: To be filled by the tenderer :

Similar documents
DIVISION OFFICE, GANDHINAGAR. TENDER NOTICE NO : SR NO :- 1 P R No: RFQ No:

E-Tender for Labor work for laying of LT AB Cable and replacement of service at various Sub Division under Bopal Division in IPDS Scheme.

6 Date & Time Of Opening Of Tender Dt At Pm (If Possible) 7 Tender Fee (Non Refundable) Rs 1000/- 8 Time Limit One Year

Tender notice no.28 item-1,

CIN-U40102GJ2003SGC PR NO RFQ NO 47678

Save Energy for Benefit of Self and Nation PR NO RFQ NO 48087

ADVERTISED TENDER NOTICE NO.: PLN-CO-36 /

PR NO RFQ NO 41580

Save Energy for Benefit of Self and Nation CIN U40102GJ2003SGC042906

Annual Contract for Garden Maintenance at office campus UGVCL Mehsana.

Tender for Supply of ISI Make Black Cotton / Friction Insulation Tape Roll and Brown Tape Roll for City Division office-1, Rajkot.

E-Tender for Providing & labour charge for underground work by laying 11 KV XLPE cable of approved work under Mehsana Division

ADVERTISED TENDER NOTICE NO.: PLN-CO-32 /

Tender For. Supply, Installation & commissioning APC/HITACHI MAKE UPS. SLDC-Vadodara

PR NO : RFQ No: E-Tender Notice No GNR-DO

TENDER FOR PROVIDING 5 NOS LABOUR FOR LOADING & UNLOADING OF PSC POLE & 1 NOS LABOURS AS CLEANER FOR TRUCK IDAR DIVISION STORE UNDER IDAR DIVISION

E-Tender for Annual work order for underground 11 KV 185 mm2 XLPE cable fault detection for Shela & Sanand-1 S Dn

PR No: RFQ No: 49403

TECH / 120 Days from the date of opening of the enquiry Contract Period

Tender Notice Ref. No. NITJ/Store/133/15 Tender no. 01/2018

(F.No. IG/RC-CHN/F&A/Security/1.25/16)

PR No: RFQ No: CIN : U40102GJ2003SGC Estimate cost. Rs Rs in form of cash/ Demand Draft of nationalized bank

GUJARAT ENERGY TRANSMISSION CORPORATION LIMITED

TENDER FOR HIRING OF VEHICLE FOR VADALI SDN UNDER IDAR DIVISION. (For 24 Hours)

Last date of receipt of tender at Date : On Hrs Date of opening the tender at Date : On Hrs.

Estt- 79 / 2018 BASIS. Firms for. Registration. produced. Return.

NOTICE INVITING TENDERS

NSIC ISO 9001:2008 The National Small Industries Corporation Ltd. III-B/118, Sector-18, Shopping Complex Noida

at 13:30 hrs

PO NO RFQ 39846

PR.NO : / RFQ.NO: Tender Notice No MSN CO : 123/2017

GUJARAT STATE ELECTRICITY CORPORATION LIMITED

Tender for Hiring of Closed body jeep for EE (Testing), Circle Office, Jamnagar.

TENDER BOOKLET TECHNICAL BID. Tender KLTPS-56 / W-565 RFQ-29818

TENDER FOR MANPOWER REQUIREMENT FOR ALLIED SERVICES

TECHNICAL BID T 3469

TENDER. Tender Notice No. MRC - 13 ( )

(CIN) : U40100GJ1999SGC STATE LOAD DESPATCH CENTRE

GUJARAT STATE ELECTRICITY CORPORATION LIMITED

1. Name of the Firm/Dealer/Vendor: Address with telephone No. :.

TENDER DOCUMENT TENDER FOR SUPPLY & INSTALLATION OF WATER COOLERS AT OFFICES UNDER LIC DO, MEERUT

Page 1 of 15 TENDER BOOKLET TECHNICAL BID. Tender No: 14 / 15 / 2014 (TMD / 28647) TMD RFQ-28647

ISLAMIC UNIVERSITY OF SCIENCE & TECHNOLOGY AWANTIPORA, KASHMIR

ISO 9001:2008 Certified WEB TENDER NOTICE NO: DGVCL/Civil/2015/Steel Cupboards/41. Website:

SUPPLY & INSTALLATION OF COMPUTER SYSTEMS, UPS & PRINTER

Maharashtra State Pharmacy Council E.S.I.S Hospital Compound, LBS Road, Mulund, Mumbai -

Administration of Dadra and Nagar Haveli, Dr. B. B. A. Government Polytechnic, Karad D.P Tender Notice

GUJARAT STATE ELECTRICITY CORPORATION LIMITED

Procurement of Licences of Business Objects BI Platform

Sub: Notice inviting open tender for sale of Blooms 150x150mm, Blooms 200x200 mm - reg

EMPLOYEES STATE INSURANCECORPORATION SUPER SPECIALITY HOSPITAL SANATHNAGAR, HYDERABAD

LIMITED TENDER ENQUIRY TENDER DOCUMENT (Includes both Technical & Financial bid documents)

GUJARAT ENERGY TRANSMISSION CORPORATION LTD. TRANSMISSION CIRCLE, BHARUCH.

BID FOR HIRING OF AGENCY FOR PRINTING JOBS IN CONSULTANCY DEVELOPMENT CENTRE (CDC) CONSULTANCY DEVELOPMENT CENTRE

TENDER DOCUMENT TENDER ID : BAN

TENDER FOR SKILLED MANPOWER (DATA ENTRY OPERATOR) TO JIWAJI UNIVERSITY GWALIOR

* * * * * TENDER DOCUMENT FOR SUPPLY OF CHAIN PULLEY BLOCK REQUIRED FOR RET CONSTRUCTION SLUICE GATE

YASHWANTRAO CHAVAN ACADEMY OF DEVELOPMENT ADMINISTRATION RAJBHAVAN COMPLEX, BANER ROAD, PUNE

PR NO RFQ NO ADVERTISED TENDER NOTICE NO.: PLN-CO-32 /

F.No.NIHFW/WS/7-1/2018 NATIONAL INSTITUTE OF HEALTH AND FAMILY WELFARE Munirka, New Delhi NOTICE

Notice Inviting Tender.

TATA INSTITUTE OF SOCIAL SCIENCES DEONAR, MUMBAI NOTICE INVITING TENDERS

E-Tender for Comprehensive Annual Maintenance Contract for Photocopier and Fax Machines at Jawaharlal Nehru Custom House, Tal-Uran, Dist. Raigad.

Ph: / Fax: / Corporate Identity Number: U40100GJ1993SGC TENDER BOOKLET

Bank of Baroda inviting tenders from Gujarat Based Reputed Printers for F.Y with BOB Zonal Stationery Cell, Baroda. Ph.

TENDER PAPER FOR SUPPLY OF CHAIN LINK MESH TO NANDANKANAN ZOOLOGICAL PARK Year of Tender: FORM A-(TECHNICAL).

TENDER BOOKLET /// TECHNICAL BID /// Tender notice no:450/16/w,rfq

for SUPPLY OF HP TONER CARTRIDGE

SETTING UP OF BUSINESS CENTRE DURING 57 th AND 58 th EDITION OF INDIA INTERNATIONAL GARMENT FAIR (IIGF) TO BE HELD DURING JULY, 2016 AND JANUARY, 2017

e-tender Notice `.9.99 Lacs `.25,000/-

CENTRAL BOARD OF SECONDARY EDUCATION. Shiksha Sadan, 17, Rouse Avenue, Institutional Area, New Delhi No. CBSE/ACAD/SUPDT(IT) Dated: 19/01/2016

ICSI HOUSE, C-36, Sector-62, Noida

Tender Document. For. Supply and Installation of Classroom Desk & Student Chair

ELECTION COMMISSION OF INDIA SERVICES & MAINTENANCE SECTION

1. Name of the Firm/Supplier /Vendor: Address with telephone No. :...

Tender for Manpower Outsourcing Prescribed Date & Time for Receiving Bids : 29/06/2017 upto 10:00AM To be opened on 29/06/2017 at 10:30 P.M.

TACTV TENDER CUM AUCTION FOR SALE OF USED OFFICE CAR. (Mitsubishi Cedia Sports Sedan Registration No:TN-09-W-3333).

Persons to clean the institute including washrooms

INDIAN INSTITUTE OF SCIENCE BENGALURU

Tender No. AYCL/ED/SWG/14-16/Security Agency dated 24/10/2014. Appointment of Security Agency at. Electrical Division (Kolkata Operation)

Gujarat Electricity Regulatory Commission

Village Issapur, Najafgarh, Delhi NOTICE: TENDER - KISS DELHI

SAINIK SCHOOL KUNJPURA, KARNAL (HARYANA) TENDER/CONTRACT NOTICE:

* * * * * TENDER DOCUMENT FOR SUPPLY OF CASTING ITEMS FOR DIFFERENT PROJECTS

ICSI HOUSE, C-36, Sector-62, Noida

Administration of Dadra and Nagar Haveli,U.T. (Revenue Department) Silvassa. No.RD/Sub-Jail/Out Sources-Sweeper/Part-II/2015/2412 Dated- 10 /08/2015

Òkjrh; çks ksfxdh lalfkku xqokgkvh, xqokgkvh& Indian Institute of Technology Guwahati,

Special Instructions:- To,

No: REC/IT/COMPUR (laptop)/93/01 Date: 15/04/2014

TENDER NOTICE. Dang on (i) quaterly visit (ii) As and when required basis for Two. years. Rs Months. Indian Rupee (INR) Rs

Chennai Metro Rail Limited (A Joint Venture of Govt. of India and Govt. of Tamil Nadu)

NOTICE: TENDER KISS DELHI

STATE BLOOD TRANSFUSION COUNCIL, ODISHA

ICSI HOUSE, C-36, Sector-62, Noida

TENDER NOTICE No. PGVCL/GPRD/008

No. 542-W-14/12/MH/2013 DT TENDER NOTICE

GST NO: 36AAACT8873F1Z1

Central University of Orissa

Sub : Tender for sale of Furniture, Computers, UPS and Racks as scrap on As is where is Basis.

Webel Mediatronics Limited (A Govt. of West Bengal Undertaking) P- 1 Taratala Road, Kolkata Phone: , FAX:

Transcription:

DIVISION OFFICE, GANDHINAGAR. TENDER NOTICE NO-01-2018-19 SR NO : 3 P R No :- 349415 RFQ No :- 47849 Sr.No Particulars Description 1 Tender For Open tender for muffing works for IPDS/DDUJGY scheme for Rakhiyal s/dn under Gandhinagar D.O 2 Estimated Cost Rs. 265500/- 3 Earnest Money Deposit Rs. 3000/- 4 Security Deposit 5% Of Order Value 5 Last Date & Time Of Issue Tender Dt 05-05-2018 Up To 14.00pm 6 Last Date & Time Of Submission Of Dt 15-05-2018 Up To 15.00pm Tender (Only By Rpad/Speed Post) 7 Date & Time Of Opening Of Tender Dt 15-05-2018 At 16.00 Pm (If Possible) 8 Tender Fee (Non Refundable) Rs. 300/- +18% GST 9 Time Limit 12 Month The blank tender will be issued on payment of the tender fee and should be submitted to this office by Register post only. Issued to : M/s. Executive Engineer Gandhinagar : To be filled by the tenderer : Tender fees Rs. paid vide receipt no dt. EMD Rs paid vide receipt no dt..

P R No: - 349415 RFQ No: - 47849 SCHEDULE B Line No. Item Code 1 9905010002 Item Description CONCRETING OF POLE,GUY ETC INCLUDING COST OF CEMENT,SAND,METAL(1:2:4) & WATER AS PER STD SPECIFICATION. UOMQuantity Price (INR) Cubmic Meter Amount (INR) 45 5900 265500 Total 45 265500 I / We am /are willing to carry out the work (1) On company Rate (2) % Above of estimated rate (3) % Below of estimated rate Supdt.Of A/C(Exp), Gandhinagar. Executive Engineer, Gandhinagar. Seal and Signature of Tenderer

Details of contractor 1. Name of Firm and Contact Person :- 2 Full Postal Address & Phone / Fax No./Mobile No. :- 3 GST/CST/ECC No. :- 4 Status of Firm, with supporting Documents:- Proprietary/Partnership Pvt. /Public Limited 5 Name of Agencies/Directors if not proprietary. Name of owner if Proprietary with Phone/Fax Nos. :- 6 Registration No. with Organization. :- 7 P.F. A/c Code No. :- 8 Tender Fee Amt. & DD No/Cash & Date:- 9 EMD amount & DD No/Cash.& Date:- 10 PAN / TIN No. :- Dated Signature of Vendor/Contractor With Stamps

TERMS AND CONDITIONS REGARDING TENDER 1 TENDER FEE A Tender Fee is COMPULSORY. No exemption from payment of tender fees and no price preference to the small, cottage & tiny industrial units registered under small scale industries of Gujarat state and holding subsequent registration with CSPO/NSIC/DGS&D registration certificates for the item under tender B Tender Fee will be accepted by D.D. in favour of Uttar Gujarat Vij Company Ltd., payable at Gandhinagar. Cheque are not accepted & Tenders submitted without tender fee will not be accepted. 2 EARNEST MONEY DEPOSIT A EMD at 1 % of the estimated cost is to be paid by D.D. in favour of Uttar Gujarat Vij Company Ltd. payable at Gandhinagar Tenders without EMD are liable for rejection. B The exemption in payment of EMD shall be given to the small, cottage & Tiny Industrial Units registered under small scale industries of Gujarat State and holding subsequent registration with CSPO/NSIC/DGS&D registration Certificates for the item under tender. Otherwise tender / offer will be ignored. The Xerox copy submitted for SSI / NSIC must be duly notarized on notarial stamp (ticket) & signature. Registration certificates submitted other than indented material will not be accepted for waival of EMD / SD and without payment of EMD, tender will be rejected out rightly without intimation to the party. No correspondence will be entertained further in the matter. 3 Technical Bid The technical bid shall comprise of all the technical details of the stores /materials offered in accordance with the Corporation guaranteed technical particulars and conditions, etc. The Technical Bid shall be opened on Due Date as mentioned in

tender Notice (If Possible), in the presence of those tenderers who wish to be present. If the Authorized Representative is likely to be present then he must submit the authorization letter of the representing company at the time of opening of Bids and this is compulsory Only One authorized Representative shall be allowed. Please note that the required documents should be invariably submitted with tender copy. And tender without documents is liable to be ignored. 4 Price Bid The Price Bid should be submitted as per Schedule-B with sealed separate cover The time and date for opening of the Price Bid shall be determined by the Company and shall be communicated to the tendering firms after technical bids are analyzed and the intimation will be sent only to the technically qualified tenderers. The Technical & Price Bids shall contain adequate cross reference wherever necessary to ensure clear and proper corelation of the two bids without ambiguities whatsoever. Any technical questions information and clarifications that may be required pertaining to this Tender should be referred to The Ex. Engineer Gandhinagar U&I Division, who also reserves the right to reject any OR all tenders without assigning any reasons thereof. 5 SECURITY DEPOSIT A Lowest party shall have to pay Security Deposit as, 5 % in case of Works & 10 % in case of Supply of order value before placement of order. If party fails to submit SD in prescribed time limit as mentioned in LOI, UGVCL will take stern action against firm as per rules. B SD will also be payable through Bank Guarantee (All Nationalized bank) 6 The tender must be submitted in 04 (four) Cover system. Cover 01: The technical bid and supporting documents. Cover 02: EMD and Tender Fee Cover 03: Price Bid Cover 04: All above three covers should be kept in 4th cover duly super scribe the reference of payment of EMD & Tender Fee i.e. DD No. & Date for EMD - DD No. & Date for Tender Fee otherwise Bid will not be considered for opening. Tenderer should also certify as unconditional tender on tender cover itself. Conditional tenders are liable for rejection Bidder has to send tender by RPAD/Speed Post to The office of The Ex.Engineer, Gandhinagar division office Gujarat, on or before due date. Company does not take any responsibility for postal delay on both ways and tenders received after due date and time will not be accepted by this office. 07 Tender fee & EMD should have to be submitted along with technical bid, if not found offer will out rightly rejected 7 Uttar Gujarat Vij Company Ltd. reserves the right to accept / reject /Cancel any or all the offers / tenders, extend dates and / or re-advertise tender, and /or modify the process at any stage of the process without assigning any reason thereof

GENERAL INSTRUCTION TO TENDERERS 1.1 Sealed Tenders are invited for the work Open Tender for muffing work of PSC/Steel poles at various villages Gandhinagar S /Dn under Gandhinagar Division from the contractors/firms who have executed works of similar nature and magnitude successfully and who are registered under appropriate class. 2.0 Tender documents are in two bids system i.e. Technical Bid and Price Bid. 2.1 Technical bid is to be submitted in a separate sealed envelope and supper scribing the envelope as Technical Bid. Technical bid should be submitted with documents as under, failing which tender is liable for rejection. (a) Solvency certificate issued from any Nationalized Bank amounting to 20 % equivalent of estimated cost (as per UGVCL Rules ) (b) Separate EPF code No. allotted by RPFC & Last Six month of current year EPF Challan paid copy is required. (c) Latest income tax clearance certificate. (d) Experience certificate as per requirement for erection of HT-LT line & T/C work by authorized officer of Distribution Company. (e) Group Insurance copy of the insurance policy of the insured labourer s under W.C. Act. (f) Details of equipments available with the tendered. (g) Electrical contractor license as a when required. (h) Tools & tackle Certificate. (i) At least Rs. 10 Lacks turn over required in bank Statement. (j) Copy of last five year experience of erection of HT/LT line & T/C of any Distribution Company is required. If all tenders received with less experience then E.E. or S.E. will decide to accept or reject the tenders as per his discretion. The above documents should be submitted in form of attested true copies along with technical bid. 2.2 The sealed price bids comprising of Schedule- B should be submitted in separate sealed envelope super scribed accordingly on the envelope. 2.3 Both Technical and Price bid should be submitted in one common envelope super scribing the name of the work and tender opening date etc. 3 Earnest money deposit of Rs.5000 should be deposited in cash or submitted in form of Demand Draft in favor of UTTAR GUJARAT VIJ COMPANY LIMITED drawn on any scheduled Bank, payable at Gandhinagar 4 Bidders should complete the tender documents in all respects and they are to be signed with Company s Seal on all pages. 5 The bidders shall submit their offer without any deviations in general terms and conditions of the contract or in Technical specification/items. Tenders of such departing may also be rejected. Incomplete and conditional tenders shall not be considered. 6.0 UTTAR GUJARAT VIJ COM.LTD. Reserves the right to split up the work covered in the scope of this contract amongst more than one contractor. 7.0 The rates shall be quoted both in words and figures as per unit specified schedule- B and it should be in sticker by the transparent cello tape. In case of any discrepancy between the rates quoted in words & figures, rate quoted in words will prevail. 8.0 Intending bidders should submit their tenders after studying all tenders documents carefully and visiting the site for satisfying themselves of actual site conditions, location and accessibility of site and nature, extent of the work involved etc. Submission of tenders implies that bidders have obtained all necessary Information and other data required for executing the work. No claim for extra charges on account Of any misunderstanding or

otherwise will be allowed. 9.0 All approaches to the site shall be in the scope of bidders. 10.0 Bidders will not be allowed to give sub-contract of the works awarded to him for any, reasons what so ever without permission of the Engineer-in charge. 11.0 In the experience certificate, contractor has to furnish the details of similar works executed by him along with the list of equipments, tools and tackles and manpower available with him along with the details of the same, which he intends to deploy on site of the work. 12.0 After opening of Technical bid no revised price bid from any bidders will be accepted. 13.0 Price quoted shall be firm, till overall completion of the work, under contract and there will not be any price escalation. 14.0 Date of opening of Price Bid will be intimated later on to those Bidders who are qualified in technical bid. Price bid of only qualifying bidders on the basis of Technical bid shall only be opened. Price of bidders, who are not qualified technically as per requirement of technical bid shall not be opened. 15.0 Offers shall be valid for the period of 120 days from the date of opening of price bid. Tenders shall not withdraw tenders during the validity period, failing which their EMD shall be forfeited during the said period of 120 days. 16.0 Rs.50/- will be charged extra if tender will be sent by post. 17.0 Due care should be taken while doing the work, If any accident will occurred to your employee/personal while working than it will be your responsibility. Company will not be responsible for payment of any claims due to such accident. 18.0 Contractor should observe labour laws as per prevailing rules of Govt. of Gujarat. 19.0 All tools, tackles used in maintenance will be provided by contractor. 20.0 Transportation of labour for the work should be done by contractor. 21.0 If necessary order of one S/Dn Will be transferred to other S/Dn. depending up on requirement of UGVCL. 22.0 The clearance as per I.E rules must be maintained. 23.0 For any dispute jurisdiction of legal will be at Gandhinagar Division 24.0 If the Tenderer/Bidder/Contractor would stand lowest while opening of the tender.he will be intimated by the competent authority with separate letter & will have to provide their skilled Labours gang within week time & He would have to report in written through respective SDO. Otherwise Second lowest bidder will be given chance at the rate of lowest-1. 25.0 The contractor should have to keep permanently skilled labours gang in respective Sub-Division for each annual order. If Concern SDO will report that Work is delayed due to non availability of skilled labour, penalty will be deducted a per rules. 26.0 All the works shall be carried out as per specifications attached with the tender and relevant Indian Standard issued by Bureau Indian Standards. All materials procured should be confirming to relevant Indian Standard issued by Bureau of Indian Standard. 27.0Tenders, which do not fulfil all or any of the conditions of the tender of incomplete in any respect, are liable to rejection. 28.0 UTTAR GUJARAT VIJ COMPANY LTD, reserves the right to reject any or all Tenders without assigning any reason thereof. 29.0 The rates are including of PF and all other State/Central Government Taxes, cases and levies but including of service tax. 30.0 Any change in rate of Service Tex shall be entertained during contractual period of contract.

31.0 The contractor shall disclose service tax amount paid by him in the RA / Final bill raised for the execution of the work. GENERAL CONDITIONS :- Earnest Money Deposit :- Earnest money (1% of the estimated cost) as indicated on the face sheet should be paid by the tenderer along with the tender in cash or by D/D on any schedule Bank in favour of U.G.V.C.L. in which case receipt shall be attached with tender. Tender without earnest money, deposit are not liable to be considered. Earnest money deposit will be forfeited in case the successful tenderer after his tender has been accepted shall refuse to pay the prescribed security deposit and execute the contract. 2. Validity of Tenders :- All tenders shall be opened for acceptance by the company for a period of 90 days from the date of opening the tenders and may be further extend to 30 days, if required and the tenderer shall be bound to execute the supply on such acceptance. 3. Acceptance of Tenders :- The Company does not bind itself to accept the lowest or any tender either will any reason be assigned for the rejection, it is also not binding on the company to disclose any analysis report on the tender. 4. Security Deposit :- The lowest tenderer whose tender is accepted shall have to pay 5% Security Deposit of the tender cost, in cash within 10 days from the receipt of the acceptance order. In case supplier fails, his earnest money will be forfeited and order cancelled without issuing any notice. 5. Contract documents :- The lowest tenderer whose tender is accepted will have to execute a stamped agreement is standard form of the company and will have to sign the Booklet at his own cost. In case of partnership firms necessary partnership documents will have to be produced for verification on authority to sign the bills measurements enter and into contract as well correspondence with the company. Wherever required necessary power of attorney will have to be produced. 6. Jurisdiction :- Any dispute of difference arising out of or in connection with the contract if concluded shall be subject to the exclusive jurisdiction of Gandhinagar. 7. Materials :- Materials are to be supplied at Gandhinagar division store office. 8. The payments will be made to the supplier by cheque on local Bank subject to an advance stamped receipt being received from payees. 9. Accepting authority reserves the right to rejection of any or all tenders without assigning any reason thereof. 10. Any tender which does not comply with the above requirement is liable to be rejected 11. Additions and alterations of any kind in tender forms conditions etc. by the tenderer without the consent of the undersigned is not permissible. 12. The tenderer must quote his rates per unit specified in figures as well as in words The tenderer must quote his rates not lowest and the rates not confirming to the unit specified in schedule may not be considered even through they may be lowest. The price must be stated for each item separately and if additions the percentage of reduction on the total price of any should also be quoted should in order to that extent is placed. Any variation rates etc. will not allowed on any ground after the tender is submitted. The tenderers printed forms and conditions of the contractor will not be considered as forming the part of

the tender. All tenders must be submitted in the forms provided by this office and must be clearly and legibly filled in ink. The tenderer are requested to sign to sign wherever mentioned in tenders and as schedule of rates and if not signed, the tender shall be liable for rejection. All corrections whatsoever made in the tender must be initialed by the tenderer. 13. Totaling up of figures :- While quoting the rate per unit against each item tenderness are required to give total cost against each item as well as grand total of the work. 14. Addressing Tenders :- Tenders must be submitted in envelops which must be properly sealed by the tenderer with their office seal and must be super scribed with following. (a) Tender No. (b) Returnable date and time of the tender. It is responsibility of the tenderer to see that the tenders received in company s office or tender box within the stipulated time and date. 15. The Company s General conditions of contract will apply to all the suppliers and he is deemed to be fully aware company s General conditions of contract for the works in respect of security deposit terms of payments penalty for the delivery of supplier etc. and any ignorance of these conditions will not exempt the supplier from the Company s office as per prevailing price only. 16. Deviation of specification :- Preference will be given to tendering firms whose rates according to tender specifications. 17. Terms of payments :- Bill shall be submitted by the supplier after completion of entire ordered supply. 18. Recording of measurements in the presence of supplier :- In case of supply carried out satisfactorily by the supplier, if the supply has been carried out satisfactorily, the supplier by prior intimation from the company s officers shall have to witness the recording of measurements on the appointment date within one month of completion of supply. In case of supply not carried out satisfactory in case of supply not carried out satisfactorily either the conditions as specification vide condition No. 5 read with condition No.4(b) or tender and supply for works. Booklet shall apply and the recording of measurements shall be done within one month of completions of supply after replacement of defect by the supplier by the company at the contractor s cost as the case may be and any further delay in the recording of measurement and finalization of the bill due to the fault of the supplier shall be subject to the conditions as laid down in clause (a) above. 19. Extension of time limit :- The time limit for supplying materials is within 30 days from the date of issuing the orders. Extension of time limit if for any reasons, the suppliers is not in a position to supply within the stipulated period, he should put his application to the Engineer In charge before one month of expiry of the stipulated time limit or completion of supply for the extension of time limit giving valid reasons for the required extension.

20.Following documents to be submitted with filed Tender 1. Copy of UGVCL Vendor registration letter for current period is must. 2. Copy of Labour License of current year is required must. 3. Contracter should produce TIN NO. & Pan card copy 4. P.F. Account Number,Work experience Certificate. 5. Electrical contractor license. 6. Bank solvency certificate. 7. ESIC policy & insurance premium challan copy. 8. Copy of Last year IT return. 9. Experience: Contracter should produce evidence of having experience in executing similar nature and magnitude of jobs preferably photo copy of orders secured from Discom/Central Govt./semi Govt. and satisfactory completion certificate from respective department. 10. Experience certificate as per requirement work minimum 10 Lac Amount of consecutive last three years by authorized officer- NOT BELOW THE RANK OF EXECUTIVE ENGINEER. 11. Attested copy of power of attorney,if any, for signing the Tender documents. 12. If technical bid is not fulfill as per requirement of document then tender will liable to reject automatically. 13. The technical bid must he accompanied by Photo ID & their office address proof of Gandhinagar Division jurisdiction. 14. Service Tax registration and Pan no ismust be required. 15. Tender fee Amt. & DD No. & Date 16. EMD Amount & DD No. & Date. 17. The Sealed Technical bid comprising of schedule B should be submitted in separate sealed envelope super scribe accordingly on the envelop. 18. The sealed price bids comprising of schedule B should be submitted in separate sealed envelop super scribe accordingly on the envelope. 19. Both envelopes comprising of Technical bid and price bid should be submitted in one common envelope super scribing the name of work and tender oprning date etc UGVCL reserves the right to reject any OR all tenders without assigning any reasons there of 20. Group insurance : A copy of insurance policy of the insured labourer s under W.C. Act 1923. 21. The contracter will have to undertake responsibility of accident etc. for his persons working on site and same will be on stamp paper of Rs. 100/- or of appropriate value ( if revised by Govt.) The cost of stamp paper will be borne by contractor. 22. List of Tools & tackles and other Safety Equipments available with contractor on his letter pad.

The contractor will have to give the following undertaking 1. The supplier will have to give the following undertakings. 2. Should this tender be accepted, I/We hereby agree to abide by fulfill all the terms and provisions of the Tender and contractor of supply as applicable and in default thereof to forfeit and pay to the Company the sum of money due. 3. The full value of Earnest money deposit paid there with should be absolutely forfeited to the Company should not deposit the full amount of specified security deposit. 4. The contractor shall co-operative with the company in recording measurement of bills etc. as expeditiously as possible and he shall fulfill all the requirements which are necessary to finalize his outstanding bills within 6 months from the date of completion of supply, failing which the company shall finalize the account on the basic of its records any pay him such amount as it is found due to him together with the amount of security deposit, if any, remaining payable to him after deducting therefore the amount due by him to the Company and the Company shall not entertain any further claim from him thereafter. 5. The competent authority can delete any item in schedule B in the tender, if he feels that the rate quoted by the supplier for that item is abnormally high when compared to the estimated rate. 6. In case of any dispute concern Executive Engineer will be the final authority for deciding the same and his decision will be final and binding on the contractor and Department and no further appeal will be entertained. 7. The contractor will have to see that safety equipment are used by his laborers, while working on line, equipment etc. of the Company and contractor will be responsible for any accident. 8. The contractor will have to undertake the responsibility of accidents etc. for his persons working on line and same will be on stamp paper of Rs. 100/- or of the appropriate value (if revised by Govt.) The cost of stamp paper will be borne by the contractor. 8. The contractors will have to take insurance of suitable amount for his laborers. 9. Contractors should carry out the work under supervision of UGVCL.

Documents to be submitted by contractor with Tender Copy Documents /Proofs to be Submitted by the Tenderer /Bidder Submitted Not Submitted. Experience Certificate of Contractor for the work Valid Bank Solvency Certificate issued by any Nationalizes Bank as per Board s Rules & Regulations (20% of Estimated cost ) Copy of Employee s Provident Fund Certificate (E.P.F) Valid Sales Tax Registration ( Vat Tin No ) Certificate of the Co. Valid Service Tax Registration Certificate Copy of PAN no of the contractor or firms Valid Labour License of current year Vender Registration Supdt of Accounts.(Exp) Gandhinagar Division Executive Engineer Gandhinagar Division Signature of Contractor & seal