TECHNICAL BID T - 3829 - GUVNL Office/Ukai Thermal Power... · TECHNICAL BID T - 3829 ... support,...

33
TECHNICAL BID T - 3829 Subject : Supply of LAN Material & contract for LAN maintenance & Renovation Work at Various Sites. Due on Date : ________________________ At 3.30 P.M. (if Possible) EMD paid YES / NO EMD D. D. No._________________________ Date : _____________________ OR SSI / NSIC Certification Number : _______________________________________ Duly Notarized : YES / NO Tenders submitted without tender fee and EMD (by DD / Latest valid & not more than 3 years old SSI / NSIC notarized copy) will not be accepted. (Note : Photo copy of SSI / NSIC Certificate is not acceptable).

Transcript of TECHNICAL BID T - 3829 - GUVNL Office/Ukai Thermal Power... · TECHNICAL BID T - 3829 ... support,...

TECHNICAL BID

T - 3829

Subject : Supply of LAN Material & contract for LAN maintenance & Renovation Work at Various Sites.

Due on Date : ________________________ At 3.30 P.M. (if Possible)

EMD paid YES / NO

EMD D. D. No._________________________ Date : _____________________

OR

SSI / NSIC Certification Number : _______________________________________

Duly Notarized : YES / NO

Tenders submitted without tender fee and EMD (by DD / Latest valid & not more than 3 years

old SSI / NSIC notarized copy) will not be accepted.

(Note : Photo copy of SSI / NSIC Certificate is not acceptable).

T - 3829 Tender for Supply of LAN Material & contract for LAN maintenance & Renovation Work at Various

Sites.

Sr. No. Index Page No.

1. Tender Notice

2. Undertaking (To be signed by the Tenderer)

3. Detail Specifications (Technical Bid)

4. Tender & Contract for works (Booklet)

5. Drawing Number

6. Schedule 'B' (Price Bid)

Issued to ____________________________________________________________

__________________________________________________________________

D. D. No. for Tender Fee : ____________________ & Date : __________ D. D. No. for Earnest Money Deposit : ____________________ & Date : __________ IMPORTANT NOTE :

This tender should be submitted duly signed without removing a single page. Otherwise the tender

is liable to be rejected.

For SUPPLY TENDER, TIN / PAN Number should be invariable mentioned in their technical bid

otherwise your offer will be ignored and price bid will not be opened.

Gujarat State Electricity Corporation Limited Ukai Thermal Power Station

THERMAL POWER STATION UKAI DAM DIST - TAPI - 394680 T - 3829

Name of the Tender : Supply of LAN Material & contract for LAN maintenance & Renovation Work at Various Sites.

1 Estimated Cost ` 4,43,256.00

2 Last date to download the tender from Website www.gsecl.in

Date : As per GSECL Web Notice

Time: Up to 3.00 p.m.

3 Last date of submission of TECHNICAL BID & PRICE BID (By R.P.A.D. Only)

Up to 3.00 p.m. on Date As per

GSECL Web Notice

4 Date of opening (if possible) TECHNICAL BID ONLY

3.30 p.m. on Date As per GSECL

Web Notice

5 Time limit for completion

6 Earnest Money Deposit ` 4,435.00 (By D. D. Only)

7

Security Deposit : (As per G.O.G. guideline party should have to pay Security Deposit immediately in the form of bank Guarantee / Demand draft in favour of GSECL payable at Ukai on receipt of Letter of Intent.)

10 % of Order End Cost Value.

8 Tender Fee ` 500.00 (By D. D. Only)

9 Delivery of goods

(A) Sample Approval within

(B) Bulk Supply (After Approval of sample) Within 15 days from clear Purchase Order.

10 Validity of rates 120 Days from the date of opening of Technical bid.

Tender Fee & Earnest Money Deposit will be accepted by Demand Draft on Bank of Baroda - Ukai or

State Bank of India - Ukai, in favor of the Gujarat State Electricity Corporation Ltd. Tender Fee / E.M.D. / S.D. will be accepted by RTGS / NEFT also. Cheque or Bank Guarantee will not be accepted. Right to reject any or all tenders without assigning any reason there of is reserved by the competent authority. Tenders will be received by R.P.A.D or speed post o nly. Contractor should possess separate PF code number from RPFC.

Gujarat State Electricity Corporation Limited Ukai Thermal Power Station

THERMAL POWER STATION, UKAI DAM, DIST - TAPI - 394680

TECHNICAL BID

Reference No.: T - 3829

Subject : Supply of LAN Material & contract for LAN maintenance & Renovation Work at Various Sites.

Sr. No. Description of Material Qty. Required Unit

PART –I SUPPLY PORTION

1 24 PORT CAT 6 JACK PANEL 4 Number

2 24 PORT 10/100 MBPS FAST ETHERNET SNMP

MANAGED SWITCH

4 Number

3 7 FEET PATCH CORD D-LINK (2 M) FOR

COMPUTER LAN CONNECTION.

30 Number

4 1 M PATCH CORD CAT 6 FOR COMPUTER LAN

CONNECTION.

30 Number

5 NETWORKING CABLE CAT 6, FOR COMPUTER

LAN CONNECTION.

1500 Meter

6 RJ 45 CONNECTOR FOR CAT-6 CABLE 200 Number

7 CAT 6 IO 50 Number

8 10/100/1000 FIBER TO UTP CONVERTER

HAVING SC CONNECTOR FOR COMPUTER

LAN CONNECTION.

10 Number

9 NETWORKING RACK 6U WALL MOUNT FOR

COMPUTER LAN CONNECTION

3 Number

10 06 CORE OUTDOOR ARMOURED SINGLE

MODE FIBER CABLE FOR COMPUTER LAN

CONNECTION.

1000 Meter

11 CASING CAPING PVC PATTI (PAIR), SIZE 25 X 35 MM, PRESTO PLAST MAKE

500 Number

PART –II WORK PORTION

Qty. Unit

12 Laying of CAT Cable 3000 Meter

13 Laying of PVC Conduit/Casing Caping Pipe 3000 Meter

14 Laying of Fiber Cable 1000 Meter

15 Impacting of information outlet with co-box 100 Number

16 Digging & Refilling of Soft Soil up to 3 Feet 300 Meter

17 Digging & Refilling of Hard Soil up to 2.5 Feet 200 Meter

1) Item Sr. No.1 to 11 supply portion. 2) Item Sr. No.12 to 17 work portion. 3) Please quote rate exclusive of service tax. 4) Service tax. Will be paid extra as per Govt. rules.

TECHNICAL SPECIFICATION OF THE SUB UNIT ALONG WITH DATA SHEET (To be filled by the party & submit along with technical bid)

Active Components:-

1) 24 Port 10/100 Mbps L2 Manageable Ethernet Switch:

General

Description Compliance

Y/N

Remarks

Device Type: 19inch Rack mountable Switching Fabric Capacity 8.5 Gbps or more Switching throughput 6.0 million pps or more Switching Architecture Switching Architecture should offer Separate Data and Control path Memory Flash Memory: minimum 8 MB flash RAM: minimum 64 MB SDRAM Packet Buffer minimum 380 KB buffer memory Power Power Device: Power supply Voltage Required: AC 100/240 VAC ( 50/60 Hz ) Max. Power Rating 20W Interface / Expansion slots

Interface : 24 autosensing 10/100 ports (IEEE 802.3 Type 10BASE-T, IEEE 802.3u Type 100BASE-TX); Duplex: half or full

SFP port 2 Combo ports; auto-sensing 10/100/1000Base-T or SFP 1 Gbps transceiver installed: To be added based on requirement. Layer 2 Features Data Link Protocol: Should support 8K MAC address Table size or more.

Should support IEEE based 802.1ad Should support IEEE based 802.1Q 4000 no of Vlans IDs. Should supports port-based VLANs, MAC-based VLANs, and protocol-based VLANs Should support MSTP, RSTP Should provide Ethernet OAM or equivalent technologies to offer fault detection

and performance monitoring tool

Layer 3 Services Protocol: Should support Dynamic Host Configuration Protocol (DHCP)

Should support Loopback interface address. Network Qos and Convergence features Multicast Protocol: IGMP and MLD snooping

Should support Voice Vlans and 802.1P prioritization with 8 hardware queues Should support congestion control mechanism namely weighted round robin

(WRR), Strict Priority Queuing and equivalent technologies

Should support CAR and Line Rate Security Features

Should support Access control lists to provide Layer 2 to Layer 4 traffic filtering for IPv4 and IPv6 Packets by offering Standard ACL, VLAN ACL, and IPv6 ACL

Should support MAC, 802.1x and Web based authentication, with multiple authentication method

Should support Full Network Access Control features to push Dynamic Vlan and Port base profile to the user ports based on the Radius server authenticated response.

Should support Guest Vlan, and should restrict access to specific users or devices based on MAC address learned or statically defined.

Should support BPDU port protection, Root Guard, DHCP ARP protection and IP Source Guard.

Management Protocol Device Access Control Features

Should support encrypted communication between the user accessing the device namely using all access methods CLI, GUI and MIB via features like SSHv2, SSL, and SNMPv3 and Secure FTP/TFTP

Should support features like CDP, LLDP, LLDP-MED Features:

Auto-sensing per device, DHCP support, auto-negotiation, ARP support, VLAN support, auto-uplink (auto MDI/MDI-X), IGMP snooping, Syslog support, traffic shaping, Broadcast Storm Control, IPv6 support,

Compliant Standards:

IEEE 802.1ad Q-in-Q, IEEE 802.1ag Service Layer OAM, IEEE 802.1D MAC Bridges, IEEE 802.1p Priority, IEEE 802.1Q VLANs, IEEE 802.1w Rapid Reconfiguration of Spanning Tree, IEEE 802.1X PAE, IEEE 802.3ad Link Aggregation Control Protocol (LACP), IEEE 802.3i 10BASE-T, IEEE 802.3u 100BASE-X, IEEE 802.3x Flow Control, IEEE 802.3z 1000BASE-X. RFC 768 UDP, RFC 783 TFTP Protocol (revision 2), RFC 791 IP, RFC 792 ICMP, RFC 793 TCP, RFC 826 ARP, RFC 854 TELNET, RFC 951 BOOTP, RFC 959 File Transfer Protocol (FTP).

Make: D-Link, Extreme, Brocade, HP, Nortel, Alcatel Warranty: Minimum 3 Years or OEM Warranty (whichever is Higher).

2) RJ-45 Connector: Description: RJ-45 Connector

Make: Tyco, Systimax, molex, krone

3) 19” 6U Network Rack:- Sr. No Item/Feature Required parameters Offered Parameters

1 Size 19” 6 U wall mountable =>Powder coated frame (19” standard) =>Should be ISO 9001:2000 certified. =>Should be single Section, with open able side panel with slam Latch

2 Make VAL Rack APC, President, APW 2) Passive Components

2.1) Optical Fiber Cable

Cable Type 6-core, Single Mode, Armored, Loose-tube, Gel filled, 9/125 SM OS2 Compliance Y/N Remark

Fiber Type Single Mode, 9 / 125, 250 micron primary coated buffers No. of cores 6 Armor Corrugated Steel Tape Armor Cable Construction Type BELLCORE GR 20 / IEC 794-1 Attenuation @ 1310nm < 0.34 db/KM @ 1380-1386 nm < 0.31 @1500nm < 0.22 dB/KM Tensile rating 1250N Maximum Crush 3000N resistance Operating Temperature -40 Degree C to +70 Degree C Tests

Norm IEC 60332 Parts 1 and 3 IEC 1034 Parts 1 and 2 IEC 6075 Parts 1 and 2 NES 713

Make D-Link, Tyco, Systimax

2.7) UTP Cable:

Type Unshielded Twisted Pair, Category 6, TIA / EIA 568-C.2 Compliance Y/N Remark

Material: Conductors 23 AWG solid bare copper or better

Insulation Polyethylene Jacket Flame Retardant PVC

Pair Separator Cross-member, fluted Spline. Approvals UL Listed

ETL verified to TIA / EIA Cat 6 Operating temperature -20 Deg. C to +60 Deg. C Frequency tested up to Minimum 600 MHz Packing Box of 305 meters Delay Skew 45ns MAX. Impedance 100 Ohms + / -15 ohms, 1 to 600 MHz.

Performance characteristics to be provided along with bid

Attenuation, Pair-to-pair and PS NEXT, ELFEXT and PSELFEXT, Return Loss, ACR and PS ACR

Make: D-Link, Tyco, Systimax, HP 2.8) UTP Patch Cord

Type Unshielded Twisted Pair, Category 6, TIA / EIA 568-C.2 Compliance Y/N Remark Conductor 24 AWG 7 / 32, stranded copper Length 7 Feet / 3 Feet Plug Protection Matching colored snag-less, elastomer polyolefin boot Warranty 25-year component warranty Category Category 6 Plug

Housing Clear polycarbonate

Terminals

Phosphor Bronze, 50 micron gold plating over selected area and gold flash over remainder, over 100 micron nickel under plate

Load bar PBT polyester Jacket PVC Insulation Flame Retardant Polyethylene Make D-Link, Tyco, Systimax

2.9) Cat 6 UTP Patch Panel Type

24-port, PCB based, Unshielded Twisted Pair, Category 6, TIA / EIA 568-C.2

Compliance Y/N Remark

Ports 24 Port arrangement Modules of 6-ports each, arranged 1port x 6. Category Category 6

Circuit Identification Scheme

Icons on each of 24-ports

Port Identification

9mm or 12mm Labels on each of 24-ports (to be included in supply)

Height 1 U (1.75 inches) Durability

Modular Jack 750 mating cycles Wire terminal (110 block) 200 termination cycles

Accessories Strain relief and bend limiting boot for cable Materials

Housing Polyphenylene oxide, 94V-0 rated Wiring blocks Polycarbonate, 94V-0 rated

Jack contacts

Phosphhorous bronze, plated with 1.27micro-meter thick gold

Panel Black, powder coated steel Approvals UL listed Termination Pattern TIA / EIA 568 A and B;

Performance Characteristics to

be provided along with Bid

Attenuation, NEXT, PS NEXT, FEXT and Return Loss

Make D-Link, Tyco, Systimax

2.10) Cat 6 Information Outlets

Parameters Required Speciation Offered Parameters / Remark Type Jack Cat-6 Information Outlets WITH Face plate and surface

mount box: -

=> Extra high performance unshielded keystone jack module with the bezel. => The performance exceeds EIA/TIA 568-B.2-1 => Flame Retardant engineering polymer UL-94V-0 rated.

=> Spring Contact: 50u” gold over 100u” nickel.

=> Current Rating: 1.5A (max). => Insulation Resistance: 500M ohms (min). => Contact Resistance: 15m ohms (max). => Plug insertion life: 750 cycles (min). => Should Support T568A/T568B wiring Standards. => Backwards compatible with Category 5e+, Category 6 and below. => Face plate with high impact engineered polymer ABS FR Grade 86 => Collapsible shuttered access for information outlet jacks. => Jacks should be angular, collapsible shuttered and blue coloured. => Insulation displacement connector for cable crimping, can accept 22-26 AWG solid wire. => Surface mount box along with the Information outlets to be supplied for mounting the Info outlet on the wall/ surface.

Make D-Link, Tyco, Systimax, HP 3) HDPE & CASING CAPPING PIPE:

The HDPE pipe used shall have nominal diameter of 40mm as per IS: 4984:1995 with pressure rating PN10 and material grade of PE80 should be supplied roots of minimum 200 meters or more. Casing Capping Pipe: Casing capping pipe must be from Prestoplast, Modi, Policab with ISI Mark only. (1 Patti= 2 Meter length)

All Materials must be from Original Equipment Manufacturer as specified in specification & as per specified Make / Model No. (If the specified model is not available then supplier has to supply same or higher configuration Model / Make, subject to submission of documentary evidence of regarding non-availability of parts & with technical comparison of supplied model with specified model as per specification).

SCOPE OF WORK

The scope of work covers the supplies, delivery at site, installation, testing, commissioning, training and maintenance of LAN networking for Gujarat State Electricity Corporation Limited (GSECL), Ukai TPS and making it fully and seamlessly operational for the intended use as desired by GSECL (Hereinafter referred as OWNER).

The Detailed Scope of work is as follows:

1. Setting up a LAN for at specific departments as mentioned in Schedule – B

(submitted with tender). 2. Network documentation / Diagrams along with equipment specifications should be

provided on paper and CD. 3. Labeling / ferruling of all cables, I/Os, Patch Panel, Switches, FOTs, LIU, Patch Cord

etc… 4. Digging and Cutting of soft and Hard Soil to lay optical fiber/CAT cable inside HDPE

duct and backfilling up of the trench with the same/similar material. 5. Laying of optical fiber inside PVC conduit. 6. Laying of optical fiber along existing cable tray. 7. Joint closure Pit along the fiber route at appropriate distance with proper enclosure

and at least 20 meter of optical fiber loop inside the Pit. 8. Repair/ Refurnishing work owing to damage caused due to cabling or any other work

related to this project. 9. The route of the fiber to be laid at Power Station may be decided mutually with local

authorities during execution. 10. Nos. of Points & location to be installed given in BOM as per the survey, but it may

be vary of ± (5% to 10%) 11. Length of cable (Optical Fiber, CAT6 & CAT6A) may vary ±25% according to the actual

work condition. 12. You shall have to carry out all maintenance / servicing / repair / rectification works

with your own manpower, instrument, tools & tackles and such other material / spares / without any extra cost to the GSECL.

13. If any loss of any material occurred during repairing / replacing hardware, you would be responsible for the damaged material and liable to accept actions taken by GSECL by thereof.

14. The OWNER shall promptly notify the Contractor in writing of any claims arising under this warranty.

15. Upon receipt of such notice, the Contractor shall, with all reasonable period, as may be decided by the Owner / Project Director, which decision shall be final & binding, repair or replace the defective networking components or parts there, without costs to the OWNER / Project Director.

16. If you are, having been notified, fails to remedy the defect (s) within a reasonable period, the OWNER / Project Director may proceed to take such remedial action as may be necessary, at your risk and expense and without prejudice to any other rights which the OWNER / Project Director may have against the Contractor under the contract.

17. You should provide free maintenance services during the period of warranty for required part/component.

18. If you fail to comply with any of the above, the OWNER ; Chief Engineer [G], Ukai may proceed to take such remedial action as may be necessary at your risk and

expense and without prejudice to any other rights, which the OWNER may have against you under the contract.

19. Delays in the Maintenance and Warranty Services: For any delay in completion of the task beyond the date specified in the contract, the OWNER shall without prejudice to its other remedies under the contract, deduct by way of penalty from the contract value, a sum equivalent to 1 % of contract value for every week of delay, up to a maximum of 10 % of the contract value. Once the maximum is reached, the OWNER may consider termination of the contract.

20. The Contractor will depute his team to Ukai Site for attending the problem / defect in LAN within 24 hours from receipt of intimation by phone / mail / SMS.

21. The contractor will have to take care of all existing equipments and materials like LIUs, Racks. Converters and it will responsibility of contractor to properly close all materials which are to be open for maintenance work.

22. The Contract is for the period of 11 Months.

SPECIFICATIONS, SPECIAL TERMS & CONDITIONS FOR LAN WORK AT VARIOUS DEPARTMENTS

Specifications:

1. The vendor will be responsible for Installation, Testing and commissioning of LAN at

each location. 2. Specifications for Network Components:

o The Contractor must be well established and have efficient and reliable resources for maintenance and support for the networking done.

o The Contractor shall explicitly indicate the Origin, Manufacturing Company, Product Name, Manufacturing Date and model details for each item used in the networking of LAN.

o The Contractor shall propose the optional items required along with their price details.

o All equipment shall be delivered properly packed so as to be protected from damage or deterioration during transit, each packing case shall be marked and labeled in such a manner that it may be readily checked against the packing list.

o The Contractor, without extra charge, shall provide any fittings, apparatus, or accessories that are not specified in this RFP but necessary for the supply, delivery, installation, assembly, operation, and commissioning of the equipment.

3. General Hardware Specifications: o All equipment and accessories are to be the product of a manufacturer

regularly engaged in its manufacturing. o All equipment, components, and accessories will be new and free from

defect. o All equipment, components, and accessories will be in compliance with the

applicable standards. o Scalability and Redundancy of network components should be worked out

appropriately in the detailed network specification. 4. Warranty Period:

o The Vendor shall guarantee that the LAN system including units, assemblies, and subassemblies shall be free from any defects due to the defective material, bad workmanship and that the system shall not be less than the guaranteed values.

o The warranty shall be valid for a period of 24 months for the entire & all LAN system from the date of successful completion of trial run and the system acceptance by GSECL i.e. Issue of completion certificate by competent authority of GSECL. Any parts found defective during the warranty period shall be replaced by the Vendor without any charges whatsoever. The services of the Vendor’s personnel if required during this period, for such work shall be made available free of any cost to GSECL. During the warranty period the Vendor shall maintain sufficient stock of spares of all equipments at site to attend to any break downs immediately by replacement method. In addition all necessary tools and tackles required for maintenance shall also be maintained at site by the Vendor. During the warranty period (3 years) vendor shall post one technical person to attend the preventive & break down maintenance job. However, GSECL shall provide accommodation to technical person on chargeable basis, subject to availability.

5. Erection & Testing work: 1. Digging and refilling of trench

The depth of the trench from top of the surface shall not be less than 1m and 30 cm width unless otherwise permitted. The width of the trench shall be sufficient to lay the requisite HDPE/GI Pipes. When trenches are excavated in slopes uneven ground inclined portion the lower edge shall be treated as top surface of land and depth of trench shall be measured accordingly. If excavation is not possible to the minimum depth of 1M full fact should be brought to the notice of the engineer in charge in writing giving details of location and reason for not able to excavate that particular portion. In a certain locations such as uneven ground, ends of culverts and all other places due to any reasons what so ever it can be ordered to excavate beyond standard depth of 1 m. to keep the bed of the trench as smooth as possible. The schematic diagram is shown at Annexure – X a. Trenching:

Trenching shall as far as possible be kept ahead of the laying of pipes. Vendor shall exercise due care that the soil from trenching intended to be loose for back filling is not mixed with loose debris, the Vendor shall provided sufficient width at the trench at all such places where it is likely to cave in due to soil conditions without any extra payment. In order to prevent damage to HDPE pipes over a period of time due to the growth of trees, roots, bushes, etc. the Vendor shall cut them if encountered in the path of alignment of trench without any additional charges. While trenching the Vendor shall not causes damage to any underground installation including cables belonging to others agencies and any damage caused shall be made good at his own cost and expense. A minimum free clearance of fifteen cm. shall be maintained above or below any existing underground installations without any extra charges. Location & Alignment of the Trench:

The trench will follow the path approved by engineer-in-charge. Any diversion in path should be done with permission of Engineer-In-Charge. The alignment of the trench will be decided by Engineer–in-Charge, while marking the alignment the center line will be marked and the Vendor shall set out all other work to ensure that the excavated trench is as straight as possible. Vendor shall remove all bushes, under growth stumps, rocks and other obstacles to facilitate marking the center line without any extra charge.

The Vendor shall be responsible for all necessary arrangements to remove or pump out water for trench. The Vendor should survey the soft condition encountering the section and make his own assessment about denaturing arrangements that may be necessary. No extra payment shall be admissible for this and the tendered rate may take care of this aspect. In all area, the Vendor shall resort to use of manual labor only to ensure no damage is caused to any underground or surface installations belonging to other public utility services and or private parties. Line – Up:

The line – up of the trench must be such that HDPE pipes shall be laid in a straight line except at locations where it has to necessary take a bend because of change in the alignment or gradient of the trench, subject to the restriction mentioned elsewhere. Buffer Cable: At least 1.5 M Cable should be buffered at every point.

Refilling: After laying the HDPE pipe and laying of cables in the HDPE pipe all trenches and buffer pits are to be refilled with soil. For this Vendor should first refill the trench (1m depth & 30cm width) with soft soil free from stones up to 15cm from bottom layer and then lay the cables in HDPE pipe. On top of this up to 15cm, again to be filled with loose soil without debris, then remaining 70cm with excavated earth. (Annexure –Xa) Extra layer of 15cm in thickness in tapered form should be laid along the trench and on the top of pit holes for soil settling purpose.

2. Laying of HDPE Pipe:

After the trench is excavated to the specified depth, the bottom of the trench shall be cleared of all stones or pieces of rock and leveled up properly. A layer of ordinary soil of not less than 15 cm. shall be used for leveling the trench to ensure that HDPE pipes or cable when laid will follow a straight alignment.

When trenches are excavated up to specified depth of 1m & width of 30cm, properly dressed and leveled, joint measurement of trench shall be taken by representative of Vendor and site engineer.

HDPE/GI pipes shall be laid only approved trenches, the Vendor shall exercise due care to ensure that the HDPE pipe is not subjected to any damage or strain. Water present in the trench at the time of laying the HDPE pipe shall be pumped out by the Vendor before lowering in the pipes to ensure that no mud or water gets into the pipes.

The HDPE pipes shall be joined by couplers properly at the time of laying pipes. The HDPE pipes should have minimum outer diameter of 40mm with 3mm thickness.

6. Laying and Pulling the FO/CAT Cable inside the HDPE Pipes:

In a section of OFC cable shall be laid in HDPE pipe. It should be seen that while pulling the cables the earlier laid cables should not be damaged.

The route indicator, clamps for fixing split HDPE pipe are to be supplied by the Vendor as and where required. No payment for these items shall be made from our side. The Vendor shall be responsible for security and safety of the material issued to them. After completion of cabling the Vendor shall submit the complete record of material utilized in details and return back the unutilized material.

The route marker should be put along the cable route at every 100 meters. At Jointing the joint marker should be put at exact location of jointing. The detail of route marker is given in Annexure – X b. For fixing the route marker a pit of 30 cm x 30 cm x 60 cm deep should be made and route marker should be put centrally in this put. Then the pit should be filled by concrete. All the material except cement shall be provided by the Vendor.

7. Road cutting, back filling, concrete cutting and concreting back:

En route for laying of the cable it will be required to cut the road. The road cutting should be done with all safety precautions and should be done when traffic is less. The road shall be cut up to 1m depth of 32mm. GI pipe (which will be supplied by us) will be laid in this road crossing thus HDPE in this GI pipe will be laid. After laying the pipe the trench will be covered and leveled back and cemented. If en route any concrete structure is there then same shall be cut up to 1m depth and after laying cable in GI pipe shall be covered back with concrete. The cement for this purpose shall be provided by GSECL. Sand and aggregate are to be arranged by the Vendor at his own cost. The details are given at Annexure – X c.

8. Cable Terminations: All FO and UTP cables should be terminated on suitable terminating

connectors. The cable termination procedure is to be made should be discussed with engineer-in-charge before staring of erection work. All fiber ports have to be terminated near switch end on LIU/Jack panel. All fiber cores should be terminated should be made on both ends.

8. Erection of Work Group Switches:

The work group switches at locations shall be mounted on 19” rack. All cables (Fiber) shall be terminated on patch panel mounted in this rack.

9. Testing: The testing of the equipment and complete system shall commence only after erection of all equipments and completion of all cabling work. First the testing of all section of cabling and individual equipment shall be done and then only integrated testing shall commence. 9.1 Testing of FO/UTP Cable sections:

All sections of single mode FO/UTP cable shall be tested end to end after termination and loss in each section should be within prescribed limit. This testing shall be done with OTDR for fiber. Same way UTP (CAT) testing shall be done by accessing of network resources at every terminal / Node. 9.2 Testing of LAN Switches:

After erection of all workgroup switches and central switch shall be tested in power on condition with GBIC module etc. In this all the ports of the switch shall be tested with desktop connections.

If any component, cable segment and other feature is not found working same shall be made functional by replacement / repair of that equipment/Cable.

10. After completion of integrated testing and successful completion of it the test run

shall be commenced which will last for 15 days in continuous operation round the clock. In the test run all important parameters shall be monitored and tabulated at regular interval and jointly signed by GSECL and Vendor representative. During the test run the complete system availability should be 100%. If the system availability is less than 100% for 15 days then the exercise shall be extended till we get 100% availability for continuous 15 days.

11. After completion of trial run, the warranty period shall start which will be 12 months

from date of completion of trial run and system acceptance by GSECL. During the warranty period vendor will depute experienced technical person for breakdown & preventive maintenance job.

T-3829. Page 18 of 33

SPECIAL CONDITIONS OF CONTRACT:

01. The Bill of quantity is tentative which does not absolve vendor the responsibility of

supplying item/items which is/are needed/ required for successful erection/commissioning/testing and smooth operation/maintenance of system. Integrated operation will be the responsibility of the vendor. Any other component required to complete the system, not explicitly mentioned in BOQ, will be the responsibility of the bidder. Such additional items shall be quoted by the bidder.

Bidder should necessarily quote for all the items mentioned in the BOQ. If two or more BOQ items are integrated together, bidder should indicate inclusive in respective item of BOQ.

If any additional items are required to complete the work, bidder will annexed their separate list of such items indicating the cost of item in commercial bid.

Any items of minor nature bidder may indicate free of cost. These extra items having cost shall be considered in bid evaluation as well as award.

02. Vendor representative must visit the site before submission of their offer for ensuring proper

selection of all equipment, correct estimation of material and identifying all the material required for making the system complete in all aspects.

03. Bidder shall submit certificates confirming the successful installation, commissioning

of similar systems. Bidder shall coordinate for visiting any selected site by GSECL personnel, if required.

04. Vendor’s offer should be very clear. He should quote for all items given in bill of quantity.

For all major items like LAN switch, Convertor, UPS, Jack Panel, OFC, CAT Cable party should give the supporting brochures of same make & model.

05. Wherever a particular make of items is required same should complied. Other make equipment

is not acceptable.

06. Wherever the detailed information required for quality plan etc. as per tender document the same should be provided by the Party in technical bid.

07. The compliance statement at all clause & sub-clause should be given in technical bid. Any

deviation taken by the party on non-compliance of any clause should clearly be mentioned by the party. Any offer without compliance statement or with major non- compliance shall be liable for rejection.

Chief Engineer (Gen.) GSECL, Ukai TPS.

Contractor's Signature With date and seal RFQ No.27236

T-3829. Page 19 of 33

T-3829. Page 20 of 33

T-3829. Page 21 of 33

T-3829. Page 22 of 33

Annexure

Tender for Supply/ Works of________________________________________________

________________________________________________________________________

________________________________________________________________________

On Firm’s Letter Head

CERTIFICATE- “A”

I/We _________________________________________________authorized signatory of M/s

_________________________________________here by

Certify that M/s _______________________________________________is not related with other

firms who have submitted for the same items under this inquiry/ Tender.

Seal of the Firm Signature of the Tend ered Place: With De signation. Date:

T-3829. Page 23 of 33

GUJARAT STATE ELECTRICITY CORPORATION LIMITED INTEGRITY PACT DATE :

OUR ENDEAVOUR

To create an environment where Business Confidence is built through Best Business Practice 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 PARTY’S COMMITMENT ♦ To maintain the highest ethical standards in

business and professions. ♦ Not to bring pressure recommendations

from outside GSECL to influence its decision.

♦ Ensure maximum transparency to the satisfaction of stakeholders.

♦ Not to use intimidation, threat,

inducement or pressure of any kind on GSECL or any of its employees under any circumstances.

♦ To ensure to fulfill the terms of agreement/contract and to consider objectively the view point of parties.

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

♦ To ensure regular and timely release of payment on due dates for work done.

♦ To provide goods and/or services timely

as per agreed quality and specifications at minimum cost to GSECL.

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

♦ To abide by the general discipline to be

maintained in our dealings. ♦ To give maximum possible assistance to all the

vendors/Supplier/Service Provider and other to enable them to complete the contract in time.

♦ To be true and honest in furnishing information.

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

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

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

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

Seal & Signature (GSECL Authorized Signatory)

Seal & Signature (Firm Authorized Signatory)

Name : Name : Designation : Chief Engineer(GEN) JE DE EE SE

T-3829. Page 24 of 33

GUJARAT STATE ELECTRICITY CORPORATION LIMITED UKAI DAM – 394 680

General Terms & Conditions

1. The ‘contract’ means the documents forming tender and the subsequent agreement that may be entered into.

2. The tender should be submitted along with EMD without which no tender will be accepted. 3. Conditional tender will not be accepted. Unilateral withdrawal of condition after opening of tender will not

be permitted. 4. The general rules & regulations of the GSECL for tender and contract for works will apply to the extent

the same are not modified herein any other rules & regulations, conditions etc. that are in force at present and that may be formed by the GSECL from time to time in connection with contracts will be binding & acceptable to the contractor.

5. Sub-letting or transfer of contract without prior written approval of GSECL will be treated as a breach of

contract and it will be punishable by forfeiting the Security deposit as well as termination of contract. 6. The Chief Engineer (G): GSECL: TPS: UKAI reserves the right to reject any tender(s) without assigning

any reasons thereof. 7. The successful bidder will have to pay total 5% of the work order end cost value as security deposit out

of which 2.5% is to be paid in D.D. immediately after getting the work order and the balance will be recovered from first R.A. Bill.

8. The contractor shall hold the GSECL indemnified and in respect of any claims arising out of injury to any

persons, loss of life, workman’s compensation or any other claims whatsoever. The contractor shall be responsible for any damages to any property of the GSECL due to negligence of the contractor or his employees. The GSECL will be entitled to recover from the contractor and it shall be final and binding to the contactor.

9. The contractor shall submit his Sales Tax Registration number and same should be quoted on all his

bills.

10. The successful bidder/ contractor will have to enter into an agreement with GSECL and the cost of the stamped paper will be borne by the contractor. The contractor will also have to execute an indemnity bond on required value of stamped paper as per GSECL’s rules. The cost of the stamped paper will be borne by the contractor.

11. ARBITRATION : -“All question, disputed or differences whatsoever which may at any time arise between

the parties to this contract in connection with the contract or any matter arising out of or in relation thereto ,shall be referred to the Gujarat Public Works Contract Dispute arbitration as per the provision of the Gujarat Public Works Contracts Disputes Arbitration Tribunal Act-1992”.

12. The party shall strictly observe all the Labor Laws and Factory Acts in existence & amendments made

from time to time.

13. (A) Party shall have to strictly observe all Safety rules as per the Factories Act, 1948 and whatever amendments made from time to time to avoid any chances of accident. Contractor shall have to strictly follow the instructions of Safety Officer. (B) The Safety precaution issued vide this office circular no. CCUT/Safety/4/90/CIR/345A Dtd: 14-12-90 is applicable to this contractor also and to be followed strictly. (C) Before starting the contract it is advisable that party should have the documents for insurance of works.

14. The work shall be completed within stipulated time. If required, party have to work round the clock to maintain the work schedule.

15. Payment shall be made as per actual work done only.

T-3829. Page 25 of 33

16. The contractor shall have to take all necessary precautions to avoid fire during cutting, welding etc. in case of any smoldering fire; the same should be extinguished by contractor immediately using their own labor tools water and buckets etc.

17. The party shall arrange his own adequate tools and tackles welding accessories, drilling machine, grinders, scaffolding welding machines, gas cutting sets, lifting material like hydraulic jacks, slogging spanners, dial gauges & piano wire.

18. Party shall have to arrange all consumables including required electrodes, kerosene, rustolene, paints, grinding wheels etc. at his own cost.

19. An authorized and technically qualified representative of the contractor must be available at site while the work is going on. The address of the representative should be submitted to this office so that party can be contacted whenever required in connection with execution of the work.

20. Scaffolding material, if available with GSECL will be issued on chargeable basis otherwise contractor will have to arrange for the same at his own cost. After completion of work scaffolding is to be removed immediately.

21. After completion of work, working area and surrounding area should be made clean by removing M.S. debris & all types of scrap etc. scrap should be credited to main store only & it should be dumped at place shown by E.E. (Store).

22. Electric connection & consumption will be given free of cost at one mutually point.

23. Oxygen/ Acetylene gas if available will be issued on chargeable basis from GSECL Main store, otherwise the party has to arrange on its own. The cylinders should be returned to main store within stipulated time.

24. Shifting, transportation of materials from Main store to working site shall have to be done by contractor at his own cost.

25. Party shall submit daily progress report for the work carried out by them.

26. The contractor, if desires, can see the plant and site of work with permission of undersigned on any working day during working hours.

27. Party has to carry out the work at site only. 28. The bidder shall have to submit their own P.F. Code number if allotted by RPF Commissioner / P.F.

Authority. In case the P.F. Authority has not issued / allotted P.F. Code number to you then you shall have to comply with the provision of the P.F. Act and submit the P.F. Contribution of your employees and contribution of yourself to the P.F. Trust of the corporation.

29. All the employees engaged by you will be covered under P.F. act and if you are denied the separate P.F. code number by the P.F. authority than you will have to submit the P.F. contribution along with administrative charges to GSECL P.F. Trust without fail. If you will not comply with this condition the final bill will not be released.

CHIEF ENGINEER (GENERATION) Name and signature of the contractor with stamp. GSECL: TPS: UKAI.

T-3829. Page 26 of 33

LABOUR LAWS:

01 Persons below the age of 18 years shall not be employed for the work.

02 No female workers shall be employed in the night shift between 07.00 PM to 06.00 A.M.

03 Contractor shall maintain valid labor license under the Contractor (Regulation & Abolition) Act.1972. For employing necessary manpower to be required by him. In the absence of such license the contract shall be liable to be terminated without assigning any reasons thereof.

04 The contractor shall at his own expense comply with all the labor laws and keep the Board indemnified in respect thereof. Some of the major liabilities under various labor and Industrial laws which the contractor shall have to comply which are as under.

05 Payment of contribution of employees (Contractor labor) as well as employer’s contribution towards Provident Fund, Family Pension Scheme, Employee Deposit Linked Insurance Scheme. Administrative charges, Inspection charges etc. at the rates made applicable from time to time by Government of Gujarat / Government of India or other Statutory Authorities.

06 Labor engaged by you shall be entitled for Earn leave as per the provision laid down in factories Act. 1948. Contractor shall extend the facility of E.L. as per the provision laid down in Factories Act and shall also have to maintain leave records in prescribed form under Factories Act.

07 No labors are allowed to enter in power station premises that do not have identity card prescribed under factories Act.

08 Contractor shall have to comply with the Maternity benefit is he happens to engaged female labors as per Maternity benefit Act.

09 Contractor shall have to obtain Insurance of the laborers engaged by him to carry out contractual work before commencement of work under workmen’s compensation Act.

10 P.F. CODE NUMBER :

The contractor shall have to submit the details of his own P.F. code number along with offer from appropriate authorities. Without P.F. code No. the tender is likely to be d isqualified.

11 PROVIDENT FUND AND FAMILY PENSION SCHEME :

The contractor shall submit along with his bill (Month wise) a statement regarding deductions at the rate of 12% of the wages against employees provident Fund & Family pension Scheme in respect of each concerned employee. (Or at the rates made applicable by the Government from time to time) of the wages. The contractor’s contribution and his workers contribution towards Provident fund and Family Pension Scheme shall be deposited by the contractor with Regional Provident Fund Commissioner, Ahmedabad or to the authority prescribed under the Act along with the other charges applicable.

12 If any workman engaged by contractor meets with fatal or non-fatal accident while on duty then contractor shall be liable to pay compensation to the legal heir or to the workman as the case may be as per workman’s compensation Act.

T-3829. Page 27 of 33

13

EMPLOYEES DEPOSIT LINKED INSURANCE SCHEME :

The contractor shall have to deposit ½ % of the rate applicable form time to time of the wages in respect of employees who are a member of the provident fund against the contribution towards Deposit linked insurance scheme with regional provident Fund Commissioner, Ahmedabad.

14 The Contractor should pay prevailing minimum wages to the labors engaged by him as per the minimum wages Act in presence of the GSECL’s Officer or Representative.

15 The Contractor shall deposit fifteen days salary for every completed one year of service for each worker for the liabilities of gratuity.

16 ADMINISTRATIVE CHARGES :

Administrative charges for maintaining Provident Fund Account shall be deposited by the contractor with Regional Provident Fund commissioner, Ahmedabad at the rates applicable.

17 LABOUR LICENSE FOR LABOUR CONTRACT :

The contractor shall have to obtain the copy of labor contract license under contract labor (Regulation & Abolition) Act from the appropriate authorities before commencement of work.

18 Contractor shall have to issue the contractual appointment letter to their labor engaged during the contract period each & every instance and should be narrated clear cut terms and conditions for the liabilities of the concerned employees.

19 After completion of the contract work, the work completion certificate is required to be produced before the DY. GENERAL MANAGER for the purpose of no due certificate and cancellation of the gate passes issued to the contractor worker at the time of execution of the contract work.

20 The contractor shall have to maintain all the relevant records under labor law as mentioned here in above and kept ready for verification by the Corporation authority as well as the authority of the Government Officials as and when asked for the checking.

21 The contract shall have to produce / submit the original copy of wage register / muster roll and relevant records under labor laws for the contract work as and when demanded by the Corporation for statutory compliance if arise in future.

CHIEF ENGINEER (GEN.) Name and signature of the contractor with stamp. GSECL: TPS: UKAI.

T-3829. Page 28 of 33

UTPS-SAFETY-001 REV: 00 15/12/2008 Ukai TPS

“ GENERAL SAFETY RULE/NORMS ” TO BE OBSERVED BY THE CONTRACTORS.

All the contractors working at Ukai Thermal Power Station shall have to strictly observe the following Safety Rules. The Contractors shall be responsible for informing & observing these rules by their supervisors/employees/laborers as well as the supervisors/employees/laborers of their sub-agencies/sub-contractors engaged, if any. Prior to commencement of the work, Contractor shall have to submit a written assurance on their letter head to the concerned Sectional Head/Engineer-in-charge that they have thoroughly gone through these Rules, have educated their employees/employees of their sub-contractor and will strictly observe the said Rules while execution of work under contract awarded to them. They will have to indemnify the Corporation for any loss or damage/accident/injury to the Corporation’s property/employee or employees of their own in default of non-observing these rules. 01 Persons to be employed for carrying out the work shall possess required qualification, be

fully trained and conversant for works to be done. All persons should have gate pass, Register consisting the full details (i.e. address, phone no., details of nearest relative, etc.) of all persons is to be maintained. During the work execution, one trained & competent supervisor should always remain present at site.

02 The contractor shall take all the required safety measures prior to commencement of work

on dangerous substances, machineries or area at which cautionary notice is displayed and obtain “Line Clear” or “Work Permit” through the concerned Department/Section.

03 Prior to carrying out welding, gas cutting, furnace heating or any other hot work job, the

Contractor shall remove all the inflammable materials lying at or nearby worksite or cover it property by suitable protective covering. Also, special care shall be taken before carrying out such job & see that all possible contributing factors to set fire shall be removed / vanished prior to commencement of the work. Advance intimation shall be given to concerned section/fire section to commence the work in fire prone areas. They should also keep ready all the first Aid Fire Extinguishers/equipments & fire extinguishing media/material like sand/water buckets of other appropriate equipment at such place.

04 While carrying out work in confined space or inside vessel, the contractor shall obtain

necessary “Confined Space/Vessel Entry Permit” from concerned department prior to commencement of the work.

For taking care of the persons working inside the confined space/vessel, a supervisor/person capable to keep continuous watch on person (s) working inside, assist them in case of emergency or arrange to get immediate outside help, shall remain present at entry point and shall use full body safety belt without fail.

While working inside sewage, trench or in-depth, a person to warn outsiders/entrants/passers etc shall remain available near entry point or the entry point shall be cordoned by a barricaded tape with a cautionary notice. After completion of the works, all the lids/covers/grills/grits opened, shall be replaced in the original position as it were prior to commencement of the work and leave the work place in safe condition in all respect, so as to prevent accident to fellow workers.

05 The contractor shall see that he/his persons do not block (by stacking materials, spare parts, tools-tackles, equipments etc), any passages/walkways/gangways/aisles/staircases /ladders/lifts or any other approaches/roads leading to plants or its auxiliaries, on which there is a traffic movement or possible traffic movements in case of emergency. Such passages are meant for safe escape in the event of emergency. If it is utmost necessary to carry out work in such area with blocking of passage, prior permission of Competent Authority or the Engineer-In charge shall be obtained. To demarcate/declare the area as

T-3829. Page 29 of 33

UNSAFE, cordon it using barricading tape & display suitable caution notice or keep a person to restrict/divert the traffic on this route through other safe passage.

06 Prior to use power/electrically operated hand tools/equipments/machines/gadgets like welding machine, hand grinder, hand drill etc., ensure for its safe operation and use it only if it is found safe to use. Do not use defective, unsafe or improperly maintained equipments.

The electrical power supply required to run such equipments shall not be taken directly at their own but shall be obtained through concerned Electrical Maintenance Departments or their authorized persons or under their observations/guidance only. The Electrical Section shall provide temporary electrical connection upto contractor’s Main Board on which it is compulsory to install mains switch, ELCB & fuses of adequate capacity. All such equipments shall invariably be earthed adequately to prevent electrical shock, sparking, short circuit etc. Power cord to be used shall be of adequate capacity, without any joint and shall consist of earth wire also. Hence, it is necessary to use adequate capacity 3 wire power cords for single and 5 wire power cord for three phase power connections. The plugs, receptacles, pin, holders etc. shall be of adequate capacity and safe to use.

All electrical & mechanical equipments/tools-tackles viz. welding machine, cutting machine, Grinder, Drill, Chain Pulley Blocks, Hook chooks etc required to be used during work execution shall be of standard make & bear ISI certification mark on it. The consumables like welding electrodes, grinding wheels/discs etc. which has specific prescribed life span shall not be used in any case if its expiry date is over.

07 It is compulsory to use standard make Personal Protective Equipments (PPEs) as per the job requirement. Do not work without use of required PPEs. Contractor is responsible to provide standard make (ISI approved) Personal Protective Equipments/Safety Gadgets suitable to give sufficient protection against hazards involved in their work/job to their staff, as per the job requirement and insist/enforce their staff to put on the same while at works. The ongoing work is liable to be stopped at any time if the contractors’ staff is found working without PPEs. Following is the list of various PPEs to be used for various works/worksites.

List of safety equipments 01 Industrial Safety Helmet For protection of head against falling objects or during

fall of person from height. 02 Safety Goggles

(Grinding,Welding, etc.) For protection of eyes against flying particles/dust, Chemical splash, spark, arc, flashover etc.

03 Face Shield (Half or full) For protection of face against flying particles/dust, Chemical splash, spark, arc, flashover etc.

04 Ear plug/Ear muffs. For ear/hearing system protection while working in high noise level area.

05 Apron (Rubber/PVC/ Asbestos/Leather/Cotton)

For body protection against chemicals, oils, sharp edged objects, heat, hot objects etc.

06 Gloves (Rubber/PVC, Asbestos, Leather, Electrical shock proof)

For protection of hands against chemicals, oils, Sharp edged objects, heat, hot metals/objects, electricity etc.

07 Safety/Leather/Asbestos Shoes, Gum boots etc.

For protection of leg/feet against falling objects, Sharp edged objects, heat, hot metals/objects, Electricity etc.

08 Safety Belt (full body)/ Rope/Life line/Fall Prevention system etc.

For fall prevention while working at heights or in depth, working in vessel or in confined space.

09 Dust Respirator/Scarf. Protection of respiratory system against dust. 10 Chemical Cartridge

Respirator. Protection against chemical fume/vapour etc.

11. Canister Gas mask. Protection against toxic/poisonous fumes/gases. 12. Air supply respirators. Working in oxygen deficient zone.

T-3829. Page 30 of 33

Before using lifting machines/tackles (like CPBs, Hook chooks, winch, forklift, mobile crane, EOT crane etc) and its attachments (like D-shackles, slings, U-clamps, Eye bolts or any fixtures), it shall be checked and used only if found safe to use. Also, ensure that these are tested, examined and certified in form No.9/10 by Competent Person as per the Factory act-1948 and its validity is not expired. Further, it shall be fixed properly and firmly prior to lifting the weight.

09 Scaffoldings to be used for working at height shall be of adequate size & capacity. Obtain

the work permit when working at height. While climbing on such scaffolding or working on any structure at height, use of full body safety belt & Helmet is compulsory. It is also necessary to fasten chinstraps of the helmet.

10 Contractor or their employee shall not interfere in day-today routine plant activities/works

except the work assigned to them, shall not loiter in the areas other than their work jurisdiction, as well as shall not temper/operate/touch the machineries/equipments /auxiliaries with which they are not concerned. Also, the contractor shall strictly instruct their staff not to sit or take rest at/near/below running plants, auxiliaries, systems or any place which is risky, hazardous & prone to accident.

11 The cylinders containing poisonous/toxic or inflammable/explosive gas like Oxygen, Acetylene, LPG, Hydrogen, Ammonia, Chlorine, Co2 etc. shall be handled safely taking due care. To handle/shift such cylinders a special trolley/cage meant for it must be used but in no case it should be rolled. Domestic LPG cylinder shall not be used / permitted.

12 On completion of the work, cotton waste, spilled oil/grease, pieces of welding rod & other

waste material shall be removed from work site and the area shall be left safe, neat & clean.

13 In case of any injury/accident while working, it shall immediately be reported to Safety

Department through concerned Sectional Head/Engineer. The prescribed Form No.21 may be obtained from concerned section or Safety Officer. For any incident occurred but have no injury to any persons should also be informed to Safety Officer as “Near Miss Incident ”

14 In all risky jobs, before starting the work, contractor should obtain General Safety Work

Permit from concerned section well in advance. 15 In case of noticing smoke or fire during their work execution, they shall make immediate

efforts to extinguish/control it and simultaneously inform the Fire Brigade on Phone No.4444 or 4344 or 5555 or 02624-290049, shall shift the casualty to nearby hospital after rendering first aid in case of accident.

16 Over & above these, contractor shall have to follow all the safety requirements/rules &

regulations/norms and legal provisions laid down in various statutes, particularly the provisions of the Factories Act-1948 & The Gujarat State Factories Rules-1963 (Amended up to date) shall be followed strictly. The contractor shall also obey the rules/regulations/instructions of the local Competent Authority for safety requirements.

17 No women or young person shall be allowed to clean, lubricate or adjust any part of a

prime mover or of any transmission machinery while the prime mover or transmission machinery is in motion. Examination or operation of motion machinery shall be made or carried out only by a specially trained adult male worker wearing tight fitting clothing as per section 22 of factories act 1948.

18 No women or young person shall be employed or permitted to work in Lead-compound

area like battery room etc. as per schedule VI of GFR 1963. 19 All the relevant labor and industrial laws shall also be followed compulsorily. 20 It is felt necessary to deploy safety officers/Safety supervisors by contractors/Agencies

involved in carrying out hazardous activities/operations inside TPS to have better and constant supervision in terms of Health Safety and Environment activities.

T-3829. Page 31 of 33

21 In case, it comes to the notice of GSECL UTPS Management that the safety

guidelines/safety rules/safety norms are not being followed then a minimum sum of Rupees one Thousand shall be penalized on the contractor/Agency and for subsequent such violation, a severe penalty/action as deemed fit shall be imposed, which may please be noted.

22 The above rules shall be scrupulously followed and where required, they may contact the

Safety Officer for any ambiguity/further guidance in this regard. 23 For performance evaluation of contractor, safety fa ctors of work accident, fire incident

& near miss accident will be considered. Steps can be taken to review the job assignment up to cancellation for negligence.

Chief Engineer (Gen.) GSECL: TPS: UKA I

T-3829. Page 32 of 33

Special Notes :

(1) Tenderer’s have to submit their offers in two parts viz. (a) Technical Bid & (b) Price bid in two

separate sealed envelopes, super scribing Technical bid for _________________ (Subject) or

Price bid for _______________________ (Subject) as the case may be.

(2) Please submit Photocopy of Sch-B duly signed by you , along with technical bid, without stating

prices.

(3) Tender shall not be opened without payment of EMD & Tender Fee. Please furnish details of

EMD & Tender Fee paid on cover .

(4) If any deviation in your offer with respect to Tender specification, Please clearly mention on separate deviation sheet otherwise we will consider your offer is exactly as per our Enquiry /

Tender specification.

(5) GSECL reserves right to place the order on technica lly qualified bidders for overall lowest

( L1) quoted party. L1 = PART I + PART II.

(6) Repeat Order : GSECL reserves right for the placement of repeat order @ 50 % of the order

quantity / value within 4 (Four) months of the order as per the Clause No.24 of Commercial

Terms and Conditions instead of 25 %. Other condition of Clause No.24 remains same.

(7) It is to be noted that GSECL, Ukai TPS is establishing and implementing occupational Health &

Safety Management System complying with OHSAS 18001:2007. You as a part of the GSECL

Ukai team and as defined by the scope of mentioned standard, all contractors are required to

comply with and participate to prevent the occupational Health and Safety hazards and risks

including observation of safety rules. Further you are also to comply with all applicable legal

requirements while executing the supply / work, in case the job is assigned to you

(8) Party has to accept Payment Term as per GSECL’s sta ndard terms & conditions: 1)Supply: Payment shall be made by GSECL for the material supplied at 80% plus 100% taxes against TRC within 30 days and balance 20% against S.R. Note within 45 days from the date of receipt of material at our site. 2)Work: For the work part, payment shall be made by GSECL 100% of submitted bill against successful

completion of part work /Quaterly work. (The Payment will be made for the actual quantities executed as

per the Ordered Item Rate & conditions).

(9) Delivery Period :

(A) Sample Approval : N.A. (B) Bulk Supply after sample Approval : Within 15 days from clear Purchase Order.

(10) Please note that conditionally offers will liable to be ignored.

(11) Tender Fee / Earnest Money Deposit (E.M.D.) / Security Deposit (S.D.) will be accepted by Demand Draft / RTGS / NEFT also. The bank details are as under,

Beneficiary Name : M/s. Gujarat State Electricity Corporation Ltd. Address : Urja Nagar, GEB Colony, Taluka : Songadh. Dist. : Tapi., Pin Code - 394680. Bank Name : Bank of Baroda Ukai. Nature of A/C : Current Accounts., Branch : Ukai. Account No. : 02640200000002 IFSC CODE No. : BARB0UKAIXX ( 0 = ZERO) MICR CODE No. : 394012529.

After net banking transaction, please inform to our Account Section regarding payment details along with tender number on their e-mail id of [email protected] and [email protected]

CHIEF ENGINEER (GEN.) GSECL, Ukai TPS.

Contractor's Signature With date and seal RFQ No. : 27236

T-3829. Page 33 of 33

IMPORTANT :

All the bidders are requested to read and verify the documents of Commercial Terms & Condition of Tender & Supply (i.e. Clause No.1 to 83) of GSECL, UKAI, TPS and confirm that all the above documents are verified & certify by you as below.

“ I / we read the above documents and agree for the Conditions of Tender & Supply (i.e. Clause No.1 to 83) of GSECL, UKAI, TPS and accordingly submitted my / our offer. ”

(1) For Page No. 1 to 21 of terms & condition : Party can give acceptance of clause No.1 to 83 on a single paper instead of all 21 pages.

(2) For Page No. 25 to 37 : Please note that you have to furnish the details in all Annexure-1 to 13, Certificate-A & Integrity Pact i.e. dully fill, stamped and signed otherwise your offer is likely to be ignored out rightly.

(3) In case of Ex-works Prices, you have to mention item wise Pkg. & Fwd., Freight, insurance charges in Annexure-10 otherwise it will be considered as per GSECL procedure for evaluation.

(4) Clause No. 12 of Commercial Terms & Condition a t Page No.6 of 46 : Kindly read clause No. 12 i.e. Security Deposit of Commercial terms & Condition as below.

SECURITY DEPOSIT :

The successful Tenderer’s will be required to pay an amount equivalent to 10 % of the value of the Order (End Cost) against letter of intent as per GOG guideline as a Security Deposit for satisfactory execution of the contract. Such security deposit will be payable either in D.D./Bank Guarantees. Bank Guarantees will be acceptable if issued by Bank of Baroda and State Bank of India. The Bank Guarantees will be executed on the standard form prescribed by the GSECL. In case of the Bank Guarantees furnished / submitted, they should have clear one time validity till the completion of the order in all respects an d up to the expiry of guarantee period from the date of receipt of the last consignment. Bank G uarantees for interim period will not be allowed . If by any reasons the supply period is extended t hen supplier should undertake to renew the Bank Guarantee at least 01 Month before t he expiry of the validity failing which GSECL will be at liberty to encash the same.

CORPORATE BANK GUARANTEES NOT ALLOWED. If S.D. Exemption is claimed against NSIC Certificate, then the NSIC Certificate /

Competency Certificate more than 03 years old will not be considered. If the validity of the certificate expires prior to completion of the order, then it has to be got revalidated from NSIC by the Tenderer and submitted immediately; otherwise bidder shall have to arrange for payment of Security Deposit.

S.D. should be paid within 07 (Seven) days after re ceipt of the LOI.

Security Deposit is to be paid @ 6 % of the Order End Cost for Small, Cottage & tiny industrial unit of Gujarat State registered under Small Scale industries of Gujarat State and holding subsequent registration with CSPO/NSIC/DGS&D Registration Certificates for the item under tender.

Contractor's Signature With date and seal

R.F.Q. No. : 27236