REPAIRING OF 132KV & 220KV CLASS POWER … Office/151214/EHV_repair_Terms_and...POWER TRANSFORMERS...

37
Signature & Seal of Bidder Page 1 of 37 TENDER NO GETCO/CE(TR)/EE(SS)/DE(SS)/EHV/ TENDER FOR REPAIRING OF 132KV & 220KV CLASS POWER TRANSFORMERS OF DIFFERENT MAKE & CAPACITY UNDER ITEM RATE CONTRACT GUJARAT ENERGY TRANSMISSION CORPORATION LIMITED Sardar Patel Vidyut Bhavan, Race Course, Vadodara-390 007. Telephone No.(0265) 2353089 (D), Fax No.(0265) 2351218 (GETCO) Web site: www.getcogujarat.com , Email: [email protected] Corporate Identity No. (CIN) : U40100GJ1999SGC036018

Transcript of REPAIRING OF 132KV & 220KV CLASS POWER … Office/151214/EHV_repair_Terms_and...POWER TRANSFORMERS...

Signature & Seal of Bidder Page 1 of 37

TENDER NO

GETCO/CE(TR)/EE(SS)/DE(SS)/EHV/

TENDER FOR

REPAIRING OF 132KV & 220KV CLASS

POWER TRANSFORMERS

OF DIFFERENT MAKE & CAPACITY UNDER ITEM

RATE CONTRACT

GUJARAT ENERGY TRANSMISSION CORPORATION LIMITED

Sardar Patel Vidyut Bhavan, Race Course, Vadodara-390 007.

Telephone No.(0265) 2353089 (D), Fax No.(0265) 2351218 (GETCO)

Web site: www.getcogujarat.com, Email: [email protected]

Corporate Identity No. (CIN) : U40100GJ1999SGC036018

Signature & Seal of Bidder Page 2 of 37

DOCUMENTS OF TENDER

Sr. No

Document Page No

1 Notice Invited Tender 3 & 4

2 General Terms & Condition of Contract (Part –I) 5 to 17

3 Special instructions to tenderer 18 to 19

4 Technical Terms and Conditions PART – II (section : 1) 20 to 26

5 Methodology for overhauling of Power Transformer PART – II (section : 2)

27

6 Schedule of Deviations (Section : IV) 28

7 Required tests for repaired transformer (Schedule E) 29

8 Master Quality plan (MQP) for repairing

9 Price Schedules:

Schedule A1, A2,

Schedule B

Schedule C

Schedule D

Signature & Seal of Bidder Page 3 of 37

NOTICE INVITING TENDER

GUJARAT ENERGY TRANSMISSION CORPORATION LIMITED 7

th FLOOR, SARDAR PATEL VIDYUT BHAVAN

RACE COURSE, VADODARA - 390 007 Phone No. 0265 2353089, Fax No. 0265 2351218.

Email: [email protected] & [email protected]

CE(TR) invites “ On line Tenders” (e-tendering) for the below work. Tender Papers & Specifications may be down loaded from Web site https://getco.nprocure.com (For view, down load and on line submission) and GUVNL/GETCO web site www.gseb.com & www.getcogujarat.com (For View & down load only). Tender fee may be paid along with submission of tender in EMD cover, for respective tender. “All the relevant documents of tender to be submitted physically will be received only be Registered Post A.D. or Speed Post addressed to Chief Engineer (TR), Gujarat Energy Transmission Corporation Limited, Corporate Office, S.P.Vidyut Bhavan, Race Course, Vadodara - 390 007. “ NO COURIER SERVICE OR HAND DELIVERY “will be allowed.

Sr. No.

DESCRIPTION Particulars

1 Tender No GETCO/CE(TR)/EE(SS)/DE(SS)/EHV

2 Name of work Repairing of 132 & 220KV class transformers of different makes & capacity under item rate contract

3 Estimated cost Rs. 1396.71 Lacs

4 E.M.D Rs. 14.00 Lacs (50% by DD & 50% by BG)

5 Period of Contract 2 Years

6 On line (E-tendering) tender/offer submission last date up to 16.00 hours only. (This is mandatory)

06.01.15

7

Physical submission of all the relevant documents, last date up to 15.00 hours. By RPAD or SPEED POST only.

08.01.15

8

Date of opening of Tender fee, EMD cover, Vendor registration and technical bid physical as well as on line opening at 16.00 Hours.

08.01.15

9 Tentative Date of on – line opening of Price bid.

Shall be intimated separately

10 Tender Fee Rs.10000 (The tender fee receipt is to be submitted in separate cover along-with Tender Document)

11 Validity Minimum 180 Days from the date of Opening of Technical Bid.

IMPORTANT:

1. All the relevant documents as per requirement of the Tender also to be submitted physically along with the Tender Fee, EMD cover in sealed cover on OR before due date and time. All such documents should be strictly submitted by RPAD / speed post only. Otherwise the offer will not be considered and no any further communication in the matter will be entertained. The tender in physical form is to be submitted in single copy instead of duplicate mentioned in the tender (the price bid is not to be submitted with the physical documents).

2. Any deviation found in Data / Details / Documents between on line offer (E-tendering) and physically

submitted documents (Tender document fee, EMD, Vender Registration, Technical and commercial documents etc.) of bidder, offer of the same bidder will not considered and no any further communication in the matter will be entertained. Physical copy is for reference only and tender will be

Signature & Seal of Bidder Page 4 of 37

evaluated on Data / Details / Documents of the on line offer. For any discrepancy between online & physical bid. Online bid is considered as final. Whatever item quoted in Annexure-IV/(4) are consider for technical evaluation. The quantity, ED & ST/VAT offered in online price bid shall stands final in case of any discrepancy.

3. It is mandatory for all the bidders to submit their tender documents by both forms viz. on – line (E-tendering) and physically in schedule time. If tender documents submitted in only any one form, say either by on line or physically, in that case the same tender will not be considered.

4. The bidders are required to fill up all the online annexure / forms. This is intended for transparency and speedy evaluation of the bids. Instead of simply confirming / attached in bid / refer physical offer, the Bidder shall fill in the particulars against appropriate place in respect of each line appearing in each online annexure. Wherever required, bidder shall invariably have to submit supporting authentic documents in the physical bid. (In the absence of required details in the online annexure, the purchaser has every right to evaluate the bids accordingly and bidder cannot raise any objection against any point during evaluation.)

5. Bidders are requested to remain in touch with the web-site for any amendment / corrigendum or extension of due date etc. Any technical questions, information and clarifications that may be required pertaining to this enquiry should be referred to: The CHIEF ENGINEER (TR), Gujarat Energy Transmission Corporation Limited, Corporate Office, S. P. Vidyut Bhavan, Race Course, Vadodara - 390 007.

6. GETCO reserves the right to reject any OR all tenders without assigning any reasons thereof.

Yours faithfully,

Chief Engineer (TR)

Note:

In case bidder needs any difficulty in accessing / submission of on line bid / clarification or if training required

for participating in online tender, they can contact the following office:

(n) Procure Cell, (n) code solutions-A division of GNFC Ltd.,

403, GNFC Infotower, S.G. Road,

Bodakdev Ahmedabad – 380054 ( Gujarat )

Toll Free: 1-800-233-1010 ( Ext. 501, 512, 516, 517, 525 )

Phone No. 079-26857315 / 316 / 317,

Fax: 079-26857321 / 40007533,

Email: [email protected]

Signature & Seal of Bidder Page 5 of 37

PART – I

GENERAL TERMS AND CONDITION OF CONTRACT

1. GENERAL PARTICULARS (A) The Gujarat Energy Transmission Corporation Ltd., Vadodara herein after called ‘GETCO’/

‘OWNER’ intends to receive bids for “Repairing of 132 & 220KV class transformers of different makes & capacity under item rate contract” in accordance with Terms and Conditions herein. The bids shall be prepared and furnished, accordingly.

(B) Total estimated quantity of transformer to be repaired during contract period will be 20 Nos. of different voltage class & capacity

(C) PERIOD OF CONTRACT: The contract will be for 2 Years from the date of issue commencement / work order / ARC. Extension of Contract: The contract can be extended for a further period of Six months with mutual agreed condition.

2. BIDDING COST: All costs/ expenses in the preparation and submission of the Bid including any post

bid discussion; presentation shall be fully borne by the bidder.

3. KNOWING THE BID DOCUMENTS: Every intending Bidder is to examine and understand all instructions, forms, terms, conditions and specifications in the Bid Documents and fully aware himself all the conditions and contents therein, which may in any manner, affect the scope & content of work and the costs thereof. Submission of a Bid not substantially responsive to the Bid Document in all respects and/or failure to furnish all information required by the Bid Document may entail rejection of the Bid at the Bidder’s risk. Bids not covering / filling & producing the documentary evidence wherever asked may be treated as incomplete and hence rejected without giving any opportunity.

4. CLARIFICATION ON BID DOCUMENTS: 4.1. In case an intending Bidder finds any discrepancy or omission in the documents and specifications or

is in doubt as to the true meaning of any part, he/ she make a request, in writing not later than one week before the date of submission of bid, to the owner in triplicate. The owner will issue explanations, interpretations and clarifications as deemed fit in writing as a response to this request. On receipt of such interpretations/ clarifications, the bidder may submit the Bid within the date and time stipulated in the Bid invitation, All such explanations, interpretations and clarifications from the Owner shall be deemed as part of Bid Documents and shall invariably accompany the Bidder’s proposal.

4.2. Any verbal/ telephonic clarifications and information given by the Owner or his employee/employees or his representative/representatives will not in anyway be binding on the Owner.

5. AMENDMENT OF BIDING DOCUMENT 5.1. At any time prior to the deadline for submission of Bids the Owner may, for any reason, whether at

this own initiative or in response to a clarification requested by the intending Bidder, modify the Bidding Document with amendment/ amendments.

5.2. The amendment will be notified to all intending Bidders who have received the Bidding Document, by writing or Fax or by uploading on web site, at the address contained in the letter of request for issue of bidding document from the Bidders. Owner will bear no responsibility or liability arising out of non-receipt of the same in time or otherwise.

5.3. The order to afford prospective bidders reasonable time in which to take the amendment into account in preparing their bids, the owner may, at his discretion, extend the deadline for the submission of bids.

5.4. Such amendments, clarifications etc., shall be binding on bidders and will be given due consideration by the Bidders while they submit their bids and shall invariably enclose such documents as a part of the bid.

6. PREPARATION OF BIDS 6.1. LANGUAGE OF BID: The bid submitted by the Bidder, all correspondence and documents relating to

the Bid, any printed literature furnished by the Bidder shall be in the English. 6.2. BID FORMAT: Bidder have to make the Bid in the format furnished with this document verbatim

without adding any printed/ typewritten text of their own.

Signature & Seal of Bidder Page 6 of 37

7. LOCAL CONDITIONS: 7.1. It will be imperative on each Bidder to fully inform himself of all local conditions and factors which may

have any effect on the execution of the contract covered under these documents and specifications. The owner shall not entertain any request for clarification from the bidders, regarding such local conditions.

7.2. It must be understood and agreed that such factors have properly been investigated and consider while submitting the proposal. No claim for financial adjustment to the Contract Awarded under these specifications and documents will be entertained by the Owner. Neither any change in neither time schedule of the Contract nor any financial adjustments arising thereof shall be permitted by the Owner, which are based on the lack of such clear information or its effect on the cost of the works to the Bidder.

8. DOCUMENTS COMPRISING THE BID: 8.1. The Bidder shall comply the Bid form inclusive of Price Schedule, Technical Data Requirement etc.,

furnished in the Bidding Documents, indicating for the goods to be supplied and service to be rendered as per bid requirement.

8.2. The bidder shall also submit documentary evidence to establish that the bidder meets the Qualifying Requirements as detailed in Bid.

8.3. All tender documents/ formats are to be returned completed in all respects and signed by the company authorized signatory wherever specified. All bid documents duly signed & sealed shall be submitted with technical bid.

8.4. The bid guarantee shall be furnished in a separate cover in accordance with clause mentioned.

9. BID PRICE: 9.1. The bidder shall indicate, the appropriate price schedules, enclosed in bid proposal sheets, the unit

price inclusive of duties and taxes services. 9.2. Detailed break up, covering all the price components of unit prices as well as total bid price, as

stipulated in the appropriate price schedules of the bid proposal sheet shall be provided by the bidder. 9.3. The Bidder shall specifically note that Prices are invited on item rate basis and contract shall

be firm price basis. 9.4. The price bid is not to be submitted with the physical documents.

10. BID SECURITY/ EMD:

The bidder shall furnish, as a part of its bid EMD, bid security for an amount of one percent of estimated cost to be paid as under: EMD either in the form of crossed DD drawn in favor of Gujarat Energy Transmission Corporation Limited payable at Vadodara or it can be paid in CASH, the receipt of payment to be enclosed with Bid.

10.1 If the estimated cost of tender is more than Rs. 100 Lacs, the 50% of EMD by DD in favour of

Gujarat Energy Transmission Corporation Ltd on any Schedule Bank in Vadodara and balance 50% by Bank Guarantee from any Nationalized Bank in the format provided herein. It should be valid till the offer validity (i.e. minimum 180 days.)

10.2 If the estimated cost of tender is less than Rs. 100 Lacs, the 100% of EMD by DD in favour of Gujarat Energy Transmission Corporation Ltd on any Schedule Bank in Vadodara.

10.3 Unsuccessful Bidder’s bid security / EMD will be returned / refunded on finalization of tender or three months from the date of submission of tender whichever is later.

10.4 BG of following banks will be acceptable. a. All nationalized banks including public sector banks IDBI bank Ltd. b. Privet sector banks authorized by RBI to undertake the state government business,

which are (i) Axis bank (ii) ICICI bank (iii) HDFC bank.

Note: The banks shall be the banks recognized / notified by the Finance department, Government of Gujarat (GOG) from time to time. Payment by Cheque / Co-op Bank Guarantee / Company Guarantee is not permissible. 10.2. The successful bidder’s bid EMD will be discharged upon, furnishing the contract performance

guarantee.

11. FORMAT OF BID: 11.1. The Bidder shall prepare only one copies of the bid, clearly marking each “ORIGINAL BID” as

appropriate. For any discrepancy between online & physical bid. Online bid is considered as final.

Signature & Seal of Bidder Page 7 of 37

11.2. The original and all copies of the bid shall be typed or written in indelible ink and shall be signed by the Bidder or a person or persons duly authorized by the Bidder to sign the Contract. The letter of authorization shall be indicating by written power-of-attorney accompanying the bid. All pages of the bid, except for un-amended printed literature, shall be initiated by the person or persons signing the bid.

11.3. The Bidders must submit the qualifying data in only one original copy as required in this instructions to Bidders in separate envelopes seals and enclosed in the envelope submitting proposals, super scribed as under:

QUALIFYING DATA FOR TENDER OF ________________________________ Tender No: __________________________________________________________

11.4. The Bid shall contain no interlineations, erasures or overwriting except as necessary to correct errors made by the Bidder, in which case such corrections shall be initiated by the person or persons signing the bid.

12. SIGNATURE OF BIDS: 12.1. The bid must contain the name, residence and place of business of the person or person making the

bid and must be signed and sealed by the Bidder with his usual signature. The names of all persons signing should also be typed or printed below the signature.

12.2. Bid by a partnership must be furnished with full names of all partners and be signed with the partnership name; followed by the signature (s) and designation (s) or the authorized partner (s) or other authorized representative (s).

12.3. Bids by Corporation/ Company must be signed with the legal name of the Corporation/Company by the President/ Managing Director or by the Secretary or other person or persons authorized to bid on behalf of such Corporation/Company in the matter.

12.4. A bid by a person who affixes to his signature the word ‘President’, ‘Managing Director’, ‘Secretary’, ‘Agent’ or other designation without disclosing his Principal will be rejected.

12.5. If it is found that two or more persons who are connected with one another either financially or as a principal and agent have bid under different names without disclosing their connection then such bids will be liable for rejection.

12.6. Satisfactory evidence of authority of the person signing on behalf of the Bidder shall be furnished with the bid.

12.7. The Bidder’s name stated on the proposal shall be the exact legal name of the firm. 12.8. Bid not conforming to the above requirements of signing may be disqualified and EMD forfeited.

13. SEALING AND MARKING OF BIDS:

Cover-I : 1. Bid No 2. Due date for opening 3. Reference of tender fee & earnest money deposit Cover-II : 1. Bid No 2. Due date for opening 3. Qualifying Requirements, Technical Bid reference and required

certificate

Cover-I, & Cover-II shall be individually sealed and super scribed as indicated above and shall be enclosed in the main cover duly sealed and super scribed as Tender for _________________________ against Bid No ______________ Due on _____________ Containing Cover-I & Cover-II of this tender. The tender in physical form is to be submitted in single copy instead of duplicate mentioned in the tender (the price bid is not to be submitted with the physical documents). The Bid shall be submitted by RPAD or through speed post services at the office of the CE(TR) GETCO, Bids submitted should be posted with due allowance for any postal delay. The bids received after the Due Date and Time of opening are liable to be rejected. Telegraphic/ Telex/ Fax/ E-Mail Bids shall not be entertained.

13.1. The bidder shall seal the original and each copy of the bid in an inner and an outer envelope, duly marking the envelopes as “Original”

13.2. Bid addressed to the Owner at following address, bearing the bid enquiry number, name of the work and the words “DO NOT OPEN BEFORE………….”

The Chief Engineer (TR) 7

th Floor, Transmission & Testing Wing, GETCO

Sardar Patel Vidyut Bhavan, Race Course, Vadodara – 390 007

Signature & Seal of Bidder Page 8 of 37

13.3. The inner envelope shall indicate the name and address of the Bidder to enable the bid to be returned unopened in case it is declared “Late” or “Rejected”.

13.4. If the outer envelope is not sealed and marked as required by clauses, the Owner will assume no responsibility for the bid’s misplacement or premature opening.

13.5. The Bid Security Condition must be submitted in a separate sealed envelope.

14. BID SUBMISSION: 14.1. The Bid shall be submitted by RPAD or through speed post services at the office of the CE(TR)

GETCO. 14.2. Telegraphic/ Telex/ Fax/ E-Mail Bids shall not be accepted. 14.3. No request from any Bidder to the Owner to collect the Bid from airlines, cargo agent etc., shall be

entertained. 14.4. Bids must be received by the Owner at the address specified under Clause No. 15.3 not later than the

time & date mentioned in the invitation to Bid. 14.5. The bids received by the Owner after the time and date fixed or extended for submission of bids

prescribed by the Owner, will be rejected and not considered for evaluation. 14.6. The Owner may, at its discretion, extend the deadline for the submission of bids by amending the

Bidding Document in which case all rights and obligation on the Owner and Bidders previously subject t the deadline will thereafter be subject to the deadline as extended.

15. MODIFICATION AND WITHDRAWAL OF BIDS: 15.1. The Bidder may modify or withdraw its bid after the bid’s submission provided that written notice of the

modification or withdrawal is received by the Owner prior to the deadline prescribed for submission of bids.

15.2. The Bidder’s modification or withdrawal notice shall be prepared, sealed, marked and dispatched in accordance with the provision of clause No. 15.0. The envelope should clearly indicate whether the modification is for the Technical bid or the Price bid. No bid modifications notice by Telex/Grams/Fax/E-Mail shall be entertained by the Owner.

15.3. No bid shall be modified in any manner, whatsoever after the deadline for submission of bids. 15.4. No bid may be withdrawn in the interval between the deadline for submission of bids and the

expiration of the period of bid validity specified by the Bidder on the Bid form. Withdrawal/ Modification of a bid during this interval may result in the Bidder’s forfeiter of its Bid Security.

16. OPENING OF BIDS BY OWNER 16.1. The owner will open the bids in the presence of Bidder’s representatives who choose to attend on the

date and time mentioned for opening of bids in the invitation to Bid or in case any extension has been given thereto, on extended bid opening date and time notified to all the Bidders who have purchased the bidding document.

16.2. The Bidder’s representatives who are present shall sign a register evidencing their attendance. 16.3. The Bidder’s names, technical modification, bid withdrawal and such other details as the Owner, at his

discretion may consider appropriate, will be announced in Technical Bid Opening. 16.4. The price bids of all the “Techno-Commercial” responsive bidders shall be opened in the presence of

representatives, maximum up to two per firm, of such bidders who choose to be present. 16.5. The date & time of opening of the Price Bid shall be intimated to all such qualified bidders by Fax/

Telex, at least one week in advance besides inviting final price bid if found appropriate after evaluation of Technical Bids.

16.6. The Bidder’s name, Bid Price, all discounts if any, modifications in the Price bid and any such other details as the Owner, at his discretion, may consider appropriate, will be announced furnished in the Price Bid Opening.

16.7. No electronic recording/ transmitting devices will be permitted during Bid Opening.

17. PURPOSE OF THE EVALUATION OF BIDS: 17.1. The Bids received, accepted and opened will be evaluated by the Owner to ascertain the technical

responsiveness of the Bid for the complete scope of the proposal, as covered under these specifications and documents.

17.2. All technically responsive bids shall then be examined to determine the lowest evaluated commercially and technically responsive bid.

18. POLICY FOR BIDS UNDER CONSIDERATION: 18.1. Bids shall be deemed to be under consideration immediately after opening of Technical Bid and until

such time official intimation of award/ rejection is made by the Owner to the Bidders. 18.2. While Bids are under consideration, Bidders and/ or their representatives and other interested parties

are advised to refrain from contacting by any means, the owner and/or his employee’s representatives on the matters related to Bids under consideration.

Signature & Seal of Bidder Page 9 of 37

19. CLARIFICATION OF BIDS: 19.1. To assist in the examination evaluation and comparison of bids the owner may ask the Bidder for a

clarification of its bid. 19.2. The request for clarification and the response shall be in writing and no change in the price or

substance of the bid shall be sought, offered or permitted.

20. PRELIMINARY EXAMINATION: 20.1. The Owner will examine the bids to determine whether they are complete, whether any computational

errors have been made, whether required sureties have been furnished, whether the documents have been properly signed, and whether the bids are generally in order.

20.2. ARITHMETICAL ERRORS CORRECTION : 20.2.1. If there is a discrepancy between the unit price and the total price that is obtained by multiplying the

unit price and quantity, the unit price shall prevail and the total price shall be corrected. 20.2.2. If there is a discrepancy between the total bid amount and the sum of total costs, the sum of total

cost shall prevail and the total bid amount will be corrected accordingly. 20.2.3. If there is discrepancy between the words and figures, the amount advantageous to the Owner will

prevail. 20.2.4. If the Bidder does not accept the correction of the errors as above, his bid will be rejected and the

amount of Bid Security will be forfeited. 20.2.5. The Bidder should ensure that the prices furnished in various price schedules are consistent with

each other. In case of any inconsistency in the in the prices furnished in the specified prices schedules to be indentified in Bid form for this purpose, the Owner shall be entitled to consider the highest price for purpose of evaluation and for the purpose of award of Contract use the lowest of the prices in these schedules.

20.3. Prior to the detailed evaluation, the Owner will determine the substantial responsiveness of each bid to the Bidding documents. For purpose of these Clauses, a substantially responsive bid is one which conforms to all the terms and conditions of the Bidding Document without material deviations. A material deviations is one which affects in any way the prices, quality, quantity or delivery period of the equipment, completion of works or which limits in any way the responsibilities or liabilities of the Bidder of any right of the Owner as required in these specifications and documents. The Owner’s determination of a Bid’s responsiveness shall be bases on he contents of the bid itself without recourse to extrinsic evidence.

20.4. A bid determined as not substantially responsive will be rejected by the Owner and may not subsequently be made responsive by the Bidder by correction of non conformity.

20.5. The Owner may waive any minor informality or non-conformity or irregularity in a bid which does not constitute a material deviation, provided such waiver does not prejudice or affect the relative ranking of any Bidder.

21. AWARD CRITERA: 21.1. The Owner will award the contract to the successful Bidder, whose bid has been determined to be

substantially responsive and has been determined as the lowest evaluated bid, providing further that the Bidder is determined to be qualified to perform the contract satisfactorily. The Owner shall be the sole judge in his regard.

21.2. The Owner reserve the right to award separate contracts to two or more parties in line with the terms and conditions specified in the accompanying Technical Specifications.

22. OWNER’S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BIDS: 22.1. The Owner reserves the right to accept or reject any bid, and to annual the bidding process and reject

all bids at the time prior to award of contract, any without thereby incurring any liability to the affected bidder or Bidders or any obligation to inform the affected Bidder or Bidders of the grounds for the Owner’s action.

23. NOTIFICATION OF AWARD: 23.1. Prior to the expiration of the period of bid validity and extended validity period, if any, the Owner will

notify the successful Bidder in writing by registered letter or telex of Fax, to be confirmed in writing by registered letter, that its bid has been accepted.

23.2. The notification of award will constitute the formation of the contract. 23.3. Upon the successful Bidder’s furnishing of performance guarantee pursuant to relevant clause, the

Owner will promptly notify each unsuccessful Bidder and will discharge its bid security.

24. SIGNING OF CONTRACT: 24.1. At the same time as the Owner notifies the successful Bidder that his bid has been accepted, the

Owner will send the Bidder the detailed of Award, incorporating all agreements between the parties.

Signature & Seal of Bidder Page 10 of 37

24.2. Within 15 days of receipt of the detailed of Award, the successful bidder shall sign the same with date and return it to the Owner.

24.3. The Bidder will prepare the Contract Agreement as per the Performa prescribed and the same will be signed within 15 days of notification of Award.

25. DEFINATION OF TERMS: 25.1. The ‘Contract’ means the agreement entered into between the Owner and the Contractor as per the

Contract Agreement signed by the parties, including all attachments and appendices thereto and all documents incorporated by reference therein.

25.2. ‘Owner’ shall mean the Gujarat Energy Transmission Corporation Ltd., Vadodara or any of its subsidiaries and shall include its legal representatives, successors and assigns.

25.3. ‘Contractor’ or ‘Manufacturer’ shall mean the Bidder whose bid is accepted b the Owner for the award of the Works and shall include such successful Bidder’s legal representatives, successors and permitted assigns.

25.4. ‘Sub-Contractor’ shall mean the person named in the Contract for any part of the Works or any person to whom any part of the Contract has been sublet by the Contractor with the consent in writing of the Engineer and will include the legal representatives, successors and permitted assigns of such person.

25.5. ‘Engineer’ shall mean the officer appointed in writing by the Owner to act as Engineer from time to time for the purpose of the Contract.

25.6. The terms ‘Equipment’, ‘Stores’, and ‘Materials’ shall mean and include equipment, stores and materials to be provided by the contractor under the Contract.

25.7. ‘Works’ shall mean and include the furnishing of equipment, labour and services, as per the Specifications and complete erection, testing and putting into satisfactory operation including all transportation, handling, unloading and storage at the Site as defined in the Contract.

25.8. ‘Specification’ shall mean the Specification and Bidding Documents forming a part of the Contract and such other schedules and drawings as may be mutually agreed up on.

25.9. ‘Site’ shall mean and include the land and other places on, into or through which the works and the related facilities are to be erected or installed and any adjacent land, paths, street or reservoir which may be allocated or used by the Owner or Contractor in the performance of the Contract.

25.10. The terms ‘Contract Price’ shall mean the price quoted by the Contractor in his bid with additions and/or deletions as may be agreed and incorporated in the letter or award and the contract agreement for entire scope of the works.

25.11. Site Engineer ‘Inspector’ shall mean the Owner owner’s Engineers or any person nominated by the time to inspect the equipment; stores or works under the Contract and/ or the duly authorized representative of the Owner.

25.12. ‘Notice of Award of contract’/ ‘ Letter of Award’/ ‘Telex of Award’ shall mean the official notice issued by the Owner notifying the Contractor that his bid has been accepted.

25.13. ‘Order’ shall mean the official letter issued by the Owner informing the acceptance of the bid. 25.14. ‘Date of Contract’ shall mean the date on which Notice of Award of contract/ letter of award has been

issued. 25.15. ‘Month’ shall mean the calendar month, ‘Day’ or ‘Days’ unless herein otherwise expressly defined

shall mean calendar day or days of 24 hours each. 25.16. ‘Week’ shall means continuous period of seven (7) days. 25.17. ‘Writing’ shall include any manuscript, type written or printed statement, under or over signature and/

or seal as the case may be. 25.18. When the words ‘Approved’. ‘Subject to Approval’, ‘Satisfactory’. ‘ Equal to’, ‘Proper’, ‘Requested’, ‘As

directed’, ‘Where directed’, ‘When directed’, ‘Determined by’, ‘Accepted’, ‘Permitted’, or words and phrases of like importance are used the approval, judgment, direction etc, is understood to be a function of the Owner/ Engineer.

25.19. ‘The term ‘Final Acceptance’/ ‘Taking Over’ shall mean the Owner’s written acceptance of the Works performed under the Contract, after successful completion of Tests, as specified in the accompanying Technical Specifications or otherwise agreed in the Contract.

25.20. ‘Acts’ shall means the following including the latest amendments and/or replacements, if any: a) Indian Electricity Act, 1905 and Rules and Regulations made there under b) Electricity Act 2003 and Rules and Regulations made there under c) Indian Factory Act, 1948 and Rules and Regulations made there under

25.21. Words imparting the singular only shall include the plural and vice-versa where the context so requires.

25.22. Words imparting ‘Person’ shall include firms, companies, corporations and associations or bodies of individuals, whether incorporated or not.

25.23. Terms and expressions not herein defined shall have the same meaning as are assigned to them in the Indian Sale of Goods Act (1930), failing that in the Indian Contract Act (1872) and failing that in the General Clauses Act (1897) including amendments thereof, if any.

Signature & Seal of Bidder Page 11 of 37

26. APPLICATION 26.1. These General Conditions shall apply to the extent that they are not superseded by provisions in

other parts of the Contract. 26.2. Measures: The Metric System of measurement shall be used exclusively in the Contract.

27. PRICE BASIS 27.1. The Price shall be quoted on Item rate basis 27.2. The Price quoted by the bidder shall remain fixed during the bidder’s performance of the contract shall

not be subject to variation on any account or for change in quantity. All items to be supplied on firm prices basis.

28. WORKS CONTRACT TAX: 28.1. As regards the income tax, surcharge on income tax and any other corporate tax, including service

tax if any the owner shall not bear any tax liability whatsoever. The bidder shall be liable and responsible for payment of such taxes as attracted under the provisions of the law.

28.2. Notwithstanding the tax liabilities as per the above clauses the owner shall have the right to make deduction at source form the amounts payable to the contractor in respect of Income Tax, in the work contract, as may be mandatory in terms of the laws or by-laws. The owner shall not bear any liability in this regard but shall issue necessary certificate in respect of such deduction made.

28.3. In case any tax or duty is newly introduced by the Government applicable for this contract with effect from the next day of the date submission of the bid and if the contract is required to pay additional tax or duty, then the owner shall reimburse the contractor the additional tax or duty so paid by the contractor against submission by the contractor of documentary evidence to the satisfaction of the owner. This provision will not be applicable to transaction between the contractor and sub-contractor.

28.4. The Owner’s liability for all taxes and duties under the contract shall be limited to those indicated by the Bidder in the Bid Proposal Sheets, subject to the statutory variations and variations as per above clauses.

28.5. If the cost of the Contractor during the performance of the ‘Contract’ shall be increased or reduced by reasons of the making, passing or promulgation of any law after the date of submission of bid or by any order, regulation or by-law having the force of law the amount of such increase or reduction shall be added to or deducted from the “Contract Price” as the case may be for direct transactions between contractor & owner. It is the Bidders responsibility to furnish details of taxes, duties, levies etc., applicable as on the date of submission of the bid.

28.6. The provision of statutory variation regarding enhancement of existing tax or duty or introduction of a new tax or duty will be applicable only to the direct transaction between the contractor and the owner.

28.7. Before quoting, the bidder may ascertain from the concerned tax authorities of Government the applicability of Work Contract Tax, Service Tax, etc., in respect of this work and include the same in the quoted price. No separate claim in this regard will be entertained by the Owner, as it is the responsibility of the Bidder to pay all these taxes.

29. TAXES, PERMITS & LICENSES 29.1. The Contractor shall be liable and pay all non Indian taxes, duties, levies lawfully assessed against

the Owner or the Contractor in pursuance of the Contract in addition the Contractor shall be responsible for payment of all Indian duties, levies and taxes, lawfully assessed against the Contractor for his personal income & property only.

30. PRICE INCLUSIONS (INCLUDING TAXES & DUTIES): 30.1. SERVICE TAX :

(a) Service Tax : Service tax applicable presently @12.36% (b) Statutory Variations : Any statutory increase or decrease in the taxes and duties subsequent to offer if it takes place within the original contractual period will be to the GETCO’s account subject to the claim being supported by documentary evidence. However, if any decrease takes place after the contractual period, the advantage will have to be passed on to the GETCO.

30.2. INCOME TAX : Income tax at source at the prevailing rate will be deducted from bills in accordance with the provision of Income-Tax laws and to that effect a certificate will be issued to the contractor.

30.3. WELFARE CESS:

• As per the Welfare Cess Act, the welfare cess @ 1% is applicable on supply and erection items for supply, erection, testing & commissioning of substation, transmission lines, EPC/Turnkey projects and civil works.

• Contractor shall get registered under Welfare Cess Act before commencement of work. Office of the Factory Inspector is authorized at present as a registering authority.

Signature & Seal of Bidder Page 12 of 37

• The welfare cess@1% is considered in the price schedules so, the bidders are requested to quote accordingly.

• GETCO shall pay the welfare cess by way of reimbursing to contractors on production of documentary evidence of payment.

• The contracts for which supply or part supply of material are in the scope of GETCO, then contractors shall deposit welfare cess on estimated cost of supplied items to GETCO on progressive basis of utilization. As this part of welfare cess is on GETCO account, the same shall be reimbursed to the contractor on receipt of request letter along with documentary evidence of payment. For calculation of welfare cess on supply part, valuation as per MR shall be taken and informed to the contractor for payment. This will be over and above the A/T value.

30.4. EXCISE DUTY

1. 100% value of Excise duty on equipments and substation materials shall be reimbursed on submission of documents of excise duty paid by the Contractor at the prevailing or offered applicable rate, whichever is lower. However Chartered Accountants’ certificate (along with last advance bill) that excise duty as paid by the Contractor and claimed from GETCO has not been refunded nor refund claim is pending with Excise department. Further, Contractor have to furnish an undertaking to GETCO that in any event, if any refund of excise duty either in full or part is received by Contractor in respect of the material supplied to GETCO against tender under reference the same shall be passed on to the GETCO without any further claim to that effect from GETCO

2. The price should be quoted Exclusive of excise duty and in single slab only. Multiple excise duty slabs based on turn over/production capacity should not be quoted and if quoted, then the highest slab for evaluations will be considered. if the Excise duty is based on the suppliers turnover then in that event all the Excise duty beyond the Excise duty quoted by the Tenderer will have to be borne by the Tenderer itself. the excise duty rate for the quoted quantity should be stated extra. The offers having price INCLUSIVE OF EXCISE DUTY is likely to be rejected if the rate of excise duty is not mentioned clearly. The Corporation may at its discretion consider such offer with presumption of highest rate of excise duty prevailing when the price quoted is inclusive of Excise Duty.

3. Please clarify whether Excise Duty is chargeable or not and the ceiling for the same must be clearly specified to enable us to evaluate suppliers offer. In case, Govt. revises the rate of excise duty during the tenure of the contract, the provision of Corporation’s statutory variation clause shall apply.

4. The prices quoted shall be all inclusive of freight, transportation, loading, unloading & stacking at site of materials supplied by Contractor as well as owner supplied item if any.

5. No extra payment toward any type of templates and erection tools /materials will be made.

30.5 SALES TAX/VAT :- The prices should be quoted inclusive of sales tax/ VAT CST or VAT to be indicated. The rate of tax (CST or VAT) should clearly be indicated. However, in the breakup of end cost, sales tax/VAT has to be shown separately. The stores are required for consumption in generation, transmission and distribution of electrical energy and as such Central “C” form will be issued at the time of payment of bills, you are requested to quote your sales tax registration Number / VAT Registration No and date in all the bills.

31. STATUTORY VARIATION:

Any statutory increase or decrease in the above taxes/duties if it takes place within the original contractual delivery date will be to the GETCO’s account, subject to the claim being supported by documentary evidence. However, if any decrease in the above takes place after the contractual delivery date, the advantage will be passed on to the GETCO immediately without waiting for demand notice from GETCO.

32. SECURITY DEPOSITE / CONTRACT PERFORMANCE GUARANTEE The You will have to pay SD of Rs. 12,00,000.00 for the entire period of contract. The Security Deposit should be paid within 15 days of placement of LOI in the form of Bank Guarantee of Nationalized Bank acceptable to the company (GETCO) or Government Securities valid for contract period and to be returned after completion of the work. The original Bank Guarantee shall be kept at Corporate Office, GETCO, Vadodara

Signature & Seal of Bidder Page 13 of 37

32.1. BG of following banks will be acceptable. a. All nationalized banks including public sector banks IDBI bank Ltd. b. Privet sector banks authorized by RBI to undertake the state government business, which

are (i) Axis bank (ii) ICICI bank (iii) HDFC bank.

Note: The banks shall be the banks recognized / notified by the Finance department, Government of Gujarat (GOG) from time to time.

32.2. Payment by Cheque / Co-op Bank Guarantee / Company Guarantee is not permissible 32.3. This Bank Guarantee shall be applicable for all the bidders irrespective whether they are SSI/NSIC

units. 32.4. The above performance guarantee, to be submitted by successful tenderer, towards execution period,

is for the satisfactory execution of the contract. 32.5. If the full Performance Guarantee amount/ BG is not paid/ submitted within 30 (Thirty) days after the

receipt of the LOI, then the order will be out rightly cancelled at the risk & cost of the Tenderer (at the discretion of the Corporation) and without into any correspondences and this will be binding on the Tenderer.

32.6. The Contract performance guarantee will be discharged without any interest on successful completion of order and only after the performance guarantee condition is fulfilled. The Contractor shall furnish Contract Performance Guarantee(s) for the proper fulfillment of the Contract in the prescribed form within fifteen (15) days of ‘Notice of Award of Contract (LOI)’. The performance guarantee(s) shall be as per terms prescribed.

33. PENALTY FOR DELAY 33.1. The subject work shall be carried out by the contractor within stipulated time, which will be issued by

GETCO to the successor bidder 33.2. Any delay that may take place in subject work as per schedule, the penalty will be charged for delay

beyond schedule period will be levied penalty at the rate of 0.5% of the total contract value per week i.e. total order value within respective TR division, with a ceiling of 10% of the total contract value.

33.3. The penalty will be deducted from bills payable either against this contract or from any bank guarantee or any other amount payable under any other contract with GETCO.

34. DELAYS BY GETCO 34.1. In case the Contractor’s performance is delayed due to any act of omission on the part of the GETCO,

then the Contractor shall be given due extension of time for the completion of the Works, to the extent such delay on the part of the GETCO.

34.2. Regarding reasonableness or otherwise of the extension of time, the decision of Chief Engineer (TR) shall be final.

35. PAYMENT:

Payments will be made after observing GETCO general procedures by concerned TR Circle/TR Division after completion of work as under:

a. 70% payment of total amount of work done will be made on successful testing of the transformer at your works. The payment will be made within 60 days, after submission of bill to concerned EE (TR) / SE (TR).

b. Further 20% payment will be made after safe receipt of repaired transformer at GETCO site

and successful erection, testing & commissioning of the same. The payment will be made within 60 days, after submission of bill to concerned EE (TR) / SE (TR).

c. Balance 10% will be made after satisfactory completion of guarantee period or submission

of bank guarantee of Nationalized / Schedule bank of equivalent amount valid up to GP (36 / 42 months).

While submitting your bills for repairing of transformers, following procedure shall have to be adhered

to:

a. Each and every bill for repaired transformers shall accompany the relevant test certificates duly approved by the certifying authority in spiral bound volume in quadruplicates.

b. You shall certify on the bills that materials, spares, mountings etc. mentioned in the bills

have been actually fitted / used on the transformer.

Signature & Seal of Bidder Page 14 of 37

Bill shall be prepared on the basis of work carried out in accordance to joint internal inspection at works, scope of work of Schedule-A, Price Schedule for spares/accessories/mountings/OLTC etc. and should be sent to concern Circle Office.

36. INSURANCE The comprehensive policy for transit insurance of the transformer is to be obtained by repairer.

Once the receipt is signed by the repairer, the transformer will be in his custody and he will be responsible for any loss to the transformer by way of fire, theft, damages etc till the repaired transformer is handed over to the company’s representative.

To secure the transformer against damage during dragging, loading – unloading of transformer at site & works, To & fro transportation, repairing at works, erection & commissioning activities at site suitable policy of reputed insurance company shall be obtained by you. The amount will be reimbursed to repairer (along with survey charges, if applicable) on submission of the copy of the policy to the concerned EE (TR) / SE (TR).

Initially repairer at his cost will insured the transformer against fire, theft, damages etc. The cost of the transformer will be informed by the concerned EE (TR) / SE (TR). Octroi charges if applicable will be initially borne by GETCO. However, if repairer fails to repair the transformer within stipulated time limit, than the penalty amount as per municipal rules for refund the octroi charges paid by GETCO, will be recovered from the repairer

37. JURISDICTION OF CONTRACT 37.1. The laws applicable to the Contract shall be the laws in force in India. The court of Vadodara shall

have exclusive jurisdiction in all matters arising under the Contract.

38. INDEMINITY BOND: You will have to execute Indemnity Bonds on stamped paper of proper value at your cost at our Transmission Circle Office before commencement of works as per GETCO’s prescribed Proforma.

39. CHANGE OF QUANTITY 39.1. During the execution of the Contract, the Owner reserve the right to increase or decrease the

quantities of items under the Contract but without any change in unit price or other terms & conditions. Such variation unless otherwise specified in the accompanying specifications, shall not be subjected to any limitation for the individual items but the total variation in all such items under the Contract shall be limited to the extent of 15% (Fifteen Percent) of the Contract price by way of suitable amendment to the contract.

39.2. The Contract price shall accordingly be adjusted based on the unit rates available in the Contract for the change in quantities as above. The base unit rates, as identified in the Contract shall however remain constant during the currency of the contract, in case the unit rates are not available for the change in quantity, the same shall be subjected to mutual agreement.

40. NO WAIVER OF RIGHTS 40.1. Neither the inspection by the Owner or the Engineer or any of their officials, employees, or agents nor

any order by the Owner or the Engineer for payment of money or any payment for or acceptance of, the whole or any part of the Works by the Owner or the Engineer, nor any extension of time, nor any possession taken by the Engineer shall operate as a waiver of any provision of the Contract, or of ay power herein reserved to the Owner or any right to damages herein provided nor shall any waiver of any breach in the Contract be held to be a waiver of any other or subsequent breach.

41. FORCE MAJEURE: 41.1. Force majeure is herein defined as any cause which is beyond the control of the Contractor or the

Owner as the case may be, which they could not foresee or with a reasonable amount of diligence could not have foreseen and which substantially affects the performance of the Contract such as: 41.1.1. Natural phenomena, including but not limited to floods, droughts, earthquakes and epidemics; 41.1.2. Acts of any Government, domestic or foreign, including but not limited to war, declared or

undeclared, priorities, guarantees and embargoes. Provided either party shall within fifteen (15) days from the occurrence of such a cause notify the other in writing of such causes.

41.2. The Contractor or the Owner shall not be liable for delays in performing his obligations resulting from any force majeure causes as referred to and/or defined above

Signature & Seal of Bidder Page 15 of 37

41.3. The date of completion will subject to herein after provided, be extended by a reasonable time even though such cause may occur after Contractor’s performance of obligation has been delayed due to other causes.

42. SUSPENSION OF WORK: 42.1. The Owner reserves the right to suspend and reinstate execution of the whole or any part of the

Works without invalidating the provision of the Contract. Orders for suspension or reinstatement of the Works will be issued by the Engineer to the Contractor in writing. The time for completion of the works will be extended for a period equal to duration of the suspension.

42.2. Any necessary and demonstrable cost incurred by the Contractor as a result of such suspension of the works will be paid by the Owner, provided such costs are substantiated to the satisfaction of the Engineer.

42.3. The Owner shall not be responsible for any liabilities if suspension or delay is due to some default on the part of the Contractor or his Sub-Contractor.

43. CONTRACTOR’S DEFAULT: 43.1. If the Contractor shall neglect to execute the works with due diligence and expedition or shall refuse

or neglect to comply with any reasonable order given to him, in writing by the Engineer in connection with the works or shall contravene the provisions of the Contract, the Owner may give notice in writing to the Contractor to make good the failure, neglect or contravention complained of. Should the Contractor fail to comply with the notice within thirty (30) days from the date of serving the notice, then and in such case the Owner shall be at liberty to employ other workmen and forthwith execute such part of the works as the Contractor may have neglected to do or if the Owner shall think fit, without prejudice to any other right he may have under the Contract to take the work wholly or in part of the Contractor’s hands and re-contract with any other person or persons to complete the works or any part thereof and in what event the Owner shall have free use of all Contractor’s equipment that may have been at the time on the Site in connection with the works without being responsible to the Contractor for fair wear and tear thereof and to the exclusion of any right of the Contractor over the same, and the Owner shall be entitled to retain and apply any balance which may otherwise be due on the Contractor by him to the Contractor, or such part thereof as may be necessary, to the payment of the cost of executing the said part of the Works or of completing the Works or executing part thereof as aforesaid shall exceed the balance due to the Contractor shall pay such excess. Such payment of excess amount shall be independent of the liquidated damages for delay which the Contractor shall have to pay if the completion of works is delayed.

43.2. In addition, such action by the Owner as aforesaid shall not relieve the Contractor of his liabilities to pay liquidated damages for delay in completion of Works.

43.3. Such action by the Owner as aforesaid the termination of the Contract under this clause shall not entitle the Contractor to reduce the value of the Contract Performance Guarantee nor the time thereof. The Contract Performance Guarantee shall be valid for the full value and for the full period of the Contract including guarantee period.

44. TERMINATION OF CONTRACT ON OWNER’S INITIATIVE: 44.1. The Owner reserve the right to terminate the Contract either in part or in full due to reasons other than

those mentioned under the clause entitles ‘Contractor’s Default’. The Owner shall in such an event give fifteen (15) days notice in writing to the Contractor of his decision to do so.

44.2. The Contractor upon receipt of such notice shall discontinue the work on the date and to the extent specified in the notice, make all reasonable efforts to obtain cancellation of all orders and Contracts to the extent they are related to the work terminated and terms satisfactory to the Owner, stop all further sub-contracting or purchasing activity related to the work terminated, and assist Owner in maintenance, protection, and disposition of the works acquired under the Contract by the Owner.

44.3. In the event of such termination the Contractor shall be paid compensation, equitable and reasonable, dictated by the circumstances prevalent at the time of termination.

44.4. If the Contractor is an individual or a proprietary concern, and the individual or the proprietor dies, and if the Contractor is partnership concern and one of the partners dies then unless the Owner is satisfied that the legal representatives of the individual Contractor, or of the proprietor of the propriety concern, and in the case of partnership, the surviving partners, are capable of carrying out and completing the Contract the Owner shall be entitled to cancel the Contract as to its incomplete part without being in any way liable to payment of any compensation to the estate of deceased Contractor and/or to the surviving partners of the Contractor’s firm on account of the cancellation of the Contract. The decision of the Owner that the legal representatives of the deceased Contractor or surviving partners of the Contractor’s firm cannot carry out and complete the Contract shall be final and binding on the parties. In the event of such cancellation the Owner shall not hold the estate of the deceased Contractor and/or the surviving partners of the estate of the deceased Contractor and/or the surviving partners of the Contractor’s firm liable to damages for not completing the Contract.

Signature & Seal of Bidder Page 16 of 37

45. LABOR LAWS: 45.1. Person below the age of 18 years shall not be employed for the work/Service. 45.2. Contractor shall maintain a valid labour license under the contract Labour (Regulation and abolition)

act for employing necessary manpower required by him. In the absence of such license, the contract shall be liable to be terminated without assigning any reason thereof.

45.3. The Contractor shall at his own expenses comply with all labour laws and keep the GETCO indemnified in respect thereof.

46. WORKMAN’S COMPENSATION FUND AND EMPLOYER’S LIABILITY INSURANCE: 46.1. The Contractor shall cover all his employees under workmen’s compensation fund and under the

liability insurance. The purchaser shall not be responsible for any payments of compensation to the workers/supervisor of the contractor for fatal or non fatal accidents during the execution of the contract.

46.2. Insurance shall be affected for all the Contractor’s employee engages in the performance of this contract. If any of the work is sublet, the Contractor shall required the Sub-Contractor to provide workmen’s employer’s liability insurance for the latter’s employees, such employees shall be covered under the Contractor’s Insurance.

46.3. The contractor shall employ adequate number of experienced skilled at site for daily supervision and for maintenance of various registers and records required under the law and contract. No payment for supervision shall be admissible

47. CONTRACT TO INDEMNIFY THE GETCO: 47.1. The Contractor shall indemnify the GETCO and very member officer and employees of the GETCO

also, Engineer-in-Charge and his staff against all actions, proceedings, claims, demands, costs and expenses which may be made against the GETCO or Government of or in respect of performance of his obligation under the contract documents. The GETCO shall not be liable for intervention of authority Government for or in respect of performance of his obligation under the contract documents. The GETCO shall not be liable for or in respect o or in consequence o any accident or injury to any workman or other person in the implement of the Contractor or his Sub-Contractor and the contractor shall indemnify and keep indemnified the GETCO against all claims, demands, proceedings, cost, charges and expenses whatsoever in respect thereof or in relation thereto.

48. MATCHING OF END COST: 48.1. In case of GETCO decides to award contract on matching end-cost basis, the bidder has to reduce all

the quoted rates proportionately. The reduction on overall basis will not be accepted (i.e. all unit rates of schedule shall be reduced proportionately by difference in percentage).

48.2. The confirmation for matching end cost shall be given within 7 (seven) days from the letter from GETCO.

49. INSPECTION CHARGES: You will not charge for physical inspection, internal inspection, stage inspections & final testing of the

transformer allotted for up gradation. 50. SETTLEMENT OF DISPUTE: In case of any dispute, the decision of the CE (TR), GETCO, Corporate office, Vadodara will be final

and binding to you.

The decision of the CE (TR) about the interpretation of any items & conditions of this tender specification, terms & conditions, schedules and orders placed under this tender shall be final & binding on the repairers. The right to change or relax any condition of the contract is reserved. The contract or any part thereof shall not be sublet without written permission of the GETCO.

51. QUALIFYING REQUIREMENT:

A). Bidder shall be approved transformer manufacturers / repairers with GETCO

B). Bidder shall have adequate financial capacity & stability to meet the financial obligations arising out

of scope of work (financial turn over for last three shall be submitted along with bid duly approved

by charted accountant) Financial turnover of bidder shall not be less than Rs. 50.00 Lacs during

any or more presiding three financial year.

C). Bidder has to submit valid Electrical contractor license of respective state.

Signature & Seal of Bidder Page 17 of 37

52. Additional Documents:

Apart From various documents to be furnished along with the Bid as required in the GCC and TTC, the following documents/details are to be furnished by the Bidder: 1. Income tax PAN No./ Service Tax Registration No. date/ issuing authority. 2. Details of the Company. 3. Copy of partnership Deed or Memorandum of article of Association 4. Experience Record and details of orders pending / executed for various Utilities 5. Last three years Audited Accounts/Annual report 6. Solvency certificate from Bank (upto 20 % of tender estimated value). 7. Copy of PF code Number allotted by PF authority. 8. WCP for employees.

Signature & Seal of Bidder Page 18 of 37

SPECIAL INSTRUCTIONS TO TENDERERS 1. The tender should be submitted in original. It should be distinctly indicated on the cover as “Bid

against Specification No: GETCO/CE(TR)/EE(SS)/DE(SS)/EHV. Tender fee may be paid along with submission of tender in EMD cover, for respective tender. “All the relevant documents of tender to be submitted physically except price bids will be received only be Registered Post A.D. or Speed Post addressed to Chief Engineer (TR), Gujarat Energy Transmission Corporation Limited, Corporate Office, S.P.Vidyut Bhavan, Race Course, Vadodara - 390 007. “ NO COURIER SERVICE OR HAND DELIVERY “will be allowed.

2. The tenders may be sent by Registered / SPEED Post only so as to reach this office on or before

_________________ up to 15.00 hours. Due care should be taken to see that the tenders sent by post are posted well in advance to ensure the delivery by the prescribed date or even earlier.

Tenders which are received late after due date of receipt, will not be considered. 3. The tenderer must give a clear statement indicating their acceptance / comments / modifications etc.

to the various terms and conditions of the Company’s specifications clause by clause. Any additional terms the tenderer may wish to specify may be stated separately and brought out clearly i.e. in the “Schedule of Deviations”. The tenderer are requested to ensure strict compliance with this manner of presentation of their tenders.

4 The tenderer must ensure that all the schedules are completely filled up in their tenders and that

complete information called for is given. Failure to furnish full and complete details or furnishing vague information will make the tender liable for rejection. The tenderer is at full liberty to give information about his capacity and establishment to execute the work / contract.

5 The offer should be valid for a minimum period of 180 days from the date of opening of technical

bids. 6 The technical bid shall be opened on due date of submission of tender at 16:00 hours in the office of

Chief Engineer (TR), GETCO, Corporate Office, Vadodara. (If possible) 7 The offer is liable to be out rightly rejected in case the “Technical Bid” and “Price Bid” are not

submitted separately as specified. If the bidding schedules are not filled in and the prices and particulars are given in other format, the offer will be rejected. Bidders are requested to take specific note of this clause.

8 Any deviations from General as well as Technical Terms and conditions shall be mentioned in “Schedule of deviation” sheet only and it shall be attached with Technical bid only other wise your bid will be considered as “No deviation”.

9 Tender with conditional offer will be liable for rejection. 10 After evaluation of the offers, the GETCO may arrive at a common item rate which will have to be

accepted by the qualifying bidders. Only after giving concurrence by the bidders, the rate contract shall be made available to them.

11 Any damages to the transformer during the work, the value of such damages will be recovered from

your bills and the same will be repaid after the claim is settled by the insurance company. 12 Instructions before submitting your bid.

1. Bidders are permitted to quote the rates on Item rate basis. 2. The Bid evaluation of Tender shall be carried out on quoted rates. All the packages will be

evaluated separately. 3. The bidder must ensure that all the Schedules are completely filled up in their tenders and that

complete information called for is given. Failure to furnish full and complete details or furnishing vague information would make the tender liable for rejection.

4. The bidder shall submit Quality Assurance Plan (QAP) & Field Quality Plan (FQP) with the technical bid.

5. Please note that the evaluation will be carried out on the strength of content of bid only. No further correspondence will be made.

6. The bidder shall bring out all the technical deviation/s only at the specified at Section-IV

Signature & Seal of Bidder Page 19 of 37

13 Pre-Bid meeting (If required) Pre-Bid meeting if required will be held at GETCO Corporate office at Vadodara to clarify the Proposal to the bidders. The same will be displayed on web-site.

The Bidder’s designated representative is invited to attend a pre-bid meeting. The purpose of the meeting will be to clarify issues and to answer questions on any matter that may be raised at that stage. The Bidder is requested, as far as possible, to submit any question in writing to reach Corporate office not later than one week before the meeting. It may not be practicable at the meeting to answer questions received late, but questions and responses will be transmitted as indicated hereafter. Minutes of the meeting, including the text of the questions raised and the responses given, together with any responses prepared after the meeting will be transmitted without delay through web site as amendment of the bidding documents. Any verbal/telephonic clarifications and information given by the Owner or his employee (s) or his representative(s) will not in anyway be binding on the Owner.

14 GETCO reserves the right to reject/keep company under watch for a period of one year in case of default on account of safety.

Signature & Seal of Bidder Page 20 of 37

PART – II (section : 1)

TECHNICAL TERMS AND CONDITIONS

1. TECHNICAL KNOW-HOW:

Qualified, experienced and efficient engineer should supervise the various activities such as dismantling of core & windings, repairing, assembling, de-hydration, testing, loading, unloading at works etc. Date-wise record of various activities should be maintained by you.

2. WORK ALLOTMENT: The criteria for allotment are as under to avoid any discretion for allotment.

2.1 Allotment will be according to the bid price rating among the successful bidders, who are awarded the job, even though there is a price matching among the bidders.

2.2 This allotment method mentioned in point 2.1 has no bearing to the location of substation where transformer has failed as well as repairer location.

2.3 Allotment shall be as per approved voltage class bidder. 2.4 The performance of the repairer and timely delivery will be criteria for allotment at the discretion

of GETCO. 2.5 GETCO reserve the right to allocate for more quantity of repair to L1 bidder right from the

award stage, itself to have preferential treatment being L1 in such an event allotment for repair will be one after another i.e. next allotment is done once the previous transformer is repaired.

3. ESTIMATE APPROVING AUTHORITY: a. Before delivery of failed transformer it should be physically inspected by the agency to

confirm the damages/replacement of windings, spare parts, accessories like OTI/WTI indicators / Buchholz relay / surge relays / radiators / valves / bushings / OLTC damages etc.at S/S in presence of GETCO’s Engineer and agency representative Thereafter it will be duly sealed before transporting the transformer to your works for repairing. On basis of joint inspection on site, agency has to submit the tentative estimate to CE(TR), Corporate Office for approval of go ahead clearance. The clearance to go ahead for repair of transformer will be given by CE (TR), Corporate Office through E mail within 10 days after receipt of detailed estimate by repairer and thereafter detailed order will be placed by Concern field Office.

b. After receipt of the transformer at your works, the transformer shall be opened in the presence

of GETCO’s representatives for joint inspection. On basis of joint inspection, agency has to submit the revised estimate, if required to CE(TR), Corporate Office for approval of go ahead clearance.

c. During the repairing period in accordance to the joint inspection, transformer at suitable stages

will have to be inspected by the GETCO and record shall be maintained jointly before tanking the assembly.

New insulated windings will be inspected during stage inspection. If you are preparing the coil from outside agency you should indicate address / place of agency where new coils is prepared and inspection of new insulating coil will be done during stage inspection.

d. Agency will send the detailed estimate for item rate to corporate office along with joint physical

and internal inspection report within 7 days from the date of joint / internal inspection. e. If the estimate for repair is not found to be economically viable, GETCO reserve the right to

pack up the transformer without repairing. In such conditions, To & fro transportation charges will be given. Scope of work will be limited to the activity as per item no. (1) of schedule-A i.e. opening of top plate, dismantling of core & windings etc. For tanking & pack up of transformer, same rate will be applicable as per item no (1) of schedule-A.

Repairer has to transport the transformer back to any S/s as per instruction of GETCO.

Signature & Seal of Bidder Page 21 of 37

4. ERECTION & COMMISSIONING OF TRANSFORMER: Repairer will carry out erection & commissioning activities of power transformer once the transformer is put on plinth at site by you. Repairer will have to depute engineer / man power with tools & tackles for erection, oil filtration, commissioning, troubleshooting etc of the transformer.

5. TRANSPORTATION:

♦ "To & Fro" transportation of transformer with loading / unloading and dragging is to be done by repairer through authorized & experienced transport agency.

♦ Transporter should have trailer with appropriate tonnage capacity and licensed by relevant Road Transport Office.

♦ Copies of registration / permission / license etc should be submitted before execution of job. Any penalty Lewis by RTO should be bear by repairer.

6. INSPECTION OF TRANSFORMER:

♦ Repairer has to follow the Master quality plan (MQP) as per attached here with. ♦ Physical joint inspection at GETCO site before collecting transformer for repair. During site

inspection, repairer has to access for following. Quantum of repair To certify that the unit is repairable. In case, repairer fails to take up / repair the transformer on account of irreparable

condition of unit, To & fro transportation charges including transit insurance will be born by the repairer.

• Bidder should have required competent experts of transformers to carry out above activities. Local arrangements for assessments will be the responsibility of GETCO

• Joint internal inspection at the works. The joint internal inspection of failed transformer will be carried out in presence of GETCO engineers. CE(TR) decide the team of inspectors depending upon domain experts in power transformers. Opening of transformer activity should be started only in presence of GETCO’s representative. Dismantling of core coil assembly shall be completed within 2 day along with MOM. (Repairer has to offer for joint internal inspection at works, during failure of transformer within GP to know the nature of fault, damage and to give feed back. Repairer has to mention the cause of failure of transformer in MOM. The transformer should be opened / dismantled in presence of GETCO representative only)

• Inspection of new coils during preparation, insulating stage and scrapping of old coils in presence of GETCO engineers. Repairer has to produce original bills, test certificates of new copper, insulations, accessories etc before inspecting officer.

• Stage inspections carried out in presence of GETCO representative.

• After completion of new winding work, assembling work and Inspection of transformer for drying out process shall be done in presence of GETCO representative.

• Inspection of transformer for drying out process.

• Final testing & inspection of transformer at the works before dispatch. Intimation of above stage inspection shall be given 7 days in advance.

7. TRANSFORMER OIL: Failed Transformer will be delivered without oil by the concerned Engineer-in-charge.

The transformer repairing agency is to be allotted oil as per the decision of inspection team and

corporate office immediately on final stage inspection of coil & winding by the team at the works of

repairer.

The Oil should be filled through 4500/6000 LPH two stage ultra high vacuum filter machine in

presence of GETCO Engineer. Filtration and filling of oil shall be completed in accordance with the

IS: 6034-1974 or with latest amendment if any.

After 48 Hrs. of commissioning of transformer at site, GETCO will send the oil sample to ERDA for confirming the oil quality as per IS 1866-2000 or with latest amendment including oxidation stability & DGA test. The testing charges will be borne by GETCO. Moreover, GETCO will perform DGA of oil at regular interval of six months up to GP. For any abnormality / deviation in test results of DGA within GP, repairer is fully responsible. Repairer has to find out root cause of abnormality / deviation in test results of DGA and to carry out repair / rectification work accordingly free of cost. If the defect

Signature & Seal of Bidder Page 22 of 37

can not be attended at site, repairer will shift the transformer at his works and back to any sub-station as per GETCO instruction, at his cost including dragging, loading and unloading at site and works and will carry out the repair, erection-commissioning of the transformer free of cost.

8. UNLOADING AND COMMISSIONING ACTIVITY AFTER REPAIR OF THE TRANSFORMER AT SITE (S/S)

You will depute Engineers/Technicians for unloading, putting it on plinth, erection & commissioning successfully and till the repaired transformer put in to service at site of any Sub station of GETCO. No Boarding and Lodging facility will be arranged by GETCO for the deputed personnel for this work. No “to and fro” traveling expenses for the deputed personnel will be borne by GETCO.

9. TESTING OF TRANSFORMAER:

a. The repaired transformer will have to be tested for all routine tests as per IS 2026/1977 with latest amendment if any, in the presence of GETCO’s representative at your works as per Schedule-E.

b. Two wattmeter method shall not be used for losses measurement & impedance voltage test.

The test shall be performed with digital power analyzer or power meters based on the desired accuracy at low power factor.

c. The value of insulation between the core lamination to end frame, core lamination to tank and

between end frame to tank (if end frame is isolated from tank) shall be more than 100 MΩ and it shall withstand test voltage of 2KV for 60 seconds. Separate measuring terminal for measurement of core to earth value to be provided by the repairer if it is not available on top plate.

d. The Tan delta of bushings, windings & SFRA shall be carried out by repairer in presence of

GETCO representative at works before dispatch of the transformer and site before commissioning of the unit. The repairer shall have their own testing kits of DOBLE / Megger / ELTEL make for Tan delta & SFRA tests. Otherwise they have to arrange for above tests through ERDA only. The testing charges through ERDA shall be borne by the repairer. Copy of all the test results are to be given to GETCO engineer at the time of final testing.

e. The Power frequency test and Impulse test shall be carried out by repairer in presence of GETCO representative at works.

f. GETCO will carry out low voltage tests (Tan delta & SFRA - if required) at site before

commissioning of repaired transformer. It shall be matched with factory tests results.

g. The transformers are to be repaired with maximum permissible losses as indicated below,

Sr

No Voltage Class MVA

No load loss at

750C at rated

voltage in KW

Full load loss (

Copper loss + stray

loss) at 750C in KW

Auxiliary

loss in KW

1 400/220 315 75 420 15

2 220/132/11 150 32 255 7

100 24 203 5

3 220/66 160 64 365 11

100 46 250 10

50 26 160 3

4 132/66 100 24 180 5

50 15 105 2

5 132/11 25 14 80 1.5

Signature & Seal of Bidder Page 23 of 37

o Variation in measured losses in 132KV and above class should be,

1. No load losses : 5 % 2. Full load losses : 2% 3. Aux losses : 5%

o If the losses are found higher than the permissible limit, for maximum losses, the Owner will be

accepting the transformer with the reduction in price as under. The measurement of losses shall be carried out with 3 (Three) Watt meter method only and CTs, PTs and meters used for these measurements shall be of class of accuracy of 0.2

1. For No load losses (of excess losses) : Rs 3,33,000.00 per KW 2. For Load loss (cu + stray) (of excess losses) : Rs 1,36,000.00 per KW 3. The stray losses shall not be more than 15% of total losses at 75

0c calculated from

measured losses 10. GUARANTEE :

You should give guarantee for 36 months from the date of commissioning of the repaired transformer or 42 months from the date of receipt of repaired transformer at site whichever is early. The guarantee is to be given for the entire transformer including OLTC and bushings.

a. Tan delta of the old bushings shall be carried out at your works by the repairer. New

bushings are to be supplied by the repairer only, if found fail in Tan delta test / bushing having no tan delta cap. The new bushings shall be supplied along with Tan delta result of supplier / manufacturer and repairer has to give guarantee of 36/42 months for new bushings.

b. Tan delta of windings shall be carried out by the repairer at the time of final testing. It should

be less than 1.0%. Tan delta of new bushings shall also be done by the repairer at the time of final testing and it shall be less than 0.7%

c. If OLTC & RTCC panel is having problem, than required spares and specialized services of

OEM (Original Equipment Manufacturers) will be provided by the repairer. Also, any wear & tare / damage of spares of OLTC and RTCC panel should be identified /decided during joint internal inspection at works and repairer has to take corrective actions accordingly, over & above overhauling of OLTC (which includes cleaning of OLTC chamber by fresh hot oil, removing of sludge deposited inside the chamber, cleaning and greasing of gear mechanism, checking and tightening of nuts & bolts of moving and fix contacts). You may avail services of OEM at the time of joint internal inspection, if required.

The cost of service charges (including taxes) of OEM will be reimbursed at actual on submission

documentary proof (bill) along with final bill. You may avail services of OLTC experts, if OLTC is of

obsolete design/services of OEM are not available.

The repairer has to check complete OLTC and RTCC panel (including wiring and remote operation

facility) thoroughly during repair. Any problem observed in OLTC / RTCC panel during GP of

transformer, repairer has to attend the problem free of cost (including cost of spares & service

charges of OEM).

The performance of the transformer is to be guaranteed for one additional year if the transformer

has failed / repaired / attended within the original guarantee period of 36/42 months i.e. total 36 / 42

months + 12 months (In service / working condition at site).

11. REPAIRING, ERECTION, COMMISSIONING AND TRANSPORTATION OF TRANSFORMER FAILED WITHIN GP:

In case of any trouble in transformer during the guarantee period, if the defect can not be attended at site, you will shift the transformer to your works and back to any sub-station as per GETCO instruction, at your cost including dragging, loading and unloading at site and works and will carry out the repair, erection and commissioning of the transformer free of cost. The complete activity shall be carried out in 100 days from the date of information of failure.

CE (TR) shall intimate to the repairer regarding the failure of transformer within GP in a week time.

If the transformer is not repaired within stipulated time period, the penalty @ Rs. 1000 per day for delayed days will be charged extra / deducted for the delayed period.

Signature & Seal of Bidder Page 24 of 37

If actions for repair of transformer failed within GP is not initiated within 30 days from date of

intimation from CE (TR), GETCO will be free to get the transformer repaired from other agency at your risk & cost including cost of To & fro transportation, erection & commissioning, transit insurance, loading-un loading etc and 15% supervision charges of total cost, over and above repairing cost. Further allotment of failed transformer for repair under ARC will be stopped with immediate effect without giving any prior notice. Also your poor performance / casual effort will be considered during finalization of next ARC.

Repairer has to offer following inspections for the transformer failed within GP.

• Joint internal inspection at site

• Joint internal inspection at works

• Stage inspection of new windings

• Stage inspection at the time of putting the job in oven for drying out

• Final testing

Repairer has to provide new windings in place of damaged / defective windings. It should be manufactured from new copper conductor and new insulating materials. Old damaged winding to be preserved till new winding is prepared and inspected by GETCO’s Engineer before assembling. Thereafter failed windings will be destroyed / scrapped in presence of GETCO’s Engineer.

12. DELIVERY PERIOD:

a. The repairer will have to carry out physical inspection of transformer at site within 1 week period from the date allotment of failed transformer for repair.

b. The repairer will have to shift the transformer to their works within 1 week period from the date of go ahead clearance from Corporate Office.

c. The repairers will have to arrange for joint internal inspection within 1 week period from the date of receipt of transformer at works.

d. All new windings to be manufactured and offered for stage inspection within 10 weeks period from the date of issue of work order from Division / Circle office.

e. The repairer has to put the repaired transformer in oven for drying out within 3 weeks period from the date of stage inspection of new windings.

f. The transformer to be offered for final testing within 1 week period after completion of drying out process.

g. The transformer to be dispatched at GETCO site within 2 week period from the date of allotment of repaired transformer from corporate office.

h. The erection-commissioning activity to be completed within 1 week period from the date of receipt of repaired transformer at site.

i. The transformer to be commissioned within 19 weeks from the date of clearance to go ahead for repair of the transformer by corporate office office.

13. COST OF NEW & OLD WINDINGS:

All windings shall be manufactured from new copper conductor and new insulating materials. The size and type of new copper conductor should be as per original windings. The dimensions (ID, OD, Height, number of turns etc) of the new windings should be as per original windings.

A sketch indicating details of outer and inner diameter, size and type of conductor, type of winding,

thickness & size of core laminations with limbs and window dimensions shall be made by the

repairer during joint inspection. A copy of the same should be sent along with MOM.

All old windings shall be retained by the repairer. All old windings along with other insulating

materials shall be cut into small pieces and destroyed / crushed in presence of GETCO engineer at

the time of joint internal inspection.

However, if repairer desires then, one set of HV & LV winding shall be allowed to unwind for

collecting the winding details. It shall be preserved till new windings are prepared and inspected by

GETCO’s engineer at the time stage inspection. Thereafter it should be cut into small pieces

(less than ½ Mtr) and destroyed / crushed in presence of GETCO’s engineer. Old insulating

materials removed during joint internal inspection viz. cylinders, wooden blocks, wrappers,

Signature & Seal of Bidder Page 25 of 37

liners, spacers etc. to be destroyed by fire in presence of GETCO engineer at the time of joint

internal inspection.

Repairer has to take the photographs of above destroyed scrap windings & the same should be handed over to GETCO officials. If any old windings are manufactured from CTC conductor, then it should be replaced with new windings manufactured from CTC conductor only.

Cost of new & scrap copper shall be evaluated as under.

The repairer shall quote only differential cost of copper including all value addition after arriving the

net copper rate i.e. cost of actual qty of new copper utilized minus the cost of scrap copper of old

windings in schedule A 3 (i).

Price Variation:

Price variation shall be applicable on net price of copper at sr. no. 3 (i) of schedule – A. The

rates for all other items will remain ‘FIRM’ for entire period of contract.

The price/Index for copper (C) shall be applicable as per IEEMA circular for raw materials and

components used in the manufacture of transformers.

Price variation factor for copper:

A = Basic average LME settlement price of copper wire bars given in IEEMA circular published one

month prior to the award date of ARC. (e.g. if the ARC is issued in the month of Mar’ 13, then

copper price published in the IEEMA circular of Feb’ 13 shall be considered)

B = Basic average LME settlement price of copper wire bars given in IEEMA circular published one

month prior to the month of issuing “go ahead clearance for repair.” (e.g. if “go ahead

clearance for repair.” is given in the month of June’ 13 than copper price published in the

IEEMA circular of May’ 13 should be considered)

Price variation factor = B/A.

The above price variation factor will be applicable on item no. 3 (i) of Schedule – A on basic price of

material.

Total amount of schedule – A will be finalized considering above PV factor during entire period of

contract. To claim the price variation, repairer has to submit the duly notary certified copy of IEEMA

circulars & paper cutting.

14. Unserviceable accessories like OTI, WTI, breather, MOG, Oil surge relay, PRV, Wheel valve, radiator valve, Buchholz relay, radiator, HV & LV bushing, OLTC spares, core laminations and other spares etc. shall be retained by you. The rates for new spares are considering salvage value of old spares.

Repairer has to dismantle the core laminations of top yoke at time of joint internal inspection. After

necessary cleaning & treatment, repairer has to rebuild the top yoke laminations. The labour charges for dismantling & rebuilding of top yoke is already covered in schedule-A, hence no extra charges will be paid by GETCO.

However, if core laminations are found damaged / deformed / defective, during joint internal inspection and required to be replaced by new one, then rates per kg for new core laminations will be applicable as per the rates mentioned in schedule-B.

The rates per Kg for dismantling & rebuilding of core (other than top yoke) will be applicable as per the rates mentioned in schedule-A (if required). Repairer has to take the photographs from different angles of damaged windings/core/OLTC etc & the same should be handed over to GETCO officials.

Signature & Seal of Bidder Page 26 of 37

Repairer shall have sufficient crane facility and shall be operated electrically only. No manual crane movement at repairers work. Repairer has to prepare / manufacture new windings on MS formers (collapsible) only to obtain exact & uniform inner diameter of the winding. Old wooden formers are not allowed.

15. RTCC panel of the transformer is required to be put in operating condition on local as well as on

remote at the time of commissioning of the transformer. The drawing, if available, will be provided by GETCO. If the drawing is not available, you have to arrange for the same. The OLTC should be operated on local as well as on remote position, satisfactorily. The spares required for RTCC panel will be arranged by the repairer and cost of the spares (including taxes) + (12.36%) service charges will be reimbursed at actual on submission of documentary proof (bill) along with final bill.

16. Any materials/components/accessories replaced and provided new should be procured from approved manufacturer of GETCO and should be manufactured from BRAND NEW MATERIALS in accordance to applicable I.S. and connected Test Certificate should be presented at the time of shop testing and along with bills for payment. The insulating materials should be as per IS / IEC and procured from renowned manufacturer’s.

17. Electrical parameters of repaired transformer shall be same as declared in Manufacturer’s Test Certificate/Name plate details. Permissible variation for % Z (percentage impedance) is acceptable up to ± 5% (five) w. r. t. original.

18. All the instruments/metering equipments involved in testing of the transformers should carry latest calibration certificate as per relevant IS and it should be shown to the testing engineer before commencement of testing.

19. Additional plate should be provided free of cost just below the Manufacturer’s Name Plate.

1 Name of the firm : _____________________________

2 Tested on : _____________________________

3 % Impedance : _____________________________

4 Tan delta of windings : _____________________________

5 Tan delta of bushings : _____________________________

6 Delivered on : _____________________________

7 Order No. : _____________________________

Signature & Seal of Bidder Page 27 of 37

S E C T I O N – 2

Methodology for repair of Power Transformer

1. Physical joint inspection of transformer at site and sealing. Preparation of MOM. Submission of tentative estimate to CE(TR) for go ahead clearance.

2. Loading of failed transformer from plinth to trailer by repairer.

3. Transportation of failed transformer (without oil) & accessories from site to the works by repairer.

4. Unloading of failed transformer from trailer to shop floor of works by repairer.

5. Insurance of whole transformers during above work to be taken by repairer from reputed insurance company.

6. Joint internal inspection at the works in presence of GETCO officials:

a. Opening & removal of seals, top plate, core-coil assembly along with OLTC & other accessories.

b. Low Voltage testing of the transformer including OLTC, if required.

c. Dismantling and de-brazing of leads.

d. Measurement of core value. Removal of End Frame, top Yoke Channels, top Yoke laminations. Stacking and proper storage of the same.

e. Removal of all 3-Phase windings.

f. Checking & testing of all accessories.

g. Preparation of MOM indicating winding fault, damage accessories & cause of failure.

7. Sizing of the new Windings & new insulating materials viz. cylinders, spacers, liners, blocks, washers, dovetail strips etc in hydraulic press.

8. Stage inspection:

h. Assembly of new windings with all new insulating materials over the core, refilling of laminations after cleaning, changing of insulating materials between top & bottom yoke to yoke channels.

i. Low Voltage testing of the Windings in presence of GETCO official. Preparation of MOM.

9. Making connection including leads, tap leads, soldering, brazing etc.

10. Vacuum Oven drying / Vapour phase drying of complete Core-coil assembly & OLTC under vacuum oven – 760 mm of Hg pressure so as to achieve proper IR values and Tan Delta Values and oil impregnation of core & Winding.

11. Overhauling (which includes checking, cleaning, servicing & minor repairing) of all accessories transported to repairer’s works such as OLTC, valves, relays, Conservator, Radiators, Bushings, Bushing rods, connector, RTCC panel etc.

12. Replacement of all Gaskets, oil seals etc by new one.

13. Oil filtration, Final inspection & Testing:

j. Tanking of transformer with dried core-coil assembly, fresh transformer oil filling through filter machine (filter machine should conform to IS 6034/1974, or with latest amendment, if any) and assembling of accessories. Preparation of MOM.

k. Complete Routine Testing of the Transformer as per latest IS: 2026 as per the attached list. Preparation of MOM.

14. Painting of transformer tank & accessories after final testing.

15. Proper sealing to be provided at all outlets / joints of transformer by repairer.

16. Loading of transformer and accessories on the trailer & truck and welding of transformer by repairer. SFRA to be taken by the repairer before loading of the repaired transformer on trailer.

17. Transportation of transformer from works to site by repairer. Responsible representative of repairer to be deputed during transportation of transformer and accessories.

18. Unloading of transformer on plinth from trailer by repairer.

19. Erection of transformer by repairer in presence of GETCO engineer. Tan delta of windings and all bushings including SFRA to be taken by the repairer before commissioning of the transformer at site.

20. Low voltage testing of the repaired transformer by GETCO in presence of repairer and commissioning thereof. Repairer is fully responsible for certifying the transformer test results before commissioning of repaired transformer.

Signature & Seal of Bidder Page 28 of 37

SECTION – IV

(DEVIATIONS IF ANY -TO BE GIVEN IN TECHNICAL BID)

SCHEDULE OF DEVIATIONS

All deviation from the General Conditions shall be filled in by the BIDDER clause by clause in this

Schedule.

SECTION CLAUSE NO. DEVIATIONS

The BIDDER hereby certifies that the above mentioned are the only deviation from General & Technical Terms and Conditions of Contract. SIGNATURE: _________________ DESIGNATION: _______________ COMPANY SEAL COMPANY: ___________________

Signature & Seal of Bidder Page 29 of 37

Schedule E

List of tests to be carried out on Power Transformer

Sr.

No. Name of test

1 Measurement of Insulation resistance (IR) & Polarization Index (PI)

2 Measurement of Voltage ratio & Turns ratio

3 Measurement of winding resistance

4 Measurement of Voltage vector relationship

5 Measurement of load losses & Impedance voltage

6 Measurement of no load losses & excitation current

7 Dielectric tests

a Separate source withstand voltage

b Induced AC over voltage withstand test

8 Magnetic balance test

9 Impulse test

10 Power frequency test

11

Magnetic circuit (Isolation) test (The value of insulation between the core lamination to end frame, core lamination to tank and between end frame to tank (if end frame is isolated from tank) shall be more than 100 MΩ and it shall withstand

test voltage of 2KV for 60 seconds)

12 Temperature rise test at ONAN rating (DGA of oil filled in the transformer to be done

before and after temperature rise test)

13 Tan delta of windings & bushings at works and at site

14 SFRA test before dispatch of transformer from works & after erection of transformer

on plinth at GETCO site

15

Dew point measurement before dispatching of transformer from works and Dew

point measurement after receipt of transformer at GETCO site (before oil filling &

filtration)

Signature & Seal of Bidder Page 30 of 37

BANK GUARANTEE FOR E.M.D. ON NON JUDICIAL STAMP PAPER OF 100/-

FOR TENDER NO: _________________________________________________________ B.G No: _________________________________ Issued on dated: __________________ WHEREAS M/s. ___________________________________________________ (Name and address of the firm) having their registered office at ______________________________________________(address of firm’s registered office) (Hereinafter called the “Tenderer”) wish to participate in the Tender No.______________________________________________________________________ for______________________________________________________________ of (Supply / Erection / Supply and Erection / work) (Name of the material / equipment / work) for _____________________________________________ for Gujarat Energy Transmission Corporation Limited and WHEREAS a Bank Guarantee for (hereinafter called the “Beneficiary”) Rs _____________________ (Amount of E.M.D.) valid till ____________________________ (mention here date of validity of this guarantee which will be 4 (Four) months beyond initial validity of Tender’s offer), which is required to be submitted by the tenderer along with the tender. We, _________________________________ (Name of the Bank and address of the Branch giving the Bank Guarantee), having our registered office at __________________________ (address of Bank’s registered office) hereby give this Bank Guarantee No._______________ dated ______________ and hereby agree unequivocal and unconditionally to pay immediately on demand in writing from the Gujarat Energy Transmission Corporation Limited or any officer authorized by it in this behalf any amount not exceeding Rs. ____________________(amount of E.M.D.) (Rupees_______________________________________ (in word) to the said Gujarat Energy Transmission Corporation Limited on behalf of the Tenderer. We _________________ (Name of the Bank) also agree that withdrawal of the tender or part thereof by the tenderer within its validity or non-submission of Security Deposit by the Tenderer within one month from the date tender or a part thereof has been accepted by the Gujarat Energy Transmission Corporation Limited would constitute a default on the part of the tenderer and that this Bank Guarantee is liable to be invoked and encashed within its validity by the beneficiary in case of any occurrence of a default on the part of the Tenderer and that the encashed amount is liable to be forfeited by the beneficiary. This agreement shall be valid and binding on this Bank up to and inclusive of________ _______________________ (Mention here the date of validity of Bank Guarantee) and shall not be terminated by notice or by Guarantor change in the constitution of the Bank or the firm of Tenderer or by any reason whatsoever and our liability hereunder shall not be impaired or discharged by any extension of time or variations or alterations made, given, conceded with or without our acknowledge or consent by or between the Tenderer and the Gujarat Energy Transmission Corporation Limited. Notwithstanding anything contrary contained in any law for the time being in force or banking practice, this Guarantee shall not be assignable, transferable by the beneficiary (i.e. GUVNL or Subsidiaries). Notice or invocation by any person such as assignee, transferee or agent of beneficiary shall not be entertained by the bank. Any invocation of the Guarantee can be made only by the beneficiary directly. NOTWITHSTANDING anything contained herein before, our liability under this Guarantee is restricted to Rs. _____________________________________________________(Amt of EMD) (Rupees ______________________________________________________ in word) Our Guarantee shall remain in force until _______________ (Date of validity of the guarantee). Unless demands or claims under this Bank Guarantee are made to us in writing on or before ____________ (date of validity of the Guarantee), all rights of beneficiary under this Bank Guarantee shall be forfeited and we shall be released and discharged from all liabilities there under:

Place: Date:

Signature of authorized Authority of Bank Seal of Bank

Postal address of bank With Branch code, Telephone and Fax No Name of Designated banks:

1. All nationalized banks including public sector banks IDBI bank Ltd. 2. Privet sector banks authorized by RBI to undertake the state government business, which are (i)

Axis bank (ii) ICICI bank (iii) HDFC bank.

Note: The banks shall be the banks recognized / notified by the Finance department, Government of Gujarat (GOG) from time to time.

Signature & Seal of Bidder Page 31 of 37

FORM OF BANKER’S UNDERTAKING FOR SECURITY DEPOSIT / PERFORMANCE FOR SUPPLY

PERIOD IN STAMP PAPER OF RS.100/-

BANK GUARANTEE NO: __________________________ Issued on dated : ______________ We, Bank of ________________________________________ (Name & Address of issuing Bank) hereby agree unequivocally and unconditionally to pay immediately on demand in writing from the Gujarat Energy Transmission Corporation Ltd., or any Office authorized by it in this behalf, any amount up to and not exceeding Rs.__________________________________________________(in word) (Rupees _________________________________________) to the said Gujarat Energy Transmission Corporation Ltd., on behalf of M/s. _____________________________ who have entered into a contract for the supply/works specified below, LOI/AT No. _______________________________________________ Date. _______________ This Agreement shall be valid and binding on this Bank up to and inclusive of ____________ and shall not be terminable by notice or by change in the constitution of the Bank or the Firm of contractors/ Suppliers or by any other reasons whatsoever and our liability here under shall not be impaired or discharged by any extension of time or variations or alterations made, given conceded or agreed, with or without our knowledge or consent, by or between parties to the said within written contract. NOTWITHSTANDING anything contrary contained in any law for the time being in force or banking practice, this Guarantee shall not be assignable, transferable by the beneficiary (i.e. GETCO). Notice or invocation by any person such as assignee, transferee or agent of beneficiary shall not be entertained by the bank. Any invocation of the Guarantee can be made only by the beneficiary directly. NOTWITHSTANDING anything contained herein before, our liability under this Guarantee is restricted to Rs. _____________________________________________________ (Rupees __________________________ ________________________ only.) Our Guarantee shall remain in force until _______________ (Date of validity of the guarantee). Unless demands or claims under this Bank Guarantee are made to us in writing on or before ____________ (Date of validity of the Guarantee), all rights of beneficiary under this Bank Guarantee shall be forfeited and we shall be released and discharged from all liabilities there under: Place: Date: Signature of authorized

Authority of Bank Seal of Bank

Postal address of bank With Branch code, Telephone and Fax No

Name of Designated banks: 1. All nationalized banks including public sector banks IDBI bank Ltd. 2. Privet sector banks authorized by RBI to undertake the state government business, which are (i)

Axis bank (ii) ICICI bank (iii) HDFC bank.

Note: The banks shall be the banks recognized / notified by the Finance department, Government of Gujarat (GOG) from time to time.

PARTY TO TAKE NOTE PLEASE BEFORE SUBMITTING THEIR BANK GUARANTEES: 1. A/T No and date to be written on every page of Bank Guarantee and its Extension. 2. If BG amount is more than Rs. 50,000/-, kindly take sign of two bank officer with their respective

employee code No. 3. Valid confirmation letter of the concerned Bank in an approved format should be attached with every

Bank Guarantee and its Extension. 4. Stamp paper should be valid and recent one and date of issuing of stamp paper should not be beyond

six months, in any case. 5. Round seal and signature of two Bank officers should be affixed on every BG paper.

Signature & Seal of Bidder Page 32 of 37

FORM OF BANKER’S UNDERTAKING FOR SECURITY DEPOSIT / PERFORMANCE FOR WARRANTEE

PERIOD IN STAMP PAPER OF RS.100/-

BANK GUARANTEE NO: _______________________Issued on dated: ______________ We, Bank of ________________________________________ (Name & Address of issuing Bank) hereby agree unequivocally and unconditionally to pay immediately on demand in writing from the Gujarat Energy Transmission Corporation Ltd., or any Office authorized by it in this behalf, any amount up to and not exceeding Rs.______________________________________________(in word) (Rupees _________________________________________) to the said Gujarat Energy Transmission Corporation Ltd., on behalf of M/s. _____________________________ who have entered into a contract for the supply/works specified below, PO (A/T) No. __________________________________________ Date. _______________ This Agreement shall be valid and binding on this Bank up to and inclusive of ____________ and shall not be terminable by notice or by change in the constitution of the Bank or the Firm of contractors/ Suppliers or by any other reasons whatsoever and our liability here under shall not be impaired or discharged by any extension of time or variations or alterations made, given conceded or agreed, with or without our knowledge or consent, by or between parties to the said within written contract. NOTWITHSTANDING anything contrary contained in any law for the time being in force or banking practice, this Guarantee shall not be assignable, transferable by the beneficiary (i.e. GUVNL or Subsidiaries). Notice or invocation by any person such as assignee, transferee or agent of beneficiary shall not be entertained by the bank. Any invocation of the Guarantee can be made only by the beneficiary directly. NOTWITHSTANDING anything contained herein before, our liability under this Guarantee is restricted to Rs. _____________________________________________________ (Rupees __________________________________________________ only.) Our Guarantee shall remain in force until _______________ (Date of validity of the guarantee). Unless demands or claims under this Bank Guarantee are made to us in writing on or before ____________ (Date of validity of the guarantee), all rights of beneficiary under this Bank Guarantee shall be forfeited and we shall be released and discharged from all liabilities there under: Place: Date: Signature of authorized

Authority of Bank Seal of Bank

Postal address of bank With Branch code, Telephone and Fax No _____________________________________________________________________________________ Name of Designated banks:

1. All nationalized banks including public sector banks IDBI bank Ltd. 2. Privet sector banks authorized by RBI to undertake the state government business, which are (i)

Axis bank (ii) ICICI bank (iii) HDFC bank. Note: The banks shall be the banks recognized / notified by the Finance department, Government of Gujarat (GOG) from time to time.

PARTY TO TAKE NOTE PLEASE BEFORE SUBMITTING THEIR BANK GUARANTEES: 1. A/T No and date to be written on every page of Bank Guarantee and its Extension. 2. If BG amount is more than Rs. 50,000/-, kindly take sign of two bank officer with their respective

employee code No. 3. Valid confirmation letter of the concerned Bank in an approved format should be attached with every

Bank Guarantee and its Extension. 4. Stamp paper should be valid and recent one and date of issuing of stamp paper should not be beyond

six months, in any case. 5. Round seal and signature of two Bank officers should be affixed on every BG paper.

Signature & Seal of Bidder Page 33 of 37

INDEMNITY BOND (Non Judicial Stamp Paper of Rs. 100/-)

KNOW ALL MEN BY THESE PRESENTS that we, M/s _________________________________________________________________________ (hereinafter called “the Contractor” which expression shall, where the context so admits, include their heirs, executors, administrators and legal representatives, successors and permitted assigns) are hereby held and firmly bind unto the Gujarat Energy Transmission Corporation Ltd (hereinafter called “the GETCO” which expression shall, where the context so admits, include its successors and assigns) to refund the full amount of materials supplied by the GETCO under the terms and conditions of A/T No. _________________ dated ________________ against any loss damage or deterioration of whatsoever nature occurs to said materials supplied by the GETCO and which are in the custody of the contractor at their works site, on behalf of the GETCO, at ____________ (name of line) _______________ and / or if any of the said materials, when inspected by any officer authorized by the GETCO in this behalf, is found to be damaged, lost, deteriorated in quality or quantity, the contractor hereby agrees to bind himself to indemnity and at all times keep indemnified the GETCO against all loss, damage and deterioration to the any material supplied by the GETCO during his custody and shall pay in cash on demand from the GETCO within 30 days the market value of such materials which is lost, damaged or deteriorated in full to the GETCO and shall also hereby authorize the GETCO to deduct the said sum from any sum due to the contractor or any sum which may at any time become due to the contractor under the above referred contract or any other contract entered into by the contractor with the GETCO. AND WHEREAS the contractors do hereby agree to be responsible for the safe custody and protection and preservation of the said materials against all risks, excluding war risks and against loss, damage and deterioration of whatsoever nature in respect of the said materials while it remains in the custody and possession of the contractor. AND WHEREAS the said materials shall at all times be open for inspection by any officer authorized by the GETCO Now the conditions of the above written bond are such that the contractor shall pay the full amount forthwith to the GETCO in the event of loss, damage or deterioration or whatsoever except due to circumstances arising out of war in respect of the materials supplied by the GETCO and shall fully and effectually indemnify and keep indemnified to the GETCO against such loss, damage and deterioration. The contractor shall keep the said materials open at all times for inspection by the officers authorized by the GETCO and produce at anytime when demanded. THE WITNESS WHERE OF: We the Said M/S ________________________ __________________________________ (Signature of contractor) (Seal of Firm) Here to signed at ___________this day_________In the presence of

Name : _______________________ Address: _______________________

_______________________ _______________________ (Signature)

Name : _______________________

Address: _______________________ _______________________ _______________________ (Signature)

Signature & Seal of Bidder Page 34 of 37

SAFETY CUM INDEMNITY BOND

(On Non-judicial Stamp paper of value not less than Rs. 100.00)

KNOW ALL MEN BY THESE PRESENTS that we, _______ by this SAFETY CUM INDEMNITY BOND Executed on this _____________ Day of _________ 2013. I/We Having Registered Office _______________________________(herein after called “THE CONTRACTOR” which expression shall mean and includes my /our heirs, executors, administrators and legal representatives, successors and permitted assigns) do hereby binds myself/ourselves and also our company/firms after having the power to bind by this promise and undertaking in favour of the Gujarat Energy Transmission Corporation Limited (GETCO), Vadodara a State Transmission Utility under The Electricity Act, 2003 having its registered office at Sardar Patel Vidyut Bhavan, Race course, Vadodara.( hereinafter called as GETCO, which expression shall mean and include its legal representative, administrators assigns) has agreed under the terms and conditions of the contract no.______ dated_______made between __________ and ___________for the contract of the ____________value of Rs. __________ interalia on production of Safety Cum Indemnity Bond. We do hereby undertake and agree to Indemnify and keep Indemnified GETCO from time to time to the extent of Rs.______ Rupees________only against any losses or damages, costs, charges and expenses caused to or suffered by reason of the CONTRACTOR while Project, R&M, O&M work including work carried out by outsourcing agency, failing to take proper care or not complying the guidelines given hereunder as per Annexure-A and instructions which may be given from time to time during the continuance of the contract and we further undertake to unconditionally pay the amount claimed by the GETCO on demand and without demur to the extent aforesaid. Whereas the CONTRACTOR has/have been awarded to execute the job/works under order no._____, dated ______ for _________ issued by the GETCO after having observing necessary formalities, the details of which is described in the order no.______ dated ______ and whereas the said job/works will be /likely to be done in places covered under Employees’ State Insurance Act,1948 (ESI) and /or the Workmen Compensation Act,1923 and /or other laws relating to the Labour Management and Welfare Act. (Respective Amendments) And whereas according to the condition of the Contract the CONTRACTOR is under obligation to execute this Safety cum Indemnity Bond before the commencement of actual execution of work Now the indenture witnesses that I/We the CONTRACTOR do hereby undertake to follow the guidelines as per Annexure-A prepared by the GETCO. Further we the CONTRACTOR agree that the GETCO shall be sole judge of and as to whether there has been any breach of the guidelines as per Annexure-A of this bond and as to the extent of the loss, damages, costs, charges and expenses caused to or suffered by the GETCO. We the CONTRACTOR further agree that our liability under this bond shall not be discharged because of the change in the constitution of the GETCO or for the extension of the time limit or for any other reason. We the CONTRACTOR further agrees to the given terms and conditions: a. That the CONTRACTOR undertakes /undertake to indemnify and keep harmless the GETCO from all

claims, actions, proceedings and risk, damage danger to any person whether belonging or not belonging to the. CONTRACTOR.

b. That the CONTRACTOR shall keep harmless the GETCO from all claims, compensation, damages any proceedings in respect of any of its employee / workmen under the Workmen Compensation Act or any other laws for the time being in force.

c. That, if during the course of execution of work as stated in the contract order mentioned hereinabove issued by the OBLIGEE, it is found that the CONTRACTOR has not complied with guidelines as per Annexure-A or terms and conditions / formalities within the meaning of Employees’ State Insurance Act,1948 (ESI) or Workmen Compensation Act 1923 or any other laws relating to the Labour Welfare for the time being in force, and also has not observed the safety norms in accordance with the law prevailing at the place of work/job to the satisfaction of the GETCO, the GETCO shall have the right to stop the execution of work/job and the period of such stoppage shall not be taken into account for the calculation of the total period of completion of work for which the CONTRACTOR is responsible to complete the work/job and it will be deemed that discontinuance was due to default of the CONTRACTOR .

Signature & Seal of Bidder Page 35 of 37

d. That, if any time, due to exigency, GETCO as the Principle Employer, becomes liable to pay any such compensation mentioned hereinabove, whether on failure of the CONTRACTOR or for any other reason, the GETCO shall have the right to recover the said amount from any amount receivable by GETCO or any bank guarantee deposited or anything payable whether in connection with this contract or other contract by the CONTRACTOR to the OBLIGEE.

e. That the CONTRACTOR is/are aware and accept that for the persistent or repeated violation of any guidelines as per Annexure-A and terms and conditions mentioned in this Safety cum Indemnity Bond, GETCO shall have right to terminate the contract of work issued to the CONTRACTOR .

f. In case if any safety related fatal Electrical / Mechanical accident occurred to any employee of agency or outsider due to negligence or non-compliance of GETCO safety norms then in addition to the compensation and liability as per statutory requirement, contractor / agency is hereby agreed to pay the penalty amount as given below:

Sr. No Amount of Contract in Rs. Penalty amount

1 Up to 1 Lac Rs.5000/-

2 Above1 Lac to 10 Lacs Rs.40000/-

3 10 to -- 100 Lacs Rs.100,000/-

4 > 100 Lacs 1.0 % of contract value

g. I/We the CONTRACTOR hereby confirm that in case of any dispute/difference for settlement of claims

under this Safety Cum Indemnity bond the courts in Gujarat State wherever job/work is performed or as per GETCO norms shall have the jurisdiction to decide the rights & liabilities of the parties while adjudicating the matter of claims under this Safety Cum Indemnity Bond.

h. This Safety cum Indemnity Bond shall continue and hold good until it is released by the GETCO in Writing on the CONTRACTOR’s application after the Contractor has discharged all his obligations under the order mentioned hereinabove and submitted a “NO DEMAND CERTIFICATE” from the GETCO under the said order. The Safety cum Indemnity Bond shall be valid for a CONTRACT PERIOD and renewable thereof (Claim Period).

i. This Safety cum Indemnity Bond and the guidelines as per Annexure-A herein contained are in addition to And not by way of limitation or substitution for any other guarantee, indemnities Hereto before given to the GETCO by the CONTRACTOR and this indemnity does not Revoke or limit such indemnities or guarantees. IN WITNESS WHEREOF the Parties hereto have executed this indenture the day the year First hereinabove written.

---------------------------- (Signature with seal of The CONTRACTOR) In the presence of: 1. 2.

Signature & Seal of Bidder Page 36 of 37

ANNEXURE-A

OUR ENDEVOUR - Safety a habit

To create environment where Business Confidence is built through Best Business Practices and is fostered in an atmosphere of trust and respect between providers of goods and services and their users for the ultimate benefit of society a the nation, safety guidelines are agreed upon by the agency as under. Safety is our prime concern and zero accident is our goal. In order to prevent the accident, while execution of works in indoor and outdoor systems of GETCO, the following guideline and preventive measures are identified.

Indoor safety precaution Outdoor safety precaution The method of work required T&P and manpower should be discussed between GETCO supervisor, contractor’s supervisor and gang leaders.

The method of work required T&P and manpower should be discussed between GETCO supervisor, contractor’s supervisor and gang leaders.

Prior to execution of work a joint survey must be conducted by GETCO supervisor and contractor’s supervisor for risk assessment.

• Clearly identify the work location, to distinguish between the equipment that is dead and other equipment / part that may be live.

• Disconnect equipment from supply.

• Protect against other live parts.

• Take special precautions when close to bare conductors / Bus bar.

Prior to execution of work a joint survey must be conducted by GETCO supervisor, contractor’s supervisor and DISCOM line man in order to identify the following : a. HT/LT line or tap line crossing under each span of

line of the work. b. Isolation point of each line crossing. c. Each line crossing & isolation point under each

span must be discussed and noted in maintenance register with sketch.

Following safety guidelines are mandatory for all contractors operating in GETCO premises for Electrical, non-electrical & civil works.

1. The contractors must provide advance planning of work to concerned in-charge of substation in writing.

2. Before starting any work whether switch yard, “permit to allow to work” must be taken from control room in-charge.

3. Utilizing Electrical / non-electrical equipments, safety rules must be implemented.

4. If the work is to be carried out on Sunday or public holiday, the necessary permission must be taken in advance, requesting in writing.

5. Unwanted person including children of labours will not be allowed at working site/ in the switchyard and in the prohibited area.

6. Any electrical work or electrical connections to equipment for any other work must be carried out by certified electrician/wiremen with adequate size of wire through MCB as per I.E. Rule. - Live penal area / bus bar must be isolated

and sealed / bifurcated with red colour tape for visible warning.

- Display Board must hang on LCP panel. - Transformer must be switched off whenever

and wherever contractor and line workers are not satisfied with isolation, earthing or any equipment performance of GETCO, it will be pointed out and work shall begin only after resolution. Contractor shall not take up job in absence of GETCO authorized person. All wire temporary connection & material whenever erection activity has any connection and disconnection work of bus bar, string bus.

Contractor’s supervisor and GETCO Supervisor must ensure all isolations physically with adequate earthing technically prior to give clearance to gang leader for taking up job. While execution of stringing work, the identified line crossing must be isolated / de-energized and written clearance should be obtained from concerned DISCOM supervisor. The isolation of Tap line must be physically seen and verified by Contractor and GETCO supervisor. At D.O. fuse junction contractors person should be posted to ensure that no person restore D.O. supply while work is under execution Contractor’s supervisor must ensure that concern officer take LCP for EHV line and power line crossing.

Signature & Seal of Bidder Page 37 of 37

All workers / labour of contractor & supervisors must use personal protective equipment (PPE) during the work like gloves, safety belt, Safety shoes, Helmet, earthing rods, etc, duly approved by GETCO.

All workers / labour of contractor & supervisors must use personal protective equipment (PPE) during the work like gloves, safety belt, Safety shoes, Helmet, earthing rods, Live line detector etc, duly approved by GETCO.

The local earthing must be done at the place of work before execution of any work.

The local earthing must be done at the place of work before execution of any work.

11 kV breaker in panel must be switched off and racked out only after ensuring no voltage in breaker and without door opening.

Circuit breaker opening is not an isolation and isolator on either side must be opened. No work during rains and cloudy weather condition.

Transmission line activities. 1) Used of Voltage detector to ensure outage. 2) Earthing at three point, local, left & right side of

bus bar / string bus. 3) Match line colour code with colour of wrist band.

Local earthing of electrical equipments like filter M/c, welding machine, testing kits etc. is must. Crane shall only be used for material handling and erection. Working platform shall only be used for work in switchyard.