technical bid m-640 - guvnl office/kutch lignite power... · c.f.no: 8355 [imd] tender booklet...

21
e-TENDER : KLTPS –12/2012-13 M – 640 C.F.No: 8355 [IMD] TENDER BOOKLET TECHNICAL BID Name of: Supply, Installation, commissioning, and calibration of microprocessor based belt weighers along with all required accessories for conveyor no. 3 & 4 and conveyor no. 5 & 6 at GSECL-KLTPS. Opened on: 01.08.2012

Upload: dinhdat

Post on 10-May-2019

220 views

Category:

Documents


0 download

TRANSCRIPT

e-TENDER : KLTPS –12/2012-13

M – 640

C.F.No: 8355 [IMD]

TENDER BOOKLET

TECHNICAL BID Name of: Supply, Installation, commissioning, and calibration of

microprocessor based belt weighers along with all required accessories for conveyor no. 3 & 4 and conveyor no. 5 & 6 at

GSECL-KLTPS. Opened on: 01.08.2012

GUJARAT STATE ELECTRICITY CORPORATION LTD. KUTCH LIGNITE THERMAL POWER STATION

Panandhro , Tal. : Lakhpat , Dist. : Kutch , S.K.V.Ngar - 370 601 Tender for the: Supply, Installation, commissioning, and calibration of

microprocessor based belt weighers along with all required

accessories for conveyor no. 3 & 4 and conveyor no. 5 & 6 at GSECL-KLTPS.

Tender copy comprising of following documents. Technical Bid Price Bid Tender notice cover letter Special instruction to bidder Schedule B with terms & condition For terms and conditions Schedule – 1 Form – A Schedule – 2 Form – A Terms and condition for supply Arbitration clause for supply & work Tenders / orders D.D. No. Date Amount Rs. Tender fee E.M.D.

ISO 14001:2004

ISO 9001:2008

Reg. No.RI91/5580

OHSAS

18001:2007

Reg. No.

IRQS/1040472

KUTCH LIGNITE THERMAL POWER STATIONKUTCH LIGNITE THERMAL POWER STATIONKUTCH LIGNITE THERMAL POWER STATIONKUTCH LIGNITE THERMAL POWER STATION

PO: S.K. VermanagarPO: S.K. VermanagarPO: S.K. VermanagarPO: S.K. Vermanagar

Taluka: Lakhpat, District: Kutch, Gujarat-370 601, India

Phone: (+91) 2839-262452 (Office) / 264423 (Power Plant)

Fax: (+91) 2839-262431 (Office) / 264434 (Power Plant)

Email: [email protected]. Website: www.gseb.com

SAVE ENERGY FOR THE BENEFIT OF SELF AND THE NATION

GUJARAT STATE ELECTRICITYGUJARAT STATE ELECTRICITYGUJARAT STATE ELECTRICITYGUJARAT STATE ELECTRICITY

CORPORATION LIMITEDCORPORATION LIMITEDCORPORATION LIMITEDCORPORATION LIMITED

Installed

Sub.: Tender Invited for Supply, Installation, commissioning, and

calibration of microprocessor based belt weighers along with all

required accessories for conveyor no. 3 & 4 and conveyor no. 5 & 6 at GSECL-KLTPS.

CE [Generation] invites “On line Tenders” (e-tendering) for the supply of above subject item. Tender papers & Specifications may be down loaded from Web site http://gsecl.nprocure.com (For view, down load and on line submission) and GUVNL / GSECL web sites www.guvnl.com/www.gseb.com & www.gsecl.in (For view & down load only.) Tender fee may be paid along with submission of tender in EMD cover, for respective tender. “All the relevant documents of tenders to be submitted by physically will be received only by Registered Post A.D. or Speed Post addressed to CHIEF ENGINEER, GSECL, KLTPS. Super scribing the envelope with Tender No. and Description. “NO COURIER SERVICE OR HAND DELIVERY” will be accepted. Tender No. M-640 Tender Fees Amount (Non-Refundable) Rs.1000.00 Estimated cost of the tender items. Rs.13,77,184.00 Earnest Money Deposit Amount Rs.13,772.00 Physical receipt of all the relevant documents last date up to 14:30 hrs By RPAD or speed post only.

01/08/2012

On line [e-Tendering] tender/offer submission last date up to 16:25 hrs only [this is mandatory]

01/08/2012

Date of opening of tender fee, EMD cover and technical bid physical as well as on line opening at 16:30 Hrs. (If possible)

01/08/2012

IMPORTANT: (1) All the relevant documents as per requirement of the Tender must also be

submitted physically along with the Tender Fee & EMD in sealed cover so that the same is received in this office on OR before the due date and time. All such documents should be strictly submitted by RPAD / speed post only. Otherwise the offer will not be considered and no any further communication in the matter will be entertained.

Signature of Tenderer Company’s Round Seal Date: Place:

(2) Any deviation found in Data / Details / Documents between on line offer (e-tendering) and physically submitted documents (Tender document fee, bidder, offer of the same bidder) will not be considered and no any further communication in the matter will be entertained.

Further bidders are requested to submit price-bid (Schedule-B) on-line only and not to submit the price bid in physical form. This is mandatory. If price bid is submitted in physical form, same will not be opened and only on-line submitted price bid will be considered for evaluation. Further if the quantity quoted differs in the any of the technical bid forms and in price bid forms, it is at the discretion of CE Committee/ED Committee – GSECL to consider the quoted quantity.

(3) It is mandatory for all the bidders to submit their tender documents by

both forms viz. on – line (e-tendering) and physically in schedule time. Tender documents submitted in only any one form, say either by on line or physically, in that case the tender will not be considered.

(4) Any technical questions, information and clarifications that may be required

pertaining to this enquiry should be referred to the CHIEF ENGINEER, GSECL, KLTPS reserve the rights to accept/reject any or all tenders without assigning any reasons thereof.

Yours faithfully I/c Chief Engineer Signature of Tenderer Company’s Round Seal Date: Place:

Download Tender Documents in (PDF Format) which consists of: Part I Commercial Terms & Conditions_GSECL Part II Schedule “A” indicating the item, quantity & showing technical specifications of

tender items. To view the PDF file please use “Acrobat Reader” soft ware which can be downloaded from “Adobe” website

Part – I Commercial Terms & Conditions Part - II Schedule - A

Signature of Tenderer Company’s Round Seal Date: Place:

IMPORTANT POINTS C.F. 8355 1. Demand draft for EMD is to be enclosed with Technical bid qualifying

documents only otherwise tender will be out rightly rejected.

2. GSECL standard payment terms which is 80 % plus 100% taxes against the TRC within 30 days & balance 20% against S.R. note within 45 days from the date of receipt of material. 3. Bidder have to indicate the applicable rate and amount of excise duty & sale tax

in their bid, failing which their bid will be rejected. 4. Advance stamps receipts for EMD should be submitted along with Tech bid,

qualifying documents so that party who will not going to get the order whose EMD payment can be released at same time.

5. Delivery period: Within 03 Months. 6. F.O.R MODE OF DISPATCH:

You may book the consignment on FOR KLTPS in the name of Executive Engineer

(Stores), C/O, Chief Engineer (Generation) - GSECL, Kutch Lignite Thermal Power Station,

Panandhro-370601 with the following transporters having this facility. (1) TRANSPORT CORPORATION OF INDIA – TCI Freight (1) 02832 – 223239 (2) Mob. No.9979908327, 9327668912

E-mail [email protected] (2) ASSOCIATED ROAD CARRIERS - ARC (1) 02832 – 325967 (2) Mob. No.9426949185, 9328492543

E-mail [email protected]

(3) LALJI MULJI TRANSPORT (1) 02832-325637 (2) Mob. No.9898500424 E-mail [email protected] (4) V-Trans (1) 02832-220224 (2) Mob. No.9376643740 E-mail [email protected] (6) Harish Transport (1) 02832-226903 (2) 02832-245167 (3) Mob. No.9879545167 If the above mentioned transporter’s branch offices show reluctance at the time of

booking of the consignment on FOR KLTPS, then their branches at Bhuj may be contacted at above Telephone/Mobile No. and e-mail. If the consignment is very small, you may dispatch the materials by Regd. Post

Parcel/Courier-Shri Maruti, DTDC, and TIRUPATI. Also, please note that the timings for accepting the delivery of material at our Main

Store-KLTPS is - 08.00 to12.00 and 14.00 to 17.00 during working days (Non working

days are Public Holydays, 2nd/4th Saturday and Sunday).

Seal of Company I/c Chief Engineer (G) GSECL, KLTPS

MANDATORY TO FILL

Tender Notice No. & Tender No.

Form – ‘A’

Please submit this form dully filled in and signed by you along with your offer, otherwise it will be presumed that you have accepted GSECL’s standard terms & conditions for supply.

Note :- If nothing is mentioned on any below said items, then it will be considered

“Inclusive” and ‘Yes’ and it will be bond to party / supplier. Put your details / particular remark in side blank column.

Sr. No.

Please mention clearly Inclusive / Exclusive / Not applicable

Remark

01 Taxes / Duties a) CST b) VAT

c) Excise Duty

Inclusive Inclusive

Inclusive

Exclusive Exclusive

Exclusive

Not applicable

02 Freight Charges Inclusive Exclusive

03 F.O.R. Destination: Ex works :

04 Packing & Forwarding Charges Inclusive Exclusive

05 Insurance Charges Inclusive Exclusive

06 Delivery period GSECL, KLTPS

standard terms

Other (Pl.

mentioned)

07 Price Firm - till

execution of supply

08 Payment terms GSECL, KLTPS standard terms

09 Validity period of offer GSECL

standard terms i.e. 120 days

10 Details of a) EMD DD No.

DD Date Amount Bank Name

Branch name (Payable to)

In favour of

b) Tender fee DD No. DD Date Amount

Bank Name Branch Name

(Payable to) In favour of

Dena Bank

Panandhro GSECL, KTLPS

Dena Bank Panandhro

GSECL, KLTPS

11 Agreed to pay security deposite (equivalent to 10% of the order value)

* Through DD No. & Date * Through

Bank

guarantee

12 Whether agreed to accept part order

Yes No

Date:_______ Signature :

Name of Person (Seal of company) (Compulsory to fill up by bidder with signature alongwith seal / stamp of firm.)

SCHEDULE - 1

DEVIATION FROM SPECIFICATION

All deviations from the specification shall be set out by the bidder , clause by clause , in this schedule.

Unless specifically mentioned in this schedule , the bid shall be deemed to confirm to the purchaser’s

specifications.

Sr. No. Clause No. Deviations Justifications

1 2 3 4

Name of Firm :

Signature of Bidder :

Name of Bidder :

Designation :

Date :

Seal of Company

SCHEDULE - 2

LIST OF DOCUMENTS ENCLOSED WITH THE BID

Sr. No. Title

Name of Firm :

Signature of Bidder :

Name of Bidder :

Desigantion :

Date :

Seal of Company

SPECIAL INSTRUCTION TO TENDERER FOR TERMS & CONDITION

1. Prices: Prices quoted should be firm.

2. Delivery: Price quoted should be FOR, delivery of equipment / material at

Panandhro , KLTPS , Store. Price quoted should be inclusive of Packing,

Forwarding, Freight and insurance charges separately.

3. Excise Duty: Price quoted should be exclusive of Excise Duty and rate of E.D.

presently applicable should be clearly indicated. For Excise duty you will have to

submit gate pass of Excise duty paid by you. If prices quoted are inclusive of Excise

duty, in that case also at what rate Excise duty is included should be mentioned.

If Excise duty is not applicable be clearly mentioned.

4. Sales tax: Price quoted should be exclusive of Sales Tax and rate of Sales tax

should be indicted. If prices are inclusive of sales tax, in that case also indicate at

what rate Sales tax is included. In both the cases clearly indicate sales tax charged is

CST or VAT.

Statutory variation on excise duty and sales tax will be paid extra if there is any

change in levy on account of Government rules with in contractual / accepted

delivery period.

5. Payment: GSECL standard payment terms which is 80 % plus 100% taxes

against the TRC within 30 days & balance 20% against S.R. note within 45

days from the date of receipt of material.

6. Tender Fee: Offers received without Tender Fee are liable for rejection.

7. E.M.D.: Offers received without accompanied with EMD/SSI/NSIC certificate

are liable for rejection.

Offers should be submitted duly types (In duplicate) in schedule-“B” and Form-“A”

prices should be quoted in figures as well as in words.

GUJARAT STATE ELECTRICITY CORPORATION LIMITED

KACHCHH LIGNITE THERMAL POWER STATION PO : SKV NAGAR : 370 601, Dist. : Kachchh.

M – 640

Technical Bid

\\Schedule-B//

C.F. No.8355 (IMD) SUB: - Supply, Installation, commissioning, and calibration of microprocessor based

belt weighers along with all required accessories for conveyor no. 3 & 4 and conveyor no. 5 & 6 at GSECL-KLTPS.

Sr. No.

Description Qty. Unit Rate (Rs.)

Total Amount (Rs.)

[A] SUPPLY PART Generalized system requirements : - Weighbridge (latest generation of Electronic Belt Weigher) consisting of: Steel box beam weigh carriage ==> Strainguage environmentally protected load cell (Please refer data sheet on load cell enclosed) ==> Junction box conforming to IP-65Extremely sturdy design having no moving parts, less than 0.025mm deflection ==> Suitable for SINGLE/ DUAL IDLER WEIGHING for high precision WEIGHBRIDGE DESIGN: ==> Simple, rugged, unitized (one piece) and reliable construction. ==> The unit should fully assembled and tested before delivery and enables easy one-piece installation. ==> Super precision stainless steel hermetically sealed strainguage, specially temperature compensated load cell. Should be provided with dual idler version which employs two separate but fully-integrated carriage frames with a single load cell to provide a longer constant weight profile or response for varying load conditions and high speed conveyors. ==> Any product built up on weighbridge should be cancelled by auto zero tracking facility and large mechanical clearances are retained to prevent jamming in case of lumpy products. ==> Should have Rubber TRUNIONS to avoid problems associated with bearings, knife edges, check links, plate flexures or reverse acting torque tubes. ==> Should have raised trunion supports place the carriage pivoting level in line with weigh idler contact point to ensure that horizontal forces at the weigh idler do not affect accuracy. ==> Weighbridge should have mechanical overload protection to prevent damage to load cell due to mechanical overload. ==> Whole system should be covered with anti

corrosive paint to extract maximum life and all screwed and nut bolt used for system should be anodized for maximum corrosion resistance or better. ACCURACY: - The belt weigher should weigh and totalise weight with an error not exceeding +/-0.5% of test load at flow rates between 20% and 110%. It should accommodate a 50% overload without degradation of performance. Test duration should be defined as at least three complete revolutions of the conveyor/ at least 500 counts on master totalizer / at least six minutes of running time, whichever takes more time. TECHNICAL SPECIFICATIONS FOR CONVEYOR BELT FOR RESPECTIVE BELT WEIGHER * Conveyor No. : Conv. 3 & 4 | Conv. 5 & 6 * Material to be handled : Lignite | Lignite * Bulk Density : 0.66 T/ Cu.M | 0.66 T/ Cu.M * Belt Width : 1400 mm | 800 mm * Capacity : 350 TPH | 350 TPH * Belt Speed : 0.9 M/sec. | 2.45 M/sec. * Lump size max. : 0 - 300 mm | 50 - 60 mm * Temperature : 44. 0 C | 44. 0 C * Troughing angle : 300 | 300 * Conv. Inclination : 9.497 Degree |14.99 Degree * Accuracy : +/- 0.5 % (Fixed Inclination of Conveyors) * Belt Weigher Qty. : 2 No. | 2 No. Detailed Technical Specification of Belt Weigher System : APPROVED SYSTEM INTIGRETOR FOR BELT WEIGHER SYSTEM : 1) Prayas Engineering Limited (Previously : PBL / ELECON) 2) Avey India Limited 3) EMITICI

01

Store Code: 1413500349 MICROPROCESSOR BASED ELECTRONIC BELT WEIGHER CONSISTING OF WEIGH BRIDGE, LOAD CELL, ELECTRONIC MICROPROCESSOR PANEL, TECHOGENERATOR, JUNCTION BOX AND ALL REQUIRED ACCESSORIES Specifications : - MICROPROCESSOR BASED ELECTRONIC BELT WEIGHER CONSISTING OF WEIGH BRIDGE, LOAD CELL,ELECTRONIC MICROPROCESSOR PANEL, TECHOGENERATOR, JUNCTION BOX AND ALL REQUIRED ACCESSORIES ==>It should be compatible with your system

04 Nos.

and supply with all necessary accessories (e.g. power supply, mounting bracket, keyboard, housing, JB etc.) I. DETAILED SPECIFICATIONS FOR STRAIN GAUGE LOAD CELL FEATURES: - Environmentally protected IP-65 - Integral housing and load sensing element - Ultimate over load rating: 300% of rated capacity - Reliability - Durability - Extreme precision PERFORMANCE SPECIFICATIONS: 1. Zero balance : + 1% Full scale 2. Non linearity : + 0.03% Full scale 3. Hysteresis : + 0.02% Full scale 4. Non-Repeatibility : + 0.01% Full scale 5. Creep (Maximum) :+ 0.03% Full scale output in 20 min. 6. Error, combined : + 0.03% Full scale 7. Maximum load safe : 150% of Full scale 8. Maximum load ultimate : 300% of Full scale II. DETAILED SPECIFICATIONS FOR ELECTRONIC MICROPROCESSOR PANEL It should have following features - Flowrate measurement for belt weighers - Fully Automatic Belt Zeroing - Programmable Limit Outputs - Flowrate Output AO2 - Material Totaliser - Modbus communications (independent RS232 and RS485 ports) - Removable F-Chip memory to hold calibration settings - Field software upgrades - Field mounting (IP65) - Loadcell fault detection - Digital corner adjustment Analog Output AO1 - ANALOG OUTPUT 0 to 20mA/5V maximum range (max. load 250? for 4-20mA). User calibrated within these limits. An external resistor is used to convert mA to volts. For example 250? Gives 5V at 20mA. Resolution better than 1 in 10000. Non-linearity <0.01%. Drift <1?A/?C. Response time = response time setting + 20ms Digital I/O - IN1..IN8 12-24Vdc inputs, (Includes one pulse input for speed tacho), OUT1..OUT8 12-24V solid state output, 0.25A max. (Includes one pulse output for external totaliser) General - HOUSING IP-65 Polycarbonate UV resistant.

- ENVIRONMENT Ambient temperature range -10 to 45?C. III. DETAILED SPECIFICATIONS DIGITAL SPEED SENSOR - Type : Digital, brushless, OPTICAL - Mounting : Preferably direct to snub shaft on tail pulley or to snub roller or with a pickup wheel resting on the return side of the belt. - Housing : Conforming to IP-65 or better

02

Store Code: 1413500327 RATE OF FLOW METER 4 DIGIT FOR BELT WEIGHER (FOR REMOTE OPERATION) Specifications : - RATE OF FLOW METER 4 DIGIT FOR BELT WEIGHER (FOR REMOTE OPERATION) - It should be compatible with your system and supply with all necessary accessories (e.g. power supply, mounting bracket, keyboard etc.)

04 Nos.

03

Store Code: 1413500328 TOTALISING COUNTER 8 DIGIT (FOR REMOTE OPERATION) Specifications : - TOTALISING COUNTER 8 DIGIT (FOR REMOTE OPERATION) - It should be compatible with your system and supply with all necessary accessories (e.g. power supply, mounting bracket, keyboard, housing, JB etc)

04 Nos.

04

Store Code: 1413500329 CALIBRATING WEIGHT SET FOR CONVEYOR NO. 3 & 4 BELT WEIGHER Specifications : - CALIBRATING WEIGHT SET FOR CONVEYOR NO. 3 & 4 BELT WEIGHER - It should be supplied as per the requirement of supplied belt weigher for conveyor no. 3 & 4 for calibration purpose.

01 Set

05

Store Code: 1413500330 CALIBRATING WEIGHT SET FOR CONVEYOR NO. 5 & 6 BELT WEIGHER Specifications : CALIBRATING WEIGHT SET FOR CONVEYOR NO. 5 & 6 BELT WEIGHER - It should be supplied as per the requirement of supplied belt weigher for conveyor no. 5 & 6 for calibration purpose.

01 Set

06

Store Code: 1413500325 MACHINED WEIGHING/CARRYING IDLER 152.40 MM DIAMETER,BELT WIDTH 1400

08 Nos.

MM,TROUGHING ANGLE 30 DEGREE SET(3 ROLLERS+1 FRAME) Specifications : - MACHINED WEIGHING/CARRYING IDLER 152.40 MM DIAMETER,BELT WIDTH 1400 MM,TROUGHING ANGLE 30 DEGREE SET(3 ROLLERS+1 FRAME) - It should be supplied in line with requirement of supplied belt weigher for conveyor no. 3 & 4. - Whole structure should be painted with anti corrosive paint. - It should have triple sealed roller bearing.

07

Store Code: 1413500326 MACHINED WEIGHING/CARRYING IDLER 139.70 MM DIAMETER,BELT WIDTH 800 MM,TROUGHING ANGLE 30 DEGREE SET(3 ROLLERS+1 FRAME) Specifications : - MACHINED WEIGHING/CARRYING IDLER 139.70 MM DIAMETER,BELT WIDTH 800 MM,TROUGHING ANGLE 30 DEGREE SET(3 ROLLERS+1 FRAME) - It should be supplied in line with requirement of supplied belt weigher for conveyor no. 5 & 6. - Whole structure should be painted with anti corrosive paint. - It should have triple sealed roller bearing.

08 Nos.

08

Store Code: 1401010447 LOAD CELL CABLE TIMED COPPER WIRE ROPE HAVING STANDS EACH WITH 0.2 MM O.D, NO OF CORES: 6,RESISTANCE:35.3 OHMS/KM (EACH CORE), INSULATION PVC V-75,0.3 MM THICK, SHEATH VOLTAGE: 400V RMS Specifications : - LOAD CELL CABLE TIMED COPPER WIRE ROPE HAVING STANDS EACH WITH 0.2 MM O.D, NO OF CORES: 6,RESISTANCE:35.3 OHMS/KM (EACH CORE), INSULATION PVC V-75,0.3 MM THICK, SHEATH VOLTAGE: 400V RMS - It should be supplied in line with requirement of supplied belt weigher system load cell. - And as per below given detailed specification or better specification as per your system requirement. .( Should be ISI marked ) * Conductor : Tinned copper wire rope having strands each with 0.2 mm OD * No. of cores : 6 * Colour code : Green, Black, Red, White * Resistance : 35.3 Ohms/KM (each core) * Insulation : PVC V-75,0.3mm thick or primary TEFLON 100,0-25mm thick jacket, Nylon 0.1mm thick insulation. Resistance :Greater than 15000

1000 Meter

Mega ohms/km * Screen : Tinned copper wire: 90% coverage * Sheath voltage : Black PVC 4V-75 or Polyurethane , 1.5 mm thick, 400V RMS

09

Store Code: 6903030026 COPPER CONDUCTOR CABLE 650V/1100V GRADE ARMOURED 3 CORE X 1.5 MM2 Specifications : COPPER CONDUCTOR CABLE 650V/1100V GRADE ARMOURED 3 CORE X 1.5 MM2, 3 Core 1.50 Sq. mm copper cable - It should be supplied in line with requirement of supplied belt weigher system Techogenerator. - And as per below given detailed specification or better specification as per your system requirement.( Should be ISI marked) * Conductor :Tinned copper wire rope having multiple strands and cross section of 1.5 m2 * No. of cores :3 * Resistance :Less than13.0 Ohms/KM (each core) * Insulation :Normal PVC Insulation resistance: Greater than 10 Mega Ohms/Km * Screen :Tinned copper braid 80% coverage * Sheath :PVC * Voltage :440V RMS

0.3 Kilo Meter

10

Store Code: 6905520103 3CORE X 2.5MM CONTROL COPPER CABLE Specifications : - 3CORE X 2.5MM CONTROL COPPER CABLE - And as per below given detailed specification or better specification as per your system requirement.( Should be ISI marked ) and for power supply. - 3 core 2.5 mm2 ordinary PVC insulated cable rated for 600V RMS

0.5 Kilo Meter

11

Store Code: 8801010107 LUMP SUM SUPERVISORY CHARGES FOR ERECTION, COMMISSIONING FOR A PERIOD OF 8 DYAS IN TOW VISIT FOR FOUR BELT SCALES INCLUSIVE OF TO & FRO CHARGES. WORK PART - LUMP SUM SUPERVISORY CHARGES FOR ERECTION, COMMISSIONING FOR A PERIOD OF 8 DYAS IN TOW VISIT FOR FOUR BELT SCALES INCLUSIVE OF TO & FRO CHARGES.

01 Lumpsum

Total amount Rs.

(In words Rs.

Scope of work: 1) Bidder should install, commission and supervise and test the above belt weigher system as per

instruction of the engineer in-charge. 2) The time limit for the above said work part will be 11 months from the issue of commencement order.

Note:- 1. Delivery period: Within 03 Months. 2. Please accept GSECL standard payment terms, i.e. 80% plus 100% taxes against the TRC within 30

days & balance 20% against S.R. note within 45 days from the date of receipt of material. 3. Please quote your rates, terms & condition in our prescribed forms only. 4. Validity of offer will be considered as 120 days from the date of opening of Tech. Bid. 5. Bidder has to give 12 months Warranty/Guarantee from date of supply or 18 months from the date of

commissioning which ever is earlier. 6. All required Junction Boxes and other equipment supplied with system should confirms to minimum IP-65

environmental protection and painted with anti corrosive paint. (01 nos. for load cell termination, 01 nos. for microprocessor based controller, and 01 for remote flow meter and totaliser, total 03 Nos. per belt weigher system), and supplied by party only, and its dimension should be in line with the supplied belt weigher system.

7. Bidder have to visit the site before supplying the system for detailed technical study and design purpose if required before technical bid.

8. Bidder has to furnish recent PO copies along with price for above subject supply to the other TPS/SEB/Govt. organization, so as to ascertain reasonability of quoted prices.

9. Bidder has to submit all necessary calibration and test certificate for supplied items. 10. Bidder has to submit and approve a complete system wiring diagram, operation and maintenance

manual, trouble shooting manual. 11. Bidder has to give offer for above specific make only. 12. Bidder has to specify make and model no. along with detailed technical specification, catalog and

supported literature along with technical bid. 13. Bidder shall have to give performance bank guarantee for your product valid until 18 months from the

date of commissioning whichever is earlier and bank guarantee (B.G.) of 10 % of the order value against standard performance guarantee shall be furnished as per enclosed prescribed format on non judicial stamp paper value rs 100/-. The supplier should undertake to renew the B.G. at least 1 month before the expiry of the validity of B.G. falling which GSECL shall be at liberty to encash the B.G.

14. Delivery period should be 3 months for the supply items from the date of order. 15. Accommodation will be provided by GSECL as per availability. 16. If the supplied items are found defective during guarantee / warranty the same should be replaced by you

free of charge. For & Behalf of GSECL

I/c Chief Engineer (G), Dated Seal & Signature of Bidders GSECL, KLTPS.

GUJARAT STATE ELECTRICITY CORPORATION LTD. KUTCH LIGNITE THERMAL POWER STATION

Panandhro , Tal. : Lakhpat , Dist. : Kutch , S.K.V.Nagar - 370 601

ARBITRATION CLAUSE FOR SUPPLY & WORK TENDERS/ ORDERS

1. Arbitration clause for supply orders/tenders –

All question, disputes or differences whatsoever which may at any time arise

between the parties to this agreement touching the agreement or subject matter

thereof, arising out or in relation there to and whether as to construction or otherwise

shall be referred to the decision of the sole Arbitrator, appointed by the Chairman &

MD, GSECL for that purpose, who shall be retired High Court Judge or a retired

District and Sessions Judge, and the decision of the said Arbitrator shall be final and

binding upon the parties. Reference to the Arbitrator shall be governed by the

provisions of the Arbitration and Conciliation Act, 1996 as amended from time and

rules made there under

The Arbitration proceedings shall be conducted at HO GSECL, Vadodara of at such

places as the Sole Arbitrator may be determined. The award of Sole Arbitrator shall

be final and binding upon the parties”

2. Arbitration clause for indivisible (i.e. combined supply and works

order/tenders) –

“All question, disputes or difference, whatsoever, which may 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

Disputes Arbitration Tribunal as per the provisions of the Gujarat Public Works

Contracts Disputes Arbitration Tribunal Act, 1992”

Dated Seal and signature CHIEF ENGINEER (GEN)

Of Bidder GSECL, KLTPS

(To be obtained on the letter head of the Supplier / contractor) Date: To, The Chief Engineer, (Generation) _______Thermal Power Station, _______________. Dear Sir, Sub.: Registration under Micro, Small and Medium Enterprises Development Act, 2006. We (Name of the Supplier/contractor) of_____________(address) herby confirm that: 1) We have not filed memorandum under the provisions of Micro, Small and Medium Enterprises

Development Act, 2006. Please Tick OR 2) We have filed memorandum under the provisions of Micro, Small And Medium Enterprises

Development Act, 2006. Please Tick In case of filing of memorandum, Please state that, a) We have filed memorandum with the notified Government Authority on (DD/MM/YY) (Please attach the acknowledgment of the Authority For receipt of the Memorandum / Certificate issued by the authority)

b) As per the provisions of Micro, Small and Medium Enterprises Development Act, 2006 we are classified as:

I Micro II Small III Medium

For and behalf of the Enterprise (Name of the Enterprise) (Authority Signatory) Note: Kindly keep Gujarat State Electricity Corporation Limited/ -- TPS informed about your contract under the Micro Small And Medium Enterprise Act 2006 as and when you file the memorandum under the Act so that we can update our records accordingly.

ANNEXURE

Tender for the : Supply, , Installation, commissioning, and calibration of

microprocessor based belt weighers along with all required

accessories for conveyor no. 3 & 4 and conveyor no. 5 & 6 at GSECL-KLTPS.

On firm’s letter Head

CERTIFICATE- “A’

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 vendor

Place: with Designation Date:

GUJARAT STATE ELECTRICITY CORPORATION LIMITED

INTEGRITY PACT

OUR ENDEAVAOUR

To create an environment where Business Confidence is built through Best Business Practices and is fostered in an atmosphere of trust and respect between providers of goods and services and their users for the ultimate benefit of society and the nation.

GSECL’S COMMITMENT

PARTY’S COMMITMENT

1 To maintain the highest ethical standards in business and professions.

1 Not to bring pressure recommendations from outside GSECL to influence its decision.

2 Ensure maximum transparency to the satisfaction of stakeholders.

2 Not to use intimidation, threat, inducement or pressure of any kind on GSECL or any of it’s employees under any circumstances.

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

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

4 To ensure regular and timely release of payments on due dates for work done.

4 To provide goods and/or services timely as per agreed quality and specifications at minimum cost to GSECL.

5 To ensure that no improper demand is made by employees or by any one on our behalf.

5 To abide by the general discipline to be maintained in our dealing.

6 To give maximum possible assistance to all the venders/ suppliers/service provider and other to enable them to complete the contract in time.

6 To be true and honest in furnishing information.

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

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

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

8 Not to enter in to carter/syndicate /understanding whether formal /non formal so as to influence the price.

Seal & signature (GSECL’s Authorized Signatory) Name Designation Date

Seal & signature (Party’s Authorized Signatory) Name Date