Servicing, refilling & maintenance of Fire Extinguishers for RBPH W - 36

Similar documents
BANK OF BARODA BARODA CORPORATE CENTRE MUMBAI

NATIONAL BANKING GROUP WEST-1

Tender document for Supply/ Installation of New Fire extinguishers & Refilling TENDER NOTICE

STAR HOUSE BANK OF INDIA NATIONAL BANKING GROUP NORTH-I H-2 CONNAUGHT CIRCUS Middle/Outer Circle, Phone No

BANK OF BARODA BIHAR REGIONAL OFFICE, 4 TH FLOOR, ANAND VIHAR, West Boring Canal Road, Patna TENDER NOTICE

BANK OF BARODA ZONAL OFFICE, MP & CG ZONE BHOPAL TENDER NOTICE

TENDER FOR EMPANELMENT OF VENDORS FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS FOR BRANCHES AND OFFICES IN ZONE UNDER

TENDER FOR EMPANELMENT OF VENDORS

* To be remitted only through DD/Banker Cheque, in favour of Bank of Baroda, payable at Bhopal.

SUPREME COURT OF INDIA ADMN. MATERIAL BRANCH NOTICE INVITING TENDER FOR COMPREHENSIVE ANNUAL MAINTENANCE CONTRACT FOR RE-FILLING OF FIRE EXTINGUISHERS

Supply & Installation of Fire Protection System at STPI- Nashik. Tender No. STPI/P/PUR/07/14-15 Date Signature of Bidder

TENDER DOCUMENT FOR RATE CONTRACT FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS FOR BRANCHES AND OFFICES

Tender Enquiry No: BCL/PUR/MNG-PD/Fire Extinguisher/CW/18 Dated: Due date : M/s

TENDER NOTICE FOR RATE CONTRACT FOR SUPPLY, INSTALLATION AND REFILLING OF FIRE EXTINGUISHERS AT BRANCHES / OFFICES IN NCR AND ADJOINING AREAS

TENDER NOTICE FOR SUPPLY, INSTALLATION AND MAINTENANCE OF FIRE EXTINGUISHERS AT BRANCHES / OFFICES IN NCR AND ADJOINING AREAS

Purchase: (Fire Fighting) May 26, Sub: Quotation for AMC of Fire Fighting Systems

LIFE INSURANCE CORPORATION OF INDIA DIVISIONAL OFFICE 16/275, CIVIL LINES, KANPUR

TENDER DOCUMENT FOR RATE CONTRACT FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS FOR BRANCHES AND OFFICES

TENDER FOR EMPANELMENT OF VENDORS FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS FOR BRANCHES AND OFFICES LOCATED IN DISTRICTS OF MAHARASHTRA :

Ravi Malik General Manager

ODISHA POWER TRANSMISSION CORPORATION LIMITED OFFICE OF THE GENERAL MANAGER EHT (O&M) CIRCLE, BIDYUTPURI COLONY, BERHAMPUR

The following are the terms and conditions for the firms for submission of bids:

TENDER NOTICE FOR SUPPLY, INSTALLATION AND MAINTENANCE OF FIRE EXTINGUISHERS AT BRANCHES / OFFICES IN KARNATAKA & ANDHRA PRADESH ZONE

Date of Start and downloading the tender 12 sep 2018

TENDER DOCUMENT FOR RATE CONTRACT FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS FOR BRANCHES AND OFFICES

NOTICE INVITING TENDER

TENDER DOCUMENT FOR RATE CONTRACT FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS FOR BRANCHES AND OFFICES UNDER AHMEDABAD ZONAL OFFICE

इ ड यन ओव रस ज ब क Indian Overseas Bank. क ष त र य क य ऱय, Regional Office, Chandigarh

Department of Biochemistry University of Lucknow Lucknow

STAR HOUSE BANK OF INDIA NEW DELHI ZONAL OFFICE H-2 CONNAUGHT CIRCUS Middle/Outer Circle, Phone No

UCO BANK INDEX S.N. PARTICULARS PAGE NO. 1 INVITATION FOR TENDER OFFERS INSTRUCTIONS TO BIDDERS AND GENERAL TERMS & CONDITIONS 4-5

BANK OF BARODA, ZONAL OFFICE, EASTERN U.P ZONE, BARODA HOUSE, V-23, VIBHITI KHAND, GOMTI NAGAR, LUCKNOW, TEL: , TENDER NOTICE FOR

TENDER NOTICE FOR DESIGNING, SUPPLY, INSTALLATION, TESTING, COMISSIONING AND MAINTENANCE OF FIRE ALARM SYSTEM AT APROX.

Bank of Baroda Zonal Office, Tamil Nadu and Kerala Zone, Baroda Pride, New No.-41, Luz Church Road, Mylapore, Chennai

INDUSTRIAL EXTENSION BUREAU

TENDER DOCUMENT FOR CHECKING, TESTING AND REPAIRING OF FIRE HYDRANT AND SPRINKLER SYSTEM AT Bank Of India, STC Building, B-32, Sector-62 Noida

PRE-QUALIFICATION OF FIRE SAFETY AUDITORS

BANK OF BARODA, ZONAL OFFICE, EASTERN U.P ZONE, BARODA HOUSE, V-23, VIBHITI KHAND, GOMTI NAGAR, LUCKNOW, TEL: , TENDER NOTICE FOR

COUNTY OF ROCKLAND Department of General Services Purchasing Division

NIT NO. BSRDCL-2039/ TENDER DOCUMENT INSTALLATION, CONFIGURATION, TESTING, COMMISSIONING AND TRAINING OF SMOKE DETECTION FIRE ALARM SYSTEM

INTER - UNIVERSITY ACCELERATOR CENTRE (An Autonomous Centre of UGC) Aruna Asaf Ali Marg, New Delhi

STATEMENT OF WORK ELECTRICAL REPAIR / MAINTENANCE BUILDING PROJECT FDC RACCOON CREEK STATE PARK (BEAVER COUNTY)

Notice for Empanelment of Vendors.

WESTERN ZONAL OFFICE ENGINEERING DEPTT. WEST WING, FIRST FLOOR, "YOGEKSHEMA, NARIMAN POINT MUMBAI

Relationship beyond banking

CENTRAL BOARD OF SECONDARY EDUCATION, 2, COMMUNITY CENTRE, PREET VIHAR, DELHI-92

Sheetz Inc. Fire Protection Service Guidelines

TENDER DOCUMENT FOR NON-COMPREHENSIVE AMC OF FIRE DETECTION, FIRE HYDRANT & SPRINKLER,

EMPANELMENT DOCUMENT NOTICE FOR EMPANELMENT OF SUPPLIERS AND SERVICE PROVIDERS.

Contact Phone Number: (609) Fax: (609)

Application for Registration of Fire Protection Consultant on Record

NUCLEAR POWER CORPORATION OF INDIA LIMITED (A Government of India Enterprise)

INVITATION TO BID SUPPLY OF VARIOUS PORTABLE FIRE EXTINGUISHERS

DESIGNING, SUPPLY, INSTALLATION, TESTING, COMISSIONING AND MAINTENANCE OF FIRE ALARM SYSTEM APROX.

Calling for Quotations

F.No-2-2/ /NIE(W)/R&M/ NIE-Workshop

ESTATE DEPARTMENT RAJBHAVAN COMPLEX, BANER ROAD, PUNE Phone No. (020) & , Fax No. (020)

Indian National Trust for Art and Cultural Heritage (INTACH, 71, KK Birla Lane, Lodhi Estate, New Delhi , Ph. No.

TENDER DOCUMENT FOR RATE CONTRACT FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS FOR BRANCHES AND OFFICES BANK OF INDIA, VADODARA ZONE

Tender Enquiry for selection of Executing Agency for establishing Centre of Excellence for Vegetables at Chandi, Nalanda District, Bihar.

Advokatfirmaet BAHR AS - ENGAGEMENT TERMS

MERAMEC VALLEY R-III SCHOOL DISTRICT 126 North Payne Street Pacific, MO

Sidney, Ohio 1204 FORMAL ISSUANCE OF CERTIFICATE OF SUBSTANTIAL COMPLETION... ON OR BEFORE JULY 30, 2015.


Subject: Tender for Comprehensive Annual Maintenance Contract (AMC) for CCTV System

RFP Ref. No. CSO/FIRE AUDIT/ /01 DATED 18/11/2017

CENTRAL BOARD OF SECONDARY EDUCATION SHIKSHA KENDRA, 2, COMMUNITY CENTRE, PREET VIHAR, DELHI

Design and Supply of Fire Equipments. External Fire Fighting Systems.

District of Sicamous. Fire Department Bylaw No. 126, Effective Date February 26, 1996

The Bio-data, Scope of Works for various activities related to House Keeping and others & Detail of Work are attached herewith.

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

INVITATION TO QUOTE. Page 1 of 7. Fire & Emergency Safety Plan Control Number: 2018-CFS-003 Issue Date: March 7, Purpose

CORRIGENDUM NO: 2 TO REQUEST FOR QUOTATION CRFQ NO E-Tender Ref. No: 9093

UEA BROADVIEW LODGE TERMS AND CONDITIONS Any variation to these standard terms and conditions must be agreed in writing with UEA Broadview Lodge. 1.

ROSWELL INDEPENDENT SCHOOL DISTRICT P.O. Box 1437 Roswell, New Mexico General Bid Conditions

DRY POWDER FIRE EXTINGUISHER (Stored Pressure) ABC TYPE - PORTABLE

CALL FOR TENDER - MUNICIPALITY OF THE DISTRICT OF CLARE LITTLE BROOK, N.S.

BOARD OF EXAMINERS OF LANDSCAPE ARCHITECTS

TENDER NOTICE FOR DESIGNING, SUPPLY, INSTALLATION, TESTING, COMISSIONING AND MAINTENANCE OF FIRE ALARM SYSTEM AT APROX.

Tennessee Code/TITLE 62 PROFESSIONS, BUSINESSES AND TRADES/CHAPTER 32 FIRE PROTECTION/PART 1 FIRE PROTECTION SPRINKLER SYSTEMS

REQUEST FOR PROPOSAL (RFP) INTEGRATED POWER SOLUTION FOR BRANCHES ON CAPEX /OPEX MODEL RFP REFERENCE NO

No. BU/55/Estate/2000/NIOH/Pt.-VI/ 533(3) 01 st May, 2015 NOTICE INVITING TENDER

Conditions for the provision of services Valid from 1 November only for the Jablotron Alarms series of alarms

SPECIFICATIONS FOR TENDER # SUPPLY OF A FIRE ALARM SYSTEMS SERVICE AGREEMENT FOR WESTERN HEALTH

TENDER NOTICE FOR DESIGNING, SUPPLY, INSTALLATION, TESTING, COMISSIONING AND MAINTENANCE OF ANTI-BURGLARY ALARM SYSTEM AT APROX.

BID PROPOSAL-REVISED

ARKANSAS FIRE PROTECTION LICENSING BOARD ACT 743 OF 1977

Bharat Heavy Electricals Limited (High Pressure Boiler Plant) Tiruchirapalli , TAMIL NADU, INDIA MATERIALS MANAGEMENT / CAPITAL EQUIPMENT

Buying goods/services

CONDITIONS OF SERVICE - NBN SERVICES 1. ABOUT

Majis Industrial Services SAOC TENDER NO. MISCP/09/2014

CITY OF LOCKPORT FIRE SPRINKLER & FIRE ALARM SYSTEM INSTALLATION ASSISTANCE PROGRAM

TENDER NOTICE FOR DESIGNING, SUPPLY, INSTALLATION, TESTING, COMISSIONING AND MAINTENANCE OF ANTI- BURGLARY ALARM SYSTEM AT APROX.

CENTRAL BOARD OF SECONDARY EDUCATION, 2, COMMUNITY CENTRE, PREET VIHAR, DELHI-92 TENDER NOTICE

BHARAT HEAVY ELECTRICALS LIMITED RAMACHANDRAPURAM :: HYDERABAD 32 TOWNSHIP ADMINISTRATION

CONTRACT FOR USE OF FIRE PROTECTION SYSTEM

AUTOMATIC FIRE ALARM MONITORING

ADDENDUM #1: MODIFICATIONS AND ADDITIONS TO CONTRACT DOCUMENTS

COLLEGE OF AGRICULTURE, NAGPUR

A.C.A. Tit. 20, Subtit. 2, Ch. 22, Subch. 6 Note

Transcription:

SARDAR SAROVAR HYDRO ELECTRIC PROJECT (O & M) UNIT, KEVADIA COLONY 393 151, GUJARAT STATE TECHNICAL BID Tender Notice No:GSECL/SSHEP/TECH/08/2014/S&W TENDER NO: RBPH (M) / W 36 /2014 Work of Servicing, Refilling and Maintenance of Fire Extinguishers on as & when require basis for period of 12 Months of RBPH at SSHEP, DUE ON 11/09/2014 At 15=30 Hrs. On. (If possible).

Save Energy for Benefit of Self & Nation Operation & Maintenance unit of Sardar Sarovar Hydro Power, Old ADM Building, Kevadia Colony 393151 Dist: Narmada Phone: (02640) Office: 233022 Extn: 24/25/28/29, Fax: 02640 232148, Email: gseb_ssp_hp@yahoo.co.in, ce.sshep@gebmail.com Tender Notice No:GSECL/SSHEP/TECH/08/2014/S&W Name of Work: Work of Servicing, Refilling and Maintenance of Fire Extinguishers on as & when require basis for period of 12 Months of RBPH at SSHEP, TENDER NO: RBPH (M) / W 36 /2014 I N D E X 1. Tender Notice. Page No. 2. Special Note for Pre Qualification Page No: & Instructions to Tenderers 3. General terms & conditions of Contract & Scope of work. Page No. 4. Schedule - A & Technical Specifications: Page No. 5. Schedule - B [PRICE BID] Page No. 6. Booklet of Tender and Contract for Work. Available in Office. 7. Integrity Pact. Page No.. Issued to: M/S. Tender fee paid vide D.D. No. dated: Rs. Earnest Money Deposit paid vide D.D. No. dated. Rs.. CONTRACTOR S SIGNATURE WITH SEAL & DATE. CHIEF ENGINEER (O&M), GSECL, SSHEP (O&M), KEVADIA COLONY.

GUJARAT STATE ELECTRICITY CORPORATION LIMITED SSHEP (O&M), KEVADIA COLONY. Tender Notice No:GSECL/SSHEP/TECH/08/2014/S&W Sealed percentage rate Tenders are invited from experienced Contractors and registered under appropriate class, who has executed work of similar magnitude and nature in Govt. / Semi Government department and or well experienced Company / Organization successfully. Tender NO. RBPH (M) / W 36 /2014 NAME OF WORK Work of Servicing, Refilling and Maintenance of Fire Extinguishers on as & when require basis for period of 12 Months of RBPH at SSHEP, Estimated Cost. [Rs.] E.M.D. [Rs.] Tender fee. (Non- Refundable ) [Rs.] 2,20,210/- 2210/- 500/- Time limit In months. 12 months. (Start with commencement of work date) N.B.: -Tender Fee (Non-refundable) is acceptable by DD only. Sr. No. Last date of issue/ download of tender copy Last date of submission of tender up to 15: 00 hrs & Opening of technical bid at 15:30 hrs on Date. 1 11/09/2014 11/09/2014 Terms & Conditions: - It is necessary to specify the name of the work on sealed cover while bidding the Tender. The full particulars can be had in the Tender; who can be obtained from the office of the Chief Engineer (O&M), GSECL, Kevadia Colony, PIN: 393151, Ta: Rajpipla, Dist. Narmada. The Tender may be opened in the presence of Contractors who wish to remain present at the time of opening. GSECL reserves the right to reject any or all Tenders without assigning any reasons thereof. Any clarification regarding the Tender shall be obtained before opening of the Tender. N.B.: 1. Tender will be accepted only by RPAD/Speed Post. Each Tender should be posted separately. It is necessary to produce the latest solvency certificate from any nationalized bank for 20% value of estimated cost and Experience certificate or similar evidence for the works carried out in past. All these certificates along with details of jobs carried out along with documentary evidence and / or satisfactory completion certificate from respective clients should be attached with Technical Bid for deciding of the opening of price bid. 2. Bidders should quote the reference of payment of EMD & Tender fee DD No. & Date. Bidders should also certify as unconditional Tender on Tender cover it self. Earnest Money Deposit (EMD) is acceptable either in DD or in form of Bank Guarantee, without which Tender is liable to be rejected. The Bank Guarantees for Earnest Money Deposit (EMD) issued by the all public (Nationalized) Banks, IDBI Bank, Axis Bank (UTI Bank), HDFC Bank and ICICI Bank will only be accepted. The Bank Guarantee of Co-Operative Banks and other Schedule Banks etc. will not be accepted. EMD will be accepted in DD in favour of GSECL payable on SBI, Kevadia colony. 3. Filling & submitting of tender documents by any Party will not automatically qualify the Party as to its capability etc to execute the job and GSECL shall assess the capability of the Party at the time of evaluation of Technical bids. 4. Bidders shall also certify that quoted Tender is UNCONDITIONAL on Tender covers itself. 5. The Tender s documents are of two Bid systems.

(a) The Technical Bid, which is to be submitted in separate sealed envelope mentioning TECHNICAL BID on envelope with details given special note for pre qualification with mentioning of E.M.D. payment. (b) The Commercial [price] Bid, which is to be submitted with the rest page of Tenders including Schedule-B in separate sealed envelope mentioning COMMERCIAL BID. Both the Bids should be submitted in another separate sealed cover on / before due date of submission with name of work superscripted thereon and with note "TENDER - DO NOT OPEN" written prominently. Contractor s Signature with Seal & Date. Chief Engineer (O&M), GSECL, SSHEP (O&M),

GUJARAT STATE ELECTRICITY CORPORATION LIMITED. SSHEP (O&M), KEVADIA COLONY. 1. (a) Full Name & Address : (b) Telephone No. & : Telegraphic Address 2. Particular of Registration as a : Contractor and class in which Registered. (a) In the Gujarat State Elect. Corp. Ltd. (b) In other Govt. Dept. 3. Reference to be made to (Name & Address). 1. 2. 3. 4. Previous experience in Railway, PWD and other works. 5. Any other information the Contractor may desire to give. Signature of Tenderer : Place : Contact person : Address : Date : Telephone No. : Mobile : Fax No. : E-Mail : Website

: GUJARAT STATE ELECTRICITY CORPORATION LIMITED. SSHEP (O&M), KEVADIA COLONY. NAME OF WORK: Work of Servicing, Refilling and Maintenance of Fire Extinguishers on as & when require basis for period of 12 Months of RBPH at SSHEP, SPECIAL NOTES FOR BID QUALIFICATION & INSTRUCTIONS TO TENDERERS: THE TENDERERS / BIDDERS HAVE TO FURNISH / ENCLOSE THE FOLLOWING DOCUMENTS ALONG WITH THE TECHNICAL BID OF THEIR OFFER OTHERWISE THEIR OFFER WILL BE IGNORED WITHOUT ANY REFERENCE / CORRESPONDENCE. 1. Earnest Money Deposit & Tender fee Paid details. 2. Copy of PAN Card. 3. Copy of Service Tax Registration Number. 4. Copy of Emp. P.F. Code number. 5. Copy of latest solvency certificates from any nationalized bank not less that 20% of the estimated cost. 6. The Bidder has to furnish the copy of at least One Single executed Contract of such type of work from any Govt. Organization or in GSECL / State Electricity Board and or in well reputed company / Organization. 7. Copy of TIN Number. Chief Engineer (O&M), GSECL, SSHEP (O&M), Contractor s Signature with Seal & Date.

GUJARAT STATE ELECTRICITY CORPORATION LIMITED. SSHEP (O&M), KEVADIA COLONY. INTEGRITY PACT. OUR ENDEAVOUR. DATE: / / 20. To create an environment where business confidence is built through Best Business Practice and is fostered in an atmosphere of truss and respect between provides of goods and services and their user for the ultimate benefit of society and the nation. GSECL S COMMITMENT. PARTY S COMMITMENT. To maintain the highest ethical standards in business and professions. Ensure maximum transparency to the satisfaction of stakeholder. To ensure to fulfil the terms of agreement / contract and to consider objectively the viewpoint of parties. To ensure that no improper demand is made by employees or by any one 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 completion of Agreement / Contract / Work Order. Not to bring pressure recommendations from outside GSECL to influence its decision. Not to use intimidation, threat, inducement or pressure of any kind on GSECL or any of its employees under any circumstance. To be prompt and reasonable in fulfilling the contract, agreement, legal obligations. To abide the general discipline to be maintain in our dealings. To be true and honest in furnishing information. Not to divulge any information, business detail available during the course of business relationship to others without the consent of GSECL. Not to enter into carters / syndicate / under standing whether formal / non formal show as to influence the price. Seal and signature. (GSECL s Authorized Signatory.). Seal and signature. (Party s Authorized Person.). NAME: DESIGNATION: CE (O&M). NAME: DESIGNATION: ACCOUNT OFFICER. NAME:

GUJARAT STATE ELECTRICITY CORPORATION LIMITED SSHEP (O&M), KEVADIA COLONY. GENERAL TERMS & CONDITIONS: 1. Contractor is preferred with experience certificate having completed similar work satisfactorily. 2. The Contractor may visit the site and familiarize themselves thoroughly with the site condition / equipments and system before submitting the Tender if they desire. For site visit, the Tenderers may contact Engineer-in-Charge with prior permission of undersigned on any working day during working hours before submitting the Tender as the site is being hilly & slope area. 3. The Tender will have to be submitted in one sealed cover containing separate sealed Technical Bid by RPAD / Speed post only. If the covers are found to be submitted without seal, the offer / Tenders will be disqualified. It is necessary to write Tender Number, Name of Work & Due Date on the top of covers of Main Bid. 4. GSECL will not accept any responsibility for delayed receipt of the Tenders. 5. Conditional Tenders will not be accepted. 6. Withdrawal of condition unilaterally after opening of Tender will not be permitted unless and until called for the negotiation by GSECL. 7. A copy of PAN Number must be submitted with the technical bid. 8. Income tax will be deducted as per government rules. 9. Contractor shall comply with the Factory Acts, Labour Laws and Safety Laws in force and amended from time to time. 10. Any other rules and regulations, conditions, etc. that are in force at present and that may be framed by the GSECL from time to time in connection with the Contracts will be binding and acceptable to the Contractor. 11. The offers without EMD will be rejected without any correspondence. 12. The successful Contractor has to pay the required security deposit on presentation of LOI by GSECL, before start of work and if they fail to come forward to execute the work, the full amount of EMD paid will be forfeited by the GSECL. 13. The Contractor should authorize the qualified authentic representative to GSECL who in turn will receive instructions from GSECL's Engineer-in-charge to execute the work. All formalities as per GSECL s procedure are to be obeyed by representatives of Contractor. 14. The Contractor should intimate / provide the details of their office and names, addresses and mobile number of the authorized & responsible representative in writing so that they can be contacted when required in connection with execution of the said work. The Contractor should submit daily work report to competent authority. 15. The Party shall have to do all related works as per site requirement and as per instruction of Engineer in Charge. 16. Contractor shall have to arrange his own full proof arrangement for storage of spares / consumables, tools, tackles, etc. at their cost. 17. Contractor shall indemnify GSECL against any injury and / or damages that may be caused to his man or material. Moreover, the Contractor is fully responsible for any damages caused to the GSECL s properties / men, done by his men & materials while executing the work. The GSECL will be entitled to recover the damages from the Contractor at an actual. GSECL in no way is responsible, for any accident to the hired vehicles including man power & materials. 18. At any time if GSECL feels that work progress and performance of services and maintenance is unsatisfactory and work force of Contractor is inadequate, GSECL will engage other agencies / departmental personnel in parallel for expediting the work & amount so incurred will be recovered from the Contractor s bill. In this case the decision of Engineer-In-Charge shall be final and binding to the Contractor. 19. Party shall submit the bills along with required documents in triplicate. 20. Payment will be made for actual work done only. 21. Subletting the Contract to other agency is not permitted unless and otherwise approved by the competent authority. 22. For any ambiguity and conflict, the decision of the Chief Engineer (O&M.), GSECL, SSHEP (O&M), Kevadia Colony shall be final and binding to the Contractor. 23. The Chief Engineer (O&M.), GSECL, SSHEP (O&M), Kevadia Colony reserves the right to reject any Tender or all Tenders without assigning any reasons thereof and to split up the work between more than one Party as the case may be to expedite the work and / or to ascertain the reliability of the work within stipulated period. 24. The GSECL reserves the right to terminate the Contract in full or part at any time without giving notice of termination or any reason without entertaining any claims / compensations to party. Contractor s Signature with Seal & Date. Chief Engineer (O&M), GSECL, SSHEP (O&M),

GUJARAT STATE ELECTRICITY CORPORATION LIMITED. SSHEP (O&M), KEVADIA COLONY. SCHEDULE - A. NAME OF WORK: Work of Servicing, Refilling and Maintenance of Fire Extinguishers on as & when require basis for period of 12 Months of RBPH at SSHEP, SCOPE OF WORK: The scope of works includes the Servicing, Maintenance, Refilling, Hydraulic Pressure Testing, Spray Painting, Replacement of Spares / Parts during Refilling, Servicing & Maintenance, To & Fro Transportation of Fire Extinguishers and Equipments and Binding of Fire Hose with S. S. / Copper Wire & Copper riveting at both ends with new ISI marked 63 mm S. S. Female & Male Instantaneous Delivery Hose Coupling at Party's works as per following Terms and Conditions for the Works and as per instruction of EIC. TERMS AND CONDITIONS FOR THE WORKS: 1. Party has to carry out the following during Servicing and Maintenance of Fire Extinguishers: Opening of Extinguisher for examining for any corrosion from inside. Checking of its Chemicals and Washers. Complete cleaning of the Fire Extinguishers from inside & outside. Cleaning of Nozzle Bore, Vent Hole of Cap and adjusting Gland Nut. Oiling and Greasing of all threaded Components. Checking of its Rubber Hose if any. Replacement of defective / damaged Hose, Washer, Brass Forged Plain Cap, Inner Container, Nozzle, Safety Clip with Chain, Instruction Sticker, Operating Valve, Pressure Gauge, Wheel for Valve, Horn, M.S. Trolley with Wheels if any. Weighing of CO2 Fire extinguishers of Gas Contents if any. The Submission of Test certificates for CO2 Type Fire Extinguishers. The Agencies duly approved through CCOE- NAGPUR license holding and for the same Test Agencies should have to submit the documentary proof i.e. latest Competency Certificate with Registration Number. Other than CO2 type Fire Extinguishers Party shall have to submit the Test certificates from certified testing laboratories. The Servicing and Maintenance of Fire Extinguishers carry out Quarterly or as per instruction of EIC. 2. Refilling of Fire Extinguishers at our site: Opening of Extinguisher for examining for any corrosion from inside. Checking of its Chemicals and Washers. Complete cleaning of the Fire Extinguishers from inside & outside. Cleaning of Nozzle Bore, Vent Hole of Cap and adjusting Gland Nut. Oiling and Greasing of all threaded Components. Checking of its Rubber Hose if any. Replacement of defective / damaged Hose, Washer, Brass Forged Plain Cap, Inner Container, Nozzle, Safety Clip with Chain, Instruction Sticker, Operating Valve, Pressure Gauge, Wheel for Valve, Horn, M.S. Trolley with Wheels if any. The cartridge / Chemicals / Gases required for refilling of the Fire Extinguishers have to be arranged by the Contractor at their cost. Weighing of CO2 extinguishers of Gas Contents if any. The Refilling, Servicing and Maintenance of Fire Extinguishers are to be carried out as per instruction of EIC. During refilling of the Fire Extinguishers, the service charge will not be paid.

3. Contractor shall have to arrange all required tools and tackles for Servicing, Maintenance, Refilling, Hydraulic Pressure Testing, Spray Painting, Replacement of Spares / Parts of the Fire Extinguishers. 4. Contractor shall have to arrange and to carry out the Hydraulic Pressure Testing of the Extinguishers as per CCE approved authorized agency or as per IS standards as per instruction of EIC and have to submit its Test Certificates. Contractor shall inform to EIC well in advance to witness of Hydro Test at their works. 5. Contractor shall have to carry out the spray painting of the Extinguishers as per instruction of EIC. 6. Contractor shall have to arrange to collect the Extinguishers for Servicing, Maintenance, Refilling, Hydraulic Pressure Testing, Spray Painting, Replacement of Spares / Parts of the Fire Extinguishers for works as per telephonic / written instruction / intimation of EIC and return to site after completion immediately. 7. After every service or refilling of Fire extinguishers, the Contractor has to provide Label for details like date of servicing / refilling, expiry date, date of the next due service etc. on each Extinguishers as per standard format or instruction of EIC without any extra cost. 8. Contractor shall have to arrange to collect the damaged Delivery Hoses for Binding with S. S. / Copper Wire & Copper riveting at both ends with new ISI marked 63mm S. S. Female & Male Delivery Hose Coupling at their own cost as per rate of schedule B and return it to site after completion of works immediately. 9. The charges for Replacement of defective / damaged Spares / Parts during Refilling, Servicing & Maintenance of Fire Extinguishers and Equipments will be paid as per Schedule-B. 10. Replaced defective/damaged spares or any parts during refilling, servicing & maintenance are to be credited to our (GSECL) store. 11. Any damage of spare during transportation, servicing, refilling and Maintenance of Fire Extinguisher shall be replaced by the Contractor at his own cost. No any extra charges will be paid to the contractor. 12. To & Fro Transportation Charges for Transportation of Fire Extinguishers and Equipments for Refilling / Servicing / Maintenance / Hydraulic Pressure Testing / Spray Painting / Replacement of Spares / Parts etc. will be paid as per Schedule-B. 13. Contractor shall have to carry out the above work strictly as per the instruction of the Engineer In charge. 14. Contractor shall have to start the work immediately after the intimation given by EIC. 15. All said work will be carried out independently throughout by you with your equipments & man power. 16. GSECL will try to give residential accommodation on chargeable basis as per rules to the possible extent depending upon the availability but this will not be your right. The accommodation/quarter is to be vacated immediately as soon as work is completed. 17. All the Works / Jobs should be carried out as per the instruction and specified scopes under direct supervision and entire satisfaction to Engineer-in-charge. 18. Air, Water, Electrical Supply will be given free of charges by GSECL. 19. Contractor shall adhere to Safety Practices against Hazardous and Unsafe Working Conditions and shall comply with the Safety Rules in force from time to time of GSECL, Kevadia Colony 20. On receipt of the order, the successful contractor will have to execute agreement on an appropriate stamp paper at his own cost as per the rules & regulation of the GSECL. 21. Payment shall be made only after jointly measurement with GSECL engineers and part s representative on monthly R.A. Bill basis and for the actual work carried out. Payment is made within/after 30 days of jointly measurement recording. 22. The Income tax & other related taxes (if any) shall be deducted from the monthly RA bill of the contractor as per the prevailing rules and laws. 23. TIME LIMIT: - The Contract period will be 01 year (i.e. 12 months) from the date of commencement of work. Contractor will have to execute the order only after receipt of

the "Commencement Letter" or verbal intimation of EIC. However, on expiry of the Contract, GSECL reserve the right to extend the contract for further period of 06 months or part thereof at the same rates, terms & conditions and enhancing (i.e. increase or decrease) the proportional quantities as per site requirement. 24. If successful contractor fails to execute contract, the order will be got completed through other agency and if required to pay higher rates, in that case, difference of rates will be recovered from successful contractor. 25. All questions, disputes or differences, 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 Tribunal as per the provisions of the Gujarat Public Works Contracts Disputes Arbitration Tribunal Act, 1992. Chief Engineer (O&M), GSECL, SSHEP (O&M), Seal and signature of the Contractor.

SARDAR SAROVAR HYDRO ELECTRIC PROJECT (O & M) UNIT, KEVADIA COLONY 393 151, GUJARAT STATE PRICE BID Tender Notice No:GSECL/SSHEP/TECH/08/2014/S&W TENDER NO: RBPH (M) / W 36 /2014 Work of Servicing, Refilling and Maintenance of Fire Extinguishers on as & when require basis for period of 12 Months of RBPH at SSHEP,

GUJARAT STATE ELECTRICITY CORPORATION LIMITED. SSHEP (O&M), KEVADIA COLONY. SCHEDULE - B. NAME OF WORK: Work of Servicing, Refilling and Maintenance of Fire Extinguishers on as & when require basis for period of 12 Months of RBPH at SSHEP, Sr. No Description. 1. Charges for Servicing & Maintenance of DCP / ABC / Mech. FOAM / CO2 Type Fire Extinguisher up to 5 Kg / 9 Liter Capacity. 2. Charges for Servicing & Maintenance of DCP / ABC / Mech. FOAM / CO2 Type Fire Extinguisher above 5 Kg / 9 Liter Capacity. 3. Charges for Refilling, Servicing & Maintenance of DCP Type 5 Kg Capacity Fire Extinguisher with ISI 4308 Marked Sodium Bicarbonate base Dry Powder. 4. Charges for Refilling, Servicing & Maintenance of ABC Type 5 Kg Capacity Fire Extinguisher with ISI 14609 Marked Mono Ammonium Phosphate based Dry Powder. 5. Charges for Refilling, Servicing & Maintenance of Mechanical Foam Type 9 Ltrs. Capacity Fire Extinguisher with ISI 4989 Marked 540 ml. AFFF Solution. 6. Charges for Refilling, Servicing & Maintenance of Mechanical Foam Type 50 Ltrs. Capacity Fire Extinguisher with ISI 4989 Marked 3 Ltrs. AFFF Solution. 7. Charges for Refilling, Servicing & Maintenance of 4.5 Kg. Capacity CO2 type Fire Extinguishers. 8. Charges for Refilling, Servicing & Maintenance of CO2 Type 9.0 Kg. Capacity. 9. Charges for Refilling, Servicing & Maintenance of CO2 Type 22.5 Kg. Capacity. 10. Charges for Hydraulic Pressure Testing as per IS: 2190 of DCP / ABC / Mech. FOAM Type Fire Extinguisher up to 5 Kg / 9 Liter Capacity. 11. Charges for Hydraulic Pressure Testing as per IS: 2190 of DCP / ABC / Mech. FOAM Type Fire Extinguisher above 5 Kg / 9 Liter Capacities. 12. Charges for Hydraulic Pressure Testing of 4.5 / 9 / 22.5 Kg. capacity CO2 type Fire Extinguisher as per CCE approved authorized agency. 13. Charges for out side Spray Painting of Portable Type DCP / ABC / Mech. FOAM / CO2 / Water Type Fire Extinguisher with Epoxy Paint. 14. Charges for out side Spray Painting of Trolley Type DCP / ABC / Mech. FOAM / CO2 Type Fire Extinguisher with Epoxy Paint. 15. Charges for Binding of Fire Hose with S. S. / Copper Wire & Copper riveting at both ends with new ISI marked 63mm S. S. Female & Male Instantenous Delivery Hose Coupling. Total Estimate Qty in No. Estimate Rate per No. in Rs. Estimate Rate in Rupees (Round Figure) 700 48.00 33600.00 85 80.00 6800.00 85 281.00 23885.00 08 481.00 3848.00 80 240.00 19200.00 15 721.00 10815.00 80 326.00 26080.00 15 361.00 5415.00 15 842.00 12630.00 108 45.00 4860.00 05 64.00 320.00 05 240.00 1200.00 95 101.00 9595.00 06 200.00 1200.00 02 1884.00 3768.00 16. Blank cap for Fire Hydrant. 30 92.00 2760.00

17. Rubber Washer for Fire Hydrant and Fire hose pipes. 30 16.00 480.00 18. Charges for Instruction Sticker for DCP / ABC / Mech. FOAM / CO2 Type for all capacity Fire Extinguishers. 200 12.00 2400.00 19. Charges of Spares / Parts for Replacement during Refilling, Servicing & Maintenance of 5 Kg Capacity DCP Type Fire Extinguisher. I. Brass Forged Plain cap 2 ½ dia. 03 281.00 843.00 II. Inner Container 2 ½ dia. 01 100.00 100.00 III. Discharge PVC Hose with Open Nozzle. 10 104.00 1040.00 IV. CO2 Gas Cartridge 120 gm. Capacity. 01 179.00 179.00 V. Rubber Washer for Cap 2 ½ dia. 30 8.00 240.00 VI. Stainless Steel Safety Clip with Chain. 30 12.00 360.00 VII. Wall mounting MS Bracket with screw for 5 Kg DCP Type Fire Extinguisher. 10 22.00 220.00 20. Charges of Spares / Parts for Replacement during Refilling, Servicing & Maintenance of 5 Kg Capacity ABC Type Fire Extinguisher. I. Operating Valve. 02 181.00 362.00 II. Pressure Gauge. 02 100.00 200.00 III. Discharge PVC Hose with Open Nozzle. 02 88.00 176.00 21. Charges of Spares / Parts for Replacement during Refilling, Servicing & Maintenance of Mechanical Foam Type Extinguisher. I. Brass Forged Plain Cap 2 ¼ dia for 9 Ltrs. Extinguisher. 05 281.00 1405.00 II. Discharge PVC Hose with Nozzle for 9 Ltrs. Extinguishers. 15 121.00 1815.00 III. Only nozzle for 9 Ltrs. Extinguisher. 10 72.00 720.00 IV. CO2 gas cartridge 60 gm. Capacity for 9 Ltrs. Extinguisher. 02 160.00 320.00 V. Brass Forged Plain Cap 3 dia for 50 Ltrs. Extinguisher. 02 520.00 1040.00 VI. Discharge PVC Hose 3Mtrs. with Nozzle for 50 Ltrs. Extinguishers. 04 340.00 1360.00 VII. CO2 gas cartridge 300 gm. Capacity for 50 Ltrs. Extinguisher. 02 361.00 722.00 VIII. Wall mounting MS Bracket with screw for 9 Liter Mech. Foam Type Fire Extinguisher 05 22.00 110.00 IX. M.S.trolly wheel set for 50lit capacity Mech. Foam fire Extinguisher. 02 pair 1545.00 3090.00 22. Charges of Spares / Parts for Replacement during Refilling, Servicing & Maintenance of CO2 Type Extinguisher. I. Wheel valve for CO2 Fire Extinguisher. 06 521.00 3126.00 II. Aluminum wheel for valve of CO2 Fire Extinguisher for all capacity. 10 72.00 720.00 III. Discharge hose 2 Mtrs long with horn for 9.0 Kg. CO2 Fire Extinguisher 05 361.00 1805.00 IV. Discharge hose 1 Mtrs long with horn for 4.5 Kg. CO2 Fire Extinguisher 10 272.00 2720.00 V. Horn. 05 72.00 360.00 VI. Discharge hose 5 Mtrs long with horn for 22.5 Kg. CO2 Fire Extinguisher 03 721.00 2163.00 VII. Wall mounting MS Bracket with screw for 4.5 kgco2 Type Fire Extinguisher 10 33.00 330.00 VIII. Carrying handle for 4.5 Kg capacity CO2 type Fire Extinguishers. 10 65.00 650.00

IX. M. S. trolley set (two parts) with wheel for 9.0 Kg. CO2 Fire Extinguisher 02 441.00 882.00 X. M. S. trolley set (two parts) with wheel for 22.5 Kg. CO2 Fire Extinguisher 02 1082.00 2164.00 23. Medium velocity spray nozzle with strainer(as per its standard), Model- MV-AS, K-factor & spray angle-k 22,120Aº,Material-SS 316 with strainer, Type- non automatic fixed type, End connection- ½ BSPT, size-15a,manufactured by-m/s HD Fire Protect Co. Suitable in our existing fire system. 05 854.00 4270.00 24. Quartzite bulb detector (QBD), as per IS standard, Size-15A, Operating temp at 79ºC, End connection-1/2 dia threaded, material as copper as per standard. Manufactured by-m/s HD Fire Protect Co. Suitable in our existing fire system. 20 292.00 5840.00 25. Charges for To & Fro Transportation of Fire Extinguishers and Equipments for Refilling / Servicing / Maintenance / Hydraulic Pressure Testing / Spray Painting / Replacement of Spares / Parts at Party's works. 10 Trips 1202.00 12020.00 Total Estimate Amount Rs.: 220210=00 (Rupees: Two Lakh Twenty Thousand two hundred ten only.) Note: 1. Over writing while filling rates in this Schedule-B is not permitted and if any over writing is there, Tenders can be rejected. 2. The order will be placed on overall lowest Party. 3. The payment shall be made for actual work carried out only. 4. Unexecuted quantity will be treated as cancelled. 5. Service Tax / VAT will be paid extra as per prevailing rate of Government. 6. Income tax shall be applicable as per Govt. rules and regulation. 7. Bidder has to quote Price in % (percentage) only of estimated cost as per mentioned below. 8. Party will have to submit separate Tax Invoice for works and spare parts. Chief Engineer (O&M), GSECL, SSHEP (O&M), My / our offer is % Higher or % Lower than estimated cost for Schedule-B. (% should be written in figure as well as in words.) Contractor s Signature with Seal & Date.