GUJARAT STATE ELECTRICITY CORPORATION LIMITED KACHCHH LIGNITE THERMAL POWER STATION

Similar documents
TENDER BOOKLET TECHNICAL BID. e-tender KLTPS-71 WE-508 RFQ-28387

SCHEDULE-- A. Tender No: MGVCL/PP/4053/CCTV. No

TENDER BOOKLET TECHNICAL BID. Tender No : 48 / 02 / 2015 (STORE / ) NAME OF SUPPLY

Ph: / Fax: / CIN: U40100GJ1993SGC TENDER NOTICE : KLTPS 22 /

DAKSHIN GUJARAT VIJ CO LTD. CIN U40102GJ2003SGC SURAT CITY CIRCLE

Ph: / Fax: / CIN: U40100GJ1993SGC TENDER NOTICE : KLTPS 35/

TENDER BOOKLET M 434. C.F.No: 6227 [WTP] TENDER NOTICE : KLTPS 59/ TECHNICAL BID. Opened on : Name of Supply of :

E-TENDER : KLTPS 68/ ME 197 RFQ Req. No: TENDER BOOKLET (TECHNICAL BID)

GUJARAT ENERGY TRANSMISSION CORPORATION LIMITED 400Kv Substation, Transmission Division Dhareshwar JETPUR

WEB ENQUIRY. Supply of LT auxiliary Current Transformer for metering circuit.

AN ISO-9001:2008, ISO-14001:2004, OHSAS 18001:2007 CERTIFIED POWER PLANT

WORK OF Miscellaneous Civil Work about Aji 01 Sub division Under Rajkot City Circle

TENDER BOOKLET M 656. C.F.No: 6230 [WTP] e-tender : KLTPS 23/ TECHNICAL BID. Name of: Opening on:

HOSTEL SECTION RE-TENDER PAPER. Hostel No. / 302 / TENDER. :08/01/2018 up to 5:00 p.m.

PROFORMA OF POWER OF ATTORNEY BY THE JOINT VENTURE/ CONSORTIUM MEMBERS (Non Judicial Stamp of Rs.100/- duly notarized)

GUJARAT STATE ELECTRICITY CORPORATION LIMITED. CORPORATE OFFICE, VIDYUT BHAVAN, RACE COURSE, VADODARA TENDER FOR THE WORK OF

Tender No. KHEP/TECH/10/3/08 for supply of water level sensors for PANAM Mini Hydro Power Station. CONTENTS. Sr. No. Section No. Description Page No.

TENDER DOCUMENT FOR APPOINTMENT OF SUB-LICENSEE TO SET UP & OPERATE MILK STALLS AT RAILWAY STATIONS IN THE STATE OF ODISHA

us kuy QfVZykbt+lZ fyfevsm (Hkkjr ljdkj dk midze)

BANK OF BARODA. Regional Office 129-D, Civil Lines Bareilly

Bank Note Paper Mill India Private Limited, Mysore. For any query, you may contact at Tel , Fax

No. AN/III/2001/OC/briefcases & hb/ Subject:- Procurement of briefcases/handbags

COMMERCIAL TERMS AND CONDITIONS

National Small Industries Corporation Ltd. Technical Service Centre, D-82/83 Focal Point, Rajpura (Pb.)

e- TENDER NO: BL/CFS/KOL/CONT. SEAL/18-19 TECHNICAL / COMMERCIAL BID

Tender No. KHEP/TECH/10/3/16 for supply of L&T make power contactor & overload relay at Kadana Hydro Electric Project. CONTENTS

SUPPLY OF MEDICINAL GASES FOR THE YEAR

TENDER DOCUMENT FOR SUPPLY OF TATA MAGIC VEHICLES TO INDIAN INSTITUTE OF TECHNOLOGY HYDERBAD. Ref. No: IITH/101/Tender/Admin Date: Aug 23, 2018

Bank Note Paper Mill India Private Limited, Mysore. For any query, you may contact at Tel , Fax

Notice inviting e-bids for Printing and Supply of IEC Material

AMC for attending faults of Split AC s installed over L-2E, L-3E, L-4 & including Depot.

THANE MUNICIPAL CORPORATION, THANE. RAJIV GANDHI MEDICAL COLLEGE & CHHATRAPATI SHIVAJI MAHARAJ HOSPITAL, KALWA. E-TENDERING

NOTICE INVITING TENDER

TENDER NO. BCL/RD/ 4000 MS Scrap Cutting/2019 March 19, 2019

1 P a g e. To be generated automatically by the E-procurement portal of the Govt. of Punjab.

No:532/Z/17/11/ /10/2014 RE-TENDER NOTICE FOR REMOVAL OF NON BIO MEDICAL WASTE

Bank Note Paper Mill India Private Limited, Mysore. Invites sealed quotations for Sale of Plastic Scrap & Empty Bobbins at BNPM, Mysore.

THE MUNICIPAL CO-OP. BANK LTD. MUMBAI TENDER NOTICE. Tender Document for 2 years Support of Routers and Manageable Switch

NORTH EASTERN ELECTRICITY SUPPLY COMPANY OF ORISSA LIMITED OFFICE OF THE CHIEF EXECUTIVE OFFICER

THE NATIONAL SMALL INDUSTRIES CORPORATION LTD. (A Govt. of India Enterprise) Branch Office, Naini, Allahabad Udyog Nagar, Naini, Allahabad (UP)

ANDAMAN & NICOBAR ADMINISTRATION DIRECTORATE OF SHIPPING SERVICES. Cost of Tender Document : Rs.1000/- per set. Sold to : M/s...

Webel WEST BENGAL ELECTRONICS INDUSTRY DEVELOPMENT CORPORATION LIMITED. TENDER DOCUMENT

NATIONAL SMALL INDUSTRIES CORPORATION LTD. 422,ANNA SALAI CHENNAI Tender Document. For. SECURITY SERVICES in

iùku izca/k cksmz PORT MANAGEMENT BOARD vameku rfkk fudksckj }hilewg ANDAMAN & NICOBAR ISLANDS

GUJARAT ENERGY TRANSMISSION CORPORATION LIMITED 400Kv Substation, Transmission Division Dhareshwar Jetpur

TENDER FOR MANPOWER REQUIREMENT FOR ALLIED SERVICES

TENDER FOR. ADDITION/ ALTERATION WORK OF SHED No. C-424, PEENYA INDUSTRIAL ESTATE, BANGALORE ISO 9001:2000

NLC TAMILNADU POWER LIMITED

Tender Document. Printing & Supply of 25 th Annual Report of OIDC for the Financial Year

BANGALORE MEDICAL COLLEGE AND RESEARCH INSTITUTE SUPER SPECIALITY HOSPITAL (PMSSY) VICTORIA HOSPITAL CAMPUS, BANGALORE

Life Insurance Corporation of India Divisional Office, Jeevan Prakash Circuit house Road,Jodhpur PIN Ph

BHARAT HEAVY ELECTRICALS LIMITED,

PEC University of Technology, Chandigarh

VOLUME I GENERAL CONDITIONS OF CONTRACT (GCC)

Bharat Sanchar Nigam Limited (A Govt. of India Enterprise) Southern Telecom Region (An ISO 9001:2000 Organization) BID DOCUMENT

TENDER NO. BCL/RD/ 2500 MS Scrap Cutting/2018 November 30, 2018

THE NATIONAL SMALL INDUSTRIES CORPORATION LIMITED.

Bank Note Paper Mill (BNPM) India Private Limited, Mysore. Invites sealed quotations for Painting work as per the specification at BNPM at Mysore.

GOVT OF ASSAM OFFICE OF THE JOINT DIRECTOR OF HEALTH SERVICES cum MEMBER SECRETARY, DISTRICT HEALTH SOCIETY, KAMRUP AMINGAON, GUWAHATI-31

WEST BENGAL INDUSTRIAL DEVELOPMENT CORPORATION LIMITED PROTITI, 23, Abanindranath Tagore Sarani (Camac Street), Kolkata TENDER DOCUMENT FOR

Subject: Notice Inviting tender for supply of Memento for AUD Convocation.

SUB: EMPANELMENT OF AGENCIES FOR PROVIDING PHOTOCOPY & BOOK BINDING SERVICEAT ICSI HQ NEW DELHI AND NOIDA

ISO 9001: 2008 INTRODUCTION. GMDC Limited-Ahmedabad (Govt. of Gujarat Undertaking)

NOTICE INVITING TENDER

Subject: Sale of wood of Subabul and Eucalyptus trees from the NFL s premises at Vijaipur.

TENDER DOCUMENT FOR RECEPTIONIST REGIONAL MUSEUM OF NATURAL HISTORY,BHOPAL

Tender For Supply of Lubricating Oil for DG sets installed at 33kV sub-station At All India Institute of Medical Sciences, Jodhpur

(a) Period of issue of Tender Document : to (b) Date and time for submission of Tender Document :

SUPPLY OF SILICON CARBIDE BRICKS AND SILICON CARBIDE MORTAR

ADVERTISEMENT NOTICE FOR EMPANELMENT OF BOOK SUPPLIERS. Islamic University of Science &Technology

TENDER BOOKLET TECHNICAL BID. WEB-Tender WTPS -04W/WORKS/2017 WT-18 RFQ

NLC TAMILNADU POWER LIMITED ( A J V C b e tw e e n N L C & T A N G E D C O & a s u b s id ia r y o f N L C L td )

The tender document may be download from the website,www,cdac.in/

BID DOCUMENT SECTION I

GENERAL TERMS AND CONDITIONS OF TENDER

Cost of tender document Rs. 500/- Punjab ICT Education Society, Punjab SCO , 2nd Floor, Sector 34-A, Chandigarh

Tender. For. Scrub Stations

Party s Name: Date of Tender:

OFFICE OF THE SUPERINTENDING ENGINEER ELECTRICITY TRANSMISSION CIRCLE U.P.POWER TRANSMISSION CORPORATION LIMITED DLW, BHIKHARIPUR VARANASI

NOTICE INVITING TENDER FOR WORKS (TWO COVER SYSTEM) OPEN TENDER ENQUIRY

DELHI METRO RAIL CORPORATION LTD. (A Joint Venture of Govt. of India & Govt. of NCT, Delhi)

National Institute of Fisheries Post Harvest Technology & Training

JAWAHAR NAVODAYA VIDYALAYA, VADNAGAR DIST : MEHSANA(GUJ) Common Terms & Conditions for TENDER 18-19

Type of Organisation : Service Provider (Aviation Industry) Tender Ref. No. : PHL:ER:ENGG:ATR2:HK2:2016 dated 10/11/2016

DELHI METRO RAIL CORPORATION LTD. (A Joint Venture of Govt. of India & Govt. of NCT, Delhi)

TENDER FOR PRINTING & SUPPLY OF 2000 NOS. OF 150 YEARS BALMER LAWRIE HISTORY BOOK TENDER REF. NO. ADMIN / 150 YEARS TENDER NO.

KERALA STATE SCIENCE AND TECHNOLOGY MUSEUM Vikasbhavan P.O. Thiruvananthapuram

TENDER NOTICE NO: 11 of of LTPS

(Sign. & Seal of the Bidder)

OFFICE OF THE CHIEF ELECTORAL OFFICER, HARYANA 30-BAYS BUILDING (3 rd FLOOR), SECTOR 17-B, CHANDIGARH TENDER DOCUMENT. For

1. Main & Mini Anganwadis Floor Mats(plastic) (5x7) fts. 9,805

Tender Enquiry No: BCL/PUR/ CO2 Gas/SS/CW/VW/18-19/Rehab Dated:

NOTICE INVITING e-tender

INDIAN INSTITUTE OF TECHNOLOGY KHARAGPUR, WEST BENGAL TENDER DOCUMENT FOR

The last date for submission of the bids is at

F. No. D-15017/16/2015-General Government of India Office of the Directorate General of Civil Aviation Opposite Safdarjung Airport, New Delhi

Divisional Engineer, DIGITAL TRANSMISSION CENTER Southern Telecom Sub Region, 3 rd Floor, Telephone Bhavan, Saifabad, Hyderabad ,

INDIRA GANDHI NATIONAL OPEN UNIVERSITY. Central Purchase Unit

TENDER DOCUMENT FOR PROVIDING AND FIXING OF MODULAR WORKSTATION FURNITURE

dezpkjh jkt; chek fuxe Employees' State Insurance Corporation

Transcription:

GUJARAT STATE ELECTRICITY CORPORATION LIMITED KACHCHH LIGNITE THERMAL POWER STATION PANANDHRO, PO: S.K. VARMANAGAR-370 601, TALUKA LAKHPAT, KACHCHH, GUJARAT (INDIA) Ph: +91 2839 262452/264423. Fax: +91 2839 262431/264434. Email: cekltps@gebmail.com CIN: U40100GJ1993SGC019988 TENDER BOOKLET TECHNICAL BID Tender KLTPS -80/2014-15 W-667 RFQ-31986 Name of Work Work providing water for construction activities of Lignite Handling Plant Augmentation civil work at KTPS. Registered Office: Vidyut Bhavan, Race Course, Vadodara-370 601, Gujarat, India Phone: +91 265 6612101-04. Fax: +91 265 2344537. Website: www.gsecl.in

TECHNICAL-BID // INDEX // Sr. No. 01 Tender Notice (Technical bid) 02 List of documents 03 GENERAL SPECIFICATION Description 04 ANNEXURE-A 05 DECLARATION FORM 06 Form-01 07 Form-02 08 Form-03 09 Integrity Pact Name of Firm Tender Fee DD No EMD DD No

TENDER NOTICE TECHNICAL BID Sealed percentage rate tenders are invited for the Work providing water for construction activities of Lignite Handling 1. Estimated Cost : Rs. 3,68,500.00 2. Tender Fee (non refundable) : Rs. 500.00 3. Earnest Money Deposit of tender : Rs. 3685.00 4. Security Deposit : 5% of order value. 5. Last date of issue of tender : N.A. 6. Last date of receipt of tender : 20.04.2015 Up to 15:30 hrs. 7. Date of opening of tender : 20.04.2015 Onwards 16:00 hrs. 8. Time limit of work : 09 MONTHS 9. Validity of tender :180 days from the date of opening of tech bid. Note:- The tender fee & EMD will be paid or by Demand Draft only in favor of Gujarat State Electricity Corporation Ltd., payable at Dena Bank, SKV Nagar, Panandhro branch Filled tender shall be accepted by RPAD/speed post only. The technical bid & price bid should be kept in two separate sealed covers and these two covers should be kept in main sealed cover. The tender will be opened in the presence of contractors, who wish to remain present at the time of opening of tenders. Tender fee & EMD have to be submitted along with technical bid, if not found offer will out rightly rejected. The undersigned reserves the right to reject any or all tenders without assigning any reason thereof. Details of tender fee & EMD paid (DD No. & date) is invariably to be mentioned on the cover of the tender. In absence, offer will be rejected. Bidder has to submit tender fee / EMD in a separate cover duly super scribe with Tender Fee / EMD and all three covers (Technical bid, Price bid and EMD/Tender fee covers) after keeping in the main cover (Forth cover) duly super scribed with the required details such as Tender No, Description and details of EMD/Tender Fee etc., is to be sent by RPAD/Speed Post Small Scale Industries/NSIC will, however, be considered for exemption from payment of EMD subject to furnishing of the authenticated notary certified copy of the certificate of Registration with Small Scale Industries. The SSI/NSIC certificate should indicate the manufacture of items offered under this tender. Provisional SSI/NSIC Registration Certificates are NOT allowed. NSIC certificate more than 03 years old will not be considered and the validity of the same should cover at least the validity period of the tender and thereafter it has to be renewed and submitted immediately All the NSIC & SSI Documents furnished along with the tender should have clear validity as per the tender and should invariably be as per the norms of NSIC & SSI Otherwise you shall have to pay EMD and no exemption will be granted. Exemption in payment of EMD and relation in payment of Performance Guarantee towards execution period and guarantee/warrantee period shall be given to the small, Cottage & Tiny Industrial Units registered under Small Scale Industries of Gujarat State and holding registration with CSPO/NSIC/DGS&D. No exemption as well as relaxation shall be given to outside Gujarat based parties. Also, no exemption from payment of tender fees and no price preference shall be given to any bidder. SIGNATURE OF CONTRACTOR WITH SEAL & DATE For & on Behalf of GSECL (Pramod M. Parmar) I/c. Chief Engineer (G) KLTPS, GSECL

Documents required to be submitted by the Bidders along with technical bid Following documents (Attested copies) are required to be attached by you along with Technical Bid. A- Registration-The agency should be a Government Registered contractor of ClassE-2 & above B. Experience Certificate: Contractor should produce evidence of having experience of successfully similar completed works (A) One similar completed work costing not less than the amount equal to 80 % of the estimated cost or (B) Two similar completed works each costing not less than the amount equal to 50 % of the estimated cost or (C) Three similar completed works each costing not less than the amount equal to 40 % of the estimated cost, during the last seven years in Govt. /Semi Govt./ GSECL /GETCO / DISCOMS / GEB/Large Corporate Companies (like TATA/ADANI/RELIANCE) along with certified copies of documentary evidence, preferably photo copy of orders secured from GSECL /GETCO / DISCOMS / GEB / Government/Semi- Government, Large Corporate Companies (like TATA/ADANI/RELIANCE) and satisfactory completion certificate from respective department thereof. The GSECL may verify the above certificates / documents from respective department, if necessary. Similar works means complete retrofitting work of various buildings etc. The experience certificate from Private Individuals for whom the work is executed/ being executed shall not be acceptable. Without the experience certificate of sufficient magnitude the offer is liable to be rejected. Without the completion certificates of Competent Authority the details of experience if submitted shall not be considered. C Special Tools and Tackles: The bidder shall have to submit along with the offer, the details of minimum tools tackles and equipment s in possession relevant to the job. D. Provident Fund Code No.: The contractor shall have to submit along with the offer, the details of P.F. Code No. from appropriate authorities, without which the offer is liable to be ignored. E. Solvency: The Contractor shall have to submit a copy of the Solvency Certificate of minimum 20% of the estimated cost of the tender of any Nationalized. The Offer without Solvency Certificate is liable to be rejected. F. Partnership Deed/Memorandum of Association & Articles of Association: If the contractor is not a sole proprietor, then the contractor shall have to furnish a copy of the Partnership Deed along with the offer. In case of a company, the M/A & A/A are required to be submitted without which the offer is likely to be ignored. The contractor shall also submit the power of attorney. G Labour License for Labour Contract: The Contractor, on getting the work order but before starting the work, shall have to furnish the copy of Labour License under the contract Labour (R&A) from the appropriate authorities, without which the contract order is liable to be terminated. H. Service Tax Registration: Service tax registration is non mandatory, but in the case of reimbursement of service tax, registration & document proof is compulsory. I. Photo Copy of PAN Card. J. DD for tender fee and EMD. For & on Behalf of GSECL SIGNATURE OF CONTRACTOR WITH SEAL & DATE (Pramod M. Parmar) I/c. Chief Engineer (G) KLTPS, GSECL

GENERAL SPECIFICATION 1. General specification under chapter I notes for guidance of PWD Hand-book Volume I shall also be referred. 2. It must be clearly understood that any extra charges or claim in respect of extra works shall not be allowed unless the work to which they relate are already without the spirit and manning to the specification and unless such work are ordered in writing by the Engineer-In-Charge and claimed for in specific manner. 3. The quantities of item of work as indicated in the Schedule B are approximate and payment would be made as per tender for the actual quantities executed in accordance with the final approval drawing and details. The contractor shall his own expense make all necessary provision for housing water supply sanitary arrangement and lighting for their employees and shall pay direct to the authorities concerned all dues taxes Royalties etc. 4. The contractor shall make his own arrangements for necessary approach road for Transport of his vehicles. 5. All royalty charges, octroi, sales tax and other duties shall be paid by the contractor and nothing extra shall be claimed on this account (except of service tax). 6. Electricity will be supplied to contract at time of the work at one point from where he will arrange to take lines according to his requirement contractor will pay for the Electricity at the standard rates prevalent and the necessary formalities for getting the power will be done be the contractor. It is left to the discretion of the Ex. Engineer (Cons) to recommend for the supply or not looking to the condition of work Recovery of Elect. Charges at a rate of one percent shall be made from each bill. 7. AGREEMENT: The contractor will have to enter in an agreement with the Gujarat State Electricity Corp. Ltd. As per form attached at the end. The agreement will have to be executed by contractor on will have to be executed by contractor on the required stamp paper at his own cost. 8. TIME LIMIT: The total time allowed for the completion of the work is 09 months from the date of issue of work order or from the date of handling over site whichever is later. The contractor has to start work within one week from the date of issue of work order or date handling over site which ever latter failing to complete the work within the period stipulated, the, contractor will have to pay compensation as per the terms of the agreement penalty will levied as per rules. GSECL shall at liberty even to reduce the above time limit emergency of the work and same shall be bending to the contractor. 9. EARNEST MONEY: The Estimated cost of the proposed work and the earnest money is shown in the Tender Notice. The amount of earnest money shall be paid by a demand draft on schedule Dena Bank at SKV Nagar drawn in favor of the Gujarat State Electricity Corp. Ltd. 10. VALIDITY OF THE OFFER: The rates quoted by the tender will remain open for a period of 180 days. 11. There shall be generally no objection if have very minor component or parts of the work are given over the certain responsible sub-contractors but shall be borne in mind that this department shall under no circumstances recognize the sub-contractors and the responsibilities of executing the work according to the specifications and within the stipulated time shall entirely rest with the main contractor. 12. The detail specification are not intended to cover the minutes details and the work shall be executed according to the spirit of the specification and the best prevailing PWD practice the clarification of any detailed specifications shall be sought from the PWD hand-book Vol-I & II. If the are no detailed specification for any item of work there the relevant specification in the P.W.D. Hand book Vol-I and II shall be applicable, the working drawing shall be read along with the specification for the relevant items and in the event of any discrepancy between the two, the opinion of the Engineer-In-Charge as to which of them is applicable shall be final and binding on the contractor. 13. All tendered shall have to produce a Fresh & latest solvency certificate and an income tax clearance certificate as per Corporations rule along with Tender offer. (1) Terms of Payment:

(a) The agency may submit R.A. bill once in a month. The payment shall be made after one months from recording of the Bill. (b) Recording of measurement shall be done in the presence of the contractor. (A) In case of work carried out satisfactory by the contractor: If the work has been carried out satisfactorily the contractor by prior intimation from the Corporation s officer shall have to witness the recording of measurements on the appointed date within one month completion of the work. If the contractor fails to come in the appointed dated, a notice under registered cover with A.D. will be served to him to witness the recording within 10 days of the receipt within such extended period of notice period applied for the contractor and granted by the Corporation s officer. The contractor steel fails to come for the recording of measurement for period of time granted by the Corporation officer, than the recording of measurement will be carried out thereafter unaltered only by the Corporation s officer and the final bill finalized as per measurements recorded by the Corporation s officer without the presence of the contractor with regard to correctness of measurement shall not be entertained. (B) In case of work not carried out satisfactorily: In case of work not carried out satisfactorily either during the progress of work or no its completion of condition No.5 read with condition No.4(b) of Tender and contract for work Booklet shall apply and the recording of measurement shall be done within one month of completion of work after rectification of defects by the Corporation at the contractors as the case may be and by further delay in the recording of measurement and finalization of the final bill due or the contractor shall be subjected to the conditions as laid down in clause (II) (a) above of work for the extension of time limit giving valid reasons for the required extension. As per Circular No.1 dated 26th May 1964. The competent authority can delete any item in Schedule B in the tender if he feels that the rate quoted by the contractor for that item is abnormally high compared to the estimated rate. The Contractor shall Co-operate with the Corporation in recording measurements etc. as expeditiously as possible and he shall fulfill all the requirements which are necessary to finalize his outstanding the Corporation shall finalize the account on the basis of its records with the account of security Deposit if any remaining payable to him after deducting there from the amount due by the Corporation shall not entertaining any further claim from him there after. 14. In all the cases contractor has to follow the instructions of Engineer-in-Charge & Ex. Engineer (Const.) KLTPS Panandhro and his decision shall be final & unchallengeable, All legal complications or disputes are subject to CC(G) KLTPS Panandhro. 15. In case of any farmer objection, contractor has to mobilize his all efforts to clear the objection in consultation with GSECL authority No. extra charges will be paid for such efforts. The GSECL Reserves the right to terminate this contract at any time without assigning any reason, whatsoever by giving a notice period of the months from the date of Notice of termination of the contract. Suppliers will not be entitled for any compensation/ damages losses, whatsoever, on account of such termination of the contract. 16. PENALTY FOR DELAY: Any delay that may take place in supply and / or erection, testing and commissioning activities beyond contractual cutoff date/stipulated period in the order shall be subjected to penalty (not liquidated damages) at the rate of 1/2 %of the contract price / order price per week or part thereof subject to a maximum of 10% of the total contract value/order value (i.e. End cost including taxes & duties). For & on Behalf of GSECL SIGNATURE OF CONTRACTOR WITH SEAL & DATE (Pramod M. Parmar) I/c. Chief Engineer (G) KLTPS, GSECL

ANNEXURE-A The quantity mention in schedule-b is estimated quantity and may as per requirement of GSECL. The agency has to carry out the work as per the requirement as & when required basis. The responsibility & liability of man power engaged for this work will be totally of contractor who has been awarded this contract & he will take away all these man power for his own establishment on completion of contract. The GSECL will not be held any responsible & liable in any way in the matter. The rates of all above items are for any height to carry out the various works at different elevations or location in anywhere in plant area irrespective of quantum of work.. The payment will be made on the base of quantity of actual work done. No extra payment will be made for extra claim. The proof of payment made by the contractor to the appropriate department shall be submitted to GSECL, failing which appropriate amount shall be withheld on getting information / instruction from the concern department. The agency has to submit the proof /documents for the material brought by him in P.H. premises. The agency has to produce pucca bill / chalan for the material purchased by him for utilizing for the work in plant premises or in colony. The pucca bill / chalan must be entered in the register of security department and bill/chalan must be duly stamping /seal by the security department. The quality of water shall be as good as Drinking water. The agency shall have to supply water from source from DAYAPAR/KAIYARI /KURIYANI village only. The supplied water will be tested by GSECL and after getting satisfactory results, agency will be allowed to supply the water. However, after supplying first lot, testing of water will be carried out randomly. Agency shall have to supply water purely on AS AND WHEN REQUIRED BASIS as per instruction of EIC. For & on Behalf of GSECL SIGNATURE OF CONTRACTOR WITH SEAL & DATE (Pramod M. Parmar) I/c. Chief Engineer (G) KLTPS, GSECL

DECLARATION FORM (To be submitted duly notorised on Rs. 100/-Stamp Paper on Letter Pad of the Bidder) 1. I/We hereby declare that I/we have carefully studied the entire tender placed on the WEB site and conditions of contract,specifications and other documents of this work mentioned in the tender and abide by the same.also,i/we hereby agree to execute the same accordingly. 2. I / We hereby abide to execute the contract agreement by downloading the copies of the conditions of contract,specifications and other documents of this work or otherwise I/We will get copy of the same from the office of the tender inviting authority and the same will be acceptable to me / us. I/We hereby accept and confirm that any dispute on this regards shall not be entertainrd by the tender inviting authoriy. 3. I / We hereby daclare that I/we have visited the work site and fully acquainted myself/ourselves with the local situations regarding materials,labor and other factors pertaining to the work before submitting this tender. 4. I / We hereby confirm that our offer is Un-conditional and without any technical & commercial deviations. SIGNATURE OF CONTRACTOR WITH SEAL & DATE

FORM-01 I/we authorized signatory of M/s hereby certify that M/s is not related with other firms who have submitted tenders for the same items under this inquiry/tender. Seal of the firm Place: Date: Signature of the Tendered With Designation

FORM-02 DEVIATION FROM BIDDER (IF ANY) NOTE:- 1. GSECL does not bind to accept the deviation offered by bidder for evaluation of tender. 2. If there is any deviation from bidder, it should be clearly mentioned on this page. 3. Deviation mentioned on other page should not be considered and order will be placed according to the tender documents. 4. If there is no any deviation from bidder, than it must be clearly mentioned in this page NO DEVIATION OFFERRED Signature of the Contractor With seal

FORM-03 (UNDERTAKING IN REGARD TO STOP DEAL / BLACK LIST THEREOF) All Bidders will have to furnish the following Undertaking duly filled in, signed and stamped for each quoted item of the Tender along with the Technical Bid. I / We authorized signatory of M/s. hereby certify that M/s. is not stop deal / black listed by GUVNL and or its any of the subsidiary Company viz. GSECL / GETCO / DGVCL / MGVCL / UGVCL / PGVCL for the tendered item. SIGNATURE OF CONTRACTOR WITH SEAL & DATE

GUJARAT STATE ELECTRICITY CORPORATION LIMITED INTEGRITY PACT OUR ENDEAVAOUR To create an environment where Business Confidence is built through Best Business Practices and is fostered in an atmosphere of trust and respect between providers of goods and services and their users for the ultimate benefit of society and the nation. GSECL S COMMITMENT 1 To maintain the highest ethical standards in business and professions. 2 Ensure maximum transparency to the satisfaction of stakeholders. 3 To ensure to fulfill terms of agreement/contract and to consider objectively the view point of parties. 4 To ensure regular and timely release of payments on due dates for work done. 5 To ensure that no improper demand is made by employees or by any one on our behalf. 6 To give maximum possible assistance to all the venders/ suppliers/service provider and other to enable them to complete the contract in time. 7 To provide all information to suppliers/contractor relating to contract/job which facilitate him to complete the contract/job successfully in time. 8 To ensure minimum hurdles to venders/suppliers/ contractors in completion of agreement/contract/ work order. PARTY S COMMITMENT 1 Not to bring pressure recommendations from outside GSECL to influence its decision. 2 Not to use intimidation, threat, inducement or pressure of any kind on GSECL or any of it s employees under any circumstances. 3 To be prompt and reasonable in fulfilling the contract, agreement, legal obligations. 4 To provide goods and/or services timely as per agreed quality and specifications at minimum cost to GSECL. 5 To abide by the general discipline to be maintained in our dealing. 6 To be true and honest in furnishing information. 7 Not to divulge any information, business details available during the course of business relationship to others without the written consent of GSECL. 8 Not to enter in to carter/syndicate /understanding whether formal /non formal so as to influence the price. Seal & signature (GSECL s Authorized Signatory) Name Designation Date Seal & signature (Party s Authorized Signatory) Name Date

GUJARAT STATE ELECTRICITY CORPORATION LIMITED KACHCHH LIGNITE THERMAL POWER STATION PANANDHRO, PO: S.K. VARMANAGAR-370 601, TALUKA LAKHPAT, KACHCHH, GUJARAT (INDIA) Ph: +91 2839 262452/264423. Fax: +91 2839 262431/264434. Email: cekltps@gebmail.com CIN: U40100GJ1993SGC019988 TENDER BOOKLET PRICE BID Tender KLTPS- 80/2014-15 W-667 RFQ-31986 Name of Work Work providing water for construction activities of Lignite Handling Plant Augmentation civil work at KTPS. Registered Office: Vidyut Bhavan, Race Course, Vadodara-370 601, Gujarat, India Phone: +91 265 6612101-04. Fax: +91 265 2344537. Website: www.gsecl.in

PRICE-BID // INDEX // Sr. No. 01 Tender Notice (Price bid) 02 Schedule-B Description Name of Firm Tender Fee DD No EMD DD No

TENDER NOTICE PRICE BID Sealed percentage rate tenders are invited for the Work providing water for construction activities of Lignite Handling 1. Estimated Cost : Rs. 368500.00 2. Tender Fee (non refundable) : Rs. 500.00 3. Earnest Money Deposit of tender : Rs. 3685.00 4. Security Deposit : 5% of order value. 5. Last date of issue of tender : N.A. 6. Last date of receipt of tender : 20.04.2015 Up to 15:30 hrs. 7. Date of opening of tender : 20.04.2015 Onwards 16:00 hrs. 8. Time limit of work : 09 MONTHS 9. Validity of tender :180 days from the date of opening of tech bid. Note:- The tender fee & EMD will be paid or by Demand Draft only in favor of Gujarat State Electricity Corporation Ltd., payable at Dena Bank, SKV Nagar, Panandhro branch Filled tender shall be accepted by RPAD/speed post only. The technical bid & price bid should be kept in two separate sealed covers and these two covers should be kept in main sealed cover. The tender will be opened in the presence of contractors, who wish to remain present at the time of opening of tenders. Tender fee & EMD have to be submitted along with technical bid, if not found offer will out rightly rejected. The undersigned reserves the right to reject any or all tenders without assigning any reason thereof. Details of tender fee & EMD paid (DD No. & date) is invariably to be mentioned on the cover of the tender. In absence, offer will be rejected. Bidder has to submit tender fee / EMD in a separate cover duly super scribe with Tender Fee / EMD and all three covers (Technical bid, Price bid and EMD/Tender fee covers) after keeping in the main cover (Forth cover) duly super scribed with the required details such as Tender No, Description and details of EMD/Tender Fee etc., is to be sent by RPAD/Speed Post Small Scale Industries/NSIC will, however, be considered for exemption from payment of EMD subject to furnishing of the authenticated notary certified copy of the certificate of Registration with Small Scale Industries. The SSI/NSIC certificate should indicate the manufacture of items offered under this tender. Provisional SSI/NSIC Registration Certificates are NOT allowed. NSIC certificate more than 03 years old will not be considered and the validity of the same should cover at least the validity period of the tender and thereafter it has to be renewed and submitted immediately All the NSIC & SSI Documents furnished along with the tender should have clear validity as per the tender and should invariably be as per the norms of NSIC & SSI Otherwise you shall have to pay EMD and no exemption will be granted. Exemption in payment of EMD and relation in payment of Performance Guarantee towards execution period and guarantee/warrantee period shall be given to the small, Cottage & Tiny Industrial Units registered under Small Scale Industries of Gujarat State and holding registration with CSPO/NSIC/DGS&D. No exemption as well as relaxation shall be given to outside Gujarat based parties. Also, no exemption from payment of tender fees and no price preference shall be given to any bidder. SIGNATURE OF CONTRACTOR WITH SEAL & DATE For & on Behalf of GSECL (Pramod M. Parmar) I/c. Chief Engineer (G) KLTPS, GSECL

SCHEDULE B Sr. Description No 1 Providing potable water from source of village DAYAPAR / KAIYARI / KURIYANI to plant area of KLTPS for Lignite Handling plant augmentation work on as & when required basis and emptying in to constructed sump in LHP area. The quality of water shall be good potable, rate includes all cost of labor, tools tackles, transportation etc complete. Rate UOM Amount Quantity [Rs.] [Rs.] 2000 184.25 KL 3,68,500.00 Total Estimate Rs. 3,68,500.00 NOTE: (1) All royalties, Sales tax, Toll tax, Local tax, development charges, VAT tax, any other including work contract tax etc. in respect of this contract & also any statutory variation in future towards above mentioned taxes & any other taxes if levied in future by statutory authority applicable to the this contract shall be payable by the contractor & GSECL will not entertain any claim what so ever in this respect. (2) Payment will be made after 30 days on recording of Bill. (3) Service tax applicable as per Govt. rules. Bill/invoice is required as per service tax rules. (4) All the bidders are requested to see and verify the documents of (a) General safety guidelines for all types of contractors (b) Terms and conditions regarding Industrial law and other related matters (Labour Laws). (c) General terms and conditions (001-3), General Instruction to the bidder (01-3) under heading of Rules for Works And confirm that all the above documents you have verified & certify as below I/we hereby has read the above documents and agree for the Safety Rules, Industrial Laws and Contract Booklet (a, b & c as above) and accordingly submitted my/our offer. For & on Behalf of GSECL (Pramod M. Parmar) I/c. Chief Engineer (G) KLTPS, GSECL I/We do here by abide to execute the above work [1] At Estimated cost.(in words ) [2] % Below Estimated Cost.(in words ) [3] % above Estimated Cost.(in words ) SIGNATURE OF CONTRACTOR WITH SEAL & DATE