Tender No:PTN-47. Technical - Bid

Similar documents
GUJARAT ENERGY TRANSMISSION CORPORATION LTD. TRANSMISSION CIRCLE, BHARUCH.

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

Tender Notice No 02/12-13

TENDER SPECIFICATION

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

(CIN) : U40100GJ1999SGC STATE LOAD DESPATCH CENTRE

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

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

CIRCLE OFFICE MORBI TENDER

60,000 K.MS. PER YEAR WITH WHITE COLOUR.

PUR-F-023 CQ AT 3.30 P.M ( IF POSSIBLE)

MAHARASHTRA STATE ELECTRICITY TRANSMISSION CO. LTD. EHV O&M DIVISION, RATNAGIRI RE-TENDER DOCUMENT

PUR-F-012 E 1116 E 1116

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

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

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

PAWAN HANS LIMITED. (A Govt of India Enterprise) Ground Floor, Manoramaloy, VIP Airport Road, Guwahati

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

GUJARAT ENERGY TRANSMISSION CORPORATION LIMITED

BID DOUCMENT FOR ELECTRONIC TENDRING

Persons to clean the institute including washrooms

NOTICE INVITING TENDERS

: To be filled by the tenderer :

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.

66kv Khavda Vigakot & 66kv Khavda-Bhediyabet tower line in hot line condition, under TR Div Bhuj.

TENDER MADHYA GUJARAT VIJ COPMPANY LIMITED

Annual Contract for Garden Maintenance at office campus UGVCL Mehsana.

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

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

NOTICE FOR INVITING TENDERS FOR HIRING OF VEHICLES IN CUSTOMS, CENTRAL EXCISE & SERVICE TAX, WARDHA COMMISSIONERATE, NAGPUR FOR THE YEAR

STATE BANK OF INDIA LOCAL HEAD OFFICE, KOTI, HYDERABAD NOTICE INVITING TENDERS

OFFICE OF THE COMMISSIONER, CUSTOMS, EXCISE & SERVICE TAX, NAGPUR I COMMISSIONERATE UTPAD SHULK BHAVAN, TELANGKHEDI ROAD, CIVIL LINES, NAGPUR

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

THERMAL POWER STATION, GANDHINAGAR WEB CASUAL SUPPLY ENQUIRY

Indian Maritime University Mumbai Port Campus (A Central University, Govt. of India) Hay Bunder Road, Mumbai

TENDER NOTICE No SLDC-02/18

WE CARE FOR PEOPLE & ENVIRONMENT AN ISO- 9001:2000 POWER PLANT OUR C.S.T & TIN NO: DTD.30/09/05 OUR G.S.T &TIN NO: DTD.

G U J J AR A AT E N E R G GY TRA N N SMI S SSIO N N C CO R RP O R RA TI O ON L LTD.

TENDER NOTICE Notice Inviting the Tender for the Sale of Scrap Items:-

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

Central University of Orissa

STATE BANK OF INDIA. Local Head Office (First Floor) Bank Street, KOTI, Hyderabad Phone : Fax:

OFFICE OF THE COMMISSIONER CENTRAL GOODS & SERVICE TAX, CUSTOMS AND CENTRAL EXCISE, NAGPUR-II COMMISSIONERATE, NAGPUR

BID DOUCMENT FOR ELECTRONIC TENDRING

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

Odisha State AYUSH Society National AYUSH Mission. Directorate of AYUSH Department of Health & Family Welfare, Govt. of Odisha

NO COURIER SERVICE OR HAND DELIVERY will be allowed. Estimated Cost Rs /-

Tender No.: BL/LS/DEL/05T/MAY18 Date: Notice Inviting E-Tender

CIN-U40102GJ2003SGC PR NO RFQ NO 47678

Software Technology Parks of India Noida

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

TENDER DOCUMENT FOR PURCHASE OF GENERATOR (50KVA)

ICSI HOUSE, 22 INSTITUTIONAL AREA, LODI ROAD NEW DELHI Sub: QUOTATION FOR SUPPLY OF DRINKING WATER AT ICSI-NOIDA OFFICE

REGIONAL OFFICER. Page 1 of 11

The work of Replacement of Suspension / Tension Insulators by Rubberize polymer Insulator on 220KV & 66 kv Lines

OFFICE OF THE COMMISSIONER CUSTOMS, CENTRAL EXCISE & SERVICE TAX, AUDIT-1 COMMISSIONERATE, NAGPUR

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

C.NO.I/07/ 01/2016-Admn. Dated : NOTICE INVITING TENDER FOR HIRING OF VEHICHLE FOR DEPARTMENTAL USE:

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

F. No. D-21014/16/2013-General Government of India Office of the Directorate General of Civil Aviation Opposite Safdarjung Airport, New Delhi

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

2. Details of trucks/containers owned by the applicant for use in remittance of notes: (in tonnes)

TENDER. Tender Notice No. MRC - 13 ( )

NOTICE INVITING QUOTATIONS FOR SUPPLY& INSTALLATION OF PIGEON NET AT NID GANDHINAGAR

GUJARAT ENERGY TRANSMISSION CORPORATION LIMITED

NOTICE INVITING TENDER FOR HIRING OF VEHICLES

Notice Inviting Tender.

DATED: DUE ON

UNIVERSITY OF ALLAHABAD

GOVERNMENT OF INDIA OFFICE OF THE COMMISSIONER OF CUSTOMS, CENTRAL EXCISE & SERVICE TAX 6/7, A.T.D. STREET, RACE COURSE ROAD, COIMBATORE

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

Providing & fixing of PVC ceiling and wall at Room no of Centre for Nanotechnology in Academic Complex.

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

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

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

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

TENDER DOCUMENT SECURITY CONTRACT

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.

Tender No:PTN-28. Technical - Bid. Tender fee Rs: Vide DD No. Dt Name Bank: EMD FEE Rs. Vide DD No. Dt Name Bank:

Employees State Insurance Corporation Hospital, Manesar

TATA INSTITUTE OF SOCIAL SCIENCES DEONAR, MUMBAI NOTICE INVITING TENDERS

MAHARASHTRA STATE ELECTRICITY TRANSMISSION CO. LTD CIN. NO.U40109MH2005SGC Ref. No: EE/PLCC/Dn./PUNE/G-15/371 Date:

AN ISO 9001 & ISO COMPANY TENDER DOCUMENT. NIT No.: NRO/CON/738/667 date : FOR

PRE QUALIFICATION CRITERIA / ELIGIBLE CRITERIA FOR TECHNICAL QUALIFICATION [TO BE SUBMITTED IN PHYSICAL FORM]

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

ENGAGING PROJECT IMPLEMENTATION SERVICES PROVIDER/ CONSULTANT FOR BUILDING & ALLIED WORKS IN NORTH EAST REGION

LIMITED TENDER DOCUMENT FOR FINALIZING MEDIA AGENCY FOR HERITAGE INDIA QUIZ 2017

TENDER NO : CTR/LDH/1812/Fur/ DATED: DUE ON : AT : 02:00 p.m. PART I INVITATION OF TENDER

GUJARAT ENERGY TRANSMISSION CORPORATION LIMITED TRANSMISSION DIVISION - RAJKOT TENDER

TENDER NOTICE NO.01/2016. Sub: Providing Security Services on Contract basis

West Bengal State Electricity Transmission Co. Ltd. CORPORATE HR&A DEPARTMENT

NATIONAL HOUSING BANK, NEW DELHI TENDER NOTICE

TENDER. No. TDD/TECH/TENDER/2011/20/5418. Construction of RCC 5000 ltr. Capacity underground SUMP at 66kV Gadhada S/S under Dhasa TR. Division.

TENDER FOR ENGAGEMENT OF CAR SERVICE PROVIDER FOR HIRE OF CARS VISAKHAPATNAM, ANDHRA PRADESH

:: PEPSU ROAD TRANSPORT CORPORATION, PATIALA::

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

OFFICE OF THE COMMISSIONER OF INCOME-TAX TRANSFER PRICING-1

TENDER FORM HIRING OF STAFF CAR FOR ESIC MODEL HOSPITAL BAPUNAGAR, AHMEDABAD

TENDER FOR SALE OF EMPTY STEEL (MS) SCRAP BARRELS ON AS IS WHERE IS BASIS AT BPCL INSTALLATION AND WAREHOUSE

EMPLOYEES STATE INSURANCECORPORATION SUPER SPECIALITY HOSPITAL SANATHNAGAR, HYDERABAD

Transcription:

Tender No:PTN-47 Technical - Bid Tender issued to: M/s. Tender fee Rs: Vide DD No. Dt Name Bank: EMD FEE Rs. Vide DD No. Dt Name Bank: Tender for the Work Hiring of of Pick up Dala in up to date condition with taxi permit having 1.0 MT to 2 MT loading along with driver for 24 hours with staff seating arrangement and 1+4 passenger passing for 2500km per month for 66kv Chanasma & Group S/S under TR Division Patan. Estimated cost Earnest money (1 % of the Tender value) Security Deposit Last Date for Receipt of Tender (By RPAD) Date of Opening the Tender (If Possible) Type of tender Price of Tender (Non refundable) Time Limit 630000.00 6300.00 (a) 5 % of the tender value 15750.00.8.12 up to 14.00hrs.8.12 up to 15.00hrs Percentage rate 630.00 24 Months The Earnest money should pay by Demand Draft only in favor of G.E.T.C.O. any schedule BANK AT Patan. E.M.D. will be accepted up to2-00 P.M. up to the date opening of the Tenders without EMD will not be opened or considered. The details of EMD paid should submitted separately in a letter giving details of payment of EMD i.e. Demand Corporation Draft money receipt No. is no demand draft for EMD should be in side the cover containing tender if this is done the tender will not be opened or considered. EMD will be refunded if the officers are not accepted within the validity period, In case of successful tendered this will be kept as Security deposit and will be refund after completion of the contract by the tender in all respects. If the Tender fails to accept the order or fails to fulfill the conditions of the tender, the amount of EMD will be forfeited by the corporation. Gujarat Energy Trans. Corp. reserves the right to reject all the entire tender without assigning reason. Tender will be opened in presence of those contractors who wish for remain present on the date of opening of the Tenders. 1

NOTE: (1) (2) (3) (4) (5) (6) All the columns in the schedule should be filled in ink. Rate quoted should include clearance of size (prior of commencement of work and after completion of work) in all respects and hold good for working all condition or moisture weather etc. The quantities given in Schedule B are approximate. Certain minor Changes may be incorporated during construction and as result there may be increase or decrees in the quantity in such as event if should noted that the contractor should not charge any thing the will be paid on the basis of actual quantities executed & no claim shall be entertained on account of variation whatsoever. The rate shall be quoted both in words and figures and as per units specified schedule B if there be any discrepancy between the rate quoted in works figures Rate quoted in words shall prevail. The Board will not supply free electricity for polishing tiles welding or for using any electrical machinery for the work. The tendered can refer the following booklets if not attached with this tender) In circle office at Mehsana during office hours and the some will be binding to the tendered. (i)general specifications for civil works a (ii)general rules and Directions for the guidance of Contractor (applicable for works contracts (Tender and contract for works booklet) (7) VALIDITY PERIOD: The rate quoted by me/us will be valid up to six month is I/we agree to abide by the above. Signature of Contractor With Rubber stamp 2

SPECIAL NOTE General Specification for Civil / Electrical Works Which is not with the tender but as this booklet forms part of the contract may refer this works contract for Civil/Electrical booklet from the office of EE (TR), GETCO, PATAN & he is required to study the terms, conditions & Specifications laid down in this booklet before quoting the rates in the tender. No claim whatsoever on account of not referring the booklet shall be entertained. Signature of Contractor with rubber stamp Ex. Engr. (TR) GETCO, Patan 3

SPECIAL NOTES FOR PRE QUALIFICATION The tender documents are for two separate bids i.e. Technical bid (i.e. qualifying bid) and Price bid (i.e. commercial bid). Following credentials shall be submitted with the technical bid dully attested for qualification. 1. Registration: Bidder quoting for the bid shall have registration in appropriate class with GETCO / Central / State Government / Railway / Semi. Govt. 2. Experience: Contractor should produce evidence of having experience in executing similar nature & magnitude of jobs preferably photo copy of orders secured from GETCO / Central / State Government / Railway / Semi Government and satisfactory completion certificate from respective department. 3. Latest bank solvency certificate duly showing date of validity from any schedule / nationalized bank of a sum minimum 20 % of the estimated cost shown in the tender. 4. Separate P.F. Registration No. (Works) towards your firm registered with Regional P. F. Commissioner & last paid P.F. challan copy 5. Income Tax No. with PAN card and Service Tax. Registration. 6. Details of EMD paid with MR No. & date or DD had drawn in favor of Gujarat energy Transmission Corporation Ltd. 7. Contractor should produce audited copy of the Balance sheet with profit and loss account of last three Years. 8. Attested copy of Power of Attorney, if any, for signing the bid documents. 9. Terms & condition & other relevant documents if required. 10. List of supervisory staff & skilled persons. 11. Partnership deed or power of attorney if not proprietary firm. 12. Sign. Of tenderer with rubber stamp must be required on all document wherever is applicable. 13. List of Safety Articles. Signature of the Contractor (With rubber stamp & Date) 4

PRICE BID Following documents shall be required in price bid. 1. Schedule B with terms & conditions duly quoted percentage rates along with all applicable taxes & signed with rubber stamp. Rate should be quoted in figures & words both compulsory. N.B: Contractor should compulsory submitted all the documents in technical bid only, otherwise competent authorities are empowered to reject technical bid. Price bid of rejected technical bid should not be opened please be noted seriously The contractor will have to submit their offer in two bid [1] Technical bid & [2] Price bid. They have to put price bid sealed cover in to the Technical bid sealed cover. Otherwise offer will be rejected. The technical bid shall be opened at 03:00 pm. if possible on due date. After scrutinizing of the technical bid, if party fail to fulfill the above requirement for qualification. The price bids of such parties will not be opened. The price bid of qualifying parties thereafter shall be opened on the date and time communicated to qualified parties afterwards in the presence of parties. The bid should be clearly subscribe with our reference number, due date and title of work. The offer should be valid for acceptance for a minimum period of 6 month from the date of opening of technical bid. Ex. Engr. (TR) GETCO, Patan Signature of the Contractor (With rubber stamp & Date) 5

1.0 GENERAL TERMS AND CONDITTION 1.1 INVITATION OF TENDER: The Ex. Engr. (TR), GETCO Patan. for and on behalf of "GUJARAT ENERGY TRANSMISSION CORPORATION LTD", having its Corporate Office at Vidyut Bhavan, Race Course, Vadodara - 390 007, hereafter called the "GETCO" intends to invite Tender as detailed in this specification. 1.2 DEFINITION: 1. The "GETCO" shall mean the Gujarat Energy Transmission Corporation Ltd, Vadodara and shall include their authorized representatives. 2. The Contractor shall mean the bidder, whose tender has been accepted by the GETCO for award of the contract and shall include his authorized representatives. 3. The "Engineer-in-Charge" shall mean the authorized officer of the GETCO to act as Engineer-in-Charge to supervise the work for the purpose of the contract. 4. The "Specification" shall mean the tender forming a part of the contract along with Performa, Schedules and Drawings. 5. The "Order shall mean the official letter issued by the GETCO, informing the bidder that his tender has been accepted. 6. The Contract shall mean the agreement to be entered into by the GETCO with the contractor and shall include the commercial, technical and general conditions, schedules, drawings and any other conditions specifically agreed between the parties forming a part of the contract. 7. The Contract Value shall mean the total amount indicated in the contract agreement as per order placed by the GETCO and calculated from the provisional quantities indicated in the tender. 8. The "Completion Period" shall mean the period starting from the date of issue of commencement given by executing authority and required to complete the work. Signature of the Contractor (With rubber stamp & Date) 6

1.3 AMENDMENT OF TENDER: At any time prior to the submission of tenders, the GETCO may, for any reason, whether at his own initiative or response to a clarification requested by bidder, modify the Tender conditions by amendment. The amendment will be issued in writing or by fax or cable to all bidders, who have purchased the tender, which will be binding to them. 1.4 1. THE TENDER: The tender should be submitted only in the printed cover issued by the GETCO duly signed and sealed by the tenderer. 2. The tenders must be sent by Registered Post / Speed Post only so as to reach this office on or before specified date & time. Due care should be taken to see hat the tenders sent are posted early enough to ensure their delivery by the prescribed date or even earlier. 3. E.M.D. at the rate of 1% of the value of the items offered is payable. The EMD is payable by Demand Draft in favors of the Gujarat Energy Transmission Corp.Ltd on any Schedule / Nationalized Banks in PATAN. It can also be furnished by way of an irrecoverable Bank Guarantee from any nationalized Bank in a standard format prescribed by the GETCO (Copy Enclosed). And if this amount is more in respect of tender value of Rs.1 Crore, it should be partially (50%) by DD in favor of Gujarat Energy Transmission Corporation Ltd on any Scheduled Bank in PATAN and balance by Bank Guarantee from any Nationalized Bank in a standard format prescribed by the GETCO (copy enclosed). Cheques are not acceptable. CORPORATE BANK GUARANTEES NOT ALLOWED. 4. No Interest will be allowed against payment of E.M.D. Documents towards payment of Earnest Money Deposit (EMD) may please be kept in the enclosed EMD cover only, which is attached along with this tender document. First the EMD cover will be opened and if the documents towards payment of EMD are found OK then only Tender Cover will be opened which may please be noted. EMD will be forfeited (i) if the tender whom it covers is withdrawn during the validity of the offer and (ii) the Tenderer fails to furnish / deposit the security deposit. EMD of the unsuccessful tenderer will be refunded within 180 days of placing of the order with the successful Tenderer and when the Tenderer asked for refund to the Ex. Engr. (TR) GETCO, PATAN the original receipt of the EMD together with the advanced stamped receipt should be furnished along with application for refund of EMD. 7

5. The tenderer must ensure that all the Schedules are completely filled up in their tenders and that complete information called for is given. Failure to furnish full and complete details or furnishing vague information would make the tender liable for rejection. 6. The offer should be valid for a minimum period of 180 days from the date of opening of tender. 7. The bidder shall be deemed to have satisfied himself with all the conditions and circumstances affecting the prices and possibility of executing the work. The bidder shall fix his prices taking into account the site & its surroundings, approach roads etc. No idling / mobilizing / demobilizing / remobilizing OR any other type of claim shall be admitted and paid on any part of the work. 8. The tenderer should fill in all schedules and submit all the details called for in this specification in prescribed Performa only. 9. The tenderer should submit attested copies of The GETCO Resolution of firm/ power of attorney authorizing particular person to sign tender and related documents. 1.5 AUTHORISED REPRESENTATIVE: 1. All the tenderers are requested to mention the name of their authorized representative with full address in the tender documents. In case the representative is changed during the course of execution of the contract, such changes shall be notified by the successful tenderer, failing to which, The GETCO shall not accept any responsibility. 1.6 1. REJECTION OF TENDER: The bidder is expected to examine all instructions, terms, conditions, schedules and other details called for in this specification and fully informed himself to all which may in any way affect the work or cost thereof. Failure to furnish the required information or submission of tender not substantially responsive to specification will be at the bidder's risk and may result in rejection. Signature of the Contractor (With rubber stamp & Date) 8

2. The offer is liable to be out rightly rejected in case the bidding schedules are not filled in and the prices and particulars are given in other format. Further the offer containing - a) Different rates for the same items i.e. rates quoted in the slabs. b) Deviation / Addition / Alterations / Omissions in bidding Schedules. Deviation and contradictions to the terms and conditions specified in this tender are liable to be summarily rejected. 1.7 1. GETCO'S RIGHT: The GETCO reserves the right of terminating this contract or part thereof at its tendency without giving notice of Termination or the reasons thereof. time during 2. The GETCO will be entitled to deduct directly from the bills, to be paid to the contractor any sum or sums payable by him and which sum / sums the GETCO is required to pay as a principal employer on account of contractor default in respect of all liabilities referred to. 3. The bidders shall specifically note that any overwriting or corrections or manuscript in the bid shall be ignored and will not be considered authentic unless the same are signed with Bidder's Stamp / Seal. 4. The GETCO reserves the right to split the contract into two or more bidders for the lines covered in the specification or for particular line. In such cases, the term for completion period will be negotiated. 5. In case of any doubt or interpretation of the terms and condition, the decision of the Superintending Engineer (TR), Gujarat Energy Transmission Corporation Ltd, Mehsana will be final and binding to the bidder and no dispute in this regard will be entertained. 6. The GETCO reserves the right to accept any bid or reject any or all bids or cancel withdraw invitation to bid without assigning any reason. Such decision of the GETCO shall not be subject to question by any bidder or the GETCO shall bear no liability whatsoever for such decision. 1.8 MATCHING OF END COST: In case the GETCO decide to award CONTRACT on matching end cost basis, the bidder has to reduce all the quoted rates proportionately. The reduction on overall basis will not be accepted (i.e. all unit rates of erection schedule shall be reduced proportionately by difference in percentage). Signature of the Contractor (With rubber stamp & Date) 9

1.9 CONTRACT: 1. The work covered by this Specification shall be carried out and governed by the GETCO's / GEB s Booklet of "General Terms and Condition of Contracts" appended herewith excepting where conditions specified in this Specification conflict with similar conditions in the Booklet. The tenders will be deemed to be fully aware of this Booklet and any ignorance of the same will not exempt the contractor from his liability to abide the same. 2. The Contractor shall not execute any part of the shifting work through sub- contract without obtaining prior written permission from the GETCO. 3. Such permission given by the GETCO will not relieve the contractor from any liability or obligation under the contract. The contractor shall be responsible for workmanship, quantity and quality of the work done by the sub-contractor or his workmen. 4. The GETCO shall have right to obtain the agreement, order and other conditions entered into by the contractor with any of the sub-contractor/s. The technical particulars of the work to be executed by sub-contractor shall be subject to approval of the GETCO. 1.10 EFFECT AND JURISDICTION OF CONTRACT: 1. The contract shall be considered as having come into force from the date of issue of order, which is accepted by the Contractor. 2. The laws applicable by the contract shall be the laws in force in India. The courts of DEESA shall have exclusive jurisdiction in all the matters arising under this contract. 1.11 1. FORCE MAJEURE: The following clauses which substantially affect the performance of the contract shall only be considered as force majors conditions. a) Natural phenomena, including but not limited to floods, droughts, earthquakes epidemics. and b) Acts of any Government, domestic or foreign, including but not limited to war, declared or undeclared, priorities, guarantees, and embargoes. Provided the party affected by the 'Force Major' shall within fifteen (15) days from the occurrence of such a cause, notify the other party in writing of such cause with sufficient documentary proof. 2 Notwithstanding any provision mentioned above, the GETCO shall not be in any way be liable for non-performance either in whole or in part of any contract or for any delay in performance thereof in consequence of strikes, shortages, combination of Labor or workman or lockout, breakdown or accident to machinery or accidents of whatever nature. 10

3. The Contractor or the GETCO shall not be liable for delays in performing their respective obligations resulting from any force major causes as defined above. The date of completion will be extended by a reasonable time by mutual agreement. 4. In case of damage or destruction of any property or equipments belonging to the Contractor due to force major causes, the GETCO shall not be liable for the same. 1.12 1. ARBITRATION: All questions, disputes or differences whatsoever, which may, at any time, arise between the parties i.e. the GETCO and the Contractor upon, or in relation to or in Connection with the contract shall be referred to sole Arbitrator appointed by the Chairman, GETCO, for that purpose, who shall be a retired High Court Judge or a retired District 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 & Conciliation Act, 1996 as amended from time to time and the Rules made there under. The arbitration proceedings shall be conducted at Vadodara, Head Office of GETCO or at any such place as the sole Arbitrator may determine. The award of the sole Arbitrator shall be final and binding upon the parties. 2. Performance under this contract shall, if reasonably possible, continue during the arbitration proceedings, and no payments due or payable by the GETCO shall be withheld unless they are the subject matter of the arbitration proceedings. 1.13 1. LABOUR LAWS: The Contractor shall observe, comply with and abide by the conditions of labour laws. The Contractor shall have to submit a document showing allotment of PF code No. received from Regional Provident Fund Commissioner 1.14 All Electrical rules should be observed by the contractor while work. 1.15 To be taken the care. No any damage should be allowed to property of the GETCO while the work. 1.16 If any occurrence to be taken place while the work the contractor should held fully responsible 1.17 No any extra payment to be given if required while the work. 1.18 The work should be carried out as per instruction & desire of Engineer I/C. 1.19 The disposal materials should be thrown out side premises of GETCO Ex. Engr. (TR) GETCO Patan Signature of the Contractor (With rubber stamp & Date) 11

2. COMMERCIAL TERMS AND CONDITIONS 2.1 VAT on works Contract: This is works contract & VAT / SALES TAX etc. not applicable for the same. No any reimbursement will be paid to the contractor for the same. 2.2 Service Tax: Service Tax as applicable presently to this Contract will be 10.30 % on works amount. The registration for the same is compulsory and shall be treated as one of the prerequisite. The same will be reimbursing on production of the proof of payment made. 2.3 PENALTY FOR DELAY: If the contractor fails to complete the work on or before the extended date(s) / period(s) of completion of work, he shall without prejudice to any other right or remedy of the GETCO on account of such breach, pay as penalty an amount equal to half percent (1/2)% of the contract value per week or part thereof ( of delayed erection ), provided that the total amount of penalty, to be paid under this condition shall not exceed Five percent (5%) of the final contract value. The amount of penalty may be adjusted or set off against any sum payable to the contractor, under this contract including other lots. 2.4 PRICES: Tenderers must quote their rates on FIRM PRICE basis. 2.5 INCOME TAX: 1. Income tax at source at the prevailing rate will be deducted from contractor s bill in accordance with the provisions of Income tax Laws and to that effect a certificate will be issued to the Contractor. 2. The bidder will have to submit latest income-tax clearance certificate along with the offer. Signature of the Contractor (With rubber stamp & Date) Ex. Engr. (TR) GETCO, Patan 12

Payment of Earnest money Deposit and Security Deposits: I. Earnest money Deposit: 1. Bidders are requested to pay an Earnest Money Deposit (1 % of estimated cost) at Office of Ex. Engr. (TR) GETCO, Patan by Demand Draft of any Nationalized Bank only situated at PATAN, drawn in favor of Gujarat Energy Transmission Corporation Ltd.. Tender without EMD shall be rejected. DD for EMD should be submitted with technical bid. 2. Payment of EMD in form of Cheque or any other form shall not be accepted. 3. The EMD shall be submitted along with submission of Technical bid only by Demand Draft before opening of Tender. In no case it shall be submitted with sealed cover of Price Bid. 4. Tenders not accompanied by EMD shall be rejected as non- responsive. 5. If during the tender validity period, i.e. 180 days, the tenderer withdraws his tender, the EMD shall be forfeited and the tenderer may be disqualified from tendering for further works. 6. The EMD will be returned promptly to the unsuccessful tenderer. The EMD will be returned to the successful tenderer after he furnishes the Security Deposit for performance and duly enters in to the contract. If he fails to furnish the SD or to execute the contract for the work offered to him, his EMD shall be forfeited and the tenderer may be disqualified from tendering for further work. II. SECURITY DEPOSIT: As per prevailing rules of the Corporation, 5% of the contract value shall be paid as Security Deposit. Out of this, 50 % of S. D. shall be paid at Transmission Division- PATAN within 10 days from receipt of letter of intent either a) In form of FDR in favor of "Gujarat Energy Transmission Corporation Ltd. " of any Nationalized Bank OR b) In form of Bank Guarantee of any Nationalized Bank as per the approved format of the Corporation. The balance 50 % Security Deposit shall be recovered from first two R.A. Bills in equal installments. Alternatively 100 % S. D. in form of FDR or B. G. may be submitted on receipt of LOI. The security deposit will be refunded only after the completion of guarantee period of 06 month of work completed or finalization of final bill whichever is later. If Security Deposit is not paid within 10 days of issue of LOI, EMD paid will be forfeited and Corporation will not deal with party for the period of two years. Signature of the Contractor (With rubber stamp & Date) Ex. Engr. (TR) GETCO, Patan 13

TAKING DELIVERY AND INSURANCE : stage during The contractor has keep tower materials & line materials in safe custody and transport to the respective sites and will be fully responsible for any damage to or loss of all materials at any transportation or taking over of the line by GETCO. 1.2 The contractor has to open site store nearby the route of the line and ensure fpr safe custody of all the stored materials at his own cost. 1.3 The contractor shall have total responsibility for the entire materials stored, loose, smi assembled and /or erected by him at site in his custody. the contractor shall make suitable security arrangements at his own cost to ensure the protection of all materials, equipment and works from theft.fire pilferage and any other damages and loss. it shall be the responsibility of the contractor to arrange for security till the works are finally taken over by the corporation. 1.4 STORAGE-CUM-INSURANCE:- The contractor shall take suitable storage-cum-erection insurance cover at his cost to the extenl of 60% cost of line materials,which are required to complete the line. contractor shall have to take comprehensive insurance policy against any loss, damage, theft, pilferage, fire etc. for the complete period of storage, erection and commissioning up to the time of taking over of the transmission line by the board.the contractor shall deal directly and pursue the claim with the insurance company and shall be responsible in regard to maintenance of all insurance coverage as well as for settlement of claim. The proof of insurance policy taken by the successful contractor shall be furnished to Engineer-in-Charge. In absence of the above insurance policy, R.A. Bill payment will be with held. In the event of any damage, theft, loss, pilferage, fire etc. contractor will be responsible to loddge, pursue and settle all the claims with the Insurance Company for all items, materials and the Corporation shall kept informed about it. Contractor shall replace the lost/damaged materials/items promptly irrespective of the settlement of the claims by underwriter are that the work progress is as per agreed schedule. The loss if any, such replacement will have to be borne by the Contractor all not entertain any, claim / representation in this regard. However it will be contractor s responsibility to insure the entire project till the line is taken over by the Board. 2.0 PENALTY FOR DELAY: 2.1The tenderer should note that the completion time allowed for carrying out the work should bestrictly observed. Any delay that may take place in supply and erection beyond contractual cut off date stated as per stipulated delivery period shall be subject to the penalty at the rate of 1/2 % of the contract value per week on delayed work (supply and erection work) with a celling of 10 % of the total contract value. You are requested to advise all filed offices to incorporate the above clauses in the tender invited by them. Ex. Engr. (TR) GETCO, Patan Seal & Signature (Party s Authorized Person) Seal & Signature (Party s Authorized Person) 14

INTEGRETY PACT OUR ENEAVOUR To create environment where business confidence is built through best business practices and is fostered in an atmosphere of trust and respect between provider of goods and services and their users for the ultimate benefit of society a the nation. GETCO COMMITMENT To maintain the highest ethical standards in business and professional. Ensure maximum transparency to the satisfaction of stockholder. PARTY S COMMITMENT Not to bring pressure / recommendation outside GETCO to influence its decision. Not to use intimidation, threat, inducement or pressure of any kind on GETCO or any of it s employees under any circumstances. To be prompt and reasonable in fulfilling the contract, agreement, legal obligation. To ensure to full fill the terms of agreement /contract and to consider objectively the viewpoint of parties. To ensure regular and timely release of payment on due dates for work done. To ensure that no improper demand is made by employees or by anyone on our behalf. To give maximum possible assistance to all the vendors / Suppliers / Service providers and other to enable them to complete the contract in time. To provide all information to Suppliers / contractors relating to contract / Job which facilitate him to complete the contract / Job successfully in time. To ensure minimum hurdles to vendors / suppliers / contractors in complete of agreement / contract / work order. To provide good s and / or services timely as per agreed quality and specifications at minimum cost of GETCO. To abide by the general discipline to be maintained in our dealings. To be true and honest in furnishing information including payment to agent / sub- agent. Not to divulge any information, business details available during the course of business relationship to other without the written consent of GETCO. Not to enter into carter / syndicate / understanding whether formal / nonformal so as to influence the price. Ex. Engr. (TR) GETCOPatan Seal & Signature (Party s Authorized Person)

GUJARAT ENERGY TRANSMISSION CORPORATION LIMITED TRANSMISSION DIVISION - PATAN SCHEDULE : " B " Name of work : Hiring of Pick up Dala in up to date condition with taxi permit having 1.0 MT to 2 MT loading along with driver for 24 hours with staff seating arrangement and 1+4 passenger passing for 66kv Chanasma & Group S/S under TR Division Patan Sr. No 1 DESCRIPTIONS Hiring of Pick up Dala in up to date condition with taxi permit having 1.0 MT to 2 MT loading along with driver for 24 hours with staff seating arrangement and 1+4 passenger passing and vehicle not registered before May-11 for 66kv Chanasma & Group S/S and vehicle HQ is Chanasma S/S under TR Division Patan QTY UP TO 2500 KM/MONTH FOR TWO YEAR UNIT PER MONTH RATE Rs 26250.00 AMOUN T Rs 630000. 00 Estimated Cost RS Six lacs Thirty thousand only. 630000. 00 I/we am/are willing to carry out the work / should be written in figures and words. A) B) C) At the estimated rates mentioned above. At % above the estimate. At % below the estimate. Thus the amount of my/our tender works out to Rs In words Rs. Signature of the contractor With rubber stamp Executive Engineer (TR) PATAN

TRANSMISSION DIVISION PATAN Phone No:- (02766) 230029 REMARKS: - Tender to be submitted in two bids in separate envelope as per tender Requirements & both envelopes must be covered in one envelope. TECHANICAL BID Following documents shall be required compulsory in technical bid dully attested. 1. Latest experience / work completion certificate of last three years. 2. Sale tax No. (Only in case of supply & fabrication work.) 3. B.O,M. drawing, literature etc. 4. P.F. Registration No, (works) & last paid P.F. challan copy. 5. Income tax No. with PAN card. 6. Service tax Registration No. 7. Registration in appropriate class. 8. Last (3)Three year A/C statement. 9. Bank solvency certificate duly showing date of validity of schedule/nation Bank. 10. List of Equipment/Machinery available/tools & Tackles. 11. Details of EMD paid with MR No. & Date or DD had drawn in favor of Executive Engineer Gujarat Energy Transmission Corporation Ltd. Patan 12. License copy (For Electrical contractor only). 13. Latest type test certificate as per IS (PRI/ERDA) not more then last (5) five year. 14. Terms & Condition & other relevant documents if required. 15. List of supervisory staff & Nos. of skilled, semi-skilled & non-skilled persons. 16. Partnership deed or power of attorney if not proprietary firm. 17. Sign of Tenderer with rubber stamp must be required on all documents wherever is Applicable. 18. Copy of Vehicle registration Book With attested copy 19. Insurance Receipt 20. Driver License 21. Receipt of Road Tax for vehicle N.B.: Contractor should compulsory submitted all the documents in technical bid only, otherwise Competent authorities are empowered to reject technical bid. Price bid of rejected technical bid should not be opened. Please be noted seriously. PRICE BID Following documents shall be required in Price bid. 1. Schedule B with terms & condition duly quoted rates along with all applicable taxes & signed with rubber stamp. Rate should be quoted in figures & words both compulsory.

GUJARAT ENERGY TRANSMISSION CORPORATION.LTD, TRANSMISSION DIVISION NEAR GANDHI BAUG,GUNJBAZAR ROAD, PATAN-384265 PHONE:(02766)230029 1 2 3 4 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 Annexure-I The vehicle is to be hired for a maximum 3000 kms. Rate for excess KMs traveled by hired vehicle beyond 2500 KMs. Rate for excess kms traveled by hired vehicle beyond 2500 kms. Per month is admissible occasionally with writen permission of circle head Any excess travel of vehicle beyond 2500kms. By the officer in-charge of the vehicle shall be under the written/verbal approval of circle head and the same shall be regulized by an office note given clear reasons for the traveling beyond stipulated kms. All road tolls/bridge tolls shall be reimbursed on production of proof of payment along with monthly R.A.bills. 5The vehicle to be offered for hiring shall be in up-to date condition including its Tubes.Tyres, Engine as well as condition of its outside body.the vehicle to be offered shall not have been registered before more than 1 years as on the date of tender opening. However,in case of a very poor response or to break off the likely curtail,a relaxation can be granted for one year with permission of circle head.however,the officers placing an order should ensure that the conditions of such vehicle is tiptop. The period of the contract shall be for one year (12-Months).The period further one year can be extended on mutual agreed terms as per same rates, terms and conditions. However in case of poor service provided by the contractor, circle head shall be empowered to terminate the contract after one year. The contractor shall immunize company s personnel against any claim against out of accident or misbehavior of the drivers. The vehicle shall be kept properly insured all the time to cover the 3rd party risk and simultaneously immunized company on account of likely claim from public, police dept..etc. The bills for traveling of the vehicle shall be paid on monthly basis. Driver shall be preferably below the age of 40 years and never above 55 years. The lodging and boarding of drivers shall be born by owner. If the contractor fails to provide a vehicle, the deduction from his R.A.bill should be made on prorate considering the monthly rate payable with 26 working days per month or Rs.1000/- per day whichever is higher. The driver should be provided with enough money to cover the cost of Diesel, repairs and incidental expenditure while in journey. If you fail to execute the order successfully, the order will be got completed through other agency and if required to pay higher rate,in that case, difference of rates will be recovered from you. Formula for considering price variation: No price variation will be payable on cost of oil/ tyres, tubes etc. Only charges in price of diesel will be adjustable You must quote price on the basis of prevailing 15 days before the due date of tender.this basic rate shall be indicated in the offer. For every ten paisa increase in price of fuel, the price per km payable shall go up by one paisa. this will be applicable to the actual km traveled during the month. In case of less use of 2500 km minimum Rs.26250/- will be paid per month. for 24 Hours vehicle availability. Rs.7.50/- per km is to be paid for excess kms. Traveled beyond 2500 Kms. subject to approval of competent authority. Only one weekly holiday should be given. (Whichever fixed by I/C Engineer) Head quarter of vehicle is fixed at 66kv Chanasma Substation only Vehicle requires with seating arrangement, Mobile charger in Driver cabin as well as in loading part Shed with window arrangement. Vehicle can not change as offer with tender Bidder have to deploy vehicle as he has mention in tender

Signature of Contractor. Executive Engineer (TR) GETCO, Patan.