ga r R Ro a d , 2 22 20 0K KV S / S C C o m p po u n d , , Em ma ai il l: : e ee et tr r k kh h e er ra al l u u. .g ge et t c co o@ @g ge eb b m ma ai il l . .c co om m E
Ph h. .N N o o. .0 02 27 76 61 1- -2 23 31 14 48 80 0 F FA AX X: : 0 02 27 76 61 1- -2 23 31 14 48 81 1 P
3. The Contractor or the GETCO shall not be liabl e for delays in performing their respective
obligations resulting fr om any force major causes as defined above. The date of completion
will be extended by a reasonable time by mutual agreement.
4. In case of damage or destruction of any property or equipments belonging to the
Contractor due to force major causes, the GETCO shall not be liable for the same.
1.12 ARBITRATION:
1. All questions, disputes or differences whatsoever, which may, at any time, arise between the
parties i.e. the GETCO and the Contractor upon, or in relation to or in
Connection with the contract shall be referred to sole Arbitrator appointed by the
Chairman, GETCO, for that purpose, who shall be a retired High Court Judge or a retired
District Judge and the decision of the said Arbitrator shall be fi nal and binding upon the
parties. Reference to the Arbitrator shall be governed by the provisions of The Arbitration
& Conciliation Act, 1996 as amended from time to ti me and the Rul es made there under.
The arbitration proceedings shall be conducted at Vadodara, Head Office of GETCO or at
any such place as the sole Arbitrator may determine. The award of the sole Arbitrator
shall be final and binding upon the parties.
2. Performance under this contract shall, if reasonably possible, continue during the arbitration
proceedings, and no payments due or payable by the GETCO shall be withheld unless they are
the subject matter of the arbitration proceedings.
1.13 LABOUR LAWS:
1. The Contractor shall observe, comply with and abide by the conditions of labour laws.
The Contractor shall have to submit a document showing allotment of PF code No. received
from Regional Provident Fund Commissioner
1.14 All Electrical rules should be observed by the contractor while work.
1.15 To be taken the care. No any damage should be allowed to property of the
GETCO while the work.
1.16 If any occurrence to be taken pl ace while the work the contractor should held fully
responsible
1.17 No any extra payment to be given if required while the work.
1.18 The work should be carried out as per instruction & desire of Engineer I/C.
1.19 The disposal materials should be thr own out side premises of GETCO
Ex. Engr. (TR)
GETCO Kheralu
Si gnature of the Contractor
(With rubber stamp & Date)
11
G U J J A AR A AT E N E R G GY T TR RA N N S SM MI S SS SI IO N N C CO R RP O R RA A T TI O ON L LT TD . DI IV VI IS SI IO ON N O OF FF FI IC CE E ( (T TR R) ), , K KH HE ER RA AL LU U D
O O p pp p. G I D C C , , V a ad d n na ag ga r R Ro a d , 2 22 20 0K KV S / S C C o m p po u n d , , Em ma ai il l: : e ee et tr r k kh h e er ra al l u u. .g ge et t c co o@ @g ge eb b m ma ai il l . .c co om m E
Ph h. .N N o o. .0 02 27 76 61 1- -2 23 31 14 48 80 0 F FA AX X: : 0 02 27 76 61 1- -2 23 31 14 48 81 1 P
2. COMMERCIAL TERMS AND CONDITIONS
2.1 VAT on works Contract:
This is works contr act & VAT / SALES TAX etc. not applicable for the same. No any
reimbursement will be pai d to the contractor for the same.
2.2 Service Tax:
Ser vice Tax as applicable presently to this Contract will be 10.30 % on works amount. The
registration for the same i s compul sory and shall be treated as one of the prerequisite. The
same wil l be reimbursing on production of the proof of payment made.
2.3 PENALTY FOR DELAY:
If the contractor fails to complete the work on or before the extended date(s) / period(s)
of completion of work, he shall without prejudice to any other right or remedy of the GETCO
on account of such breach, pay as penalty an amount equal to half percent (1/2)% of the
contract value per week or part thereof ( of delayed erection ), provided that the total
amount of penalty, to be paid under this condition shall not exceed Five per cent (5%) of the
final contract value.
The amount of penalty may be adjusted or set off against any sum payable to the
contractor, under this contract including other lots.
2.4 PRICES:
Tenderers must quote their rates on FIRM PRICE basis.
2.5 INCOME TAX:
1. Income tax at source at the prevailing rate will be deducted from contractor’s bill in
accordance with the provisions of Income tax Laws and to that effect a certificate will be
issued to the Contractor.
2. The bidder will have to submit latest income-tax clearance certi ficate along with the offer.
Ex. Engr. (TR)
GETCO, Kheralu
Si gnature of the Contractor
(With rubber stamp & Date)
12
G U J J A AR A AT E N E R G GY T TR RA N N S SM MI S SS SI IO N N C CO R RP O R RA A T TI O ON L LT TD . DI IV VI IS SI IO ON N O OF FF FI IC CE E ( (T TR R) ), , K KH HE ER RA AL LU U D
O O p pp p. G I D C C , , V a ad d n na ag ga r R Ro a d , 2 22 20 0K KV S / S C C o m p po u n d , , Em ma ai il l: : e ee et tr r k kh h e er ra al l u u. .g ge et t c co o@ @g ge eb b m ma ai il l . .c co om m E
Ph h. .N N o o. .0 02 27 76 61 1- -2 23 31 14 48 80 0 F FA AX X: : 0 02 27 76 61 1- -2 23 31 14 48 81 1 P
Payment of Earnest money Deposit and Security Deposits:
I. Earnest money Deposit:
1. Bidders are requested to pay an Earnest Money Deposit (1 % of estimated cost) at Office of
Ex. Engr. (TR) GETCO, Kheralu by Demand Draft of any Nationalized Bank only situated at
� HERALU���� , drawn in favor of ���� ujarat Energy Transmission Corporation Ltd.���� . Tender without
EMD shall be rejected. DD for EMD shoul d be submitted with technical bid.
2. Payment of EMD in form of Cheque or any other form shall not be accepted.
3. The EMD shall be submitted along with submission of Technical bid only by Demand Draft before
opening of Tender. In no case it shall be submitted with sealed cover of Price Bid.
4. Tenders not accompanied by EMD shall be rejected as non- r esponsive.
5. If during the tender validity period, i.e. 180 days, the tenderer withdraws his tender, the EMD
shall be forfeited and the tenderer may be disqualified from tendering for further works.
6. The EMD will be returned promptly to the unsuccessful tenderer. The EMD will be returned to
the successful tenderer after he furnishes the Security Deposit for performance and duly
enters in to the contract. If he fails to furnish the SD or to execute the contract for the work
offered to him, his EMD shall be forfeited and the tenderer may be disqualified from tendering
for further work.
II. SECURITY DEPOSIT:
As per prevailing rules of the Corporation, 5% of the contract value shall be paid as ‘Security
Deposit’. Out of thi s, 50 % of S. D. shall be paid at Transmission Division- KHERALU within 10
days from receipt of letter of intent either
a) In form of FDR in favor of "Gujarat Energy Transmission Corporation Ltd. " of any Nationalized
Bank OR
b) In form of Bank Guarantee of any Nationalized Bank as per the approved format of the
Corporation.
The balance 50 % Security Deposit shall be recovered from first two R.A. Bil ls in equal
installments. Alternatively 100 % S. D. in form of FDR or B. G. may be submitted on receipt of
LOI. The securi ty deposit will be refunded only after the compl etion of guarantee period of 06
month of work completed or finalization of final bill whichever is later. If Security Deposit is not
paid within 10 days of issue of LOI, EMD paid will be forfeited and Corporation will not deal with
party for the period of two years.
Ex. Engr. (TR)
GETCO, Kheralu
Si gnature of the Contractor
(With rubber stamp & Date)
13
G U J J A AR A AT E N E R G GY T TR RA N N S SM MI S SS SI IO N N C CO R RP O R RA A T TI O ON L LT TD . DI IV VI IS SI IO ON N O OF FF FI IC CE E ( (T TR R) ), , K KH HE ER RA AL LU U D
O O p pp p. G I D C C , , V a ad d n na ag ga r R Ro a d , 2 22 20 0K KV S / S C C o m p po u n d , , Em ma ai il l: : e ee et tr r k kh h e er ra al l u u. .g ge et t c co o@ @g ge eb b m ma ai il l . .c co om m E
Ph h. .N N o o. .0 02 27 76 61 1- -2 23 31 14 48 80 0 F FA AX X: : 0 02 27 76 61 1- -2 23 31 14 48 81 1 P
TAKING DELIVERY AND INSURANCE :
stage during The contractor has keep tower mater ials & line materials in safe custody and
transport to the respective sites and wil l be fully responsible for any damage to or loss of all
materials at any transportation or taking over of the line by GETCO.
1.2 The contractor has to open site store nearby the route of the line and ensure fpr safe
custody of all the stored materials at his own cost .
1.3 The contractor shall have total responsibility for the entire materials stored, loose, smi
assembled and /or erected by him at site in his custody. the contractor shall make sui table
secur ity arrangements at his own cost to ensure the protection of all materials, equipment and
works from theft .fire pilferage and any other damages and loss. it shall be the responsibility
of the contractor to arrange for security till the works are finally taken over by the
corporation.
1.4 STORAGE-CUM-INSURANCE:- The contractor shall take suitable storage-cum-erection
insurance cover at his cost to the extenl of 60% cost of line materials ,which are required to
complete the line. contractor shall have to take comprehensive insurance policy against any
loss, damage, theft, pilferage, fire etc. for the complete period of storage, erection and
commissioning up to the time of taking over of the transmission line by the board .The
contractor shall deal directly and pursue the claim with the insurance company and shall be
responsible in regard to maintenance of all insurance coverage as well as for settlement of
claim. The proof of insurance policy taken by the successful contractor shall be furni shed to
Engineer-in-Charge. In absence of the above insurance policy, R.A. Bill payment will be with
held.
In the event of any damage, theft, l oss, pilferage, fire etc. contractor will be responsible to
loddge, pursue and settle all the claims with the Insurance Company for all items, materials and the
Corporation shall kept infor med about i t. Contractor shall replace the lost/damaged materials/items
promptl y irrespective of the settlement of the claims by underwriter are that the work progress is
as per agreed schedule. The loss if any, such replacement will have to be borne by the Contractor all
not entertain any, claim / representation in this regard. However it will be contractor’s
responsibility to insure the entire project till the line is taken over by the Board.
2.0 PENALTY FOR DELAY:
2.1 The tenderer should note that the completion time allowed for carrying out the work should be
strictly observed. Any delay that may take place in supply and erection beyond contractual cut off date
stated as per stipulated delivery period shall be subject to the penalty at the rate of 1/2 % of the
contract value per week on delayed work (supply and erection work) with a celling of 10 % of the total
contract value.
You are requested to advise all filed offices to incorporate the above clauses in the tender i nvited by
them.
Ex. Engr. (TR) Seal & Signature
GETCO, Kheralu. (Party’s Authorized Per son)
14
G U J J A AR A AT E N E R G GY T TR RA N N S SM MI S SS SI IO N N C CO R RP O R RA A T TI O ON L LT TD . DI IV VI IS SI IO ON N O OF FF FI IC CE E ( (T TR R) ), , K KH HE ER RA AL LU U D
O O p pp p. G I D C C , , V a ad d n na ag ga r R Ro a d , 2 22 20 0K KV S / S C C o m p po u n d , , Em ma ai il l: : e ee et tr r k kh h e er ra al l u u. .g ge et t c co o@ @g ge eb b m ma ai il l . .c co om m E
Ph h. .N N o o. .0 02 27 76 61 1- -2 23 31 14 48 80 0 F FA AX X: : 0 02 27 76 61 1- -2 23 31 14 48 81 1 P
INTEGRETY PACT
OUR ENEAVOUR
To create environment where busi ness confidence is bui lt through best business practices and is fostered
in an atmosphere of trust and respect between provider of goods and services and their users for the
ultimate benefit of society a the nation.
GETCO COMMITMENT PARTY’S COMMITMENT
To maintain the highest ethical standards in Not to bring pressure / recommendation
business and professional . outside GETCO to influence its decision.
Ensure maximum transparency to the Not to use intimidation, threat, inducement
satisfaction of stockholder. or pressure of any kind on GETCO or any of
it’s employees under any circumstances.
To ensure to full fill the terms of To be prompt and reasonable in fulfilling the
agreement /contract and to consider contract, agreement, legal obligation.
objectively the viewpoint of parties.
To ensure regular and timely release of To provide good’s and / or services timely as
payment on due dates for work done. per agreed quality and specificati ons at
minimum cost of GETCO.
To ensure that no improper demand is made To abide by the general discipline to be
by employees or by anyone on our behalf. maintained in our dealings.
To give maximum possible assistance to all To be true and honest in furnishing
the vendors / Suppliers / Service providers information including payment to agent /
and other to enable them to complete the sub- agent.
contract in time.
To provide all information to Suppliers / Not to divulge any infor mation, business
contractors relating to contract / Job details available during the course of
which facilitate him to complete the business relationship to other without the
contract / Job successfully in time. written consent of GETCO.
To ensure minimum hurdles to vendors / Not to enter into carter / syndicate /
suppliers / contractors in complete of understanding whether formal / non-formal
agreement / contract / work order. so as to influence the price.
Ex. Engr. (TR) Seal & Signature
GETCO, Kher alu. (Party’s Authorized Person)
15
G U J J A AR A AT E N E R G GY T TR RA N N S SM MI S SS SI IO N N C CO R RP O R RA A T TI O ON L LT TD . DI IV VI IS SI IO ON N O OF FF FI IC CE E ( (T TR R) ), , K KH HE ER RA AL LU U D
O O p pp p. G I D C C , , V a ad d n na ag ga r R Ro a d , 2 22 20 0K KV S / S C C o m p po u n d , , Em ma ai il l: : e ee et tr r k kh h e er ra al l u u. .g ge et t c co o@ @g ge eb b m ma ai il l . .c co om m E
Ph h. .N N o o. .0 02 27 76 61 1- -2 23 31 14 48 80 0 F FA AX X: : 0 02 27 76 61 1- -2 23 31 14 48 81 1 P
Price Bid
Tender issued to:
M/s. ____________________________
____________________________
____________________________
Supply of ISI Standard makes Various Type of Relay for various S/S under Kheralu TR Division.
Sr. Total Relay Detail
No. Quantity Unite Rate Amount
Supply of Trip Supervision Relay of ISI S tandard make i.e. Ashida
/Areva etc. 110V DC 1 NO + 2 NC 42 No 1
Supply of Trip Supervision Relay of ISI S tandard make i.e. Ashida
/Areva etc. 220V DC 1 NO + 2 NC 8 No 2
Supply of Master Trip Relay of ISI Standard make i.e. Ashida
/Areva etc. 110V DC 3 NO + 2 NC HR 35 No 3
Supply of Master Trip Relay of ISI Standard make i.e. Ashida
/Areva etc. 220V DC 3 NO + 2 NC HR 4 No 4
5 Supply of3 Element ISI Standard make i.e. Ashida /Areva etc. 21 No
Total Rs. :
Add. VAT 5 % :
Net Total :
I/We have read and clearly understood the Terms, Conditions, Schedule ‘B’ and Technical Specifications
put by GETCO on WEB site.
I/We hereby accept all the conditions and specifications of this tender document and accordingly,
I/We am/ are willing to carry out the above supply would be written in figures and wor ds
Thus the amount of my/our tender works out to Rs.___________________________
In words __________________________________________________________
Signature of Contractor Ex. Engr. (TR)
With rubber stamp GETCO, Kheralu
16