GUJARAT STATE ELECTRICITY CORPORATION LTD. THERMAL POWER STATION UKAI, DIST: TAPI TENDER

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

TECHNICAL BID. T (E-Tender I.D. No )

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

SARDAR SAROVAR HYDRO ELECTRIC PROJECT (O & M) UNIT, KEVADIA COLONY , GUJARAT STATE

TECHNICAL BID. T 4452 (E-Tender I.D. No. ) Subject: Supply of Various Pulleys for CHP I and II of GSECL Ukai TPS. EMD D. D. No.

GUJARAT ENERGY TRANSMISSION CORPORATION LIMITED

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

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

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

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

Annual Contract for Garden Maintenance at office campus UGVCL Mehsana.

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

(CIN) : U40100GJ1999SGC STATE LOAD DESPATCH CENTRE

GUJARAT STATE ELECTRICITY CORPORATION LIMITED

TECHNICAL BID T 3469

TENDER FOR PROCUREMENT OF TRANSFORMERS

West Bengal Tourism Development Corporation Limited

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.

TECHNICAL BID. T 3833 A ( E-Tender I.D. No )

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

Name of the work: AIR CONDITIONING WORKS TO BE CARRIED OUT AT OUR EXISTING BRANCHES IN THE REGION RO JAIPUR. SYNDICATEBANK:

L&T HOWDEN PVT. LTD. HAZIRA MANUFACTURING COMPLEX, SURAT

BANK OF INDIA, AHMEDABAD ZONE

BHARAT HEAVY ELECTRICALS LIMTIED 15TH FLOOR CENTRE - I, W.T.C. CUFFE PARADE, MUMBAI

IDBI BANK LTD. TENDER

Tender Specification No.: 04 / of SE (CTI &Enqs.) / CTI, Dt: OPEN TENDER NOTICE

TENDER NOTICE AIR CONDITIONING AT EDC HOUSE PANAJI

Tender No: 46 / 04 / 2015 (EMD-I / 31426)

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

DIRECTORATE OF CIVIL AVIATION GOVERNMENT OF UTTAR PRADESH LUCKNOW AIRPORT, LUCKNOW

NATIONAL INSURANCE ACADEMY BALEWADI, PUNE

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

TECHNICAL BID PART I

CIN: U40100GJ1993SGC019988

TENDER DOCUMENT PHOTOCOPYING & STATIONERY SHOP KIRORI MAL COLLEGE, UNIVERSITY OF DELHI DELHI

BANK OF BARODA GREATER MUMBAI ZONE MUMBAI

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

NOTICE INVITING EXPRESSION OF INTEREST

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

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

UNIVERSITY OF ALLAHABAD

GUJARAT STATE ELECTRICITY CORPORATION LIMITED

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

BANK OF INDIA ZONAL OFFICE RAJASTHAN ZONE JAIPUR

र य गक स थ न प द र क र ल NATIONAL INSTITUTE OF TECHNOLOGY PUDUCHERRY Karaikal Tender Document

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

NOTICE INVITING EXPRESSION OF INTEREST

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

Supply of Earthing Kit for the special type earthing of Distribution transformer centres Under Patan City-1 S/Dn, Division Office Patan, UGVCL.

ALLAHABAD BANK Head Office, 2, N. S. Road, Kolkata NOTICE INVITING TENDER

NOTICE INVITING TENDER. Ten No. TEN/004/UPS/AO

NOTICE INVITING TENDERS

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

SJVN LIMITED. (A joint venture of Govt. of India & Govt. of Himachal Pradesh) (An ISO-9001:2008, Schedule-A, Mini Ratna Company)

TENDER (TWO BID SYSTEM) FOR COMPREHENSIVE ANNUAL MAINTENANCE CONTRACT SERVICE OF SPLIT, WINDOW AIR CONDITIONERS, AT NID - CAMPUS BENGALURU

EMPLOYEES STATE INSURANCECORPORATION SUPER SPECIALITY HOSPITAL SANATHNAGAR, HYDERABAD

BANK OF BARODA BARODA CORPORATE CENTRE MUMBAI CORRIGENDUM / EXTENSION OF LAST DATE OF SUBMISSION OF TENDER

Collective RFQ No.: 1408 Date:

PR NO RFQ NO 41580

GUJARAT STATE ELECTRICITY CORPORATION LTD. THERMAL POWER STATION UKAI, DIST: TAPI TENDER COPY

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

PEC LIMITED (A Government of India Enterprise) HANSALAYA, 15-BARAKHAMBA ROAD, NEW DELHI Tel: Fax:

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

2) Area: square feet (AC & Non-AC) comprising of i. Ground, 1 st to 5 th Floors ii. Lower & Upper Basements iii. Stores Area on 7 th Floor

BANK OF BARODA BARODA CORPORATE CENTRE MUMBAI

Ref. No: NIEPMD/ESTATE 6(9)/

BID DOUCMENT FOR ELECTRONIC TENDRING

GUJARAT ENERGY TRANSMISSION CORPORATION LIMITED TRANSMISSION DIVISION - RAJKOT TENDER

SYNDICATEBANK: DATA CABLING WORKS FOR AMRAVATI MAIN BRANCH (5120)

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

Tender Notice No 02/12-13

MAHARASHTRA GRAMIN BANK

NOTICE INVITING TENDER. (NIT) SUPPLY, INSTALLATION & COMMISSIONING FULLY AUTOMATIC ORGANIC WASTE COMPOSTER HAVING CAPACITY OF

Premises & Estate Department Local Head Office, Bank Street Koti, Hyderabad NOTICE INVITING TENDER (E-TENDERING)

Employees State Insurance Corporation Hospital, Manesar

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

TECHNICAL BID. Work of Testing of Condenser Tubes by Eddy Current Method in 200/210MW Unit No.4 & 5 at TPS, Ukai during AOH

(ISO 9001:2008 CERTIFIED)

LOCAL HEAD OFFICE BUILDING KOTI, HYDERABAD Ph No: NIT No: 04/ DATED: 20/04/2017

KENDRIYA VIHAR APARTMENTS OWNERS ASSOCIATION (KVAOA) BELLARY ROAD, YELAHANKA BANGALORE Phone No.

GUJARAT ENERGYTRANSMISSION CORPORATION LIMITED TRANSMISSION DIVISION, SAVARKUNDLA

INDIAN MARITIME UNIVERSITY

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.

DIRECTORATE OF CIVIL AVIATION

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

Rabindranath Tagore Centre Indian Council for Cultural Relations 9A, Ho Chi Minh Sarani, Kolkata T: / 0314

TENDER DOCUMENT TENDER ID : BAN

Balmer Lawrie & Co. Ltd., SBU Performance Chemicals 32, Manali, Chennai (Regd. Office: 21, N.S.Road, Kolkatta )

Persons to clean the institute including washrooms

Sports Authority of India, Sports Training Centre, Dharamshala.

GUJARAT ENERGY TRANSMISSION CORPORATION LTD. TRANSMISSION CIRCLE, BHARUCH.

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

CENTRE FOR DNA FINGERPRINTING AND DIAGNOSTICS Block No. 7, /B, Gruhakalpa Complex, Nampally, HYDERABAD NOTICE INVITING TENDER

BHARAT HEAVY ELECTRICALS LIMITED Regional Operations Division MUMBAI

WEST BENGAL INDUSTRIAL DEVELOPMENT CORPORATION LIMITED PROTITI, 23, Abanindranath Tagore Sarani (Camac Street), Kolkata TENDER DOCUMENT FOR

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

REGIONAL OFFICER. Page 1 of 11

Notice Inviting Tender.

Proposed Air Conditioning Work of Bank of India Curchorem Branch BANK OF INDIA TENDER DOCUMENT FOR AIR CONDITIONING WORK OF BANK OF INDIA

Jawaharlal Nehru Govt. Engg.College, Sundernagar Distt.Mandi (H.P.) TENDER DOCUMENT FOR

Transcription:

GUJARAT STATE ELECTRICITY CORPORATION LTD. THERMAL POWER STATION UKAI, DIST: TAPI-394680 TENDER NAME OF WORK:- Oil leakage attending and complete overhauling of 3.5 MVA, 11/66 KV generator transformer of Unit#1 & 2 at Mini Hydro Power Station,Ukai. Tender No.: WT-3053. RFQ No: 36363. Page 1

GUJARAT STATE ELECTRICITY CORPORATION LTD. THERMAL POWER STATION UKAI, DIST: TAPI- 394 680. NAME OF WORK: - Oil leakage attending and complete overhauling of 3.5 MVA, 11/66 KV generator transformer of Unit#1 & 2 at Mini Hydro Power Station, Ukai. SR. NO. INDEX DESCRIPTION PAGE NO. 1 Tender Notice 3 2 Technical Bid Covering 4 3 Pre-Qualification conditions for technical bid 6 4 Schedule-A 8 5 Technical Terms & Conditions 14 6 General Terms & Conditions 17 7 Terms and condition regarding industrial laws and other related matters 20 8 General safety rules to be observed by the contractor 23 9 Annexure (CERTIFICATE - A) 27 10 Integrity pact 28 10 Price Bid Covering 29 11 Schedule-B 30 Page 2

GUJARAT STATE ELECTRICITY CORPORATION. LTD. THERMAL POWER STATION UKAI, DIST: TAPI- 394680. TENDER NO. : - NAME OF WORK: - Oil leakage attending and complete overhauling of 3.5 MVA, 11/66 KV generator transformer of Unit#1 & 2 at Mini Hydro Power Station, Ukai. TENDER NOTICE Sealed item rate tenders in two parts viz. (a) Technical Bid and (b) Price Bid in two separate sealed envelopes subscribing Technical Bid for work and Price Bid for work, are invited from experienced registered contractors for the subject work. 01 Estimated Cost : Rs. 6,50,000=00/- (Exclusive of Service Tax) 02 Last Date of Issue of Tender. : 03 Last Date of Submission of Tender by RPAD only. 04 Date of Opening of Tender (If Possible) : 05 Time Limit for completion of work. : 40 days for both transformers (20 days of each transformer) ( From the Date of commencement of Work) 06 Earnest Money Deposit : Rs. 6,500/- by D.D./ RTGS /NEEFT 07 Security Deposit : 5% of Contract Value* 08 Tender Fee (Non refundable) : Rs. 750/- by D.D. / RTGS /NEFT. 09 Penalty for Late Completion. : As per Corporation Rules as mentioned in tender copy. * Within a week time on receipt of Letter of Intent. Same should be paid by D.D. drawn in favour of GSECL payable at bank of Baroda, Ukai Branch. The full particulars can be had from the tender specifications by this office and same can be obtained from the office of the undersigned on payment as above per copy of specifications. Earnest Money Deposit will be accepted by RTGS/NEFT or demand draft on Bank of Baroda, Ukai Branch or SBI Ukai. Tender received without earnest money deposit is liable for rejection. The tenders will be opened in the presence of those contractors who wish to remain present on the date and time of opening, if possible. The undersigned reserves the right to reject any tender without assigning any reason thereof and to place orders for the same to one party or separately. Name of contractor : Full Address: Should the tender be accepted I/ We hereby agree to abide by and fulfill all the terms and provisions of the tender and contractor for work/ supply as applicable and in default thereof to forfeit and pay to the GSECL the sums of money due. The full value of the earnest money deposit paid herewith should be absolutely forfeited to the GSECL if I/ We not deposit the full amount of specified security deposit. : Signature of Bidder with Seal & Date Chief Engineer (Gen) GSECL, TPS, UKAI Page 3

GUJARAT STATE ELECTRICITY CORPORATION LIMITED Ukai Thermal Power Station, Ukai Dam, Taluka Fort Songadh, Dist Tapi 394680 4680.. Ph. 91-2624 2624-233215 233215, 233257 Fax: 91-2624 2624-233300 233300, 233315 e-mail: ukaiceg@gebmail.com Website: www.gsecl.in CIN: U40100GJ1993SGC019988 TECHNICAL BID NAME OF WORK: - Oil leakage attending and complete overhauling of 3.5 MVA, 11/66 KV generator transformer of Unit#1 & 2 at Mini Hydro Power Station, Ukai. Tender No:-WT-3053. RFQ No:-36363. Page 4

GUJARAT STATE ELECTRICITY CORPORATION LIMITED THERMAL POWER STATION, UKAI DAM 394 680 NAME OF WORK: - Oil leakage attending and complete overhauling of 3.5 MVA, 11/66 KV generator transformer of Unit#1 & 2 at Mini Hydro Power Station, Ukai. INSTRUCTION TO BIDDER 1. Prescribed EMD will have to be paid by the bidder, which will be accepted by crossed Demand Draft drawn on Bank of Baroda or SBI payable at Ukai. Tender submitted without EMD are liable to be rejected. All bidders are strictly instructed that photocopy of DD of EMD & Tender fee to be sticked on tender cover without which it will be presumed that EMD is not paid and tender will not be considered/accepted. 2. Technical bid and price bid are to be submitted by bidder physically in hard copy in scheduled time. 3. Tenders received late after prescribed due date and time will not be accepted. Any alternation/ modifications to the bids received after opening of the tender shall not be considered unless called for by the GSECL in negotiation. 4. Tender fee/emd/sd will be accepted by RTGS/ NEFT also. The bank details are as under:- Beneficiary Name: M/S Gujarat State Electricity Corporation Ltd., Address: Urja nagar, GEB Colony, Ta: Songadh, Dist: Tapi, Pin: 394680. Bank Name: Bank of Baroda Ukai. Nature of A/C: Current Account. Branch: Ukai. Account No.: 02640200000002. IFSC CODE No.: BARB0UKAIXX ( 0 =Zero) MICRE CODE NO.: 394012529. Page 5

PRE-QUALIFICATION CONDITIONS FOR TECHNICAL BID Offers of only those well-experienced and resourceful bidders, who meet at least the following criteria, will be considered. Bidder should have carried out and having experience of carrying out similar type of work satisfactorily at thermal power station of GSECL, NTPC and Power generating station of other Electricity Boards/ corporations. Documentary proof of having successfully executed such work will have to be produced along with technical bid. However, issue of tender documents to any party will not automatically qualify any party as to its capacity to execute this work. GSECL shall assess the capacity of the bidder at the time of evaluation of bids. Technical Bid qualification Conditions:- (All below documents submitted with stamp and sign of bidder). 1. Bidder has to pay tender fee of amount Rs. 750=00 in favor of GSECL, Ukai. 2. Bidder has to pay EMD of amount Rs. 6500=00 (i.e. 1% of tender amount) in favor of GSECL, Ukai. The details of Tender fee and EMD paid by bidder copy of receipt/ copy of DD for tender fee and EMD must be attached with technical bid and same details is to be mentioned on technical bid cover. 3. Tenderer should also certify that the tender submitted is unconditional tender and Specifically remarks Unconditional Tender on cover. 4. Please furnish your address, Phone No., Fax No., e-mail ID and receipt of EMD and tender fee details with authorized stamp and sign of bidder. 5. Information Regarding Bidder, experience and competence with Authorized stamp and Signatory of bidder. 6. Bidders must have to submit the copy of PAN card, Copy of separate P. F. Code No. and copy of GST/CST and VAT registration certificate with stamp and sign of bidder. 7. Copy of Tender notice, Schedule-A (Scope of Work), General instruction and each copy of terms and condition of tender submitted by bidder with authorized stamp and sign of bidder. 8. Copy of Service Tax Registration Certificate with authorized stamp and sign of bidder. 9. Past executed order copies of same or similar work carried out in GSECL and or other State Electricity Board, NTPC or other reputed organization etc with bidders authorized stamp and sign. 10. Bidders have to submit latest IT Clearance certificate for the assessment year 2015-16 and 2014-15 with authorized stamp and sign of bidder. 11. Bidder has to submit the copy of Electrical contractor license of valid period with authorized stamp and signatory. 12. List of tools and tackles lying with them for carrying out the work with authorized stamp and sign of bidder. 13. Service tax or any other taxes applicable taxes must be mentioned in price bid only. If taxes will be mentioned in technical bid or elsewhere, same will liable to be rejected. 14. Bidders have to submit the bank solvency certificate with authorized stamp and sign (certificate issued not before 12 months from the date of tender published on the web). 15. Copy of all tender documents submitted along with stamp and sign of bidder. 16. The tender will be issued to those experienced contractor only who have carried out such work in past successfully in GSECL/GETCO or other govt. organization having sufficient experience will only considered. Chief Engineer (Gen), TPS, Ukai reserves the right to either accept or reject any or all tenders without assigning any reason any thereof. The offer without any of the above documents or non acceptance of any clause shall be liable for rejection. In this regard the decision of Chief Engineer (Gen), TPS, Ukai shall be final & binding to the bidder. Subletting of tender is not permitted. Page 6

In no circumstances price should be quoted in Technical bid. Bidder has to quote their rates only in price Bid in schedule B. Tenderer shall furnish enough details/ documents in the technical bid regarding their experience, capability and resourcefulness meeting above requirements, solvency certificate minimum of 20% of estimated cost issued by any nationalized Bank etc. Tenderer shall also furnish experience list. Tenderer shall specifically mention with supporting documents how they meet qualifying requirements i.e. Tenderer shall furnish copy of past orders executed (mentioning detailed scope) along with their respective performance certificate from the end user by which he claims to have met tender qualification requirements. The bidders should indicate in their technical bid, The maximum value of the order of similar work executed together with the details i.e. name and full address, telephone/ fax number/ Email ID of the customer, value of the order, scope of work etc. Time limit for completion of the work stipulated in order.actual time taken for completion with reasons for delays if any. Performance certificates from customers. Tenderer should also certify that the tender submitted is unconditional tender and specifically remarks Unconditional Tender on cover. Signature of Bidder with Seal & Date Chief Engineer (Gen) GSECL, TPS, UKAI Page 7

GUJARAT STATE ELECTRICITY CORPORATION LIMITED UKAI THERMAL POWER STATION NAME OF WORK: - Oil leakage attending and complete overhauling of 3.5 MVA, 11/66 KV generator transformer of Unit#1 & 2 at Mini Hydro Power Station, Ukai. Schedule - A NAME OF WORK: Oil leakage attending and complete overhauling of 3.5MVA, 11/66 KV Generator Transformer of Unit # 1 & 2 at Mini Hydro power station, Ukai. -: Technical details of Transformers are as under :- 3.5MVA, 11/66 KV Generator Transformer-1 & 2. Make: Voltamp, Baroda. GT Sr, No.: JN 1852/2, Rating : 3500 KVA No load Voltage HV: 66 KV No load voltage LV: 11 KV Ampere HV/LV: 30.62/183.7 Amp. Phase: 3 phase Frequency: 50Hz Vector Symbols: YNd11. % Impedance voltage: 7.5 % Year of Mfg.: 1985. Core & Winding weight:4800 Kg. Total weight : 10400 Kg. Oil in Liters: 3000 Litres, Oil Weight: 2600 Kg. No of taps: 5 Type of cooling: ONAN. Maximum Ambient Temp: 50 C Maximum temp. rise Oil/Wdg : 50/55 C. Basic insulation level Impulse Voltage KVP HV/LV : 325/75. PF Voltage KV rms HV/LV: 140/28 Scope of work 01. The work is to be carried out at Transformer site only. 02. The Party should complete the work of transformer during its shutdown period only (i.e.40 days). The availability of shut down will be intimated to party well in advance. Party should start the work from the first day of the shutdown. All require arrangement of tools/tackles and men-material should be kept ready before shutdown. 03. Testing the transformer before dismantling carried [Before overhauling carried out by GSECL and after overhauling it is carried out by party]. i. HV, LV winding IR and PI. Measurement of winding resistance. ii. Testing of buchholz relay operation. iii. Magnetic balance test of HV/LV winding. iv. Magnetizing current test of HV/LV winding. v. Measurement of BDV of oil. 04. The power/control earthing cable termination to be disconnected and to be properly covered and supported to avoid damages. 05. Draining of oil from main tank and conservator tank of transformer in barrels for finding the location of oil leakages and mark the leakage points of complete Transformer with color in presence of our Engineer in charge. Opening of top inspection cover & Flushing of OLTC/ Bucholz by new oil. Page 8

06. Removing of HV/LV connections. 07. Buchholz relay inspection internally and testing and replacement of damaged part if any. 08. Draining of old oil in separate drums/tanks (Tank to be provided by GSECL). Before draining of oil the transformer tank should be heated up by a separate hot oil circulator at around 70 deg centigrade. This temperature should be maintained for 24 hrs minimum to remain activate part at higher temperature, so that when oil is totally drainout, therefore and winding assembly will have temperature higher than ambient. This will not allow the atmospheric moisture to condense over core and winding. The winding should not be exposing without oil more than 6 hrs. 09. Tightness checking of operating mechanism, connections & contact drive mechanism of switch position of transformer and other part of transformer body and arrest the problem for the same. 10. Removal of all fittings such as conservator, top cover, HV & LV Bushings, Neutral bushing, Radiators and other accessories etc. 11. Shifting of empty oil barrels, from main store TPS Ukai/Hydro store and switchyard HPS to the Hydro site and to work location. Barrels to be provided by GSECL free of cost. After completion of work credit the same to the main store. [Oil tank is also available at Hydro site, can be shifted to work location. Approximate distance of tank from work location is 3000 meter; oil drain pipe is to be arranged by party.]. If required truck, forclip and crane will be arrange by the party. The man power for the same work should be provided by the Party. 12. Before filtration Testing of oil at M/s. ERDA, Vadodara for BDV, water content in PPM, Sp. Resistance, Tan delta and after filtration of oil BDV, water content in PPM, Sp. Resistance, Tan delta, Sediment & sludge value, Flash point, DGA etc is to be carried out. 13. Detanking of Transformer Oil with pump or filter machine in separate oil tank/barrels. Tank & empty barrels will be provided by GSECL. Before draining the oil the oil should be heated up by a separate hot circulator at around 70 deg C, so that when the oil is totally drain out, the core and winding assembly will have temperature higher than ambient. 14. Physical Inspection of core- coil assembly by lifting if required & cleaning and attending minor defects if found such as loose connection bolts, locking arrangement / tightness of fastener, Tap changer contacts and tightening of tie rods, core bolts and other clamping hardware, Providing/ re-tapping by fresh creep paper on HV/LV flexible lead if required,etc 15. Cleaning of core- coil assembly by hot oil jet to remove sludge & other foreign particles deposited over core & windings. 16. Supply, preparing and replacement of all the gaskets made of appropriate grade of rubberized cork sheet as per quality RC-80 C of IS 4253 (part-ii) 1960 for used in transformer oil such as main top cover, conservator tank, bushings, all windows and all pipe line. No taxes will be payable by GSECL Extra for supplied items, hence party has to quote with inclusive of all taxes for supplied items. 17. Replacement of explosion vent diaphragm, replacement of breather by heavy duty transparent glass type new breather with new dry silica with all required size gaskets with new one. Page 9

18. Replacement of all old cork sheets by new one, Replacement of all gauge glass by new one ( i.e. Conservator tank, R, Y & B phase bushings gauge glass at 66 KV side) as per requirement. Proper sealing of all transformer boxes, all meter boxes with proper manner without any leakage and as per instruction of EIC. 19. Replacement of all old gaskets by preparing from appropriate grade & size of rubberized cork sheet confirming to grade RC 80 C of IS 4253(part-II) 1960 for use in transformer oil such as HV / LV Bushings, Top cover, explosion vent, Buchholz relay, gauge glass, pipe fittings etc. Replacement of Nylon/Teflon washers of all valves, Drain plugs, Air release plugs, replacement of HV, LV & Neutral bushings special washers, O rings etc. by new one etc. Gaskets and other materials to be used by party it s own after inspection by GSECL representative. 20. Replacement of rubber seals of (a) OTI & WTIs meter glass in transformer MK box and (b) MK Box cover seals. 21. Flushing of radiators by hot oil jet. 22. Checking of buchholz relay and servicing the same. 23. Blanking of all the openings or vacuuming. 24. Restarting fittings of all accessories after due maintenance, inspection windows covers, conservator tank etc. All bolts-nuts should be properly and equally tightened Buchholz relay inspection internally, inspection of mercury switch and float conditions and attending for defect if any and replacement of any part if required. 25. Drying-out of core and winding as per procedure laid down as under: Vacuum pulling by a separate vacuum pump to 700HG mm or more provided the tank and cover does not have permanent deflection due to vacuum. Continue vacuum for 12 hrs. after attaining 700HG mm vacuum after every vacuum cycle the quantity of water collected in the condensate of vacuum to be measured and noted for the purpose of knowing the rate of water extracted from the core and winding insulation. In transformer for about 12 to 24 Hrs. At least 2 to 3 cycles to be given with IR value measurement. The drying will be continued till the IR value are imporved. 26. Replacement of HV, LV & Neutral bushings special washers, O rings etc. by new one. 27. Pressure test of transformer tank. 28. Pressure test of radiators and attending the same. 29. Filtration of old/new oil in above said tank till desired BDV is achieved. Transformer oil of each new barrel should be tested for BDV and should be recorded before filling in the main tank of transformer. 30. Filling the filtered transformer oil in the transformer under vacuum not less than 700mm of mercury and oil filtration at 60ºC.Heating of winding and filtration of oil by hot oil circulation till desired BDV and IR value is achieved. 31. Monitoring moisture extraction per cycle. Page 10

32. After oil filling in the transformer tank, oil is to be filtered at the temperature of 65-70 ºC. 33. Impregnation of entire oil in the transformer after mounting of all fittings and topping up of oil in the conservator. The filtration will be continued minimum for two to three cycles and till the desired BDV attained as per IS- 1866-2000. 34. Degreasing & cleaning of all external surfaces of tank & fitting in such a way so that water should not enter in Electrical connection junction box, temperature meter etc and apply one coat of anti corrosive red oxide on such rusted parts, if required. 35. Filling of transformer oil by filtered oil of prescribed BDV achieved and for the same ERDA test report submitted by Party before filling of transformer filtered oil in presence of EIC. 36. Cleaning of rusted portion any where on transformer main tank, radiator, header pipes, valves conservator tank, cooling fans, control panels, control boxes etc. and stop oil leakage if any and Painting of all external surfaces of complete transformer with two coats of light gray synthetic enamel of Apcolite Asian make paint color shed or shed will be decided by our Engineer in charge. Painting is to be done after complete cleaning of all accessories by surf powder. 37. Testing of transformer oil as per IS-1866-2000 at ERDA for following tests. Break down voltage (BDV). Specific resistance (Resistivity) at 90 ºC. Water content [ppm] Die-electric dissipation factor (tan delta) at 90 ºC. Neutralization value, (Total acidity) mg KOH/g of oil. Interfacial tension, N/mt 27 ºC. Flash point ºC. Sediment & sludge % wt. DGA. 38. Testing the Transformer for possible site tests such as mention below and this test taken by the contractor after overhauling work. a. Magnetic balance. d. IR/PI values b. Vector group checking e. Ratio test (on all tap positions). c. Buchholz operations. f. Tan delta & Capacitance test of transformer & bushing. g. flux diversion test 39. Ten delta & capacitance test of transformer & Bushings before and after overhauling to be carried out by GSECL. 40. Re connection of HV/LV connection. 41. Contractor shall have to arrange for covering of complete transformer with tarpaulin or other means so as to avoid entering of moisture/dust in or on the transformer under work. 42. Qualified, experienced and efficient personnel should supervise the various activities such as repairing, complete overhauling, and replacement of necessary spares and testing of transformer throughout the completion of work. 43. Contractor has to take proper care for repairing, complete overhauling, replacement of necessary spares and testing of transformer and also safety of working personnel. No compensation will be granted from Corporation in case of injury, loss of working personnel of contractor and theft of materials. Page 11

44. Any material/components/accessories required to be replaced/provided should be procured new from renowned manufacture only and should be manufactured from brand new materials in accordance to applicable IS specification and necessary test certificate should be submitted at the time of site testing. 45. Filter machine, vacuum pump, hydraulic jack, crane, oil tank, power cables for power supply, man power along with tools-tackles, testing and measuring equipments etc required for O/H work to be arranged by the bidder/contractor. 46. Necessary insurance for transformer is to be taken by the firm and Company will reimburse it. In case of damage, the matter is to be taken by the firm with insurance company for settlement of the claim. 47. Oil testing charges at ERDA shall be borne by the contractor. 48. Complete routine tests of the transformer after completion of overhauling work shall be carried out by bidder/contractor in presence of EIC of GSECL. 49. Charging of transformer after all necessary testing. 50. Scope of Bidder:- (Consumable/ Returnable) 1. Suitable capacity of filter machine. 2. Hot oil circulator specially designed and manufactured for drying out of transformer under vacuum at site. 3. Required capacity vacuum pump with hose with vacuum gauge etc. 4. Megger. 5. Oil BDV test set. 6. All required tools & tackles, tarpaulin etc. 7. Spray painting gun with compressor. 8. All required gaskets, cork sheets, adhesive, paints, thinner, red oxide, varnish of standard make, insulation, breather with newly silica gel, explosion vent diaphragm, all gauge glasses, All types of gaskets, O rings, oil sealing materials, insulation paper/material if required, G.I. / M.S. bolts nuts etc. etc. 9. Proper size tarpaulins to cover the job during the work. 10. Full dry Nitrogen gas cylinders for drying out process and preservation if required. 11. Rubber seal for OTI & WTI meter glass and MK box covers. 12. All required gaskets, rubberized cork, crepe papers. 13. Paint, Varnish, Thinner & Red oxide of standard make only, meeting with IS Quality/Brand to be got approved before purchase. 14. Mobile crane for loading and un-loading of our machineries and for dismantling and refixing of bushings, top cover, radiators, conservator tank and other accessories. 15. All required highly skilled and experienced man power. 16. Work will be supervised by highly and qualified technical persons. 51. Scope of GSECL: - (Work/ supply):- Free of cost. 1. Assistance for providing work permit, gate passes for bidder/contractor engineers and technicians for working round the clock including Saturday, Sunday and holidays as per rules and regulation of GSECL. 2. Providing required quantity of old/new oil for transformer, The transportation of oil from main store/ hydro store to site and vice versa done by GSECL truck but for that man power provided by the bidder/contractor. 3. Providing required electrical power supply connection at site. Page 12

4. Providing empty clean oil barrels/separate oil tank for draining of oil and filtration of oil at site. 5. Providing water tap for cleaning of transformer at work site. 6. Accommodation facilities for bidders/contractor engineers & technicians on chargeable basis as per standard rate of corporation as per availability condition only. 7. Tan delta & capacitance test of transformer & bushing carried out by GSECL (Before and after overhauling of transformer) in presence of the bidder. Signature of Bidder with Seal & Date Chief Engineer (Gen) GSECL, TPS, UKAI Page 13

GUJARAT STATE ELECTRICITY CORPORATION LTD. THERMAL POWER STATION, UKAI DAM: 394680 (DIST: SURAT) TERMS AND CONDITIONS OF CONTRACT: Name of Work: Oil leakage attending and complete overhauling of 3.5 MVA, 11/66 KV generator transformer of Unit#1 & 2 at Mini Hydro Power Station, Ukai. The following terms and conditions to be adhered with contract: 01. RATES: The rate of the item may please be filled in attached Schedule-B. The rates shall be given both in figures and words. There should not be any over writing and erasing. Any changes are to be done by erasing original writing, which should be countersigned by the tenderer. In case of difference between rates in figures and words, the rates most favorable to the Corporation shall be considered. 02. CONDITIONS OF CONTRACT: All the conditions of contract enumerated in the Book-let Tender and Contract for works and the specifications and drawings attached with the tender shall apply for carrying out this work, in addition to any other or further terms conditions mutually agreed upon. General terms & conditions as per GSECL contract shall be applicable and contractor has to sign the contract agreement. 03 INDEMNITY BOND: The successful tenderer will have to execute indemnity bond on stamp paper of appropriate value at our GSECL, TPS, Ukai office before commencement of work as per Corporation s prescribed Performa. The cost of the stamp fee shall be borne by tenderer. 04. EARNEST MONEY DEPOSIT: Prescribed E.M.D. will have to be paid by the tenderer, which will be accepted by crossed Demand Draft drawn in favour of Bank of Baroda at Ukai. Tender submitted without EMD are liable to be rejected. All Tender are strictly instructed that Xerox copy of M.R. No. of EMD to be sticked on tender cover without which it will be presumed that EMD is not paid and tender will not be considered / acceptable. 05. SALES AND OTHER TAXES: No sales, professional or any other taxes, cess or levy, excise, Octroi, royalty or other duties will be payable by the Corporation against this contract. Only service tax is payable. 06. INCOME TAX: Income-Tax as per rules will be deducted from bills. 07. Conditional and partly offer tender is liable for rejection. 08. TIME LIMIT: The work should be completed in stipulated period of 40 days from the commencement of work positively for the both generator transformer overhauling work considering all abnormal conditions during shutdown period. The availability of shut down will be intimated to party well in advance. Party should start the work from the first day of the shutdown. All required arrangement of tools/tackles and men-material should be kept ready before shutdown. Page 14

09. SUPPLEMENTRY WORK : All major repairs/replacement work noticed other than the scope of works during inspection will be attended by party at an extra cost. The reasonable cost will be decided mutually. Decision of the CE (GEN) Ukai will be final & binding to the contractor. 10. This contract or any part thereof shall not be assigned subject to other agency/contractor without written permission of competent authority of Corporation. 11. During execution of work, any damage to the equipment or any other property of the Corporation will have to be repaired/replaced free of cost by the contractor. 12. INSURANCE : Contractor will make arrangement at his own cost by insuring all materials and equipments obtained by you for the work and also your labours etc. The GSECL will not be responsible for any loss or damage either to your personnel or to your equipments. The contractor will have to take necessary insurance in the name of GSECL from the Company approved by the Corporation. Insurance of 3 (Three) nos. of HV bushings and 03 (Three) nos. of LV bushing are to be covered considering the market value of bushing. The survey charges & premium charges of insurance will be reimbursed to the contractor on submission of documentary evidence with bill in triplicate. All claims with Insurance Company will have to be settled by the contractor. 13. FAILURE TO EXECUTE THE ORDER: In case of failure on the tenderer to cope up with the works within the specified period, the same will be got executed through other agency at the risk and cost of contractor even at higher rates and the difference in the amount any will be recovered from the contractor. In case of poor progress of the work, Corporation reserves the right to stop the work and nothing will be payable to the contractor for part works carried out. 14. SECURITY DEPOSIT: Tenderer shall have to pay the security deposit at 05 (Five) % of the total value the amount shall be paid demand draft on Bank of Baroda, Ukai Branch within seven days from receipt of the LOI in the office of the undersigned. Detail work order will be issued after the payment of S.D. The same will be refunded only after the expiry of guarantee period of one year from the date of successfully charging of transformer and trouble free operation during this guarantee period. 15. Performance Bank Gurantee: - Party has to pay PBG amounting of 10% of contract value* for this tender for the guarantee period (01 Year from the date of successful charging of transformer). The amount of PBG will be return after successful completion of guarantee period only. 16. PENALTY: The contractor should complete the work within stipulated period of 40 days from the commencement of work. In case any delay is there beyond stipulated period, penalty of ½ % (Half percent) per week of the order value maximum up to 10 (Ten) % will be charged. 17. GUARANTEE : The party has to give performance guarantee for the trouble free operation of the transformer for the period of one year from the date of charging the transformer, after completing the work. During execution of work any damage to the transformer or part there of will have to be repaired free of cost by the contractor. Page 15

18. TERMS OF PAYMENT: Payment will be released by R.A bill as per work progress else payment will be released by Final Bill only after completion of work on joint measurements bases and following the GSECL s procedure on getting Performance Bank Guarantee of 10 (Ten) % order value valid for one year (i.e. Guarantee period) considering from final charging of transformer. Performance Bank Guarantee shall be released only after one year (i.e. expiry of guarantee period).during this period, if any defect/trouble found in transformer, it will be attended by contractor at free of cost. 19. SETTLEMENT OF DISPUTE: In case of any dispute, the decision of Chief Engineer (Gen), GSECL, TPS, Ukai will be final and binding to the contractor. 20. The tender will be issued to those experienced contractor only who have carried out such work in past successfully in GSECL/GETCO or other govt. organization having sufficient experience will only considered. ` Signature and seal of bidder: Dated: CHIEF ENGINEER (GEN) GSECL: TPS: UKAI Page 16

GUJARAT STATE ELECTRICITY CORPORATION LIMITED UKAI THERMAL POWER STATION NAME OF WORK: - Oil leakage attending and complete overhauling of 3.5 MVA, 11/66 KV generator transformer of Unit#1 & 2 at Mini Hydro Power Station, Ukai. GENERAL TERMS & CONDITIONS: The contractor means the documents forming tender and the subsequent agreement that may be entered into. The general rules and regulations of the Corporation for tender and contract for works will apply to the extent the same are not modified herein. Any other rules and regulations, conditions etc. that are in force at present and that may be framed by the Corporation from time to time in connection with contracts will be binding and acceptable to the contractor. Sub-letting or trading of contract without prior written approval of Corporation will be treated as a breach of contract and it will be punishable by forfeiting the security deposit as well as termination of contract. The successful Bidder has to pay Security Deposit 05 (five) % of the order value on receipt of letter of intent (LOI) for the work. The amount of Security Deposit will be refunded after satisfactory completion of work and after deducting any dues of the Company. The contractor shall hold the Corporation indemnified against and in respect of any claims arising out of injury to any persons(s), loss of life; workman s compensation and any other theft, the contractor claims whatsoever. The contractor shall be responsible for any damages to any property of the Corporation due to negligence of the contractor on his employees. The Corporation will be entitled to recover the damages from the contractor and it shall be final and binding to the contractor. The contractor shall submit their Service tax registration number and same should be quoted on all his bills. The contractor will have to enter in to an agreement with the corporation and the cost of the stamped paper shall be borne by the contractor, the contractor shall also have to execute an indemnity bond on required value of stamped paper as per Corporation s rules. The cost of the stamped paper will be borne by the contractor. Arbitration Clause: All questions, disputes or difference, whatsoever which may at any time arise between the parties to this contract in connection with the contract or any matter arising out of or in relation thereto, shall be referred to the Gujarat Public Works Contract Dispute arbitration as per the provision of the Gujarat Public Works Contracts Disputes Arbitration Tribunal Act-1992. The contractor shall strictly observe all the Labour laws and Factory acts in existence and amendments made from time to time. The work shall be completed within stipulated time. If required, the contractor will have to work round the clock to maintain the work schedule. Payments shall be made as per actual work done only. The contractor shall have to take all necessary precautions to avoid fire during cutting welding etc. in case of any smoldering fire; the same should be extinguished by contractor immediately using their own labour, tools, water and buckets etc. Page 17

Contractor shall arrange their own adequate tools and tackles, filter machine, ladders, scaffolding/ lighting materials including lighting transformers as per IS- 1416 etc. required for the work included in Schedule-A for completion of this work successfully. Contractor has to carry out the work at site only. If work is found unsatisfactory or not progressing according to the schedule given by the GSECL, then the GSECL reserves rights to terminate the contract without assigning any reasons thereof and the remaining work can be allotted to some other agencies at your risk & cost. Before starting the contract, the contractor has to furnish the documents for insurance of workers, failing which the contractor shall not be allowed to commence the work. An authorized technically qualified representative of the contractor must be available at site while the work is going on. The address of the representative should be submitted to this office so that The contractor s representative can be contacted whenever required in connection with execution of the work. Scaffolding material, if available with GSECL, will be issued on chargeable basis otherwise contractor will have to arrange for the same at their own cost. After completion of work scaffolding is to be removed immediately. After completion of work, working area and surrounding area should be made clean by removing M.S. debris & all types of scrap etc. scrap should be credited to main store only & it should be dumped at place shown by EE (Store). The contractor shall submit daily progress report for the work carried out by them. The contractor, if desires can see the plant and site of work with permission of under signed on any working day during working hours. The contractor shall have to submit their own P. F. Code number if allotted by RPF Commissioner/ P.F. Authority. In case the P.F. Authority has not issued. Allotted P.F. Code number to you then you shall have to comply with the provision of the P. F. Act and submit the P.F. Contribution of your Employees and Contribution of yourself to the P.F. Trust of the Corporation. All the employees engaged by you will be covered under P.F. Act and if you are denied the separate P. F. Code number by the P.F. Authority than you will have to submit the P.F. Contribution along with administrative charges to GSECL P.F. Trust without fail. If contractor will not comply this condition the final bill will not be released. This contract or any part thereof shall not be subletted to or assigned to any other agency/ contractor without written permission of the GSECL. The party has to arrange for the accommodation for their all staff at their own cost. Income tax will be deducted as per prevailing rate. The tender should be submitted along with EMD, without which no tender will be accepted. The details of payment of EMD and Tender fee shall be clearly indicated and to be furnished the MR/ DD No. on technical bid of tender covers itself. Conditional tender will not be accepted, withdrawal of condition unilaterally after opening of tender will not be permitted. Contractor shall submit tender along with detailed list of similar works carried out by them indicating place of work, contract values and names of organizations along with certificates for satisfactory performance of work. The bidder shall quote only in single percentage of rate above or below the estimated rates i.e. bidder should quote either say percentage above estimated Page 18

cost for the item or say below the estimated cost for the item detailed at schedule- B. After completion of contract work, the work completion certificate will be required to be produced to the DGM/ IRO for the purpose of no dues certificate and cancelation of gate passes issued to the contractor s workmen at the time of execution of the contract work. Signature of Bidder With Seal & Date Chief Engineer (Gen) GSECL, TPS, UKAI Page 19

GUJARAT STATE ELECTRICITY CORPORATION LIMITED UKAI THERMAL POWER STATION NAME OF WORK: - Oil leakage attending and complete overhauling of 3.5 MVA, 11/66 KV generator transformer of Unit#1 & 2 at Mini Hydro Power Station, Ukai. 1. Terms and Conditions regarding Industrial Laws and other related matter: The contractor shall pay minimum of wage per day as prevailing as may be specified here after or rates fixed under the minimum wages act. Whichever is higher the wages of every contract labour employed by him under the contract shall be paid by him before the expiry of 7th day of the latest day of the month in respect of which the wages are payable (i.e. wages of a month to be paid by him are in the 1st week of the next month.) The payment shall be disbursed in the presence of management Representative during the working hours in factory premises and the contractor shall get the entries certified it the wages by the representative of the Corporation default will result in cancellation of contract forthwith or else the contractor shall be punishable to the extent of Rs. 400/-fine per each day. The contractor shall give his telephone number and address to the Corporation so that incase of labour trouble etc., contractor can be contacted. The contractor shall arrange to have his office outside the factory premises and the contractor keeps himself present throughout the working hours. As a contractor you will be responsible and liable to pay difference in wages if any and or observed the revised the service condition that may be awarded by the honorable industrial tribunal effective from the date directly in the Award. " 2. Labour Laws: 2.1. Person below the age of 18 years shall not be employed for the work. 2.2. No female worker shall be employed in the Night shift between 7-00 p.m. to 6-00 a.m. 2.3. Contractor shall maintain a valid labour license under the contract labour (Regulation & Abolition) act for employing necessary manpower to be required by him. In the absence of sub license to contract shall be liable to be terminated without assigning any reasons thereof. 2.4. The contractor shall it his own expense comply with all labour laws and keep the Corporation indemnified in presence there of. Some of the major liabilities under various labour and industrial laws which the contractor shall comply which are as under:- 2.4.1. Payments of contribution by way of an employer s contribution towards provident fund, family pension scheme, deposit linked insurance scheme, Administrative charges etc. at the rate made applicable from time by Govt. of Gujarat, Govt. of India or other Statutory Authorities. 2.4.2. Payment of deposit in respect of each contract labours at the rate of Rs. 30/- with the office of Commissioner of Labour as per the contract labour (Regulation & Abolition Acts.) 2.4.3. License Fee as prescribed under the contract labour (Regulation & Abolition) Acts & Rules framed there under or depending upon the number of workmen employed by the contractor. 2.4.4. Paid leave facility and wages as per the provision of the Factories Act the rate of one day for every twenty days of working. 2.4.5. Identity cards as prescribed under the Factories Act with photo affixed there to, the same for identification. 2.4.6. Payment of retrenchment compensation, notice pay and other liabilities as per industrial dispute Act. Payment to the contractor s employees arising out Page 20

of plain or dispute under the Industrial Dispute Act-1947 or any other labour laws. 2.4.7. Payment of compensation in case of accidental injury. 2.4.8. Provision of creach if the female labour employed, is more than 30. 2.4.9. Maternity leave as per the provision of the maternity Benefits. The above are some of the major liabilities of the contractor in addition to other liabilities prescribed under the various labour laws in force from time to time from statutory authorities like Govt. of Gujarat, Govt. of India which the contractor shall have to comply with. 3. PROVIDEND FUND AND FAMILY PENSION SCHEME: The contractor shall submit along with his bill (month wise) a statement regarding deductions against employees provident fund and family pension scheme at the rate of 12.00 % (or at the rates made applicable by the Government from time to time) of the wage. The contractor s contribution and his workers contribution towards provident fund family pension scheme shall be deposited by the contractor with Regional Provident Fund Commissioner, Ahmedabad. 4. DEPOSITE LINKED INSURANCE SCHEME: The contractor shall have to deposit ½ % of the wages in respect of employees who is member of the provident fund contribution of the deposit linked insurance scheme with Regional Provident Fund Commissioner, Ahmedabad. 5. ADMISTRATIVE CHARGES: Administrative charges for maintaining provident fund account shall be deposited by the contractor with Regional Provident Fund Commissioner, Ahmedabad at the rates applicable. 6. PAID LEAVE FACILITY: Paid leave facility at the rate of one day for every twenty days worked by the contract labour shall be provided by the contractor to his workers. He shall maintain leave records/ leave and for individual labourer which shall be duly verified and approved/certificate by the authorized office or the Corporation. 7. WORKMEN S COMPENSATION FUND AND EMPLOYER S LIABILITY INSURANCE: The contractor shall cover all his employees under workman s compensation fund and under the liability insurance. Insurance shall be affected for all contractors employees engaged in the performance of this contract. If any of the work in subject, the contractor shall require the sub-contractor provided workman s compensation & employer s liability insurance for the letter s employee unless are covered under the contractor s insurance. 8. The contractor shall employees adequate number of experienced staff at site for daily supervision and for maintenance of various registers and records required under the laws and contract No. Payment for supervision shall be admissible. 9. CONTRACTOR TO INDEMNIFY THE CORPORATION : The contractor shall indemnify the Corporation and every member, Officer and Employees of the Corporation, all Engineers in charges and his staff against all action, providing claims demand costs and expensed what-so-ever, arising out of connection with the matters referred in clause 15 & elsewhere and against all actions, preceding claims, demands, costs and expenses which may be made against the Corporation of Govt. for or in respect of arising out of any failure by the contractor in the performance of obligation under the contract document. The Corporation shall not be liable for or in respect of or in consequent of any accident or inquiry in any workmen of other person in the employment of the contractor or his subcontractor, and the contractor shall indemnify and keep indemnify all claims demands proceeding costs charges and expenses what-so-ever in respect thereof or relation thereof. Page 21

10. The Corporation reserves the right to terminate this contract at any time during its tendency without giving notice of termination or any reasons thereof. The Corporation will be entitled to deduct directly from the bills to be paid to the contractor any sum or sums payable by contractor and which sum/sums the Corporation is required to pay as a principal employee on account of contractor s default in respect of all liabilities referred to in above clauses. 11. All payment to Contract Labourers shall be disbursed through Bank only. 12. Bonus payment shall be made to Contract labourers as per the bonus act. 13. Contractor has to arrange for in & Out punching to all contract labourers engaged by him in Bio-Matric punching machines kept at Plant Security Gate and for which Rs.10/- (Rupees: Ten only) shall be charged per labour per month as administrative expenses. Signature of Bidder With Seal & Date Chief Engineer (Gen) GSECL, TPS, UKAI Page 22

GENERAL SAFETY RULES/ NORMS TO BE OBSERVED BY THE CONTRACTORS NAME OF WORK: - Oil leakage attending and complete overhauling of 3.5 MVA, 11/66 KV generator transformer of Unit#1 & 2 at Mini Hydro Power Station, Ukai. All the contractors working at Ukai Thermal Power Station shall have to strictly observe the following Safety Rules. The Contractors shall be responsible for informing & observing these rules by their supervisors/ employees/ labours as well as the supervisors/ employees/ labours of their sub-agencies/ sub-contractors engaged, if any. Prior to commencement of the work, Contractor shall have to submit a written assurance on their letterhead to the concerned Sectional Head/ Engineer-in-charge that they have thoroughly gone through these Rules, have educated their employees/ employees of their sub contractor and will strictly observe the said Rules while execution of work under work contract awarded to them. They will have to indemnify the Corporation for any loss or damage/ accident/ injury to the Corporation s property/ employee or employee of their own in default of non-observing these rules. 1. Persons to be employed for carrying out the work shall possess required qualification, be fully trained and conversant for works to be done. All persons should have gate pass. Register consisting the full details (i.e. address, phone no, details of nearest relative, etc.) of all persons is to be maintained. During the work execution, one trained & competent supervisor should always remain present at site. 2. The contractor shall take all the required safety measures prior to commencement of work on dangerous substances, machineries or area at which cautionary notice is displayed and obtain- Line Clear or Work Permit through the concerned Department/ Section. 3. Prior to carrying out welding, gas cutting, furnace heating or any other hot work job, the contractor shall remove all the inflammable material lying at or nearby worksite or cover it properly by suitable protective covering. Also, special care shall be taken before carrying out such job & see that all possible contributing factors to set fire shall be removed/ vanished prior to commencement of the work. Advance intimation shall be given to concerned section/ fire section to commence the work in fire prone areas. They should also keep ready all the First Aid Fire Extinguishers/ equipments & fire extinguishing media/ material like sand/ water buckets or other appropriate equipment at such place. 4. While carrying out work in confined space or inside vessel, the contractor shall obtain necessary Confined Space/ Vessel Entry Permit from concerned department prior to commencement of the work. For lighting in such areas, only 24-volt (ISI certified & with proper guard) hand lamp shall be used. For taking care of the persons working inside the confined space/ vessel, a supervisor/ person capable to keep continuous watch on person(s) working inside, assist them in case of emergency or arrange to get immediate outside help, shall remain present at entry point and shall use full body safety belt without fail. While working inside sewage, trench or in-depth, a person to warn outsiders/ entrants/ passers etc. shall remain available near entry point or the entry point shall be cordoned by a barricaded tape with a cautionary notice. After completion of the works, all the lids/ covers/ grills/ grits opened, shall be refixed/ re-placed in the original position as it were prior to commencement of the Page 23