ANNUAL CONTRACT FOR FIRE FIGHTING ,OPERATION … · 1 tender no. gmdc pp fire 2012-13-04 annual...
Transcript of ANNUAL CONTRACT FOR FIRE FIGHTING ,OPERATION … · 1 tender no. gmdc pp fire 2012-13-04 annual...
1
TENDER NO. GMDC PP FIRE 2012-13-04
ANNUAL CONTRACT FOR FIRE FIGHTING ,OPERATION TESTING AND
GENERAL ROUTINE MAINTENANCE OF FIRE FIGHTING EQUIPMENTS, FIRE
PROTECTION SYSTEM, & CHECK OF FIRE DETECTION & FIRE ALARM
SYSTEMS
NOTE:
1. This is online Tender (e-Tender), hence Tenderer has to submit all the forms
electronically only.
2. Tenderer has to submit draft for Tender Fee, EMD and other documents physically or
by post at our office as per e-tender notice.
3. Tenderer has to submit Technical Bid along with Technical detailed specification
4. The bidders are required to submit their bids on-line through https://nprocure.com
ADDRESS
Corporate Office:
Gujarat Mineral Development
Corporation Limited, Khanij Bhavan,
7th
Floor, 132 ft Ring Road, Near
Helmat Circle, University Ground,
Vastrapur – 380052, Ahmedabad
Site Office:
Gujarat Mineral Development Corporation
Limited, 2X125 MW Akrimota Thermal Power
Station, Village: Nanichher, Tal.: Lakhpat –
370602, Dist.: Kutch,Gujarat.
2
TENDER NO. GMDC PP FIRE 2012-13-04
Sub: Annual contract for fire fighting, operation testing and general routine maintenance of fire
fighting equipments, fire protection system, & check of fire detection & fire alarm system for 2 x
125 MW Akrimota Thermal power station, Vill.: Nanichher, Tal.: Lakhpat, Dist.: Kutch, Gujarat.
01 Tender No. TENDER NO. GMDC PP FIRE 2012-13-04
02 Tender Fee [Non refundable] Rs.3000 /- (Rs. Three Thousand Only)
03
Scope Of Work Annual contract for fire fighting, operation testing and
general routine maintenance of fire fighting equipments,
fire protection system, & check of fire detection & fire
alarm system for 2 x 125 MW Akrimota Thermal power
station, Vill.: Nanichher, Tal.: Lakhpat, Dist.: Kutch,
Gujarat.
04 Place of Work 2 x 125 MW Akrimota Thermal Power Station at village
Chher Nani, Ta: Lakhpat, Dist: Kutch-Gujarat.
05 Earnest Money Deposit Rs.60,000/- in form of Demand Draft of Nationalized
Bank/schedule Bank in favour of GMDC Limited payable
at Ahmedabad and to be submitted along with technical bid
only, failing which tender will not be considered as a valid
tender.
06 Security Deposit 10% of the one year contract value (including EMD) in
form of DD / BG (excluding EMD) / FDR (Excluding
EMD) valid for the period of two years of nationalized
bank or of AXIS, IDBI, HDFC and ICICI will have to be
paid on acceptance of the tender within Ten (10) days of
the issue of LOI in favor of GMDC Ltd..
07 Date from download of TENDER
DOCUMENTS
18/06/2012
08 Last date & time for Download and
On line submission of TENDER
05/07/2012 up to 18.00 Hrs.
09 Last date for submission of Tender
fee, EMD and for other documents
in person or through post.
05/07/2012 up to 18.00 Hrs.
10 Verification of submitted documents
(EMD, tender fee etc) preliminary
bid
06/07/2012 at 11.00 Hrs
11 Opening of technical bids 06/07/2012 at 11.05 Hrs
12 Place for opening of online tender GMDC Ahmedabad office
13 Validity Of Tender 150 days.
- The cost of the tender document will not be refunded under any circumstances. - The tender notice shall form a part of contract document.
- Tender received without E.M.D. will be outright rejected.
Corporation reserves right to reject any or all tender or part thereof or split the work between more than
one tenderer, without assigning any reason thereof.
The tenderer, if registered under DGS&D, SSI, NSIC will not be exempted from submission of EMD
3
and Security deposit as well as no price preferences over the quoted rates will be considered
Tenders will be considered only of those parties having Permanent Account Number of Income–Tax,
Service Tax No., PF No. and qualified as per pre-qualification criteria/bid.
Only the tenders of the tenderers who are technically qualified will be considered for further evaluation.
Interested bidders can view these tender documents online but bidders who are interested in bidding in
this, tenderers can download tender documents from https://gmdc.nprocure.com. Tender Documents are
only available in Electronic Form. The bidder should submit all the forms electronically only.
Bidders who wish to participate in this tender will have to register on https://gmdc.nprocure.com. Further
bidders who wish to participate in online tenders will have to procure Digital Certificate as per
information technology Act 2000 using which they can sign their electronic bids. Bidder can procure the
same from (n) code solutions – a division of GNFC Ltd, who are licensed Certifying Authority by Govt.
of India and they will assist them in procuring the same at below mentioned address. Bidders who
already have a valid Digital Certificate need not procure a new Digital Certificate.
The tenderers is required to submit the Tender Fee and EMD amount in sealed cover at Ahmedabad
GMDC office on/before DT: 05/07/2012. If EMD amount & Tender Fee are not submitted, tender will
not be considered for scrutiny and will be summarily rejected.
In case, bidder needs any clarification or if training required for participating in on line tender, they can
contact following office: -
(n)code Solutions- A Dvision of GNFC Ltd,
(n)procure cell
301, 3rd
floor, GNFC Infotower, Sarhhej – Gandhinager Highway, Bodakdev,
Ahmedabad – 380 054.
Toll Free: 1-800-233-1-1- Ext: 501,512,516,517
Phone : (079) 26857316/17/18
Fax : (079) 26857321
E mail :[email protected]
DOWNLOAD OF TENDER DOCUMENTS:
The tender document for this works is available only in electronic format which bidder can download as
explained above.
SUBMISSION OF TENDER:
Tenderer shall submit their offer in electronic format on above mentioned website up to after Digitally
Signing the same. No offer in physical form will be accepted and any such offer if received by GMDC
will be out rightly rejected.
OPENING OF TENDER:
The technical bid will be opened on DT: 06/07/2012 at 11.05 Hrs on website https://gmdc.nprocure.com
as mentioned above.
Bidders has requested to send the tender documents along with tender fee & EMD addressed to
following authority with mentioned tender no. & name of bidder on cover.
GENERAL MANAGER (POWER)
Gujarat Mineral Development Corporation Ltd.
(A Govt. of Gujarat Enterprise)
“Kanij Bhavan”, 132 Ft. Ring road, Nr. Manav Mandir, University Ground,
Vastrapur, Ahmedabad-380 052
Ph: 079 27913200/3502/1662/1665
Fax no: 079 27911822/2791 1520 E-mail: [email protected]
Visit our web site: www.gmdcltd.com
4
GUJARAT MINERAL DEVELOPMENT CORPORATION LTD.
(2 X 125 MW AKRIMOTA THERMAL POWER STATION)
Information is hereunder provided about general terms & conditions of the contract for Operation, testing
and maintenance of fire fighting equipments, fire protection, fire detection & fire alarm system for
Akrimota Thermal Power Station.
Information on following topics is provided hereunder :
i. Instruction to bidders
ii. General terms & conditions of the contract
I. INSTRUCTION TO BIDDERS
1. SYNOPSIS
GUJARAT MINERAL DEVELOPMENT CORPORATION LIMITED (GMDC) is having 2 x 125
MW Lignite based power plant located near Village Nani Chher, Taluka Lakhpat, District Kutch.
GMDC has its own lignite mines for the power plant. The plant is based on Circulating Fluidized
Bed combustion technology for the boilers where lignite is burnt along with limestone in the
furnace of the boiler and turbine is based on Kn series machine. The raw water for various
processes is obtained from sea and treated to get water of different qualities suitable for different
services including CW system, De-sal plant, Fire hydrant system, DM Plant etc.
2. APPROACH TO SITE
1.1 AKRIMOTA THERMAL POWER STATION (ATPS) is accessible by road from Lakhpat and
Dayapar on the Bhuj-Lakhpat Coastal Highway. The site is located 2 kms away on the west side of
Lakhpat-Narayan Sarovar road. From Lakhpat, the site is around 15 km away while from Dayapar
the same is around 40 kms. The nearest broad gauge railway station is at Bhuj, which is around 150
kms. from the power plant. Bhuj is also the nearest airport which is presently connected to Mumbai
by air. The nearest sea port is Kandla which is around 220 km away from the plant site.
2.2 The site is 15.0 mt. Above MSL.
The weather is hot & humid. Corrosive oxides of Sulphur & Chlorides are present in the coastal
saline atmosphere.
The average rainfall is 350 mm only.
Water scarcity is generally experienced in this area from June to August. The area is also prone to
draughts for sustained time upto 4 to 5 years.
3. GENERAL INSTRUCTIONS
Bids shall not be accepted after the time and date fixed for receipt of Bids as set out in the
‘Invitation for Bid’. Bids received after the above time and date so fixed will not be considered.
3.1 The owner may, at its discretion, extend the deadline for the submission of Bids by
amending the Bidding Documents in accordance with Clause in which case all rights and
obligations of the owner and bidders previously subject to the deadline will thereafter be
subject to the deadline as extended.
3.2 Bidder shall bear all costs associated with the preparation and delivery of its Bid, and the
owner will in no case be responsible or liable for these costs.
3.3 Modification and Withdrawal of Bids
3.3.1 The Bidder may modify or withdraw its Bid after the Bid's submission, provided that such
5
modification or withdrawal is received in writing by the Owner prior to the deadline
prescribed for submission of Bids.
3.3.2 The Bidder's modification or withdrawal notice shall be prepared, sealed, marked and
dispatched so as to reach the owner before 10days of the dead line prescribed for the
submission of bid. A withdrawal notice may also be sent by telex or cable but must be
followed by a signed confirmation copy.
3.3.3 No Bid may be modified subsequent to the deadline for submission of Bids.
3.3.4 No Bid may be withdrawn in the interval between the deadline for submission of Bids and
the expiration of the period of bid validity specified by the Bidder on the Bid Form.
4. ELIGIBILITY CRITERIA
Eligibility criteria, prescribed for the specific tender, are mentioned in the tender notice and
also in the tender documents. Bids of the Tenderer satisfying the prequalification requirement,
shall only be considered and processed further.
Certain essential requirements of pre-qualification bid are as under:
1. The Bidder should submit EMD in the form of D/D, as specified for the tender, along with the
pre-qualification bid.
2. The bidder should submit solvency certificate for the amount prescribed in the Tender
document.
3. The bidder should possess valid P.F. Number. Without PF Number, bid shall be rejected.
4. The Bidder should enclose P.F. code allotment letter along with Labour Licenses and W.C.
Policy copies of previous order.
5. The Bidder has to submit PAN Number of the firm. Copy of the same to be submitted.
6. The Bidder has to submit Service tax registration number. Copy of the same to be submitted.
The Bidder should enclose copy of all the documents, Work Order and any other certificate to
satisfy his eligibility criteria along with bid documents.
5. BID DOCUMENTS
5.1 The Bidder is expected to visit the Power Plant site and make his own assessment regarding the
quantum of work and facilities available at site and satisfy himself about all the uncertainties
prior to submitting his offer.
5.1.1 The Bidder is expected to examine all instructions, forms, terms and specification in the Bid
Document. Failure to furnish all information required in the Bid Document or submission of a
Bid not substantially responsive to the Bid Documents in every respect may result in rejection
of the Bid.
5.2 Clarification of bidding Documents
5.2.1 Prospective bidders requiring any further information or clarification of the bidding documents
may notify the owner in writing or by telex or cable or by fax at the owners mailing address
indicated in the invitation to bids. The owner will respond in writing to request for information
or clarification of the bidding documents which it receives not later than seven (07) days prior
to the deadline for the submission of bids prescribed by the owner. The owner’s response
(including an explanation of the query) will be sent in writing or by telex or cable to all
prospective bidders who have received the bidding documents.
5.3 Amendments of bidding documents
5.3.1 At any time prior to the deadline for submission of bids, the owner may, for any reason,
6
whether at its own initiative or in response to a clarification requested by prospective bidder,
modify the bidding documents by amendment.
5.3.2 In order to afford prospective bidders reasonable time in which to take the amendment into
account in preparing their bids, the owner may, at its discretion, extend the deadline for the
submission of bids.
6. LANGUAGE OF BID
The bid prepared by the bidder, and all correspondence and documents relating to the bid
exchanged by the bidder and the owner, shall be written in the English language. Any printed
literature furnished by the bidder may be written in another language provided that this
literature is accompanied by an English translation, in which case, for purpose of interpretation
of the bid, the English translation shall govern.
7. TIME SCHEDULE
7.1 The basic considerations and the essence of the contract shall be the strict adherence to the time
schedule for performing the specified ‘works’.
8. EARNEST MONEY DEPOSIT (EMD)
An EMD as prescribed in the tender document shall accompany with bid. The EMD shall be in
the form of an A/C payee Demand Draft in favour of M/s GUJARAT MINERAL
DEVELOPMENT CORPORATION LTD. payable at ahmedabad only.
9. SUBMISSION OF BIDS
The bids shall be submitted in two parts viz. Part 1 (Pre-qualification or technical bid) and Part 2
(Price Bid). Part 1 bid will be submitted along with tender fee & EMD and price bid will be
accepted only in electronically.
Part-1 Pre-qualification bid shall be submitted along with the following documents.
1. Proof of experience meeting the minimum eligibility criteria as per clause.
2. Performance certificate issued by clients on the name of bidder should be required.
3. Previous work order copies of last five years.
4. Turn over for the last three years, audited annual accounts/ financial statements i.e. profit
and loss account and balance sheet duly certified by a CA in practice required.
5. Solvency certificate from nationalised bank to be submitted.
6. P.F Number.
7. Labour Licence and W.C policy copies of previous order.
8. E.M.D as per clause.
9. PAN Number.
10. Service tax registration number/certificate copy.
11. Schedule of deviation
Part-2 Price Bid.
The bidder shall fill the price schedule in the format given on line only and the price shall be
inclusive of cost of all manpower, consumables, tools and tackles, transportation, safety and
statutory compliance, etc. & duties, mobilisation and demobilisation etc.
Original copy of Part-1 shall be addressed and submitted at the address mentined on page no.3:-
The envelope shall be clearly marked with “Tender No. & Subject”
7
10. SIGNATURE OF BIDS
10.1 The bid must contain the name, residence and place of business of the person or persons
making the bid and must be signed and sealed by the bidder with his usual signature. The name
of the all persons signing should also be typed or printed below the signature.
10.2 Bid by a partnership firm must be furnished with full names of all partners and be signed the
partnership name, followed by the signature and designation of one of the authorized partners
or other authorized representative(s).
10.3 Bids by a corporation/ company must be signed with the legal name of the corporation /
company by the president, Managing Director or by the Secretary or other person or persons
authorized to bid on behalf of such corporation / company in the matter.
10.4 The bidder’s name stated on the proposal shall be the exact legal name of the firm.
10.5 Erasures or other changes in the bid Documents shall be initialed by the person signing the bid.
11. INFORMATION REQUIRED WITH THE BID
Bidder should clearly indicate along with details called in the bid, the plant where he
undertaken similar work as also certificates from clients.
12. UNDERSTANDING AND CLARIFICATION ON DOCUMENTS AND SPECIFICATION
The Bidder is required to carefully examine the specifications and documents and fully confirm
himself as to all the conditions and matters, which may in any way, affect the “works” or the
cost thereof. If any Bidder finds any discrepancies in the specifications and documents or is in
doubt as to the true meaning of any part, he shall at once request in writing for any
interpretation/clarification to the in the Techno-commercial bid or seek clarification during the
techno commercial discussion.
All such interpretations and clarifications shall form a part of the specification and documents
and accompany the Bidder’s proposal.
13. PAYMENTS
The payment to the Bidder shall be released in Indian Rupees by A/c payee cheque only.
14. POLICY FOR BIDS UNDER CONSIDERATION
14.1 Bids shall be deemed to be under consideration immediately after they are opened and until
such time official intimation of award/rejection is made by the owner to the Bidders. While the
Bids are under consideration, Bidders and/ or their representative or other interested parties are
advised to refrain from contacting by any means, the Owner and/ or his employees. The
Engineer, if necessary, will obtain clarification on Bids by requesting for such information from
any or all the Bidders, in writing as may be necessary. The bidder will not be permitted to
change the price or substance of the Bid after the deadline prescribed for submission of the
bids.
14.2 Evaluation of technical Bids
14.2.1 The technical bids will be examined and will be classified into two categories (viz.)
(A) Bids which are acceptable as they are or which with some modifications can be made
acceptable;
(B) Bids which are completely unsuitable and which cannot be made acceptable by
8
modifications. These bids will be rejected.
14.2.2 All responses to requests for clarifications shall be in writing and shall be presented to the
owner in a sealed envelope on or before the due date requested by the owner. If the Technical
clarification sought by the owner do not reach the Owner on or before the due date, the bid will
be rejected.
14.2.3 After all the technical bids have been evaluated, the bidder will be called for techno-
commercial discussion. Based on technical discussion, if required, those bidders whose
Technical Bids have been accepted with some modifications may be given some time to submit
their revised price bids in a sealed envelope (solely at the discretion of GMDC) to reflect the
change agreed/made to their technical bids.
14.2.4 The original price envelopes (bids) will not be returned if the revised bids are called.
15. SCHEDULE OF DEVIATION
Whenever Bidder deviates from the specifications the same shall be listed out in the “Schedule
of deviation” attached as Annexure to this specification. Only those deviations, which are listed
in this Annexure, shall be considered. Deviation indicated elsewhere will be rejected.
16. INSURANCE
The Bidders insurance liabilities pertaining to the scope of “Works” are detailed in Clause, title
Workmen’s Compensation Insurance in General Conditions of Contract (GCC). The Bidder’s
attention is specifically invited to these clauses. Bid price shall include all the cost in pursuance
of fulfilling all the insurance liabilities under the ‘Contract’.
17. OPENING OF BIDS
17.1 The owner will open the pre-qualification/technical bids as the case may be, in front of Bidder’s
representative whenever such procedure has been specified. Otherwise, the tender will be
opened by the authorized officers of GMDC.
17.2 Preliminary Examination
17.2.1 The Owner will examine the Bids to determine whether they are complete, whether any
computational errors have been made, whether required sureties have been furnished, whether the
documents have been properly signed and whether Bids are generally in order.
17.2.2 Arithmetical errors will be rectified on the following basis. If there is difference between the unit
price and the total price that is obtained by multiplying the unit price and quantity, the unit price
shall prevail and the total price will be corrected. If there is discrepancy between the Total Bid
amount and the sum total, the sum total prices shall prevail and the Total Bid Amount will be
corrected.
17.3 Policy for Price Bid Under Consideration
Price bids shall be deemed to be under consideration immediately after they are opened and until
such time official intimation of award/rejection is made by the owner to the bidders. While the
price bids are under consideration, Bidders and/or their representatives
or other interested parties are advised to refrain from contacting by any means, “Employees of
the Owner” on matter related to the bid. GMDC will obtain clarification on the price bid by
requesting for such information from any or all the bidders, in writing as may be necessary. The
bidders will not be permitted to change the substance of the price bid after the price bid has been
opened.
9
18. EFFECT AND VALIDITY OF BID
18.1 The submission of any bid connected with these documents and specifications shall constitute an
agreement that the bidder shall have no cause or action or claim, against Owner for rejection of
his bid. The Owner shall always be at liberty for reject or accept any bid or Bids at his sole
discretion and any action will not be called into action and Bidder shall have no claim in this
regard against the Owner.
18.2 The Bid shall be kept valid for acceptance for a period of One Hundred and Eighty days (180)
calendar Days from the date set for opening of the Bids.
In case any Bidder quotes a lower validity period than called for above, his offer shall be rejected.
19. EVALUATION AND COMPARISON OF BIDS
19.1 General
19.1.1 The Bids received and accepted will be evaluated by the Owner to ascertain the lowest evaluated
bid in the interest of the Owner, for the complete ‘Order’ covered under these specifications.
19.1.2 The comparison of all the Bids shall be carried out with reference to similar scope of work as per
the technical specification. Any deviation/omission shall be evaluated at highest quoted price of
the deviation/omission quoted by any of the Bidder. In case a separate price (for omission) is not
given by any other Bidder, a reasonable price of the same shall be considered.
19.2 Definition and Meanings
For the purpose of the evaluation and comparison of bids the following meaning and definitions
will apply:
(a) “Bid Price” shall mean the price quoted by each Bidder in his proposal for the complete
scope of order.
(b) “Differential Price” shall mean the summation of the equalizing elements of price while
evaluating the Bids for deviation and deficiencies in the Bidders proposed equipment as per
the guidelines mentioned in this “Instruction to Bidders” and the relevant “Technical
Specification”.
(c) “Evaluated Bid Price” shall be summation of Bid Price and Differential Price.
20. AWARD OF CONTRACT
20.1 Letter of Intent/Letter of Award will be sent in form of Fax/Telex/Telegram/Regd. Mail to the
successful Bidder by the Owner and the date of issue of any of these communications will be
treated as date of commencement of the Order unless otherwise mentioned.
20.2 The order will be awarded to the technically and commercially best qualified and responsive
Bidder offering the lowest evaluated bid in conformity of the requirement of the specifications of
the document. A responsive Bid is one which accepts all the terms and conditions of the
specifications and documents without any major modifications. A major modification is one
which affects in anyway the prices, quality, quantity or which limits in any way the
responsibilities or liabilities of the Bidder or any right of the owner as required under
specifications & documents. However, the Owner may waive any minor informalities or
irregularities in the Bid. Where there are item rates to be quoted by the Bidders for the unforeseen
works which are not taken into consideration for evaluation, the lowest responsive Bidder will be
required to accept the lowest rates offered by other Bidders. This will be pre-condition for award
of the work to the lowest responsive Bidder.
10
II. GENERAL CONDITIONS OF CONTRACT (GCC)
1. CONTRACT PERIOD
The contract will be initially for a period of 2 (two) years from the date of actual
commencement of operation of the contract. The period can be extended further by six months if
mutually agreed upon by both the parties.
2. TERMS OF PAYMENT
The contractor shall raise the invoice in triplicate after completion of every month and the
payment of the same shall be made within 30 days thereafter as per the following terms of
payment –
i) 100% payment on monthly basis against the work executed duly certified by GMDC.
ii) Service tax, at prevailing rates, shall be paid along with bills after fulfillment of following
terms
(a) Submission of copy of registration certificate issued by Service Tax Authority (to be
furnished only once).
(b) Citing the Service Tax Registration No. and date of issue of registration certificates on
invoices.
(c) Claim of Service Tax amount with percentage (%) separately shown on the invoices.
iii) The contractor along with monthly invoice shall submit PF Challan statement indicating the
employees and employer’s PF contribution of previous month in respect of employees
employed by him for the contract at GMDC-ATPS Site.
iv) The contractor shall submit along with first monthly bill a certificate form Engineer-In-
Charge regarding availability of minimum tools & tackles at site required to carry out the job.
The list of such tools & tackles and instruments/equipments shall be mentioned by the
contractor under Annexure. Any additional tools & tackles, other than above, required for
performance of the contract shall be arranged by the contractor immediately with no extra
cost to GMDC.
v) The Contractor shall submit indemnity bond / No due certificate along with the last monthly
bill of the contract.
3. RECOVERY CLAUSE
i) In case of any damage of equipments/machinery due to negligence of contractor or any other
reasons attributed to contractor the decision of Engineer-In-Charge regarding the amount of
recovery shall be final and binding. However amount shall be restricted to 10% of the
contract value. Recovery will be affected from monthly bills and/or retention money/security
deposit.
ii) If the contractor fails to execute the work as per directions of GMDC’s Engineers (I/c) within
the time frame given, GMDC shall get the work done by third party at the risk & cost of the
contractor.
4. NIGHT/SUNDAY/HOLIDAY SHIFT
The contractor shall depute required manpower as directed by E-I-C. Manpower shall be deputed
in Night Shift/Sunday/Holidays consisting of supervisors, technician, Helpers etc. for any
emergency job that may come up at night/Sunday/holiday.
11
5. ASSIGNMENT AND SUBLETTING OF THE CONTRACT
The contractor shall not assign or sublet any part of the contract to any other party or agency.
6. DEDUCTION FROM CONTRACT PRICE
All costs, charges or an expense which GMDC may have paid for which, under the contract the
Contractor is liable, will be claimed by GMDC. All such claims shall be paid by the contractor
within 15 days failing which the same shall be deducted from the contractor’s RA bills.
7. TERMINATION OF THE CONTRACT
GMDC may terminate the contract after due recoveries of pending jobs/damages after giving 15
days notice to the Contractor, if any of the following event occurs.
i. Contractor is adjudged as insolvent.
ii. Contractor has abandoned the contract.
iii. Contractor fails to proceed with the work with due diligence as per the requirements o the
contract.
iv. Contractor has neglected or failed persistently to observe or perform any of the acts,
matters or things, which as per the contract are to be observed and performed by the
contractor.
v. Any major contradiction of applicable labour laws.
8. SETTLEMENT OF DISPUTES
Any dispute or difference between parties arising out of the contract to the extent possible shall
be amicably settled between the parties. If amicable settlement cannot be reached, all disputed
issues shall be resolved through arbitration, according to the provisions of Indian Arbitration Act,
1940. The place of arbitration shall be at Ahmedabad.
Work under the contract shall be continued by the contractor during arbitration proceedings
unless GMDC shall order suspension thereof or any part thereof in writing or unless the matter in
such work cannot possibly be continued unless the decision of the Arbitration proceedings is
obtained.
9. INTERPRETATION OF THE CLAUSE
In case of any dispute as regards interpretation of any of the clause or specification, the decision
of General Manager (PP), GMDC shall be final and binding on the contractor.
10. WORKMEN’S COMPENSATION INSURANCE
The Contractor shall take all Risk Insurance Policy to cover all his workmen, staff applicable
under the Workmen’s Compensation Act, 1923 or any amendment thereof, as also insurance
cover for third party liability. The Contractor shall keep GMDC indemnified from all liabilities
arising out of his action in pursuance in this contract. The W.C. Policy should be obtained from
Ahmedabad Jurisdiction and shall be assigned to GMDC.
11. STATUTORY REQUIREMENTS
The Contractor has to fulfill the statutory compliance of labour laws as per Annexure-I
12
a) The contractor shall be solely responsible for any accident to his workers and should adhere
to all the rules / regulations as per Labour law of Government and other statutory laws as
applicable.
b) The Contractor should register himself under the Contract labour Act, Workmen’s
compensation Act and PF Act (Code No. to be mentioned) and submit the copy of
registration certificate and should possess the same from the date of commencement of
work, failing which the contract is liable to be cancelled. The W.C. Policy copy should be
submitted to GMDC prior to commencement of work and labour license should be obtained
within One week from the date of issue of Form-V. a copy of Labour license shall be
submitted to GMDC, P&A Department.
c) Contractor will have to insure his workmen/ supervisor under the group insurance scheme,
so that there will not be any problem after any accident and it may also cover the liability
under the Workman Compensation Act.
d) The Contractor will be responsible for compliance of all statutory rules, regulation, act
enforced from time to time framed by the Government, Such as factory Act, Workmen
Compensation Act, Payment of ‘Wage Act’, minimum Wages Act, Provident Fund Act,
Payment of Bonus Act, Labour Law Act in respect of employees engaged by him for the
work and shall have to maintain necessary records. In case any amount becomes due to be
payable by him or his employees or to the Government under the above rule, regulations,
acts, GMDC reserves the right to recover the same from him and pay to the concerned
employee.
e) Documentary evidence of deposit of PF paid in preceding month shall have to be produced
by the contractor along with the monthly RA Bill of succeeding month.
f) Records as per the provisions of various statutory acts will have to be maintained by the
contractor and submitted as and when required.
g) All Contractor’s employees should maintain due discipline and respect local sentiments.
GMDC reserves the right to direct the Contractor in respect of such persons who do not
comply above requirement.
12. WORK MEASUREMENT / CERTIFICATION
The work is specialized nature and the contractor should be fully conversant with modern
practices and should be able to carry out the job independently. The contractor shall therefore
engage qualified/experienced personnel as mentioned in the tender.
The Contractor shall be required to furnish satisfactory job completion report to GMDC on daily
basis. The monthly bills shall be released based on certified reports of the work.
13. FACILITIES TO BE PROVIDED BY GMDC
GMDC shall provide following facilities to the contractor, on as available basis:
a) Electricity & Water at the nearest available point, free of cost, for office and
workshop/store. Further distribution to be done by Contractors at their own cost.
b) Free space for constructing office & Store as decided by GMDC.
d) Workshop facility on chargeable basis, if available, at site only.
e) 02 nos. of quarters on chargeable basis on subject to availability.
f) Quarters in labour colony on subject to availability.
14. TOOLS & TACKLES & INSPECTION INSTRUMENTS/EQUIPMENTS
For proper maintenance of the equipment, the contractor is required to maintain and make
available all tools & tackles in good working condition at the site. The Contractor is also required
13
to maintain and make available all instruments/equipments required for proper performance of
the contract. Any additional tools & tackles, required for work /job shall be arranged by the
contractor immediately with no extra cost to GMDC. The details of the tools & tackles and
instruments/equipments that the contractor will maintain at site is mentioned in Annexure
attached with the tender documents.
In case of non-availability of the any required equipment/tools & tackles with the contractor, the
same shall be issued to the Contractor, if available, on chargeable basis. However they have to
handover the same in healthy condition. Incase of damage/missing, the contractor has to pay the
amount of full cost of the machine/set.
15. GENERAL TERMS AND CONDITIONS OF THE CONTRACT (GTCC)
1. All tool and Tackles to execute the contract are in the scope of the contractor. The contractor
should ensure that tools are in healthy condition.
2. The contractor has to deploy sufficient & suitable manpower viz. supervisor, skilled and
unskilled workmen to deal day to day for fire fighting work.
3. The decision of the E-I-C shall be final and binding on the contractor for defining the terms and
conditions included in this contract.
4. Inspection of work may be done at any time by E-I-C or his authorized representative. If work
is not found satisfactory E-I-C reserves the right to take suitable action.\
5. The contractor shall be required to furnish satisfactory job completion report to GMDC. The
submission of report should be on daily basis, the monthly bill payment shall be released based
on the certified reports of the works.
6. If any equipments or part are found damaged due to negligent / faulty maintenance of the
equipment, cost of such damages shall be recovered from the contractors monthly bill /
retention money/ security deposit.
7. Contractor has to do quality job. GMDC shall not compromise on quality. In case of poor
quality of the work the contractor may be asked to rework the job.
8. Time schedule given is the standard time required for respective activities of work as
mentioned.
9. GMDC will provide the open free space at appropriate place in plant area suitable for keeping
tools and tackles and for making temporary office. On expiry of contract, contract shall have to
vacate the premises immediately after it other wise the rent will be recovered as GMDC rules.
10. The contractor shall make his own arrangement of storage of tools and tackles etc and shall be
responsible for safe custody of such items at his site store.
11. Transport facility for fire staff shall be arranged by the contractor.
12. Party should visit the site to understand and familiarise themselves thoroughly with the site
condition / equipments and system before submitting the tender as work is to be carried out at
ATPS site.
13. Rates quoted should be firm through out the contract period. No price escalation will be
counted for billing purpose.
14. The contractor has to take group insurance policy for their workmen. The contractor has to
submit labor license and PF account number to the engineer in charge before start the work.
15. Safety: Contractor shall be solely responsible for the safety of his workmen. He shall ensure
that no damage to the equipment is caused by him or his workmen. He shall abide by the safety
rules and regulation as per exiting law. He shall provide personal protective equipment to his
workmen and shall ensure safe working conditions and precautions while working at heights
and hazardous condition. In case of violation of safety norms, rules & regulation E-I-C is
authorized to remove the person or equipment if felt as safety hazard) and may take necessary
action against the Contractor.
16. Subletting the contract to other agency is not permitted unless and approved by the competent
authority.
14
17. GMDC reserves the right to reject any or all the offers received without giving any reason to
any bidder.
18. The contract may be terminate at any time if the performance of contractor will not satisfactory.
19. The personal engage in this contract are as per present requirement. It may be reduced as per
requirement.
15
DETAIL SCOPE AND SCHEDULE OF WORK
Under the scope of this contract, the contractor is required to provide qualified manpower for the
control of Fire /Emergency, implementation of Fire prevention & standard safety practices &
procedures & to check the status /healthy working condition of installed arrangement of Fire
protection system, fire detection and fire alarm systems. (All these systems are approved by LPA as
per TAC rules).
A. Requirement of Manpower: 28 Minimum (9 man per shift &1 man in general shift )
The distribution of manpower for every shift shall be as :
Leading fireman;1 , fire man;4 (1 man shall always monitor the telephone duty /communication job),
drivers ;2 (for two fire truck), fire pump house operator:1 & Helper;1 (total 9 persons per shift )plus 1
General shift supervisor for fire administration of contract manpower.
The contractor is required to provide sufficient manpower considering requirement of weekly off as
per labour rules & also taking care of factors of absenteeism due to sickness/leave to ensure
availability of nine persons per shift.
1. Leading Fireman-3 Nos minimum.( 1 leading fireman per shift )
Qualification : 12 class pass & supervisor/fireman course from recognized institute
Experience : 1 year minimum
Physical standards; 1)Height: 165 cm 2) Weight :50 kg
Shall have good general physical fitness &preferably knowledge of First aid.
They are required to work in shift and their squad of firemen .
2. Fireman-12 Nos.(minimum) ; 4 firemen per shift
Qualification : 10 class pass (minimum) & fireman course from recognized institute &preferably
having valid heavy vehicle license
Experience : 1 year minimum
Physical standards; 1)Height: 165 cm 2) Weight :50 kg
Shall have good general physical fitness & preferably knowledge of First aid.
They are required to work in shift .
3. Fire engine Driver-cum-Pump Operator-6 Nos.(2 drivers per shift )
Qualification : 8 class pass (minimum) & preferably fireman course from recognized institute
& having valid heavy vehicle license
Experience : 2 year minimum with knowledge of general routine maintenance of fire truck
Physical standards; 1)Height: 160 cm 2) Weight :50 kg
Shall have good general physical fitness & preferably knowledge of First aid.
They are required to work in shift .
4. Fire water pump operator ; 3 ( 1 per shift )
Qualification : 12 class pass /ITI & preferably supervisor/fireman course from recognized institute.
Experience : 1 year minimum with knowledge of operation of water pumps
16
5. Helpers-3 Nos.(1 per shift )
Qualification : 8 class pass (minimum) & preferably fireman course from recognized institute
& having valid heavy vehicle license
Experience : knowledge of general routine maintenance of fire equipments
Physical standards; 1)Height: 160 cm 2) Weight :50 kg
Shall have good general physical fitness & preferably knowledge of First aid.
They are required to work in shift .
6. Fire Supervisor – 1 Nos.
Qualification : 12 class pass (minimum) & supervisor course from recognized institute, & preferably
having valid heavy vehicle license
Experience : 3 year minimum
Physical standards; 1)Height: 165 cm 2) Weight :50 kg
Shall have good general physical fitness &preferably knowledge of First aid.
Fire supervisor will perform duty in general shift.
Total manpower required everyday: 28(minimum)
For all the post mentioned above ,physical fitness is desired.
B. SCOPE OF WORK:
The fire section headed by Fire Supervisor (Contractor’s post) shall report to E.I.C/fire officer (GMDC)
shall carry out following functions:
1) Fire fighting /handling of Emergency : The fire squad on duty shall have to handle any fire call
/emergency arising within &outside plant premises as directed by E.I.C/fire officer &will be provided
with towo fire tnder and necessary fire fighting equipment /material to deal with any fire
incident/emergeny . The fire station shall always be manned by a skilled telephone duty operator who
shall record events ,ire emergency ,&communicate via telephone ,PA system for necessary action .
2) Asistance to management in implementation of Fire prevention &general safety practices :
The fire staff will assist the E.I.C in Fire investigation ,Accident investigation ,imparting the fire
training /safety training to plant permanent &contract employees ,shall take part I Fire mock drills
,search &rescue of casualty etc.
3) Check ,test & minor routine maintenance of existing Fire Protection system ref. hydrant
system ,Hose box ,hose ,risers ;
The fire staff shall maintain the fire hydrant system in the entire plant including lignite bunker bay, lime
bunker bay, transformer yard ,compressor house ,switch yard ,switch yard relay room ,boiler area ,ESP
,TG building ,CW pump house ,DG house , sea water treatment plant ,Ash plant compressor house
,lignite handling plant ,Fuel oil storage ,work shop ,stores &such other areas where fire hydrant are
provided .
Risers are located in buildings at each floor as per TAC norms.
4) Test/check of high velocity water spray system :
Various transformers ,clean &dirty oil tanks (located in transformer yard ) are provided with high
velocity water spray system for protection against fire .
This system shall be checked /tested a per NFPA 15 guidelines &the work recorded prescribed
format.
5). Test/check of Automatic Sprinkler System:
17
This system is provided on the Lignite conveyors and associated buildings. Periodical testing
and rectification of defects to be carried out in consultation with Engineer-in-charge recorded in
prescribed formats.
6) Check/inspection of Fire Detection and Alarm Systems.
ESP control rooms & Material Handling Plant control room are provided with Fire detection and
alarm systems for fire detection.. These system are also provided for Main control room,switch
gear and MCC room ,lignite and lime conveyors nd miscellaneous areas &building .
Periodical testing of these system as per NFPA guidelines are to be arranged by fire section in
consultation with Engineer in-charge for effective performance of the systems.
7) Check/inspection of Carbon Dioxide Gas flooding fire suppression system :
Carbondioxide gas flooding is provided for generator acoustic enclosures. Care to be taken to
ensure that this system always will remain in healthy condition Weighment of CO2 cylinders are
to be carried out regularly to ensure that gas has not leaked-off from cylinder i.e. cylinder is not
empty. The work carried out shall be recorded.
8) 24 hrs monitoring /operation of Fire water pumps:
The hydrant systems in the plant area is connected to 2-independent pipe works from the fire
water pump house and kept charged at a system pressure of 7 Kg/cm2
through jockey-pump and
hydro-pneumatic tank for taking care of any leakages in the system pipe lines and valve glands.
The system of fire pumps is programmed to maintain the fire water pressure, in the event when
the pressure in hydrant line falls, either due to opening of the valve due to some fire somewhere
in the plant or due to some different use of water. The testing of pumps shall be carried out and
shall be recorded in prescribed formats & the defects, if any, shall be reported for maintenance .
9) Check,inspection &test of mechanical fix foam system for fuel oil tanks :
Foam system for 2 no.s HFO &1 no. LDO tank complete with foam maker are provided as per
NFPA 11 gudelines . water supply for the fix foam system ae taped form th fire hydrant header line.
The system I to be checked ,inspected &operated as per NFPA guidelines under supervision of EIC
&the work performance recorded in prescribed formats.
10) Operation of Fire tender/Fire trucks :
The fire station has two multipurpose fire trucks/tender with water/ DCP ,CO2 /Foam fire fighting
system along with other fire fighting accessories installed. The fire tender shall be kept ready for
meeting emergency &should be tested as per NFPA guidelines for performance check.
C) Details of Fire system available at ATPS
302 Nos. of addressable type ionization smoke detectors are provided in the various areas for detection
of fire.
314 Nos. of addressable type photo electric smoke detectors are provided in the various areas for
detection of fire.
17 Nos. of addressable type Heat detectors are provided for battery rooms.
35 Nos. of addressable type infra-red ember detectors are provided for lignite conveyors.
13536 mtr of digital linear heat sensing cable is provided for lignite conveyors and cable galleries.
18
83 Manual call points are located in various areas.
55 Nos. of electric hooters are provided in various areas.
148 Nos. of response indicators for smoke detectors are provided in the control room over false ceiling.
The local fire alarm panels are provided with battery and battery charger arrangement.Annunciation
panel is located in main control room receive signals from various location in the plant i.e. manual call
points and detectors. All these fire alarms also get repeated in the panel, provided in the fire station building.
These panels are provided with independent battery and battery charger for alarm system.
Central monitoring station is located in the fire station building for overall repeat and monitoring alarm
system.
Fire water sump:
1x3000m3
capacity, desalinated treated water sump is provided for fire pumps, adjacent to filtered sea
water sump for fire protection needs, in the Sea water plant area. The sump is having RCC partition walls
between the pump suctions.
Fire hose, nozzles and hose cabinets:
63mm NB size, 7.5m long (for indoor hydrant) and 15m long (for outdoor hydrant)fire hoses fitted with
stainless steel instantaneous, spring lock couplings and suitable for a working pressure of 8.5Kg/cm2 and
capable of with standing internal water pressure of 32 Kg/cm2 with out any leakage sweating or
bursting are provided for the plant.
Wall mounted / column mounted pedestal mounted hose cabinet are provided to house
2 nos. of hoses stainless steel couplings, nozzles, branch pipe etc. as per the
Requirement.
i) Fire extinguishers and safety Equipments:
Portable fire extinguishers, breathing apparatus and other safety equipments are provided as under:
30 nos of 09 Ltrs capacity water-CO2 type portable wall mounted extinguishers,94 nos. of 6.8 kgs
capacity, CO2 portable wall mounted extinguishers.-77 nos. of 4.5 kgs capacity ,CO2 portable wall
mounted extinguishers.,16 nos. of 22.5kgs capacity CO2 trolley mounted extinguishers ,DCP-5 kg
extinguisher-61, DCP-10 kg extinguisher-52, DCP75 kg trolly -10 ,foam fire extinguisher-25 , etc
The contractor is required to keep all the fire protection equipment in ready to operate, healthy conditions.:
Fire detection and fire alarm systems are to be tested periodically for their healthiness as per NFPA 59 .
Fire hydrant are to be tested regularly,
HVWS systems &water sprinkler are to be tested as per NFPA15 guidelines.
Fire extinguishers are to be maintained in ready to use conditions as per fire standards(IS2190).
Other safety equipments are to be checked and tried periodically
,Emergency Mock drills are to be conducted.
Fire pumps to be tested periodically for auto operation.
Diesel engines to be tried periodically and taken on load to conform for their trouble free availability. Above
and such other
Testing of the equipments and pumps, fire hydrants, HVWS systems etc. should be documented in
accordance with the schedule mentioned herewith and put-up for the information of Engineer-in-
19
charge.
It is a prime responsibility of contractor fire staff to protect the plant from fire hazards. &ensure
Fire prevention & healthy condition of installed fire protection system ,under supervision of E.I.C(GMDC).
9. Typical scope of Work for manpower supply for fire and safety
I) SCOPE OF WORK
1) The Fire Squad on duty will have to handle all Fire call/Emergency arising within &outside plant
premises as directed by E.I.C & shall be provided by GMDC with two Fire tenders & suitable
necessary fire equipment/material as is necessary to deal with any fire/emergency.
.
2) Contractor will carry out routine inspection/test/check and only minor maintenance of Fire
Fighting equipment ,& Fire protection system as per NFPA guidelines & report of any defect to
concerned GMDC department for maintenance work/corrective measures.
3) Contractor shall be responsible for implementation of Fire prevention arrangements
&practices/procedures as decied by E.I.C/fire officer.
4) Contractor will carry out routine inspection of fire alarm system along with concerned GMDC
department . Records of inspection /check of equipment shall be shown to EIC regularly for scrutiny &
for suitable action /maintenance by GMDC authority .
5) Fire staff deployed by Contractor will also be assigned related function other than fire fighting on
specific instruction from the designated representative of the company. Contractor personnel to the
satisfaction of GMDC officers shall carry out such assignments.
II) CONTRACT VALUE
The total estimated cost shall be excluding service charges/tax (statutory variation in GMDC
account) and same shall remain firm during the contract period.
III) CONTRACT PERIOD
1) The validity of the contract will be for a period of 24 (twenty four) months with effect from the
date of commencement of work. However, the performance shall be reviewed by GMDC on
monthly basis from the date of award of contract. If the same is not found satisfactory, GMDC
shall have the right to terminate the contract after giving one month’s notice to Contractor.
2) GMDC may extend the contract at the same rates and terms & conditions for a further period of
Six months.
IV) TAXES
1) GMDC shall pay Service Tax subject to the following:-
a) Contractor have to submit copy of registration certificate issued by the Service Tax Authority
along with first R.A bill (to be submitted only once.)
b) Service Tax registration number the date of issue of registration certificate shall be mentioned in
the invoice.
c) Claim of Service Tax amount by submitting copy of challan along with bills.
2) Contractor shall provide income Tax Permanent Account Number (PAN) in the R.A. Bills.
20
V) TERMS OF PAYMENT
The contractor shall submit his bill latest by 10th
every month for previous month and GMDC shall
make payment of the same after due scrutiny within 30 days thereafter.
VI) STATUTORY REQUIREMENTS-COMPLIANCE OF LABOUR LAWS
1. Contractor shall comply with the provision of labour laws, rules, orders and notifications whether
central or stat or local as applicable to them or to this contract from time to time. These acts /
rules include without limitation of the followings.
2. Contractor shall be solely responsible and shall fully comply with all the provision of all the
labour laws applicable such as the Minimum Wages Act, 1948,Contract Labour (Regulation &
Abolition )Act 1970,Factories Act, Payment of Bonus Act 1965,Employees Provident Fund and
Miscellaneous Provision Act 1952, Industrial Dispute Act 1947, Workman Compensation Act
1923, Payment of Gratuity 1972,Interstate Migrant Workmen Act 1979, Equal Remuneration Act
Rules, Order and Notifications issued/made there under from time to time.
3. All other Acts, Rules/ Bye-Laws, Orders, Notifications etc. present /future applicable to
Contractor from time to time for performing the contact job.
3.1) Contractor shall provide and be responsible for payment of Wages, Salaries, Bonus, Social
charges, Insurance, Food, Accommodation, Transport, Medical and Canteen facilities and other
statutory privileges and facilities to his personnel as per law /rules/regulations and order of
the Central Government, State Government, Local Authorities or other authorities as are in
force from time to time. All employees of the contractor shall be employees of the contractor.
3.2) Contractor shall have a valid labour license obtained from Licensing Authority under the
Contract Labour (Regulation &Abolition) Act-1970 at the time of execution of the contract
covering all his employees working at ATPP site and furnishing the same failing which GMDC
may terminate the contract at its sole discretion.
3.3) Contractor shall at the time of execution of the contract have a EPF Code Number obtained
from the Authorities concerned under the Employees Provident & Miscellaneous Provision Act,
1972 and remit contributions in the respect of the employees employed by him at ATPP Site to
the P.F authorities concerned every month failing which GMDC will recover from the
outstanding payment of Contractor from GMDC.
3.4) Contractor shall maintain all records/ registers required to be maintained by him under
various labour laws mentioned above and produce the same before statutory Authorities
whenever required.
3.5) Contractor shall also submit periodical reports / returns to the various statutory authorities
such as contract labour laws contract labour (regular & Abolition) Act – 1970, Employees
Provident Fund Act. Factory act 1948, etc. Under intimation to HR & Admin. Dept.
3.6) Contractor shall not pay less than minimum wages notified by the Government from
time to time to his employees of corresponding categories.
3.7) Contractor shall be responsible for payment of overtime wages to his workmen, if any, in
case they are required to work beyond the prescribed hours under laws as per applicable rates.
3.8) The Contractor shall take a suitable Workmen’s Compensation Policy from a
recognized Insurance Company specifically for the fire fighting trade, to meet the liability
towards his employees, under the Workman Compensation Act, 1923. The Policy shall be
obtained from Ghandhidham/Bhuj only and assigned to manpower deployed at GMDC (ATPP)
within 15 days of signing the contract.
3.9) Contractor shall in the event any of his workmen/employee sustain any injury or
displacement due to an accident arising out of and in the course of his employment, provide
necessary medical treatment and pay compensation as applicable, required under the Workmen’s
21
Compensation Act,1923.
3.10) If any of the persons engaged by Contractor misbehave with any of the officials or the
company or commit any misconduct with regard to the property of the company or suffer from
any serious communicable disease, the contractor shall replace them immediately.
3.11) Contractor shall not engage / employ person below the age of 18 years.
3.12) GMDC will have right to deduct and disburse the claim of the individual/parties being a
principle employer on any account whatsoever in relation to their employment with Contractor.
The Security deposit will be released to Contractor at the end of contractual tenure subject to
undertaking by Contractor that in the event any of his workmen or the heirs of workmen puts up a
claim for recover of money due to them from you before the appropriate authority under the
I.D.Act 1947 or under any labour laws for compensation under the Workmen’s Compensation
Act,1923 and the appropriate authority has given a direction for making payment, Contractor
will meet the same or indemnify GMDC if the event GMDC pays it as Principal Employer.
3.13) Contractor shall make payment of wages to his employees on fixed date within the period
specified under the applicable law, in presence of representative of the company. He will submit
a true copy of wage sheet, attendance register and P.F. remitted challans on monthly basis
to HR&A dept. for verification and record.
3.14) Contractor shall provide safety items/kits to their employees such as safety shoes, goggle,
ear plugs, hand gloves, safety belts etc..., as per the law.
3.15) Contractor shall conduct pre-induction and periodic medical checkup of his
workmen as per applicable laws.
3.16) The contract staff selection shall be subject to approval by E.I.C/Fire officer before
assigning duty at plant site.
VII) GENERAL CONDITONS
1) Contractor shall deposit 10% of one year contract value towards Security Deposit (non
interest bearing). Earnest Money Deposit submitted along with the tender shall be converted into
Security Deposit (non-interest bearing). Balance amount of Security Deposit to be paid by
Demand Draft. The Security Deposit shall be returned after successful completion of the contract.
2) Day to Day instructions for work, related to fire fighting services shall be in accordance with
specific instructions issue from time to time by our Fire officer/EIC and in accordance with
specifications issued for various items/jobs.
3) Contractor will observe all safety and security Rules & Regulations of GMDC which are
presently in force and which may come into force during the tenancy of the contract. Any
violation of these rules & regulations will entail immediate termination of the contract.
4) No property of the GMDC such as fire hydrants, trees etc. in the area belonging to GMDC
shall be tempered with. In case of default, the damage as assessed by the authorized officer
whose assessment shall be final and binding to the contractor, shall be payable by the contractor.
5) The contractor shall submit bill every month by the 5th
of succeeding month and GMDC will
make payment of the same after due scrutiny within 30 days thereafter.
6) Contractor will sign agreement on the necessary judicial stamp paper of Rs. 100.00 shall
produce P.F. challan and other documents along with bill for each month.
22
7) Contractor shall insure that the workmen will be housed in close vicinity of GMDC-ATPP
site.
8) Contractor shall ensure that persons deployed shall wear proper uniform of Khaki colour
Fire service pattern with all accessories. Fire staff to undergo squad drill/fire drill from time to
time.
9) If it is found that Contractor is trying to operate with less number of personnel of no
replacement is being arranged as it required and less number of personnel are managing the
work. GMDC will be free to take suitable action including termination of contract.
10 i) The contractor has to engage manpower mentioned in Schedule-F2 of Annexure-F and as
per the instructions of the Engineer-in-charge. If the development is less than the number
mentioned in BOQ then the penalty equivalent to double the wage of labour not developed will
be recovered from the RA bill of the contractor.
ii) In addition to above if, Engineer-in-charge feels that such type of incidences of short supply
of resources / manpower are occurring repeatedly due which the job is getting affected, and
no corrective action is being taken by the contractor then, The Engineer-Incharge may effect
a suitable lump sum recovery again such loss at his own Discretion, and will be applicable to
all the parts of the scope of work of the contract.
(iii) Penalty will be levied as per the GCC by the Engineer-in-charge.
VIII) FAILURE & TERMINATION
1) In case Contractor fails to provide satisfactory services in the above work and if the desired
results are not achieved, GMDC has the right to terminate the contract at any time and will
make alternate arrangement for fire fighting services at the cost of the contractor.
2) GMDC reserves the right to terminate the contract by giving one month’s notice without
assigning any reason, whatsoever.
IX) SETTELEMENT OF DISPUTES
Any dispute or difference between OWNER & Contractor arising out of the contract shall be settled to
the extent possible amicably between the parties. If amicable settlement cannot be reached, all such
disputed issues shall be resolved through arbitration to the provisions of Indian Arbitration Act, 1996.
The place of arbitration shall be at Ahmedabad.
Work under the contract shall be continued by the contractor during arbitration proceedings unless
OWNER shall order suspension there of or any part thereof in writing or unless the matter in such work
cannot possibly be continued unless the decision of the Arbitration proceedings is obtained.
10. INTERPRETATION OF CLAUSE
In case of disputes as regards interpretation of any of the clauses or specification, the decision of General
Manager (ATPP), GMDC will be final and binding on the contractor.
11) JURISDISTION
The Contractor shall be in all respect construed operated in terms of the Indian Contract Act and in
accordance with the Indian Laws as in force from time to time and subject jurisdiction of Ahmedabad
Court.
23
ANNEXURE A
CRITERIA FOR PRE-BID QUALIFICATION
Sl. No. Requirements for Pre-Bid Qualification Compliance
1. Name & Designation of authorized signatory of
the participating company
2. Full Address of the company
E-mail ID:
3 Telephone No.
4. Fax. No.
5. Labour License No.
6. P.F. Registration No.
7. Income Tax PAN
8. Service Tax Regd. No. / Certificate
9. The bidder should have average annual turn
over of minimum Rs. 40 lakh for any one year
of last three years (please enclose copy of
balance sheets )
10. Solvency Certificate from Nationalized bank for
Rs. 10 lakh only
11. Experience:
a The bidder should have worked for any three
years out of last five years for similar works
either in power plant or big industry. (proof to
be attached)
b The bidder should have executed one such order
successfully in power / plant or big industry.
c Order value
d Year of execution
e Copy of performance certificate issued on the
name of bidder of similar work
Name & Signature
Of the Authorized signatory
Date
24
Seal of company Name of Company
ANNEXURE: B
SCHEDULE OF WORK
Schedule: B1
The fire hydrants are connected to pressurized fire water lines (headers) in which pressure is
maintained with help of jocky pumps and hydro- pneumatic tank. Since de-Sal water is utilized for
this system to protect the pipe line from corrosion, care is required to be taken to keep the system
leakage free.
All the hydrant valves are to be checked at least once in month for ease in operation, availability of
water with pressure and availability of hydrant accessories in healthy condition and record therefore
is prepared as under
SR.
NO
Testing of hydrants(unit no.1/unit no.2) Test results
and remarks
Hydra
nt no.
Area
where
located
Elevation in
mtr.
1.
2.
Name & signature of
Fireman Incharge of testing
Name & signature of
Leading Fireman
Name & signature of
Fire Supervisor
Name & signature of
Fire Officer
ANNEXURE: B
25
SCHEDULE OF WORK
Schedule: B2
The air compressor for Hydro Pneumatic tank, tank, Jocky-pumps and fire water pumps are to be
tested periodically, at least once in months ensure healthiness and readiness for operation and
documented as under:
Sr.No. Equipment under testing Test result and remark
1. Hydro-pneumatic tank and air
compressor
a. Start/stop of air compressor
for required pressure of air
in the tank.
b. Performance of compressor
and defect if any.
2. Jocky-pumps
a. Start/stop jocky pumps at
predetermined level of water
in the tank.
b. Performance of jocky pump
and defect if any.
3. Electric driven main fire
pumps(Fire Hydrants)
a. Start/stop fire pumps at
predetermined pressure set
points.
b. Performance of fire pumps
and defects if any.
4. Diesel Engine driver fire pump a. Start/stop diesel engine
driven fire pump.
b. Performance of engine,
starting motor and fire water
pump and defect if any.
Name & Signature of
Fireman Incharge of testing
Name & Signature of
Leading Fireman
Name & Signature of
Fire Supervisor
Name & Signature of
Fire Officer
ANNEXURE: B
SCHEDULE OF WORK
26
Schedule: B3
Checking for Auto starting of (Mulsifier pumps) spray water pumps (Electric driven and Diesel
driven) shall be carried out at least once in a month and performance report thereof prepared as
under:
S.NO.
Equipment under Testing
Test result and remark
1.
Electric spray water fire
pump
a. Start/stop of spray
water pump at pre-
determined set point.
b. Performance of the
pump and defect if any.
2. Diesel engine driven spray
water fire pump
a. Start/stop of diesel
engine driven spray water
pump at pre-determined
set point.
b. Performance of diesel
engine, starting motor
and spray water pump
and defect if any.
Name & Signature of
Fireman Incharge of testing
Name & Signature of
Leading Fireman
Name & Signature of
Fire Supervisor
Name & Signature of
Fire Officer
ANNEXURE: B
SCHEDULE OF WORK
27
Schedule: B4
Testing of addressable detector system shall be carried out at least once in every four month and the
performance report thereof prepared as under No. of points to be tested shall be decided in
consultation with Engineer in charge. If convenient 25% of the total nos of detectors shall be checked
per month so that all detectors can be checked once in four months.
Sr.No.
Type of addressable detectors
Test result and remark
1.
Ionization smoke detectors
2.
Photo electric smoke detectors
3.
Heat detectors
4. Infra-red ember detectors
5. Manual call points
6.
Linear Heat Sensing Cables
7.
Response Indicators
Name & Signature of
Fireman Incharge of testing
Name & Signature of
Leading Fireman
Name & Signature of
Fire Supervisor
Name & Signature of
Fire Officer
ANNEXURE: B
28
SCHEDULE OF WORK
Schedule: B5
Testing of following system shall be carried out as and when opportunity arises, as no fixed schedule
can be prepared and implemented for this system due to their nature of services. After testing the
report may be prepared for record and rectification of defects, if any.
1. High velocity water spray system for:
a. Transformers
b. Clean and Dirty oil tanks
c. Turbine lube oil tank and pipe works
2. Automatic sprinkler system for
a. Lignite conveyors and buildings
3. 2 nos. of HFO & 1 nos. of LDO tanks provided with mechanical type foam system.
4. CO2 gas fire suppression system for generator enclosures.
Name & Signature of
Fireman Incharge of testing
Name & Signature of
Leading Fireman
Name & Signature of
Fire Supervisor
Name & Signature of
Fire Officer
ANNEXURE: B
29
SCHEDULE OF WORK
Schedule: B6
Booster pumps are provided in the fire hydrant system for availability of fire water at
sufficient pressure at boiler top and bunker area. Periodical testing of these pumps should be
carried out and the availability of fire water pressure at boiler top and bunker area should be
recorded.
Sr.No Equipment under Testing Test result and remark
1. Booster pump for fire
hydrant system of boiler
area/bunker area.
a. Fire water pressure with out
booster pump.
b. Auto starting of booster pump.
c. Fire water pressure at boiler top/bunker
area with one booster pump in service.
d. Fire water pressure at boiler top/bunker
area with two booster pump in service.
Name & Signature of
Fireman Incharge of testing
Name & Signature of
Leading Fireman
Name & Signature of
Fire Supervisor
Name & Signature of
Fire Officer
ANNEXURE: B
30
SCHEDULE OF WORK
Schedule: B7
The contractor is expected to analyze the cause of fire, if any, during the month and prepare its report
in the following format for future reference and record. Corrective actions should be suggested,
circulated and implemented in consultation with Engineer-in-charge to eliminate reoccurrence of
similar incidents.
Sr.
No.
Details of occurrence Probable cause of fire and
corrective actions.
Name & Signature of
Leading Fireman
(In whose shift fire is detected)
Name & Signature of
Fire Supervisor
Name & Signature of
Fire Officer
31
ANNEXURE - C
PROFORMA FOR SUBMISSION OF EMD
From:
(Name and Address of the Bidder)
Letter No. :
Date:
To,
GENERAL MANAGER(POWER)
GUJARAT MINERAL DEVELOPMENT CORPORATION LIMITED
KHANIJ BHAVAN, 132 ft. RING ROAD,
UNIVERSITY GROUND,VASTRAPUR,
AHMEDABAD – 380 052
PHONE NO. : 079 – 27913200/3501 FAX : 079 - 27911822
Sub: Submission of EMD for Tender of contract for operation and annual maintenance of fire fighting,
fire protection, fire detection and fire alarm systems for Akrimota power plant areas.
Dear Sir,
With reference to above and as per terms and conditions of tender. We are sending herewith DD
No………………. dated ……………. for Rs. …..drawn on Name of Bank and branch being amount of
EMD.
Kindly acknowledge the same.
Thanking you,
Yours truly,
NAME / SIGNATURE & SEAL OF THE COMPANY
32
ANNEXURE E
BID FORM
Bid No. :
Date:
From:
(Name and Address of the Bidder)
To,
The General Manager (Power)
Gujarat Mineral Development Corporation Limited
132 ft ring road , vastrapur,
Ahmeadbad
Dear Sir,
I / we, the undersigned have carefully examined and understood the bidding documents for
contract of manpower for Fire fighting, & operation ,testing and general routine maintenance of
fire fighting, fire protection system & check of fire detection and fire alarm systems for ATPS Site
of GMDC. I/we hereby agree for the contract described in the specifications, in conformity with
the specification and the bidding documents.
In the event our proposal is accepted, we agree to furnish a security deposit of amount equal to 10% of
one year contract price within 7 (seven) days of award of contract.
Thanking you,
Yours truly,
Authorised Signatory
Name
Seal of the Company
Designation
Company
Date
33
ANNEXURE - F
SCHEDULE OF PRICES
SCHEDULE F
Sr.No
.
Category of Man power
Required
No. of persons
per day
Unit Rate per
person in
rupees
Total amount
in Rs. per day
Total amount
in rupees per
year
(consider 365
days)
1. Fire Supervisor 01
2. Leading Fire-man 03
3. Fire-man 12
4. Driver cum pump operator 06
5.
helpers 03
6 Fire water pump house operator 03
7 Total amount in Rs. excluding service tax at actual for one year
Note: 1. The quoted prices are excluding of service tax at actual (staturoty variation in GMDC account)
2. The quoted unit rate is valid for 2 years.
3. Total 365 days consider for billing purpose.
4. The payment will be made on actual nos. of personal to be engaged for the work.
Authorised Signatory
Name
Designation Seal of the Company
Name of Company
Date
34
ANNEXURE - G
SHEDULE OF DEVIATIONS
The deviations, from the scope and schedule of work if any, shall be listed out by the bidder in this
schedule. Deviation mentioned elsewhere, shall not be considered.
Sr.
No.
Section / Sub-Section Deviation
Authorised Signatory
Seal of The Company
Name :
Designation :
Date :
Place :
35
ANNEXURE: H
LIST OF TOOLS, TACKLES & EQUIPMENTS.
All the tools, tackles and associated equipments as under, required for effective operation and routine
minor maintenance work of the fire fighting, fire protection, fire detection and fire alarm system to
be (supplied by GMDC end) and maintained by the Fire Section i.e. the Contractor, in ready to
operate conditions. Any additional tools and tackles, if required, shall be arranged by the Contractor.
The contractor shall submit an Indemnity Bond of Rs. 50,000/- only while taking possession of these
maintenance tools and tackles from the stores Section, after award of the contract.
Sr.
No.
Description of the Items
Min. Qty.
1.
Double ended spanners for all types of bolts used.
1 Set
2.
Round, triangle and flat files half inch size (1 Bastard Cut
and 1 fine cut of Each type)
2 Sets
3.
3.
8” Size Pipe Wrenches and 6” Size Chain Wrenches 2 Sets
4.
Screw Drivers of assorted sizes and pliers
2 Sets
5. Engineers’ Hammer and Hacksaw with One (1) dozen blades 1 Sets
It would be the responsibility of the Contractor to maintain above tools and tackles in good condition.
Any loss, damage, etc. to the maintenance tools and tackles, shall be reported to Engineer-in-charge
and made good immediately.
All consumable spares shall be provided by GMDC from Store on as required basis against
requisition from Fire Section authenticated by Fire Officer (GMDC) or Engineer-in-charge. Fire
Section shall have to make their own arrangements to collect the requisited items from the Stores.
The Contractor shall be responsible for providing safety equipments, such as Fire man IS2745-1983
Helmets, Safety Belts, Safety Shoes, Gum BOOTS, Rubber Hand Gloves, Safety Goggles, Ear Plugs,
Nose Masks etc. to their staff at his own costs, in addition to appropriate Khaki color uniform 2 pair.
The Contractor personnel are required to come on duty in uniform with his identity card, visibly
displayed on his shirt.
36
ANNEXURE – I
STATUTORY COMPLIANCE OF LABOUR LAWS
Statutory Compliance of Labour Laws on the part of the Contractor is as under:
1.0 The Contractor shall at its own cost comply with the provisions of the labour laws, rules, order
and notification whether central or State or Local as applicable to him or to this contract from
time to time. These Acts/Rules include without limitation of the following.
2.0 Contractor shall be solely responsible and shall fully comply with all the provisions of all the
labour laws applicable such as the Minimum Wages Act, 1948; Payment of Bonus Act 1965;
Employees Provident Fund and Miscellaneous Provision Act 1952; Industrial Dispute Act 1947;
Workmen Compensation Act 1923; Payment of Gratuity 1972; Interstate Migrant Workmen Act
1979; Equal Remuneration Act with Rules, Order and Notifications issued/made there under on
from time to time.
3.0 All other ACTS, Rules / Byelaws, Orders, Notifications etc. present or future applicable to the
Contractor from time to time for performing the contract job.
3.1 The Contractor shall provide and be responsible for payment of Wages, Salaries, Bonus,
Social charges, Insurance, Food, Accommodation, Transport, Medical and Canteen
facilities and other statutory privileges and facilities to his personnel per
law/rules/regulations and orders of the Central Government, State Government, Local
Authorities or other authorities as are in force from time to time. All employees of the
Contractor shall be employee of the Contractor.
3.2 The Contractor shall have a valid license obtained from Licensing Authority under the
Contractor Labour (Regulation & Abolition) Act 1970 at the time of execution of the
contract covering all his employees working at ATPS site and furnish the same, failing
which GMDC may terminate the contract at its sole discretion.
3.3 The Contractor shall, at the time of execution of the contract, have an EPF Code Number
obtained from the Authorities concerned under the Employees Provident & Miscellaneous
Provisions Act,1972 and remit contributions in respect of the employees employed by him
at ATPS Site to the P.F. office concerned every month, failing which GMDC will recover
from the outstanding payment to the contractor from GMDC.
3.4 The Contractor shall maintain all records / register required to be maintained by him under
various Labour Laws mentioned above and produce the same before the Statutory
Authorities whenever required.
3.5 The Contractor shall also submit periodical reports / returns to the various statutory
authorities such as the Contract Labour (Regulation and Abolition) Act, 1970, Employees
Provident Fund Act etc. under intimation to P & A Deptt.
3.6 The Contractor shall not pay less than the Minimum Wages notified by the Government
from time to time to his employees of corresponding categories.
3.7 The Contractor shall be responsible for payment of overtime wages to his workmen, if any,
37
in case they are required to work beyond the prescribed hours under law as per applicable
rates.
3.8 The Contractor shall take Workmen Compensation Insurance Policy for all his employees
working at ATPS. The contractor shall indemnify the company against any liability due to
any work injury or accident to any of its employees.
3.9 The Contractor shall in the event any of his workmen / employees sustains any injury or
disablement due to an accident arising out of and in the course of his employment, provide
necessary medical treatment and pay compensation as applicable, required under the
Workmen’s Compensation Act, 1923.
3.10 If any of the persons engaged by the Contractor misbehave with any of the Officials of the
Company or commit any misconduct with regard to the property of the Company or suffer
from any serious communicable disease, the Contractor shall replace them immediately.
3.11 The Contractor shall not engage / employ persons below the age of 18 years. Employment
of woman shall be strictly according to the applicable laws.
3.12 GMDC will have right to deduct and the claims of the individual / parties being a principal
employer on any account whatsoever in relation to their employment with the Contractor.
The Security deposit will be released to the contractor at the end of the contractual tenures
subject to an undertaking by the contractor that in the event any of his workmen or the
heirs of workmen puts up a claim for recovery of money due to him from the contractor
before the appropriate authority under the I.D. Act 1947 or under any other labour laws or
for compensation under the Workmen’s Compensation Act, 1923 and the appropriate
authority has given a direction for making payment the contractor will meet the same or
indemnify GMDC if in the event GMDC pays it as Principal Employer.
3.13 The contractor shall make payment of wages to his employees on fixed date within the
period specified under the applicable Law, in presence of representative of the company.
He will submit a true copy of wages sheet, attendance register and P.F. remitted challans
on monthly basis P & A dept. for verification and record.
3.14 The Contractor shall provide Safety / kits to his employees such as safety shoes, goggles,
ear plug, hand gloves, safety belt etc. if any required under the law.
3.15 The contractor shall conduct pre-induction and periodic medical check up of his workmen
as per applicable laws.
This list is indicative in nature and not an exhaustive one. Any
amendment/alteration/notifications or the existing Law or a new statute shall automatically
become applicable.
38
ANNEXURE – J
CHECK LIST FOR SUBMISSION OF RA BILLS
Sr.No. Particulars Compliance
1. Title of the Contract
2. a) Work Order No. & Date
b) Contract Value of the Order
3. a) If above is an extended Order then mention the
Main Order No. & date
b) Contract Value of the main Order
4. RA Bill Detail
a) Bill No.
b) Month
5. Details of Labour License Validity up to ____________
for ____________ persons
6. Details of W.C. Policy/Third party Insurance Validity up to ____________
for ____________ persons
7 Documents for Billing month attached for verification
a) Wage & Attendance Sheet Yes / No
b) P.F. Challan Yes / No
8. Document attached for verification in case of final bill
a) Bonus Payment Register Yes / No
b) Leave Wage Register Yes / No
9. Security Deposit Yes / No
10. Retention Money Yes / No
11 Amount paid up to previous month
Authorised Signatory
Name:
Designation:
Seal of The Company
Date: