You are on page 1of 25

GUJARAT STATE ELECTRICITY CORPORATION LIMITED

Wanakbori Thermal Power Station, Taluka:Galteshwar, Dist:Kheda– 388239. Ph. 91-2699-235522


Fax: 91-2699-235607,e-mail: wtps.ceg@gebmail.com;wtps.dgmgsecl@gebmail.com,Website: www.gsecl.in
AN ISO-9001:2008, ISO-14001:2004, OHSAS 18001:2007 Certified Power Plant
CIN: U40100GJ1993SGC019988

TENDER BOOKLET

TECHNICAL BID

Tender Notice No.:- WTPS/W/WebT/03/2020 -3 for Work

CHEMICAL LABORATORY

RFQ No: 51304

Name of Work: - Consultancy services for implementation of ISO/IEC


17025:2017 and achieve NABL accreditation for Chemical
laboratory of Wanakbori TPS.
GUJARAT STATE ELECTRICITY CORPORATION LIMITED
Wanakbori Thermal Power Station, Taluka:Galteshwar, Dist:Kheda– 388239. Ph. 91-2699-235522
Fax: 91-2699-235607,e-mail: wtps.ceg@gebmail.com;wtps.dgmgsecl@gebmail.com,Website: www.gsecl.in
AN ISO-9001:2008, ISO-14001:2004, OHSAS 18001:2007 Certified Power Plant
CIN: U40100GJ1993SGC019988

Sub: - Consultancy services for implementation of ISO/IEC 17025:2017 and achieve NABL
accreditation for Chemical laboratory of Wanakbori TPS.

INDEX
SR. NO. DOCUMENT
1 Tender notice
2 Qualifying criteria
3 Schedule A Part I (Scope of work)
4 Schedule A Part II (General Terms and Condition)
5 Safety Rules
6 Form 01 (Certificate – A)
7 Form 02 (Deviation of bidder if any)
8 Form 03 (Annexure – B Revised Annexure – 14)
9 Integrity pact
10 Schedule – B (Price Bid – Separate)

Name of Firm

Tender Fee DD No & Date

EMD DD No & Date


GUJARAT STATE ELECTRICITY CORPORATION LIMITED
Wanakbori Thermal Power Station, Taluka:Galteshwar, Dist:Kheda– 388239. Ph. 91-2699-235522
Fax: 91-2699-235607,e-mail: wtps.ceg@gebmail.com;wtps.dgmgsecl@gebmail.com,Website: www.gsecl.in
AN ISO-9001:2008, ISO-14001:2004, OHSAS 18001:2007 Certified Power Plant
CIN: U40100GJ1993SGC019988
------------------------------------------------------------------------------------------------------------------------------------------------------------

Tender Notice No.:- WTPS/W/WebT/03/2020 -3 for Work


RFQ NO: 51304

Sealed percentage rate tenders are invited for the Consultancy services for implementation of
ISO/IEC 17025:2017 and achieve NABL accreditation for Chemical laboratory of Wanakbori TPS,
GSECL from registered contractors with GSECL / GETCO / DISCOM / Central / State Government /
Railway / Semi. Govt. and who has executed works of similar nature and magnitude as per pre
qualification criteria of work successfully. Tenderer should down load the tender documents online
from the website www.gseb.com & www.gsecl.com.
Tender fee & EMD shall be paid along with submission of tender in separate cover. “All the relevant
document of tenders as stated here under to be submitted physically will be received only by
Registered Post A.D or Speed Post addressed to CHIEF ENGINEER (C&O), GUJARAT STATE
ELECTRICITY CORPORATION LTD, Wanakbori Thermal Power Station, Taluka Galteswar,
Dist. Kheda-388239.
“NO COURIER SERVICES OR HAND DELIVERY” will be accepted.

RFQ Estimated Time Tender E.M.D. Section


Name of Work
No. Cost Rs. Limit Fee Rs. Rs.
Consultancy services for
implementation of ISO/IEC Rs. 500/- SE(Fuel)
17025:2017 and achieve 12 + GST@18% Rs. / Chem.
51304
NABL accreditation for
225000.00 month (Rs.90/-) 2250/- Lab
Chemical laboratory of =590/-
Wanakbori TPS

Last date of submission of Tender (Technical and Price bid) AS WEB TENDER NOTICE
up to 15.00 Hrs.
Date of Opening of Technical bid. AS WEB TENDER NOTICE
(in presence of willing bidders) at 17.30 Hrs. :
Date of opening of Price – bid. Will be informed afterwards to
(in presence of qualified bidders) : technically qualified bidders.
Validity of tender from the date of opening of technical bid 180 days

1. The tenders shall have to be submitted hard copy both (Technical & Price bid) by the intending
bidders on or before due date of submission as mentioned in the tender Notice.
2. The tender should be submitted in one sealed main envelope marked MAIN COVER. Tender number &
name of work should be written on the cover.
3. Technical bid cover:- This cover shall contain all relevant attested qualifying documents as prescribed in
tender notice/PQR along with tender fee & EMD. Technical bid (hard copy) will be opened first and subject
to evaluation, based on the qualification criteria contained in the individual bid document.
4. Price bid (hard copy):- Price bid of bidders who are assessed and declared as substantially technically
responsive on evaluation of the technical bid will be opened for further commercial evaluation. (The bidder
must clearly quote rates in figure as well as in words. In case of any discrepancy, whatever written in
words shall prevail.)
5. Tender Fee demand draft and EMD Demand draft /B.G & copy shall have to be submitted in single cover
on or before due date through RPAD only to The CHIEF ENGINEER (C&O), GUJARAT STATE
ELECTRICITY CORPORATION LTD, Wanakbori Thermal Power Station, Taluka Galteswar, Dist. Kheda-
388239 in a sealed cover duly superscripted name of work & DD / BG. of EMD.
6. The tender must be submitted in 04 (Four) Cover system:- .
Cover 01 : The technical bid and supporting documents: This cover shall contain all relevant attested
Technical bid and qualifying documents as prescribed in tender notice/PQR in physical form (i.e. in the
Technical Bid Cover) will be treated as final to consider the bid for pre-qualification. Any missing
documents, if required will be asked from the bidder as mentioned in this tender elsewhere.
Cover 02: Price Bid: The bidder shall quote only certain percentage of rates above or below the
estimated rates.
Cover 03 : EMD and Tender Fee: DD with No. & Date.
th
Cover 04: MAIN COVER: All above three covers should be kept in 4 cover duly super scribe the
reference of Tender number & name of work ,payment of EMD & Tender Fee i.e. DD No. & Date for EMD -
DD No. & Date for Tender Fee superscripted thereon and with note ‘TENDER- DO NOT OPEN’ written
prominently otherwise Bid will not be considered for opening. Bidder should also certify as
“UNCONDITIONAL TENDER” on tender cover itself. Conditional tenders are liable for rejection.
7. Bidder has to send tender by RPAD/Speed Post to The Chief Engineer [C&O], GSECL, Wanakbori
Thermal Power Station, Taluka: Galteswar, Dist: Kheda, Gujarat, India on or before due date.
8. No tenders shall be accepted / opened in any case received after due date and time of receipt of tender,
irrespective of delay due to postal services or any other reasons and the GSECL shall not assume any
responsibility for late receipt of tender.
9. The Earnest Money Deposit will be accepted by Demand draft in favor of ‘GUJARAT STATE
ELECTRICITY CORPORATION LTD.,’ payable at Dena bank Wanakbori TPS or by Bank Guarantee
issued by following banks will only be accepted in a standard format prescribed by the GSECL (Format
given in this tender document).
1. Cheques are not acceptable and CORPORATE BANK GUARANTEES not allowed.
2. Bank guarantee from the following Scheduled/National Banks will only be accepted against EMD /
SD / PBG.
3. All Nationalized banks including public sector Bank IDBI Bank Ltd
4. Private Sector Bank authorized By RBI to undertake State Government Business [At present AXIS
Bank, ICICI Bank and HDFC Bank]
5. Commercial Bank: [A] Kotak Mahindra Bank[B] Ratnakar Bank [C] IndusInd Bank[D] DCB Bank
6. Regional Rural Banks of Gujarat: [A] Saurashtra Gramin Bank [B] Baroda Gujarat Gramin Bank [C]
Dena Gujarat Gramin Bank
7. Co-operative Banks of Gujarat: [A] The Kalupur Commercial Co-operative Bank Ltd[B] Rajkot
Nagrik Sahakari Bank Ltd[C] The Ahmedabad Mercantile Co-operative Bank Ltd[D] The Mehsana
Urban Co-Operative Bank Ltd[E] Nutan Nagarik Sahakari Bank Ltd
8. Demand Draft for Tender Fee and EMD should be submitted along with Technical bid. Bidder should
quote the reference of payment of EMD & Tender Fee i.e. D.D. No. & Date on the cover page of the
Technical bid otherwise Bid will not be considered for opening. Tender without EMD and Tender
Fee shall be rejected.
The bank details are as under.
Beneficiary Name: - M/s. Gujarat State Electricity Corporation Ltd.
Bank Name: - DENA BANK (Now Bank of Baroda), WANAKBORI, TA: GALTESHWAR, DIST:
KHEDA, PIN: 388239(GUJ)
Account No. : - 074711001109;
IFSC CODE No.:- BKDN 0220747
MICR CODE No: - 388018501
After net banking transaction, please inform to WTPS Account Section regarding payment details
along with enquiry details on their e-mail id of wtps.cashier.gsecl@gebmail.com and wtps.se-
tech@gebmail.com

11. Bidder should quote the reference of payment of EMD i.e. DD. No. & Date or Bank guarantee issued by
banks as mentioned above.
12. Bidder should submit latest Bank Solvency Certificate for 20% value, of the estimated cost of any
Nationalized Bank.
13. The tender without payment of Tender Fee & EMD will not be opened or considered.
14. Bidder shall note that they possess separate P.F. Code No. in their name (under Employee provident fund
organization, Regional office, Ahmedabad directive) obtained from the concerned authorities of their
respective jurisdictions.
15. Bidder shall also certify that quoted tender is ‘UNCONDITIONAL’ & without deviations.
16. No work order will be issued to party not possesses own GST Tax number.
17. The rates are exclusive of GST. However, the same shall be paid extra in accordance with GST rates.
18. "GST applicable towards forfeiting of EMD, Security Deposit and PBG and charging of penalty including
liquidated damages in accordance with the T&C of the contract shall be in the scope of
contractor/supplier."
19. Subletting of tender is not permitted.
20. Security Deposit should be paid within 10 (ten) days after receipt of LOI i.e before placement of order. The
successful bidder has to pay an amount equivalent to 5% of the value of the work order as a Security deposit.
either in D.D./ Bank Guarantees only
21. If participating bidder/agency have stake in one or more other agencies/bidders who are participating in same
tender and on account of submission of wrong information/declaration in the tender/enquiry certificate-A, then
the bidder will be declared as disqualified automatically as EMD/SD will be forfeited. Further, GSECL shall take
tern action including Stop dealing with their firms.
22. GSECL’s GST NUMBER : 24AAACG6864F1ZO
23 NOTE: The party has to submit required documents within 10 days and delivery period will be start from the
date of issue of LOI. And if party does not submit the documents within specified time, necessary action may
be initiated as per GSECL rules.
24. TDS ON GST: Provision related to TDS on GST@2% shall be made applicable if value
exceeds contract threshold limit (i.e. at present threshold limit Rs 2,50,000).

Instructions to Bidder:
1. GSECL reserves right to split the contract.
2. Chief Engineer(C&O), Wanakbori TPS reserves right either to accept or reject any or all tenders without
assigning any reasons.
3. Subletting of ordered work is not permitted.
4. Bidders must have sufficient numbers of qualified and experienced Supervisors and team of skill/unskilled
persons to complete the work in scheduled time.
5. Bidder should also quote the MR / DD no. on tender cover for payment of EMD.
6. Tender without payment of EMD will not be opened or considered.
7. Bidder has to sign on each page of the bid with seal.
8. Security Deposit: It is mandatory to submit security Deposit before order placement. Party shall have to
pay security deposit of 5% of contract value within 10days from the date of letter of intent. Such Security
Deposit will be payable either in D. D. / Bank Guarantees. Bank Guarantees from Scheduled / Nationalized
Banks will be acceptable if the amount of security Deposit payable exceed Rs. 5,000/-.
The Bank Guarantees will be executed on the standard form prescribed by the corporation. In case of the
Bank Guarantees furnished / submitted they should have clear one time validity till the completion of the
order in all respects and up to the expiry of the Guarantee period from the date of work completion. Bank
Guarantee for interim period will not be allowed. If by any reasons the work period is extended then
contractor should undertake to renew the Bank Guarantee at least one month before the expiry of the
validity failing which GSECL will be at liberty to encase the same.
If the full Security Deposit amount is not paid immediately after the receipt of the Letter of Intent, then the
order will not be placed (at the discretion of the GSECL) and without entering into any correspondences
and this will be binding on the tenderer.
If the tenderer fails to pay the Security Deposit or defaults in execution of the orders placed or if GSECL
suffers any financial loss due to this, then GSECL will be at liberty to adjust the amount from other orders of
the same firm or by encasing the Bank Guarantee.
Failure to deposit the SD will entail for failure of EMD and the contract shall be treated as terminated. You
shall not be, allowed to start the work if, SD is not paid. Any loss to the GSECL due to late start of the work
because of the late payment of SD shall be contractor’s liability.

Bidder’s signature with Chief Engineer (C&O)


Company seal & date. GSECL, WTPS
Payment will be effected through RTGS/NEFT system of bank.
Hence you are requested to submit following details along with Technical bid.
1. NAME OF BENEFICIARY : __________________________________
2. BANK ACCOUNT NUMBER : ________________________________
3. TYPE OF ACCOUNT: ______________________________________
4. BANK NAME : ____________________________________________
5. BRANCH NAME OF ADDRESS : _____________________________
6. CONTACT NO. OF BRANCH : _______________________________
7. IFSC CODE : _____________________________________________
8. COMPANY EMAIL ID : _____________________________________
9. SCAN COPY OF CANCELLED CHEQUE : COMPULSORY

Bidder’s signature with


Company seal & date.
GUJARAT STATE ELECRICITY CORPORATION LIMITED
WANAKBORI TPS, TA: GALTESWAR, DI: KHEDA, PIN: 388 239

Name of the work: - Consultancy services for implementation of ISO/IEC 17025:2017 and
achieve NABL accreditation for Chemical laboratory of Wanakbori TPS.

Special notes for technically qualifying criteria for the subject work

The bidders are requested to submit the technical bid with the following credentials
for technically qualifying criteria in soft as well as hard.
Bidders remark
regarding
Sr
Technical Qualifying Criteria submission of
No
document in soft
as well as hard

1 The bidders must furnish the following certificate/documents


with their technical bid:

The bidder should produce certificate /document/work order


copy as evidence for experience of having successfully
completed similar works/jobs carried out satisfactory for
minimum six months in last seven year period in government /
semi government / state electricity board/ corporation
body/public limited company / private limited company

Moreover, Experience of having successfully completed similar


works during last 07 years ending last day of month previous to
the one in which applications are invited should be either of the
following. :-
a) Three similar completed works costing not less than the
amount equal to 40 % of the estimated cost.
b) Two similar completed works costing not less than the
amount equal to 50 % of the estimated cost.
c) One similar completed works costing not less than the
amount equal to 80 % of the estimated cost.

Similar works means work of Consultancy services for


implementation of ISO/IEC 17025:2017 and achieve NABL
accreditation for Chemical laboratory.
2 Details of minimum tools, tackles and equipments in possession
relevant to the job.

3 Details of P.F. Code no. from appropriate authority.

4 Latest Bank Solvency Certificate of minimum 20% of estimated


cost from all Nationalized Bank/ Public sector bank -IDBI Ltd
/Private sector bank- AXIS Bank, ICICI Bank and HDFC Bank.

5 Duly audited Last 3 years Balance sheet of A/C by C.A. and


Average annual financial turn over during the last 03 years,
ending 31st March of the previous financial year should be at
least 30% of the estimated cost.

6 Details of registered partnership deed in case of partnership


firm and activities of association and memorandum of
association in case of company.

7 The tender shall be Opened of the paid EMD only.

8 Conditional tender is liable to be rejected. Withdrawal or


insertion of conditions unilaterally after opening of tenders will
not be permitted unless it so desired by the GSECL. (Mention
Unconditional tender on envelope of technical bid itself)

9 Party should have to submit the details of the copy of


registration number regarding valid GST along with Technical
Bid. Further, if bidder has two GST registration out of which one
is cancelled than bidder has to provide the No due certificate
from GST department for the cancelled GST registration.

10 PAN No.

Non compliance of above criteria the technical bid is liable to be rejected. After acceptance
of the Technical Bid the Price Bid will be considered for opening.

Bidder’s signature with Chief Engineer (C&O)


Company seal & date. GSECL, WTPS
DECLARATION FORM
ON LETTER HEAD OF BIDDER/CONTRACTOR
Name of Work
Tender No/ RFQ No:
1. I/We hereby declare that I/We have carefully & thoroughly studied the entire tender placed on the WEB
site and conditions of contract, specifications and other documents of the subjected matter mentioned
in the tender which includes Tender notice, technical qualifying criteria, special terms and condition,
Annexure A ,General condition of contract, Circular, Schedule A, General rules &direction for guidance
of contractor, Certificate A, Deviation form, Annexure 14 etc and abide by the same. Also, I/We hereby
agree to execute the same accordingly.
2. I/We hereby abide to execute the contract agreement & submitted the same before commencement of
work and the same will be acceptable to me/us.
3. I/We hereby accept and confirm that any dispute on this regard shall not be entertained by the tender
inviting authority.
4. I/We hereby declare that I/We have visited the work site and fully acquainted myself/ourselves with the
local situations regarding materials, labour and other factors pertaining to the work before submitting
the tender.
5. I/We hereby confirm that our offer is Un-conditional and without any technical & commercial deviations.
6. The full value of the “Earnest Money Deposit” paid herewith should be absolutely forfeited to the
Corporation, should I/ we do not deposit the specified amount of specified Security Deposit within 10
Days from receipt of the Letter of Intent.
7. If, I fail to submit all required documents with application or tender copy ( in each tender ) then my
tender will be cancelled, which is binding to me.
8. If, full or part work will be given to me, it will be accepted to me with same terms, rate & conditions.
9. I, ______ proprietor / owner / partner / Authorized Agent of M/s. ______ do hereby also declare and
undertake as under:
a) That I have covered all the eligible employee/s under the Employees’ Provident Funds and
Miscellaneous Provisions Act, 1952 and deposited the contributions under my PF Code No.
______, place: ______ for the month/s of my contractual period and as such no amount
towards contribution whatever is payable.
b) I further declare and undertake that in case any liability pertaining to any of my worker, labour,
employee/s is/are to be discharged by the principle employer i.e. Gujarat State Electricity
corporation Limited, ___________Thermal Power Station due to my lapse, I undertake to
reimburse the same or the principle employer is authorized to deduct the same from my dues
as payable.
c) I further declare and undertake the legal consequences which may arise in future under the
said work order awarded, and I bond myself to resolve the same at the risk and cost of M/s.
______.
10. I/We ________________________________________________________________ authorized
signatory of M/s ______________________________________________ here by certify that M/s
_________________________________________________ and their proprietor / any partner / any
directors of the firm is not stop deal and / or banned for business dealing and / or black listed by
GUVNL and / or their any subsidiary company viz. GSECL / GETCO / DGVCL / MGVCL / UGVCL /
PGVCL as well as Government and / or Semi Government company / department.
11. We here by confirm that we have not stake in one or more other agencies / bidders who are participating in
same tender and if it is found that the submitted information / declaration are wrong in the tender / enquiry as
stated in tender terms, than we will be disqualified automatically & it will be accepted to us. EMD / SD will be
forfeited. More over if GSECL shall take stern action including stop dealing with our firms which is also
accepted to us

Seal of the Firm Signature of the Tenderer


Place: With Designation.
Date
GUJARAT STATE ELECRICITY CORPORATION LIMITED
WANAKBORI TPS, TA: GALTESWAR, DI: KHEDA, PIN: 388 239

Schedule – A
Part – I (Scope of work)

NAME OF WORK: Consultancy services for implementation of ISO/IEC 17025:2017 and


achieve NABL accreditation for Chemical laboratory of Wanakbori TPS.

SCOPE OF WORK
Detail scope of work for successful implementation of laboratory management system as
per ISO/IEC 17025:2017 and achieve NABL accreditation to Chemical laboratory of
Wanakbori TPS is as under.
1) Awareness of ISO 17025:2017 diagnostic Study, gap analysis and preparation of
documentation as per requirement for NABL accreditation to laboratory personnel
a) Awareness session:
• Awareness and training on ISO/IEC 17025:2017 requirement and method of
deployment
b) Diagnostic Study and Gap Analysis:
• Verification of availability and adequacy of lab policy, lab manual, lab test method
• Record preparation
• General understanding of current laboratory accommodation and environment
c) Preparation of documentation:
• Correction and preparation of lab policy, lab manual, lab scope, sampling and
testing method
2) Assistance in system implementation as per requirement for NABL accreditation to
laboratory personnel
a) Assistance for management of physical condition of lab accommodation and
environment
b) Training on methods of identifying Uncertaining components, evaluation of uncertainty
c) Review of evaluation of uncertainty of measurement for all tests and assistance in
system implementation
• Validation of Non-standard test methods
• Implementation of Standard procedures and test methods
• Generation of record.
d) Training and workshop for Internal auditor
• Build competency of internal auditor w.r.t. Understanding, interpretation and
verification, report preparation.
• Review of internal audit report of internal auditor
e) Assistance in Management review as per MRM procedure and checklist
f) Mock / Shadow audit for entire lab management system and Identification of actual and
potential non – conformities
3) Assistance in submission of application for NABL accreditation and answering queries
4) Assistance in closing of non – conformities observed during initial assessment and final
accreditation assessment.

Bidder’s signature with Chief Engineer (C&O)


Company seal & date. GSECL, WTPS
GUJARAT STATE ELECRICITY CORPORATION LIMITED
WANAKBORI TPS, TA: GALTESWAR, DI: KHEDA, PIN: 388 239

Schedule – A
Part – II (GENERAL TERMS AND CONDITIONS OF CONTRACT)

1. The agency shall have to comply with all rules, regulations, laws and bylaws enforced by local
and State Govt. and also the organization / plant in whose premises the work has to be done.
2. No deviation from the scope of work by the agency shall be allowed.
3. The order shall be applicable for 12 months from the date of commencement however
GSECL can be extend this work contract as per DOP with same rate, terms and conditions as
per GSECL rules without any consent of the party and for the extended period, quantities may
be enhanced on prorate basis if required.
4. All training programs will be conducted at site arranged by WTPS
5. A soft copy or master hard copy is to be provided for printing and internal distribution within
organization.
6. Agency will be informed in advance minimum 07 days before date of visit. The visit during work
period shall be planned, programmed and completed as per requirement and satisfaction of
GSECL, in all respect.
7. The contractor shall have to provide the required personal protective equipment of standard
make (ISI approved) to his staff during the work execution & it will be his responsibility to see
that same are used by his staff while working.
8. GSECL shall not be responsible for any injury or accident to the person of the contractor while
working. He should take risk policy as per rules.
9. Contractor has to comply all safety & security rules and regulation of GSECL.
10. Labour License and Labour Laws are not applicable as No Labour will be required for the work
to be carried out under the Plant premises and the entire Subjected work is to be carried out by
the Auditor of Party.
11. Techno commercial Deviations if any to be furnished in the Form 02 only and to be submitted
with technical bid. Deviation mentioned anywhere except Form 02 will not be considered.

12. AGREEMENT:-
As per Corporation’s rules, you will have to enter in to an agreement with the Corporation on
stamp paper of appropriate value Rs. 300/- in the prescribed form within one month of receipt
of this A.T. or before starting the work. The cost of the stamp fee shall be borne by you. The
tender with the specification, price schedule, drawing and the contract booklet are to be signed
by you. This letter and subsequent correspondence shall be deemed to be part of the Contract.

13. SECURITY DEPOSITE:-


Contractor shall have to pay Security Deposit @ 5% of the order value within 10 days from the
date of issue of L.O.I. The amount of SD shall be retained by GSECL till completion of work.
Contractor has to submit the details of qualification of persons to be engaged for the
subject work along with the security deposit without fail. If Contractor fails to submit the
qualification details of persons the subject work, the order will not be awarded and paid
Security Deposit will be forfeited.

14. TERMS OF PAYMENT:-


Payment will be made after completion of each module for consultancy charges as shown in
schedule-B.

15. PENALTY:-
Any delay that may take place in above said work beyond contractual cutoff date / stipulated
period in the order shall be subjected to penalty (not liquidated damages) at the rate of 0.5% of
the contract price / order price per week or part there of subject to maximum 10% of the total
contract value / order value (i.e. end cost including taxes and duties).
16. TERMINATION :-
• TERMINATION FOR DEFAULT :
A. GSECL may without prejudice to any other remedy for breach of contract, by written notice of
default sent to the Agency, terminate the contract in whole or in part.
I. If the agency fails to deliver any or all the services within the time period(s) specified in the
Contract or any extension thereof granted by GSECL in writing.
II. If the agency fails to perform any other obligation(s) under the contract, or
III. If the agency, in either of the above circumstances, does not correct its failure within a period
of thirty (30) days after receipt of the default notice from GSECL.
B. In the event GSECL terminates the Contract in whole or in part, GSECL may get the services
done, upon such terms and in such manner as it deems appropriate, similar to those not
rendered, and the Agency shall be liable to GSECL for any excess cost for such similar
services. However, the Agency shall continue the performance of the contract to the extent not
terminated.
• TERMINATION FOR INSOLVENCY :
GSECL may at any time terminate the Contract by giving written notice to the Agency, without
compensation to the Agency, if the Agency becomes bankrupt or otherwise insolvent, provided
that such termination will not prejudice or affect any right or action or remedy which has
occurred or will accrue thereafter to GSECL.
If agency is not preceding the work as per work order or instruction issued to them, GSECL will
reserve the right to terminate the contract.
17. CONFIDENTIALITY :
Confidentiality is committed and facilitated through signed commitments by personnel and
procedures requiring limited / controlled distribution of the records and proper lockable facilities
for archiving. The data collected and generated during the visit, the information contained in the
various documents and terms of contract, or audit shall be kept confidential and shall be used
for this work only and shall not be disclosed to anyone, without written permission of GSECL,
Corporate office.
18. HANDLING DOCUMENTS:
A. All the documents, drawings and specifications provided by GSECL in connection with the
services to be provided by the Agency shall be the property of GSECL. As an when required or
upon termination of the Contract, the aforesaid documents, prepared specifically for this work
(including originals) shall be handed over to GSECL before final acceptance or thereafter.
B. The Agency shall take all necessary steps to ensure confidential handling of all matters
pertaining to documents, specifications and any other information developed or acquired by him
from GSECL under terms of the contract or in performance thereof.
C. The Agency shall not prepare, articles or photographs for publication or speeches about the
work in which GSECL has an interest, without prior written consent of GSECL.
D. The Agency shall take necessary steps to ensure that all persons employed on any work in
connection with this Contract have noticed that the Indian Official Secrets Act, 1923 (XIX of
1923) applies to them and shall continue to apply even after the execution of such work(s)
under the contract.
19. In case of any dispute, the decision of C.E. (C&O) W.T.P.S. will be final & binding.
20. REIMBURSEMENT FOR HEALTH CHECK UP:
Bill shall be reimbursed for Health check up once during total contract period irrespective of
number of contract maximum up to Rs. 1000 or actual cost per person, whichever is minimum
after verification & recommendation by concern doctor. In case any person left the work in
between than for replacement person, Company will not provide any reimbursement, however it
is compulsory to submit new reports of replacement person for Fitness certificate at contractor’s
own expenses.

Bidder’s signature with Chief Engineer (C&O)


Company seal & date. GSECL, WTPS
GENERAL SAFETY RULES / NORMS” TO BE OBSERVED BY THE CONTRACTOR

All the contractors working in Gujarat State Electricity Corporation Limited Factory like
Coal/Lignite/Gas/Hydro/Pumping Station shall have to strictly observe the following Safety Rules.
Concern principle contractors are responsible for informing & observance of these rules by their
supervisors/contract workers as well as the owner/supervisors/ workers of sub-Contractors
engaged, if any, by them for the work contract awarded to them. Prior to commencement of the
work, Contractor shall have to submit a written assurance on their letterhead to the concerned
Sectional Head / Engineer-in-charge that they have thoroughly gone through these Rules, have
educated their employees / workers of their sub contractor and will strictly observe the said Rules
while execution of work under work contract awarded to them. They will have to indemnify the
company for any loss or damage / accident / injury to the company’s property / employee or
employee of their own in default of non - observing these rules.
(01) Contractor should issue photo gate pass for their workers from GSECL Factory Manager as
per Gujarat Factories rules, 1963 & details shall be filled up in GSECL gate pass format as per
Aadhar card /Election card id proof & to follow the gate pass issue procedure through concern
department EE & SE, Security Officer, LWO/IRO/DGM, Factory Medical Officer, Safety
Officer/Dy. Safety Officer & Factory Manager.
(02) In case of emergency, temporary photo gate pass shall be issued by Security Officer only for
three days with prior permission of Factory Manager only. More than three days, Permanent
photo gate pass procedure shall be completed by contract agency for their contract workers.
(03) Certificate of Fitness of employment in hazardous process & operations in form no.33 of
Gujarat Factories rules, 1963 shall be issued by GSECL Factory Medical Officer for all
contractor workers before commencement of work & examination responsibility shall be taken
by contractor as well as concerned Head of Department. Pre-employment & Periodical medical
examination of contractor workers shall be carried out in form no.32 from GSECL Factory
Medical Officer after every six (06) months of contractor with their contractor workers.
Contractor shall be fulfilled all health requirements before commencement of work. After
completion of medical examination in form no.32/33, GSECL Factory Medical Officer shall be
signed in contract worker gate pass procedure format.
(04) Contract worker gate pass will issue after completion of safety induction 3D animation movie &
Training record is to be maintained in IMS/OHSAS training format by TK Office/LWO.
(05) As per Gate pass format of GSECL, Safety Officer/Dy. Safety Officer shall be checked the
issue PPE to contract workers as per nature of job, Form no.10 of lifting tools and tackles,
Driving license, Electrical contractor license, Electrical trade qualifications, Safety induction
training, SOP, supervisor qualifications etc. After fulfillment of all Safety compliances, Safety
Officer/Dy. Safety Officer shall be signed in Contract worker Gate pass procedure format.
(06) Work Contract shall be completed by principle contractor/agency/person who is awarded the
work order. Subletting of contract shall be allowed only if prior approval of Power station chief
before execution of work. Contractor/agency shall be submitted the entire subletting contract
documents with gate pass application through concern department EE & SE, LWO/DGM,
Safety Officer/Dy.Safety Officer & Factory Manager.
(07) Under The Conditions Framed Under Rule-45 Of The Indian Electricity Rules, 1956,
Valid Electrical contractor License shall be submitted to concern electrical department
EE/SE/Electrical Safety Officer/ Safety Officer/Factory Manager at the time of apply gate pass
by agency/party with latest renewal from Chief Electrical Inspector, Gandhinagar- Gujarat.
Electrical License photocopy shall be checked by Concerned HOD of Electrical
Department/Electrical Safety Officer/Dy.Safety Officer/ Safety Officer/Factory Manager.
(08) As per nature of job/work , qualified supervisor (Diploma (Electrical/ Mechanical/Civil/C&I)
+ 3 years experiences or ITI + 10 years) shall be engaged by contract agency & qualification
certificate with experience certificate shall be submitted to concern EE/SE/LWO/IRO/DGM/
Dy.Safety Officer /Safety Officer/Factory Manager at the time of apply gate pass.
(09) As per rule 3 of CEA regulation ,2010: Designating person(s) to operate and carry out the
work on electrical lines and Apparatus, Contract person/worker possesses a certificate of
competency or electrical work permit, issued by the Appropriate Government. That means,
Electrical trade Qualification of contract worker/person like ITI-wireman/ Electrician, Diploma
(Elect), BE/B. TECH (Elect), ME/ M. TECH (Elect) shall be submitted to concern
EE/SE/LWO/IRO/DGM, Dy.Safety Officer/ Safety Officer/Factory Manager at the time of apply
for photo gate pass procedure.
(10) As per nature of job/work & during capital overhauling work /Annual overhauling work /24X7
round the clock work/major shut down work, Qualified Safety Officer/Manager/Supervisor
(BE/Diploma (Elect/Mech/Civil) + PDIS-Post Diploma in Industrial Safety) shall be engaged by
contractor during dangerous operations/dangerous works as well as day to day dangerous
activities, safety supervision, tool box talk, Safety awareness programme, SOP preparation with
hazards & its control measures with each step, checking of lifting tools & tackles, hydra mobile
crane, Safety precautions, coordination with Safety Department etc.
(11) License of driver shall be submitted with gate pass issue application as per nature of vehicles &
to follow the Motor vehicle Act, 1988, the Central Motor Vehicles (Amendment) Rules, 2016 as
well as Gujarat Motor Vehicles rules, 1989 & driver license shall be checked every day by
security shift in charge before entry in the Factory premises.
(12) SOP with JSA (Job Safety Analysis) shall be prepared by contractor through competent person
as per GFR, 1963 or Qualified Safety Officer as per GFR, 1963 with 05 years experiences.
SOP will review & approve by concern JE/DE/EE/SE/Elect. Safety Officer/Dy. Safety Officer
/Safety Officer/Factory Manager before execution of work.
(13) It is compulsory to use standard make Personal Protective Equipments (P.P.Es.) as per the job
requirement. Do not work without use of required P.P.Es. Contractor is responsible to provide
standard make (ISI/DGMS/CE/EN/ANSI approved) & to checked standard/make in PPE issue
format by concern JE/DE/EE/SE/Safety Officer/Factory Manager. 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 workers to put
on the same while at works.
The ongoing work is liable to be stopped at any time if your contract workers/staffs found
working without P.P.Es. Following is the list of various P.P.Es (as per ISI/DGMS/CE/ EN/ ANSI
approved only) to be used for various works / worksites.
In any work, Contractor shall be issued the minimum 05 nos. of PPEs like Safety Shoes, Safety
Helmet, Safety goggles, Mask & Reusable Ear plug to their workers/supervisor compulsory & it will
check by concern section HOD & Dy.Safety Officer /Safety Officer at the time of gate pass
procedure.
List of safety equipments
Industrial Safety Helmet For protection of head against falling objects or during
fall of person from height. Yellow Colour helmet is
used for contract worker with agency logo.
Safety Goggles/welding goggles/chemical For protection of eyes against flying particles / dust,
splash goggles chemical splash, welding spark, arc, flashover etc.
Full Face shield For protection of face against flying particles / dust,
chemical splash, spark, arc, flashover etc.
Reusable Earplug / Ear muffs. For ear / hearing system protection while working in
high noise level area.
Chemical suit/Gas tight suit /Fire proximity For body protection against chemicals, oils, sharp
suit/FR Boiler Suit edged objects, heat, hot objects etc.
Safety Hand Gloves For protection of hands against chemicals, oils, sharp
edged objects, heat, hot metals/objects, electricity etc.
Safety shoes/ Gum Boots with For protection of leg/feet against falling objects, sharp
Oil/Chemical/water/heat/ Electrical edged objects, heat, hot metals/objects, electricity
resistance etc. etc..
Safety Belt(full body hardness with double For fall prevention while working at heights or in
lanyard & shock absorber) / Rope / Life depth, working in vessel or in confined space.
line / Fall arrestor etc.
Dust Mask/Respirator with valve(FFP2) Protection of respiratory system against dust.
Chemical Cartridge Respirator with full Protection against toxic chemical fumes /
face mask type A2B2E2K2 gases/vapors/dust etc.
Trolley mounted Air line respirators with Working in oxygen deficient zone or confine space
full face mask area
Portable Single gas detector like Chlorine, Working in hazardous storage/process area
Ammonia, Hydrogen, etc
Portable Multi gas Detector (
Working in oxygen deficient zone & use in entry of
LEL,O2,CO,H2S,SO2, etc) confine space & Major fire
Automatic voltage detector To check the present voltage or induction voltage of
electrical equipments/ bus/switch gears from 01
(one) feet distance before starting the any electrical
work.
Auto darkening welding helmet (EN 379 & The new auto darkening welding helmet combines
EN 175 Level-B) with PAPR as per EN legendary Speed glass quality and auto darkening
12941:1998, class TH2 and AS/NZS 1716 technology with an innovative wide-view grinding visor
to give welders an all-in-one solution for more
flexibility, precision, and efficiency.
Respiratory System is a combined face and breathing
protection device, for increased comfort and safety in
welding. The unit is equipped with a particle filter
which removes particles from the air. The unit
provides a constant airflow independent of filter
combinations and clogging. The unit can also be
equipped with a gas filter (for example A1B1E1). The
unit supplies air to the head top via the connecting
breathing tube. The airflow creates a slight positive
pressure which together with the sealing to the face
prevents particles and other contaminants from
entering the head top.

(14) All PPEs (as per ISI/DGMS/CE/EN/ANSI approved only) Should issued by
party/agency/contractor to their contractor workers as per nature of job and allotment of PPE
list shall be submitted to Safety Officer, UTPS on his letter head as per below mentioned format
by Contractor before commencement of work through concerned JE,DE,EE/SE .
Sub: Issue of PEE to Contractor workers
Sub of work Order:
Work order no.
Name of Agency:
Date of Commencement:
Time limit for work order:
Sr. Name Desi Name of Name of PPE IS Make Qt Unit Date Recei
no. of gnati Section :Cod of y of ving
worker on under work e no. PPE issue signat
s execution of ure
PPE
A B C D E F G H I J K
Safety Nos.
01 Helmet
Safety Nos.
goggles
Reusable Ear Pair
Plug
Dust Mask Nos.
Safety Shoes Pair
(15) Shift Security Inspector/Security Officer shall be checked Safety Shoes & Safety Helmet of all
contractor workers at entry gate of Factory Premises & shall entered contractor workers with
Safety Shoes & Safety Helmet with photo ID Gate Pass.
(16) Shift Security Inspector/Security Officer shall be checked validity of Gate pass of all contractor
workers on daily basis.
(17) During the work execution, one trained & competent supervisor of agency should always
remain present at work site. Concern JE/DE of GSECL shall be supervised the contract work
as per SOP.
(18) Approved NABL laboratory calibration certificates of electrical/ mechanical/ Civil/ C&I/
Environment survey/ Chemical etc measuring /testing equipments/instruments which are used
during contract work shall be submitted before starting the work & shall be checked by concern
JE/DE/EE before starting work & it’s record shall be maintained in concern section.
(19) 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 concern Department / Section JE/DE and shall be
informed to concern section JE/DE for closed/ returned after completion of work.
(20) Safety talk/Safety work instructions shall be given to contractor workers by concern JE/DE
regarding hazards of specific work, risk & it’s control measure (mentioned in HIRA) before
starting the job work and records shall be maintained for each & every job works.
(21) Display Safety instructions shall be strictly followed by all workers who are working in factory
premises.
(22) Material Safety Data Sheet (MSDS) of each chemical shall be available with Chief
Chemist/Control room & work related Chemical information shall be taken by contractor &
contractor workers from Concern EE/Chief Chemist before starting of chemical handling work.
(23) The contractor shall be checked & securely covered or securely fenced any opened fixed
vessel, sump, tank, pit or opening in ground or in floor which, by reason of its depth, situation,
construction or contents ,is or may be a source of danger before starting the work each &
every days or after interval/recess. Contractor supervisor shall be informed to concerned HOD
regarding any unsafe conditions.
(24) Prohibition of smoking, fires, lights, spontaneous ignition substance, matches; fuses, mobile
phone etc are to be strictly followed by all workers who are working in factory premises.
(25) Prior to carrying out welding, gas cutting, furnace heating or any other hot work job, remove all
the inflammable material lying at or nearby worksite or cover it properly 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 or other appropriate equipment at
such place.
(26) While carrying out work in confined space or inside vessel, obtain necessary “Confined Space
/ Vessel Entry Permit” from concerned department prior to commencement of the work.
For lighting in such areas, only 24-volt (ISI certified & with proper guard) hand lamp shall be
used. 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. Use
full body safety belt without failed.
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 re-fixed / re-placed 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.
(27) The contractor shall see that he / his persons do not work on or block (by stacking material,
spare parts, tools-tackles, equipments etc), any passages / walkways / gangways / aisles /
staircases / ladders / lifts or any other approaches / roads leading to plans or its auxiliaries, on
which there is traffic movements 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 “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.
(28) Prior to use power / electrically operated hand tools / equipments / machines / gadgets like
welding machine, hand grinder, hand drill etc, ensure for its safe operation & 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 up to contractor’s Mains 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 & shall consist of earth
wire also. Hence, it is necessary to use adequate capacity 3-wire power cord for single & 5-wire
power cord for three phase power connections. The plugs, receptacles, pins, holders etc shall
be of adequate capacity & 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.
(29) Non-Sparking Non-Magnetic electrical hand tools and tool kits shall be used by Electrical
contractor for safe use in areas where hazardous, flammable, or combustible vapors, liquids,
dusts, or residues may be present in Gas Based power plant and list of tools and tackles shall
be submitted with technical bid. Non-Sparking Non-Magnetic electrical hand tools and tool kits
shall be checked by JE/DE before commencement of Electrical work.
(30) Before using lifting machines / tackles (like C.P.Bs., Hook chooks, winch, forklift, mobile crane,
EOT crane etc) & 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 & certified in form no.10 by Competent Person as per the Factory act-1948 & Gujarat
Factories Rules and its validity do not expire. Further, it shall be fixed properly and firmly prior
to lifting the weight. Valid Test certificate of all Lifting machines used by Contractor to be
submitted to Dy.Safety Officer/ Safety Officer before commencement of work through
concerned EE/SE.
(31) Metal 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 /full body hardness with double lanyard & Fall
arrestor & Helmet is compulsory. It is also necessary to fasten chinstraps of the helmet.
(32) Contractor or their employee shall not interfere in day-to-day 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 for not to sit or take
rest at/near/below running plants, auxiliaries, systems or any place which is risky, hazardous &
prone to accident.
(33) 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.
(34) In Gas Based Power station/Hydrogen storage area /Hydro carbon fumes-vapour generated
area, Spark arrestor (as per approved manufacturer of CCOE, Nagpur) shall be provided on
each vehicle by party/agency and it will check by shift security in charge before entry of
vehicles in the factory premises.
(35) 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.
(36) 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.
(37) In all risky job, before start the work, contractor should obtain General Safety Work Permit
through concerned section from Shift –in-charge well in advance.
(38) 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 Station Mobile No as well as Station
Fire Officer or Emergency Control room no which is displayed at prominent place of factory like
Main Security Gate, All unit control room, Canteen area, Safe Assembly points, Fire Station, All
security gates, Occupational Health Centre.
(39) 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 &
ANNEXURE may be obtained from concerned section or Dy.Safety Officer/Safety Officer.
In case of any electrical accident, it shall immediately be reported to Electrical Safety Officer
through concern Sectional Head / Engineer. The prescribed Electrical accident form no. A as
per electricity act-2003 & Form No. 21 & ANNEXURE as per Gujarat Factories rules shall
be filled up by concern department JE/DE with written consent of contractor. The Form may be
obtained from concerned Electrical section or Electrical Safety Officer. Electrical accident
investigation shall be carried out by Electrical Safety Officer with Factory Manager.
After any reportable accident, Contract agency shall be submitted the fitness certificate of
injured person with endorsement of GSECL factory Medical Officer to LWO/Dy.Safety
Officer/Safety Officer/Electrical Safety Officer then after injured person may allow for work.
(40) For any incident occurred but have no injury to any persons should also reported as per
GSECL format and informed to Dy.Safety Officer/Safety Officer as Near Miss Incident.
(41) Safety penalty shall be imposed against Offences by contract workers: If any contract
worker worked in a factory contravenes any provision of Factories act or any rules or orders
made there under, imposing any duty or liability on workers, contractor/agency shall be
punishable with fine which mentioned as under.
Sr. Description of penalty Amount
No.
(i) Work without PPEs Rs.300/- per person
(ii) Work without work Safety permit like working at height, Rs.1000/- per day
confine space entry, hot work etc.
(iii) License of driver as per type of vehicles not registered. Rs.750/- per person
(iv) Welding work without flashback arrestor/double gauge Rs.1000/- per set
regulator set
(v) Operate Portable power tool without ELCB Rs.1000/-per
equipment
(vi) Work without qualified Supervisor as per nature of job Rs.1000/-per day
like mechanical, electrical, civil, C&I, chemical etc.
(vii) Work without SOP & JSA Rs.2000/-per day
(viii) Work without test report of lifting machines / tackles Rs.2000/- per
(like C.P.Bs., Hook chooks, winch, forklift, mobile crane, equipment
EOT crane etc) & its attachments (like D-shackles,
slings, U-clamps, Eye bolts or any fixtures) in Form
No.10 of Gujarat Factories Rules,1963
(ix) Work without Double lynyer Safety belt during working Rs.3000/-per person
at Height work, work without anchoring in hook/line line
(x) Work without 24 Volt supply in Confine space area Rs.3000/-per person

Safety Penalty is to be imposed directly by individual Dy. Safety Officer/Safety Officer/Electrical


Safety Officer and Factory Manager/Occupier against violation of statutory requirements and
penalty will be recovered through RA bill. Photograph/CCTV camera footage is to be put up
with penalty note by imposed individual officer.
(42) Party will damage any fire equipments or property or machinery in factory during execution of
work, total damage cost will be recovered from party RA bill and recovery Office note put up by
concern HOD.
(43) All the relevant labour and industrial laws shall also be followed compulsorily.
(44) After completion of work, cotton waste, grease, oil, unused material, welding rod pieces, scrap
etc. are to be removed by contractor and scrap shall be deposited to scrap yard of Main Store.
(45) For performance evaluation of contractor, safety factors 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.
(46) 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), The
Electricity Act-2003 & rules, BOCW Act/Rules shall be followed strictly. The contractor shall also
obey the rules / regulations / instructions of the local Competent Authority for safety & health
requirements.
(47) Contractor has to send his worker/staff when training arranged by GSECL. No reimbursement
paid for same.
(48) Contractor has to give PPE as per undertaking given by contractor and PPEs should be issued
before issuing gate pass.
(49) Contractor is responsible for any delay in issuing gate pass due to none complying of safety
rules.
(50) The above rules shall be scrupulously followed and where required, Contractor /contractor
workers may contact to the Dy.Safety Officer/Safety Officer/Electrical Safety Officer in case of
any ambiguity or needs further guidance in this regard.
(51) Scaffolding should be erected & inspected by competent person. Arrangement of competent
person is in the scope of contractor.
(52) Safety checklist to be followed during work execution as per attached list of safety check list.

Bidder’s signature with Chief Engineer (C&O)


Company seal & date. GSECL, WTPS
GUJARAT STATE ELECRICITY CORPORATION LIMITED
WANAKBORI TPS, TA: GALTESWAR, DI: KHEDA, PIN: 388 239

FORM 01
Name of Consultancy services for implementation of ISO/IEC 17025:2017
Work and achieve NABL accreditation for Chemical laboratory of
Wanakbori TPS.

Certificate - A
On Firm’s Letter Head

I/we
__________________________________________________________
authorized signatory of
M/s___________________________________________
hereby certify that
M/s_______________________________________________
is not related with other firms who have submitted tenders for the same
items under this inquiry/ Tender.

Seal of the firm Signature of the Tendered


Place: With Designation
Date:
GUJARAT STATE ELECRICITY CORPORATION LIMITED
WANAKBORI TPS, TA: GALTESWAR, DI: KHEDA, PIN: 388 239

FORM 02
Name of Consultancy services for implementation of ISO/IEC 17025:2017
Work and achieve NABL accreditation for Chemical laboratory of
Wanakbori TPS.

DEVIATION FROM BIDDER (IF ANY)

NOTE:-
1. GSECL does not bind to accept the deviation offered by bidder for evaluation of
tender.
2. If there is any deviation from bidder, it should be clearly mentioned on this page.
3. Deviation mentioned on other page should not be considered and order will be
placed according to the tender documents.
4. If there is no any deviation from bidder, than it must be clearly mentioned in this page
“NO DEVIATION OFFERRED”

Seal of the firm Signature of the Tendered


Place: With Designation
Date:
GUJARAT STATE ELECRICITY CORPORATION LIMITED
WANAKBORI TPS, TA: GALTESWAR, DI: KHEDA, PIN: 388 239

FORM 03
Name of Consultancy services for implementation of ISO/IEC 17025:2017
Work and achieve NABL accreditation for Chemical laboratory of
Wanakbori TPS.

ANNEXURE – ‘B’
REVISED
ANNEXURE - 14

(UNDERTAKING IN REGARD TO STOP DEAL / BLACK LIST


THEREOF)
All Bidders will have to furnish the following Undertaking duly filled in, signed and stamped
for each quoted item of the Tender along with the Technical Bid.

Sub:- Undertaking in regard to Stop Seal / Banned for Business Dealing / Black List
Thereof.

Ref:- Tender No:

I / We __________________________________________________________________
Authorized signatory of M/s. ___________________________________________
Hereby certify that
M/s._______________________________________________________
And their proprietor / any partner / any directors of the firm is not stop deal and/or banned
for business dealing and/or black listed by GUVNL and/or their any subsidiary company viz.
GSECL / GETCO / DGVCL / MGVCL / UGVCL / PGVCL”.

Seal of the firm Signature of the Tendered


Place: With Designation
Date:
GUJARAT STATE ELECRICITY CORPORATION LIMITED
WANAKBORI TPS, TA: GALTESWAR, DI: KHEDA, PIN: 388 239

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

Seal & signature Seal & signature


(GSECL’s Authorized Signatory) (Party’s Authorized Signatory)
Name Name
Designation Date
Date
GUJARAT STATE ELECTRICITY CORPORATION LIMITED
Wanakbori Thermal Power Station, Taluka:Galteshwar, Dist:Kheda– 388239. Ph. 91-2699-235522
Fax: 91-2699-235607,e-mail: wtps.ceg@gebmail.com;wtps.dgmgsecl@gebmail.com,Website: www.gsecl.in
AN ISO-9001:2008, ISO-14001:2004, OHSAS 18001:2007 Certified Power Plant
CIN: U40100GJ1993SGC019988

TENDER BOOKLET

PRICE BID

Tender Notice No.:- WTPS/W/WebT/03/2020 -3 for Work

CHEMICAL LABORATORY
RFQ No: 51304

Name of Work: - Consultancy services for implementation of ISO/IEC 17025:2017


and achieve NABL accreditation for Chemical laboratory of Wanakbori TPS.
GUJARAT STATE ELECTRICITY CORPORATION LIMITED
Wanakbori Thermal Power Station, Ta- Galteshvar, Dist. - Kheda 388239
SCHEDULE: B

Sub: - Consultancy services for implementation of ISO/IEC 17025:2017 and achieve NABL
accreditation for Chemical laboratory of Wanakbori TPS.
SR.
DESCRIPTION QTY UNIT RATE AMOUNT
NO
Awareness of ISO 17025:2017 diagnostic Study, gap
analysis and preparation of documentation as per
1 1 No. 90000 90000
requirement for NABL accreditation to laboratory
personnel
Assistance in system implementation as per
2 requirement for NABL accreditation to laboratory 1 No. 90000 90000
personnel

Assistance in submission of application and answering


3 1 No. 22500 22500
of queries to NABL

Assistance in closing of non-conformities observed


4 during initial assessment and final accreditation 1 No. 22500 22500
assessment

Total Value in Rs 225000


(In words Two Lacs Twenty Five Thousand Rupees only)
Note.
1. The rates are exclusive of GST. The same shall be paid extra in accordance with applicable GST norms. However,
amount of GST and applicable cess will be kept under retention till submission of documentary proof of payment of
GST or till reflection of payment of GST pertain to respective bill amount in GST return after due verification.
2. No claim shall be entertained on account of non-operation/part operation of the above items.
3. TDS under GST regulation is applicable.
4. In case of any dispute the decision of the undersigned will be final and binding to the contractor.
5. GSECL GST No.: 24AAACG6864F1ZO
GSECL PAN No.: AAACG6864F
Contractor’s valid GST No.:______________
Contractor’s PAN No.:______________
6. Provision related to TDS on GST @ 2% shall be made applicable, if contract value exceeds threshold limit. (i.e. at
present threshold limit Rs. 2,50,000)
7. GST applicable towards forfeiting of EMD, SD and PBG and charging of penalty including liquidated damage in
accordance with T&C of the contract shall be in scope of contractor / supplier.
8. The travel charges are inclusive in above fees.
9. Lodging, boarding and local transportation shall be provided free of cost by GSECL.

Chief Engineer (C&O)


GSECL, WTPS.
My /our offer is ________% age higher (In figure) than estimate amount,
______________________% age higher (In Words) than estimate amount.
OR
My/our offer is ________% age lower (In figure) than estimate amount,
_______________________% age lower (In Words) than estimate amount.

Thus, my/our net offer is Rs. _____________________ (In figure),


Rupees______________________________________________________________ (In words).

Bidder’s signature with


Company seal & date.

You might also like