You are on page 1of 13

PUR-F-023 -

T-708

THERMAL POWER STATION, GANDHINAGAR-382 041.

AN ISO-9001-2000 AN ISO-14001-2004
POWER PLANT

Installed

PART- I

T-708

SUPPLY OF EXIDE MAKE BATTERIES AT GANDHINAGAR TPS.

DUE ON 9 DUE ON

2012

AT 3.30 P.M (If Possible )

TENDER FEE PAID DETAILS (TENDER FEE IS COMPULSARY & THERE IS NO EXEMPTION FOR TENDER FEE). SSI/NSI firm also have to pay Tender Fee. TENDER FEE PAID IN DD.

DD NO_____________ DTD.__________RS.___________ EMD PAID : YES/NO EMD TO PAY BY D.D.: DD NO: ________, DATE ___________ EMD PAID BY BANK Guarantee : YES / NO The E.M.D. will be accepted by D.D. only. in favour of Gujarat State Electricity Corporation Limited payable at Gandhinagar, Gujarat on Any Schedule / Nationalized Bank or Bank Guarantee issued by any of the all Public Sector Banks, IDBI, AXIS, HDFC,
ICICI & the KALUPUR Commercial Cooperative Bank Ltd. & as per attached sheet will be acceptable.

latest valid & not more than 3 years old SSI / NSIC notarized copy) will not be accepted.
Tenders submitted without tender fee and EMD (by DD / Bank Guarantee or
The Tender Fee + EMD in any other form and favour shall not be accepted. (Cheque is not accepted). This tender should be submitted duly signed without removing a single page, otherwise the tender is liable to be rejected.

SSI/NSIC NOTIRUSED COPY ATTECHED: YES / NO.


FOR SUPPLY TENDER PLEASE MENTION TIN / CST. NUMBER:-____________ 1) For supply tender party should invariably mentioned TIN / CST. NUMBER in their technical bid otherwise your offer will be ignored and price bid will not be opened. 2) PAN No.______________

-1-

PUR-F-023 -

T-708

GUJARAT STATE ELECTRICITY CORPORATION LTD


THERMAL POWER STATION, GANDHINAGAR-382 041.
Supply of T

SUPPLY OF EXIDE MAKE BATTERIES AT GANDHINAGAR

TENDER FOR THE

SR.NO.

INDEX
TENDER NOTICE

PAGE NO

2 3 4 5 6 7

UNDER TAKING (TO BE SIGNED BY THE TENDERER) SUPPLY CONDITION DETAILED SPECIFICATON DRAWING NO : (TECHNICAL BID) INTEGRITY PACK & ANNEXURE SCHEDULE B (PRICE BID) (TECHNICAL BID)

DOWN LOAD BY _______________________________ _______________________________ _______________________________ D.D. No. FOR TENDER FEES________________________ D.D. / BANK GUARANTEE NO. FOR EARNEST MONEY _________

Chief Engineer (Gen)


GANDHINAGAR

-2-

PUR-F-023 -

T-708

THERMAL POWER STATION, GANDHINAGAR-382 041. Phone No.: Technical Dept.-079-232 18255 Interested bidders are requested to download tender documents from our Website (www.gseb.com & www.gsecl.in)TENDER DOCUMENTS WILL NOT BE ISSUED IN PHYSICAL FORM FROM THIS OFFICE. After downloading the tender documents from the website and after filling require details, same should be submitted by Registered A.D. or by Speed Post ONLY super scribing Tender cover by Tender No., addressed to The Chief Engineer (Gen), Gujarat State Electricity Corporation Ltd, Thermal Power Station, Gandhinagar- 382 041 (offer submitted by Courier Service or Hand Delivery will be NOT allowed. The tender documents should reach the latest by 15.00 hours of LAST DATE OF SUBMISSION. No tender shall be accepted/opened in any case after due date and time of receipt of tender irrespective of delay due to postal services or any other reasons and that the GSECL shall not assume any responsibility for late receipt of the tender. Vendor registration with GSECL is not compulsory required for submitting the Tender. BIDDERS ARE ADVISED TO VISIT OUR ABOVE WEBSITES REGULARLY UP TO OPENING OF BID FOR ANY CORRIGENDUM MAY BE & SUIBMIT CORRECTED COPY OF TENDER (OTHERWISE YOUR OFFER WILL NOT BE CONSIDER FOR OPENING) & EXTENSION OF DUE DATE.

The brief details regarding tender are as under:


SUPPLY OF EXIDE MAKE BATTERIES AT GANDHINAGAR NAME OF TENDER Rs.3,75,580/ESTIMATED COST
LAST DATE OF SUBMISSION OF TECHNICAL BID & PRICE BID. (BY RPAD / SPEED POST) UP TO 3.00 P.M ON : DATE OF TECHNICAL BID OPENING. 3.30 P.M ON :(If Possible )

9/4/2012
Rs.500/Rs.3,756/3 MONTHS --------10% Of Order Value. 120 DAYS FROM THE DATE OF OPENING OF THE TENDER AS PER CORPORATIONS RULE
Chief Engineer (Gen) GANDHINAGAR

TENDER FEE (Compulsory) EARNEST MONEY DEPOSIT (1%) (By D.D. / Bank Guarantee) DELIVERY OF GOODS Sample approval SECURITY DEPOSIT VALIDITY OF RATES GUARANTEE PERIOD

-3-

PUR-F-023 -

T-708

BIDS FOR SUPPLY


Submission of Offer
The tender must be submitted in THREE sealed envelope system. Subject and Tender No. Clearly written on covers :1) E.M.D. +Tender Fee cover (2) Technical Bid cover (3) Price Bid cover EMD +Tender FEE both should be kept in one separate cover & should be submitted with Technical Bid & Price Bid Covers. Originals D.D. for payment of tender fee & Demand Draft of EMD must be placed in the cover super scribing Tender fee & EMD along with requisite documents as mentioned in the EMD condition. EMD +Tender FEE both should be kept in one separate cover & should be submitted with Technical Bid & Price Bid Covers. Tenderer should quote the reference of payment of EMD & Tender Fee i.e. DD No. & Date for EMD PAID &.DD No. & Date for Tender Fee on cover page of technical Bid otherwise Bid will not be considered for opening. Tenderer should also certify as "unconditional tender" on tender cover itself. Offer without Tender Fee may not be considered & liable to be rejected. The tenders duly filled in sealed covers will be received by RPAD/Speed Post super scribing Tender No. & Subject at the office of The Chief Engineer (Gen), GSECL, TPS, Gandhinagar Up to 15.00 hrs ON Due date and will be opened at 15.30 hrs on the same day (if possible) in the presence of bidders who wish to remain present. The tender is non-transferable document to be submitted in two parts namely Technical bid (Part-I) with all enclosures of the tender documents and Price Bid (Part-II) simultaneously in separate sealed covers dully super scribed the respective covers as Technical-Bid and Price Bid, Tender No, Due date of opening etc. The Tenders shall be accepted by R.P.A.D./speed post only up to 15:00 hrs. on the date of opening of tender. Tender Fee Tender fee will be accepted by Demand draft drawn in favour of Gujarat State Electricity Corporation Limited payable at Gandhinagar on any Schedule / Nationalized Bank or any of the all Public Sector Banks, IDBI, AXIS, HDFC, ICICI & the Kalupur Commercial Cooperative Bank Ltd. will be acceptable. Cheque are not accepted (At par / multi city Cheque are also not accepted). 1.2) TENDER FEE IS COMPULSARY & THERE IS NO EXEMPTION FOR TENDER FEE). SSI/NSI firm also have to pay Tender Fee. 1.3) Tender Fee is non refundable. 2. EMD 2.1) The E.M.D. will be accepted by D.D. only. in favour of Gujarat State Electricity Corporation Limited payable at Gandhinagar, Gujarat on Any Schedule / Nationalized Bank or Bank Guarantee* issued by any of the all Public Sector Banks, IDBI, AXIS, HDFC, ICICI & the Kalupur Commercial Cooperative Bank Ltd. & as per attached sheet will be acceptable. Cheque are not accepted 2.2) Offers submitted without tender fee+ EMD (by DD / Bank Guarantee or latest valid & not more than 3 years old SSI / NSIC notarized copy) will not be accepted. 2.3) If exempted from payment of EMD under S.S.I./ N.S.I.C units, a latest dully stamp affixed, notarized certificate shall have to be submitted along with the technical bid, The certificate should not old more than three years. In the S.S.I./N.S.I.C. certificate it be should clearly indicated the manufacturing of items covers in the tender. Please note that only Xerox copy of notarized SSI/NSIC certificate shall not be considered for exemption of EMD. 2.4) Tenders submitted without payment of EMD or valid notarized SSI/NSIC certificate are liable to be rejected. Tenderer should also put the DD number on tender cover and cover page of Technical Bid for payment of EMD. 2.5) No interest shall be payable on the EMD. 3. TECHNICAL BID: 3.1) The technical bid comprises all the technical details/ specifications and drawings (Refer Schedule-B), required quantity etc. of the spares/ materials required by the corporation and for which price bid to be quoted. Also, all the technical details of the stores/materials offered in accordance with the Corporation specification guaranteed technical particulars and with all commercial terms & conditions etc; except THE PRICE BID which should be quoted separately and should be submitted separately in the PRICE BID COVER. 3.2) The Technical Bid shall be opened at 3=30 PM (15.30 Hrs) on Due date (If possible), in the presence of those tenderers who wish to be present. If the Authorized Representative is likely to be present then he must submit the authorization letter of the representing company at the time of opening of Bids and this is compulsory. Only One Authorized Representative shall be allowed. 3.3) Please note that the required documents should be invariably submitted with tender copy. And tender without documents is liable to be ignored. 3.4) Bidder has to submit all required documentary evidences there of to qualify for acceptance of their technical bid. The downloading the tender and submission of the offer documents by any party will not automatically qualify the party as to its capability to execute such or similar orders. The Corporation shall assess the capability of the party at the time of evaluation of the technical bids. -41.

1.1)

PUR-F-023 3.5)

T-708

After opening of the technical bids, the competent authority will evaluate on the basis of technical qualification criteria. If bidders bid does not meet the technical qualification criteria, then his technical bid will be ignored. Decision taken by the CE(G),GTPS will be binding to all in this regard. 3.6) List of orders for similar items executed by the party indicating the names of the organizations, order no and date, performance certificate for their supplied items. 3.7) Any additional details regarding technical specifications or any deviation from the specification given by the Corporation in schedule-B, should be indicated clearly and separately in technical bid. 3.8) If suppliers bid does not meet the Technical bid criteria, then his technical bid will be rejected. Decision of the CEG, GTPS shall be binding to all in this regards. 3.9) The tenderer shall also have to submit following documents along with their Technical bid. A. List of partners/ Directors with their permanent as well as present addresses phone no, Fax no and the name of immediate and authorized contact person. B. VAT No. Sales tax registration no., date and issuing authority. C. Bidder shall have to submit the PAN No for Income Tax & TIN No. with documentary proof. 4. PRICE BID: 4.1) The price bid comprises Schedule-B, in which the tenderer has to offer their rates in accordance with the technical specification specified in technical bid with all commercial terms and condition. The Price Bid must be submitted strictly as per Schedule-B and shall be submitted in the separate envelope (dully sealed) super scribed PRICE BID with subject and shall be submitted simultaneously with the Technical Bid. 4.2) Price bids of technically acceptable tenders shall open in the presence of technically qualified parties only. The time and date of opening of the price bids shall be decided by the Corporation after analyzed & scrutiny of the technical bids and the intimation will be given only to the technically accepted/qualified tenderers / parties. 4.3) The TECHNICAL and PRICE Bids shall contain adequate cross-reference wherever necessary to ensure clear and proper co-relation of the two bids without ambiguities whatsoever. Any technical questions information and clarifications that may be required pertaining to this Tender should be referred to the Chief Engineer (Gen), Gandhinagar, TPS-382041 reserves the right to reject any OR all tenders without assigning any reasons thereof. 4.4) Bidders have to quote their rates GSECLs given format of price bid. 4.5) Bidder shall have the quote their rates without any applicable tax in schedule B of price bid. 4.6) The applicable VAT/ taxes/duties packing & forwarding charges, fright, insurance, FOR shall be mentioned separately in price bid. 4.7) The bidder has to indicate the applicable rate and amount of VAT, excise duty & sales tax in their bid, failing which their bid liable to be rejected. 4.8) In no circumstances price should be quoted in Technical bid. Bidder has to quote their rate only in price bid and in schedule-B given along with price bid.

5. Important Terms & Conditions


1. 2. 3. 4. 5. Conditional tender will not be accepted. Withdrawal of any condition by you unilaterally before or after opening of tender will not be permitted. Once the offer Submitted by the Bidder before due date of submission, the Bidder will not be allowed to submit revised/ additional/Modified offer after opening of bid. Any alterations/ modification to the bids received after submission of offer shall not be considered unless carried for by the Corporation in negotiation. Only those bidder shall be consider who have supplied such items or similar nature items during last three years satisfactorily. Bidder has to submit documentary proof to qualify their technical bid. In case of brought out items party should furnish the backup guarantee from their principals. Party has to submit documentary proof of genuinely of material purchased from their principal. After opening of tender no revised offer shall be accepted.

The CE(G), GSECL-TPS, Gandhinagar, reserves right to reject or accept any or all tenders without assigning any reasons thereof and also to split up the items between the parties as the case may be. Chief Engineer (Gen) GSECL: TPS: Gandhinagar

I/we hereby agree for the commercial terms & conditions laid down in Tender.
All the bidders are requested to read and verify the documents of Conditions of Tender & Supply (i.e. 1 to 82) of GSECL, GTPS and confirm that all the above documents you have verified & certify as below

I/we hereby has read the above documents and agree for the Conditions of Tender & Supply (i.e. 1 to 82) of GSECL, GTPS and accordingly submitted my/our offer. Signature of Tenderer With Seal & Date

-5-

PUR-F-023 -

T-708

GUJARAT STATE ELECTRICITY CORPORATION LTD THERMAL POWER STATION, GANDHINAGAR-382 041
1. (a) Full Name and Address (b) Telephone No & Telegraphic Address 2. Particulars of Registration as a Contractor and class in which Registered. (a) In the Gujarat Elect. Corp. Ltd. (b) In other Government Department. 3. Reference to be made to (Name & Address) 4. Previous experience in Railway, PWD and other works : 5. Any other information the contractor may Desire to give. : : : : : :

5.

PLACE : DATE :

CONTACT PERSON:ADDRESS:TELEPHONE NO.:MOBILE NO.:FAX NO.:E-MAIL:WEB SITE:-

Note:

Bidder has to fill following Details (It is Mandatory).


ACCOUNT NUMBER TYPE OF ACCOUNT BANK NAME BRANCH NAME & ADDRESS CONTACT NUMBER OF THE BRANCH IFSC NO. 1. True copies of testimonials may be attached but they will not be returned. 2. The SSI/NSIC will be accepted for exemption of EMD only for supply of subjected material only. Otherwise Tender/offer shall be ignored. The Xerox copy submitted for SSI/NSIC shall be notarized. I/we hereby agree for the terms & conditions laid down in Tender. All the bidders are requested to read and verify the documents of Conditions of Tender & Supply (i.e. 1 to 82) of GSECL, GTPS and confirm that all the above documents you have verified & certify as below. I/we hereby has read the above documents and agree for the Conditions of Tender & Supply (i.e. 1 to 82) of GSECL, GTPS and accordingly submitted my/our offer.

Signature of Tenderer With Seal & Date

-6-

PUR-F-023 -

T-708

GUJARAT STATE ELECTRICITY CORPORATION LIMITED GANDHINAGAR I N T E G R I T Y P A C T


Date:

OUR ENDEAVOUR
To, create an environment where Business Confidence is built through Best Business Practices and in fostered in an atmosphere of trust and respect between providers of goods and services and their users for the ultimate benefit of society and the nation.

GSECLS COMMITMENT
To maintain the highest ethical standards in business and professions. Ensure maximum transparency to the satisfaction of stakeholders.

PARTYS COMMITMENT
Not to bring pressure recommendations from outside GSECL to influence its decision. Not to use intimidation, threat inducement or pressure of any kind on GSECL or any of its employees under any circumstances. To be prompt and reasonable in fulfilling the contract, agreement, legal obligations. To provide goods and/or services timely as per agreed quality and specifications at minimum cost to GSECL. To abide by the general discipline to be maintained in our dealings. To be true and honest in furnishing information.

To ensure to fulfill the terms of agreement / contract and to consider objectively the viewpoint of parties. To ensure regular and timely release of payments on due dates for work done. To ensure that no improper demand is made by employees or by anyone on our behalf. To give maximum possible assistance to all the Vendors / Suppliers/ Service Provider and other to enable them to complete the contract in time. To provide all information to suppliers/contractors relating to contract/job which facilitate him to complete the contract/job successfully in time. To ensure minimum hurdles to vendors/suppliers/contractors in completion of agreement/ contract/ work order.

Not to divulge any information, business details available during the course of business relationship to others without the written consent of GSECL. Not to enter into carter/syndicate/ understanding whether formal/non-formal so as to influence the price.

--------------------------------Seal & Signature (GSECLs Authorized Signatory) Name Designation : :

--------------------------------Seal & Signature (Partys Authorized Person)

Name

ANNEXURE
TENDER FOR THE SUPPLY OF ___________________________________

ON FIRMS LETTER HEAD


I / WE _____________________________________________________The Authorized Signatory of M/s ________________________________________________________ Hereby Certify that M/s __________________________________________________ Is not related with other firms who have submitted Tenders for the same work Under this Tender.
Seal of The Firm

Place : Date : -7-

Signature of the Tenderer With Designation

PUR-F-023 -

T-708

ON STAMP PAPER OF RS.100/FORM OF BANKERS UNDERTAKING (For SD/PBG ) We, Bank of___________________________________hereby agree unequivocally and unconditionally to pay within 48 hours on demand in writing from the Gujarat State Electricity Corporation Ltd or any Officer authorized by it in this behalf any amount up to and not exceeding Rs.______________(in words) Rupees________________________________________________________ to the said Gujarat State Electricity Corporation Ltd on behalf on M/s._______________________________________________________who have entered into a contract for the supply/works specified below: A/T No.__________________________dated_________. 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 hereunder 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 contained herein before our liability under this guarantee is restricted to Rs._________________________ (Rupees_____________________________________________ only). Our guarantee shall remain in force until ___________. Place: Date: Please Mention here Complete Postal Signature of The Banks Authorized Address of the Bank with Branch Code, Signatory with official Round Seal Telephone and Fax Nos.

Signature of the Tender Date: Place:

Companys Round Seal

-8-

PUR-F-023 -

T-708

A 1 2

Guarantees issued by following banks will be accepted as SD/EMD on Permanent basis. All Nationalized Banks including the Public Sector Bank-IDBI Bank Ltd. Private Sector Banks authorized by RBI to undertake State Government Business (at present - AXIS Bank, ICICI Bank and HDFC Bank)

Guarantees issued by following Banks will be accepted as SD/EMD for the period up to March 31, 2012

1 2

Commercial Banks:-1. Kotak Mahindra Bank 2.Yes Bank 3.IndusInd Bank Regional Rural Banks of Gujarat : Saurastra Gramin Bank Baroda Gujarat Gramin Bank Dena Gujarat Gramin Bank

Co-operative Banks of Gujarat : The Kalupur Commercial Co-operative Bank Ltd. Rajkot Nagrik Sahakari Bank Ltd. The Ahmedabad Mercantile Co-operative Bank Ltd. The Mehsana Urban Co-operative Bank Ltd.

-9-

PUR-F-023 -

T-708

TECHNICAL BID
(No Prices to be furnished in Tech. Bid)

Sub.: SUPPLY OF EXIDE MAKE BATTERIES AT GANDHINAGAR TPS.


SRNO.

Description of Material
LEAD ACID TRACTION BATTERY FOR DIESEL LOCOMOTIVE,TYPE 4 DS 17 TF, CAP 8V, 290 AH AT 10 HRS, DISCHARGE RATE AT 27 DEG. EACH SET CONSISTING OF 4 NOS OF CELLS EACH OF 2V EXIDE MAKE EXPRESS BATTERY 12 VOLT ,200A/H, TYPEMHD 2000. BATTERY SOLUTION (ELECTROLYTE)

Unit

Qty. Reqd. 6

Number

2 3

Number Litre

10 210

Note :
TECHNICAL SPECIFICATION FOR EXIDE BATTERY MAKE: EXIDE TRACTION BATTERY: EXIDE MAKE TYPE 4 DS 17 TF ( 08 VOLT X 21 PLATE BATTERY) 290 AH MHD 2000 : EXIDE MAKE 2000 FULLY CHARGED BATTERY. 1. PARTY SHOULD BE AN AUTHORISED DEALER OF EXIDE MAKE BATTERY. 2. PARTY SHOULD SUBMIT LATEST AUTHORISED DEALERSHIP CERTIFICATE FROM M/S EXIDE INDUSTRIES LIMITED. 3. PARTY SHOULD GIVE MINIMUM GUARANTEE FOR 12 MONTHS FROM THE DATE OF INSTALLATION OR 18 MONTHS FROM DATE OF DESPATCH WHICH EVER IS EARLIER. PARTY SHALL SUBMIT GUARANTEE/WARANTEE CARD FROM EXIDE INDUSTRIES LIMITED ALONG WITH SUPPLY WITH FULL DETAILS SHOWING SERIAL NO DATE OF SUPPLY DATE OF INVOICE AS MENTIONED IN GUARANTEE/WARANTEE CARD. 4. PARTY SHOULD SUBMIT PRICE LIST IF ANY OR PAST EXECUTED ORDER COPY FROM GOVT/REPUTED FIRM WITH OFFER FOR PRICE JUSTIFICATION

1. If any additional deviation in specification please clearly mention in separate on this page of Technical

Bid, dully signed. In no circumstances price should be quoted on this page


2. Party has to accept Payment terms as per GSECL. Payment shall be made by the Corporation for

3. 4. 5.

6. 7. 8.

the material supplied at 80% against TRC within 20 days and balance against S.R. Note within 45 days from the date of receipt of material at our site. Bidder should give minimum required validity for 120 days, otherwise your tender will be treated as cancelled Outside Gujarat material should come through RR sale at destination (i.e. GTPS). Guarantee: If the goods/stores and equipment are found defective due to bad design materials or workmanship the same should be repaired or replace by you free of charge if reported within 18 month of the receipt at site or 12 months from the date of commissioning of equipment whichever is earlier. You will be responsible for the proper performance of the equipment for 18 months after receipt of the stores by the consignee and for 12 months after commissioning of equipments whichever is earlier. Party should invariably mentioned TIN, CST & PAN NUMBER in their technical bid otherwise your offer will be ignored and price bid will not be opened. Bidder should confirm delivery period as per GSECL requirement and same should be confirmed in Technical bid. Any delay that may take place in supply and / or erection, testing and commissioning activities beyond contractual cut off date / stipulated period in the order shall be subjected to penalty (not liquidated damages) at the rate of % of the contract price / order price per week or part thereof subject to a maximum of 10% of the total contract value / order value (i.e. End cost including taxes & duties).
- 10 -

PUR-F-023 -

T-708

9. Party shall have to quote their rates in Schedule B of Price bid only along with commercial terms and

conditions. The details of applicable taxes/duties, service charges, packing & forwarding charges, freight, and insurancae, F.O.R. etc. with or without taxes or duties shall be indicated clearly in Tech Bid as well as also in Price Bid if applicable.

It is compulsory to indicate above in Price Bid otherwise offer of taxes shown only in Tech. Bid will be ignored.
10. Applicable taxes and duties INCLUDING/EXCLUDING may be indicated clearly below. If taxes & duties

not applicable pl. Mention Nil or Not applicable: a) Quoted price required should be firm for delivery FOR Destination Gandhinagar. b) PACKING & FORWARDING_____________________% (INCLUDING/EXCLUDING) c) EXCISE DUTY :_____________________________% (INCLUDING/EXCLUDING) d) CST : ____________________________________% (INCLUDING/EXCLUDING) e) VAT : ____________________________________ % (INCLUDING/EXCLUDING) f) FOR : _______________________ Delivery :_______________________________ g) Any Other Govt. levies: _______________________% (INCLUDING/EXCLUDING) h) VALIDITY : ___________________ (Minimum 120 Days Compulsory required) 11) Bidder should keep their commercial terms and conditions similar in both technical Bid as well as in price Bid. They should not differed in any of the bid. Only prices should be submitted along with only price Bid and not with the Technical bid. 12) Non complying of the above condition of the tender liable to be rejected. 13) GSECL receives the right to prefer the overall lowest party if deem fit. 14) Suppler shall have to submit all the necessary documents like material Test certificate, other required test certificates, guarantee certificate, invoice etc alongwith supply as per the order terms. Without relevant required documents, further process of payment will not be initiated. 15) Supplier shall have to submit Invoice alongwith material to get C form wherever applicable. In short C form can not be issued in absence of Invoice. Chief Engineer (GEN) GSECL: TPS: Gandhinagar I/we hereby agree for the commercial terms & conditions laid down in Tender. All the bidders are requested to read and verify the documents of Conditions of Tender & Supply (i.e. 1 to 82) of GSECL, GTPS and confirm that all the above documents you have verified & certify as below. I/we hereby has read the above documents and agree for the Conditions of Tender & Supply (i.e. 1 to 82) of GSECL, GTPS and accordingly submitted my/our offer. Contractors Signature With Seal & Date

- 11 -

PUR-F-023 -

T-708

THERMAL POWER STATION, GANDHINAGAR-382 041.

AN ISO-9001-2000 AN ISO-14001-2004
POWER PLANT

Installed

PART-II T-708
SUPPLY OF EXIDE MAKE BATTERIES AT GANDHINAGAR TPS.

- 12 -

PUR-F-023 -

T-708

GUJARAT STATE ELECTRICITY CORPORATION LTD


THERMAL POWER STATION, GANDHINAGAR-382 041. SCHEDULE B Sr. no
1

Description
LEAD ACID TRACTION BATTERY FOR DIESEL LOCOMOTIVE,TYPE 4 DS 17 TF, CAP 8V, 290 AH AT 10 HRS, DISCHARGE RATE AT 27 DEG. EACH SET CONSISTING OF 4 NOS OF CELLS EACH OF 2V EXIDE MAKE EXPRESS BATTERY 12 VOLT ,200A/H, TYPE-MHD 2000. BATTERY SOLUTION (ELECTROLYTE)

Unit
Numb er Numb er Litre

Qty. Reqd. 6

Rate

Amount

2 3

10 210 TOTAL Rs.

Rs.

Note :
1. Please quote your rates as per unit specified above otherwise offer will be ignored. 2. Payment shall be made by the Corporation for the material supplied at 80% against TRC within 20 days and balance against S.R. Note within 45 days from the date of receipt of material at our site. 3. Quoted prices required should be firm for delivery F.O.R. destination Gandhinagar. 4. The offer should be firm for minimum period of 120 days from the date of opening of the bid. 5. Any delay that may take place in supply and / or erection, testing and commissioning activities beyond contractual cut off date / stipulated period in the order shall be subjected to penalty (not liquidated damages) at the rate of % of the contract price / order price per week or part thereof subject to a maximum of 10% of the total contract value / order value (i.e. End cost including taxes & duties). 6. Applicable taxes and duties INCLUDING/EXCLUDING may be indicated clearly below. If taxes & duties not applicable pl. Mention Nil or Not applicable: If northing is mention it will be consider as Inclusive. A. PACKING & FORWARDING________________________% (INCLUDING/EXCLUDING) B. EXCISE DUTY :__________________________________% (INCLUDING/EXCLUDING) C. CST :__________________________________________% (INCLUDING/EXCLUDING) D. VAT :__________________________________________% (INCLUDING/EXCLUDING) E. FOR :__________________________________ Delivery : ______________________ F. Any Other Govt levies: ___________________________% (INCLUDING/EXCLUDING) G. VALIDITY : _______________________ ( Minimum 120 Days Compulsory required.) 6. Bidder should keep their commercial terms and conditions similar in both technical Bid as well as in price Bid. They should not differed in any of the bid. Only prices should be submitted along with only Price Bid and not with the Technical bid. 7. The tender received after time and date specified in the tender notice, will not be accepted. Once the offer submitted by the contractor before due date of submission, the contractor will not be allowed to submit revised / additional / modified offer after opening of Technical Bid. 8. Suppler shall have to submit all the necessary documents like material Test certificate, other required test certificates, guarantee certificate, invoice etc alongwith supply as per the order terms. Without relevant required documents, further process of payment will not be initiated. Supplier shall have to submit Invoice alongwith material to get C form wherever applicable. In short C form can not be issued in absence of Invoice. Chief Engineer (GEN) GSECL: TPS: Gandhinagar I/we hereby agree for the commercial terms & conditions laid down in Tender.
9.

All the bidders are requested to read and verify the documents of Conditions of Tender & Supply (i.e. 1 to 82) of GSECL, GTPS and confirm that all the above documents you have verified & certify as below. I/we hereby has read the above documents and agree for the Conditions of Tender & Supply (i.e. 1 to 82) of GSECL, GTPS and accordingly submitted my/our offer. Contractors Signature With Seal & Date
- 13 -

You might also like