apps.uprvunl.orgapps.uprvunl.org/uprvunltender/tender/Obra/Obra21919c.pdf · different thermal...

27
U.P.RAJYA VIDYUT UTPADAN NIGAM LIMITED, OBRA THERMAL POWER STATION, OBRA-SONEBHADRA TENDER NOTICE 1 TENDER NOTICE NO. T- 21/BMD-I(3X200MW)/BTPS/2015-16 2 OFFICE Executive Engineer, BMD-I, 3X200MW, ‘B’TPS, Obra. 3 WORK “Annual running beak down maintenance and Removal of Accumulated Soot/Routine Checking work of Wall Blower of unit no.-9 th & 10 th , 3X200MW, BTPS, Obra”. 4 EARNEST MONEY Rs. 13,000.00 only (Rs Thirteen Thousands Only) 5 TENDER COST Rs. 500.00 + VAT @ 14.5% = Rs 573.00 only 6 PERIOD One year 7 ESTD. TENDER VALUE Rs. 6,49,000.00 (Rs. Six Lacs Fourty Nine Thousand Only) Approx. 8 DUE DATE OF OPENING OF TENDER PART-I: 25.04.2016 (16.00 Hours) PART-II: 28.04.2016 (16.00 Hours) NOTE: - The tender documents shall not be sold; only the downloaded versions of the tender notice and specification shall be treated as official and shall have to be essentially displayed at the time of tender evaluation. EXECUTIVE ENGINEER m0iz0 jkT; fo|qr mRiknu fuxe fyfeVsM m0iz0 jkT; fo|qr mRiknu fuxe fyfeVsM m0iz0 jkT; fo|qr mRiknu fuxe fyfeVsM m0iz0 jkT; fo|qr mRiknu fuxe fyfeVsM vkscjk rki fo|q r x`g] vkscjk&lk vkscjk rki fo|q r x`g] vkscjk&lk vkscjk rki fo|q r x`g] vkscjk&lk vkscjk rki fo|q r x`g] vkscjk&lksuHknz suHknz suHknz suHknz fufonk fufonk fufonk fufonk 1 fufonk la [;k fufonk la [;k fufonk la [;k fufonk la [;k Vh& Vh& Vh& Vh&21@ch,eMh&A @ch,eMh&A @ch,eMh&A @ch,eMh&A¼3X200es 200es 200es 200es - ok ok ok ok-½@chVhih,l@201 @chVhih,l@201 @chVhih,l@201 @chVhih,l@2015&1 &1 &1 &16 2 dk;kZy; dk;kZy; dk;kZy; dk;kZy; vf/k'kklh vfHk;Urk] Cok;yj vuqj{k.k [k.M&izFke] 3X200 es - ok-] ^c* rk0fo0x`g] vkscjkA 3 dk;Z dk;Z dk;Z dk;Z ^vkscjk ^c* rki fo|qr x`g dh 3X200 es0ok0 ds bdkbZ la[;k&9 vkSj 10 ds okYk Cyksvj bR;kfn ds cz sd Mkmu vuqj{k.k vkSj tek lwV gVkus@:fVu psfdax dk dk;ZA 4 /kjksgj /kujkf /kjksgj /kujkf /kjksgj /kujkf /kjksgj /kujkf'k 'k 'k 'k :0 13]000-00¼:0 rs jg gtkj ek=½ 5 fufonk ewY; fufonk ewY; fufonk ewY; fufonk ewY; :0% 500 00 00 00-00 $ 00 $ 00 $ 00 $ oSV @ 14.5% = :0 573 573 573 573- 00 00 00 00 ek= 6 vuqekfur fufonk ewY; vuqekfur fufonk ewY; vuqekfur fufonk ewY; vuqekfur fufonk ewY; :0 6]49]000-00 yxHkx 7 vof/k vof/k vof/k vof/k ,d o"kZA 8 fufonk [kqyus dh frfFk fufonk [kqyus dh frfFk fufonk [kqyus dh frfFk fufonk [kqyus dh frfFk Hkkx & izFke % 25-04-2016 ¼16-00 cts ½ Hkkx & f}rh;% 28-04-2016 ¼16-00 cts ½ uksV uksV uksV uksV%& fufonk izi= fodz; ugha fd;s tk;sa xs] vfirq fuxe dh osclkbV www.uprvunl.org ij miyC/k fufonk lwpuk ,oa fof’kf”Vdj.k gh Lohdk;Z gksa xs] ftUgsa fufonk [kqyus ds le; izLrqr djuk vfuok;Z gksxkA vf/k vf/k vf/k vf/k'k 'k 'k 'kklh vfHk;Urk klh vfHk;Urk klh vfHk;Urk klh vfHk;Urk Obra Uploading Date And Time::::: Tuesday, March 22, 2016 2:13:12 PM

Transcript of apps.uprvunl.orgapps.uprvunl.org/uprvunltender/tender/Obra/Obra21919c.pdf · different thermal...

U.P.RAJYA VIDYUT UTPADAN NIGAM LIMITED, OBRA THERMAL POWER STATION, OBRA-SONEBHADRA

TENDER NOTICE

1 TENDER NOTICE NO. T- 21/BMD-I(3X200MW)/BTPS/2015-16 2 OFFICE Executive Engineer, BMD-I, 3X200MW, ‘B’TPS, Obra.

3 WORK “Annual running beak down maintenance and Removal of Accumulated Soot/Routine Checking work of Wall Blower of unit no.-9th & 10th, 3X200MW, BTPS, Obra”.

4 EARNEST MONEY Rs. 13,000.00 only (Rs Thirteen Thousands Only) 5 TENDER COST Rs. 500.00 + VAT @ 14.5% = Rs 573.00 only

6 PERIOD One year 7 ESTD. TENDER VALUE Rs. 6,49,000.00 (Rs. Six Lacs Fourty Nine Thousand Only)

Approx. 8 DUE DATE OF OPENING OF

TENDER PART-I: 25.04.2016 (16.00 Hours) PART-II: 28.04.2016 (16.00 Hours)

NOTE: - The tender documents shall not be sold; only the downloaded versions of the tender notice and specification shall be treated as official and shall have to be essentially displayed at the time of tender evaluation.

EXECUTIVE ENGINEER

m0iz0 jkT; fo|qr mRiknu fuxe fyfeVsMm0iz0 jkT; fo|qr mRiknu fuxe fyfeVsMm0iz0 jkT; fo|qr mRiknu fuxe fyfeVsMm0iz0 jkT; fo|qr mRiknu fuxe fyfeVsM vkscjk rki fo|qr x`g] vkscjk&lkvkscjk rki fo|qr x`g] vkscjk&lkvkscjk rki fo|qr x`g] vkscjk&lkvkscjk rki fo|qr x`g] vkscjk&lksuHknzsuHknzsuHknzsuHknz

fufonk fufonk fufonk fufonk 1111 fufonk la[;kfufonk la[;kfufonk la[;kfufonk la[;k Vh&Vh&Vh&Vh&22221111@ch,eMh&A@ch,eMh&A@ch,eMh&A@ch,eMh&A¼3X200es200es200es200es----okokokok----½½½½@chVhih,l@201@chVhih,l@201@chVhih,l@201@chVhih,l@2015555&1&1&1&16666 2222 dk;kZy;dk;kZy;dk;kZy;dk;kZy; vf/k'kklh vfHk;Urk] Cok;yj vuqj{k.k [k.M&izFke] 3X200 es-

ok-] ^c* rk0fo0x`g] vkscjkA 3333 dk;Zdk;Zdk;Zdk;Z ^vkscjk ^c* rki fo|qr x`g dh 3X200 es0ok0 ds bdkbZ laa[;k&9 vkSj 10

ds okYk Cyksvj bR;kfn ds czsd Mkmu vuqj{k.k vkSj tek lwV gVkus@:fVu psfdax dk dk;ZA

4444 /kjksgj /kujkf/kjksgj /kujkf/kjksgj /kujkf/kjksgj /kujkf'k'k'k'k :0 13]000-00¼:0 rsjg gtkj ek=½ 5555 fufonk ewY;fufonk ewY;fufonk ewY;fufonk ewY; :0% 555500000000----00 $00 $00 $00 $oSV @ 14.5% = :0 573573573573----00000000 ek= 6666 vuqekfur fufonk ewY;vuqekfur fufonk ewY;vuqekfur fufonk ewY;vuqekfur fufonk ewY; :0 6]49]000-00 yxHkx

7777 vof/kvof/kvof/kvof/k ,d o"kZA 8888 fufonk [kqyus dh frfFkfufonk [kqyus dh frfFkfufonk [kqyus dh frfFkfufonk [kqyus dh frfFk Hkkx & izFke % 25-04-2016 ¼16-00 cts½

Hkkx & f}rh;% 28-04-2016 ¼16-00 cts½

uksVuksVuksVuksV%& fufonk izi= fodz; ugha fd;s tk;saxs] vfirq fuxe dh osclkbV www.uprvunl.org ij miyC/k fufonk lwpuk ,oa fof’kf”Vdj.k gh Lohdk;Z gksaxs] ftUgsa fufonk [kqyus ds le; izLrqr djuk vfuok;Z gksxkA

vf/kvf/kvf/kvf/k'k'k'k'kklh vfHk;Urkklh vfHk;Urkklh vfHk;Urkklh vfHk;Urk

Obra Uploading Date And Time::::: Tuesday, March 22, 2016 2:13:12 PM

Tender Notice No.- T-21/BMD-I(3X200MW)/BTPS/2015-16

M/s _____________________________________________

_____________________________________________

_____________________________________________

Name of work: Annual running beak down maintenance and Removal of Accumulated Soot/Routine Checking work of Wall Blower of unit no.-9th & 10th, 3X200MW, BTPS, Obra.

Earnest Money: Rs.13,000.00 only in the form of TDR/FDR/CDR/DAC of any scheduled Bank/ NSC duly pledged in favour of Deputy Chief Accounts Officer, P&AD, ‘B’TPS Obra- Sonebhadra.

Date of receipt of complete Tender Bid : 25.04.2016 Up to 13.00 hours.

Date of opening of Tender : Part-I : 25.04.2016 at 16.00 hours.

Part-II : 28.04.2016 at 16.00 hours.

Tender cost with VAT is Rs.573.00 only deposited vide Receipt/Banker’s Cheque

No……………………....Dated: …,……, 2016

The following documents are attached in tender specification form.

i) Instruction to tenderers.

ii) Commercial terms and conditions.

iii) Special terms and conditions.

iv) Rate schedule and scope of work.

v) Pre-qualifying conditions.

EXECUTIVE ENGINEER BMD-I, 3X200MW, B.T.P.S OBRA

jk"Vªfgr esa fctyh cpk;sa jk"Vªfgr esa fctyh cpk;sa jk"Vªfgr esa fctyh cpk;sa jk"Vªfgr esa fctyh cpk;sa cpk;sa

OFFICE OF THE EXECUTIVE ENGINEER BIOLER MAITAINANCE DIVISION-I(3X200MW),

OBRA ‘B’ THERMAL PROJECT U.P. RAJYA VIDYUT UTPADAN NIGAM LTD.

OBRA – SONEBHADRA (U.P)

Obra Uploading Date And Time::::: Tuesday, March 22, 2016 2:13:12 PM

INSTRUCTION TO TENDERERS (WITH PRE-QUILIFYING CONDI TIONS) The Tenderers are advised to read the following instructions carefully before filling the

tender and follow the same strictly: - 1.00 PREPARATION OF TENDER : 1.01 Geographical situation of site- 5X200MW, Obra ‘B’ Thermal Power Station, Obra- Sonebhadra. 1.02 The Tenderers are requested to make themselves fully conversant with the scope of work, seeing the

working site, technical specifications, general terms & conditions as per form ‘A’ (terms and condition for the work contract of U. P. R. V. U. N. L.), special terms & conditions etc. before submission of the tender and thereafter they should quote their rates in price schedule accordingly so that no ambiguity at later stage arises.

1.03 The tender documents shall not be sold by the division. Tenders are requested to submit their offer on the downloaded versions of the tender document and specification along with tender cost including VAT as applicable, and the same shall be treated as official and shall have to be essentially displayed at the time of tender evaluation.

1.04 Tenderers should note that tender must be submitted in two separate parts by placing each part in a separate sealed cover as detailed below:-

A TENDER BID PART-I :- Tender Bid Part-I of tender should be submitted in a separate sealed cover super-scribed “Part-I against tender no..../BMD-I(3X200MW)/2015-16” containing the following, duly self attested by the bidder under their signature and seal: -

I. Short Term Tender fee in the shape of cash receipt / DD issued by scheduled bank, Obra-Sonebhadra duly pledged in favour of Deputy Chief Accounts Officer, P&AD ‘B’TPS, Obra.

II. EARNEST MONEY in the shape of TDR / F.D.R./ Cash Deposit / Bank Draft / NSC issued by scheduled bank, Obra-Sonebhadra duly pledged in favour of Deputy Chief Accounts Officer, P&AD ‘B’TPS, Obra.

III. Copy of valid labour license / registration issued by DLC Sonebhadra, if applicable and if not then firm must submit an affidavit on non-judicial stamp paper of Rs.10/- or as applicable from time to time, duly attested by Notary.

OR In case, firm posses a labour license issued by any other authority other than DLC Sonebhadra valid to work in any Power Station other than Obra Thermal Power Station, then the firm shall submit the following undertaking on Non-judicial stamp paper of Rs.10/- and shall comply with the same in case LOI is issued in his favour: - “We shall submit labour license issued by DLC Sonebhadra valid for Obra Thermal Power Station within 15 days after issue of LOI, failing which LOI issued may be cancelled and any penalty imposed by UPRVUNL shall be acceptable.”

IV. Copy of valid labour insurance from competent authority valid for Obra Thermal Power Station OR In case firm does not possess a valid labour insurance then the firm shall submit the following undertaking on Non –judicial stamp paper of Rs. 10/- and shall comply with the same in case LOI is issued in their favour:- “We shall submit labour insurance valid for Obra Thermal Power Station before issue of LOI/start of works whichever is earlier ,failing which LOI issued may be cancelled and penalty imposed by UPRVUNL shall be acceptable.”

V. Latest income tax return file and PAN No. of the firm / proprietor. VI. List of T&P required for executing the specified work satisfactorily up to entire satisfaction of Nigam. VII. List of staff along with all details, required for executing the specified work satisfactorily. VIII. Copy of LOI/Agreement of the similar nature of work i.e. “Annual running beak down maintenance and Removal

of Accumulated Soot/Routine Checking Work of Wall Blower executed in 200 MW or higher capacity units of different thermal power stations of SEB/Nigam/NTPC”, which shall be: Work contract / Agreement issued by SEB / Nigam/ NTPC in the name of the firm, of similar nature of work during last 05 years ending 31st January, 2016 should be either of the following: Three completed works costing not less than the amount equal to 40% each of the estimated cost. OR Two completed works costing not less than the amount equal to 50% each of the estimated cost. OR One completed work costing not less than the amount equal to 80% each of the estimated cost.

IX. Documentary proof in support of financial capability of the firm issued by Bank. Average annual financial turnover of the firm during last 03 years, ending 31st January 2016 should be at least 30% of the estimated cost.

X. A copy of partnership deed in case tenderer is partnership firm. In case of limited company a copy of registration certificate issued by Registrar of Companies.

XI. An agreement on a non-judicial stamp paper worth Rs.10/- or as applicable from time to time regarding validity of offer on prescribed proforma with the signature of two witnesses specifying name, profession and complete postal address of the tenders as well as witnesses.

XII. Employees Provident Fund code number of firm, along with copy of last year return and challan receipt of previous month (Form-3A & 6A).

Obra Uploading Date And Time::::: Tuesday, March 22, 2016 2:13:12 PM

XIII. Affidavit for payment of minimum labour wages and other benefits according to labour law in format as per annexure enclosed (original).

XIV. Service Tax Registration certificate (15 digits) along with challan receipt of previous quarter (S/Tax-3). XV. Latest no-dues certificate regarding home rent and electricity charges of Obra TPS, if the house is allotted to the

tenderer and submit the details as per annexure enclosed. XVI. Undertaking in regards to non-relationship with any employee of UPRVUNL on Rs.10/-stamp paper. XVII. Character certificate and no-objection certificate issued by District Authorities.

NOTE: i) If the bidders do not fulfill any pre-qualification given above, their Part-II (Price- Bid) will not

be opened. ii) All the bidders will have to produce the original copy of all the documents mentioned above, if

required for its verification with the copy of documents enclosed with the offer (Part-I). iii) The Part-II (Price Bid) of those bidders will not be opened whose performance has not been

found satisfactory in past years in any of the divisions of Obra Thermal Power Station. iv) Any deviation made in Terms and Conditions by the contractor must be enclosed along with

Part-I. v) Conditional offers will not be accepted in any case and will be summarily rejected.

B TENDER BID PART-II :- Part-II of tender should be submitted in a separate sealed cover super-scribed “Part-II against tender no..../BMD-I(3X200MW)/2015-16” and shall contain Price-Bid only. At the time of opening the tenders the Part-I of the tender shall be opened first on due date as specified in tender notice. Part-II of the tender shall be opened only of those bidders who have submitted the required amount of earnest money in the desired form and fulfill all the pre-qualifying conditions.

1.05 Bidders can submit their bids either by dropping the same into tender box kept in the office of the Executive Engineer, BMD-I, 3X200MW, BTPS, Obra or by registered post well in advance so that tenders are received in the office before the due date and time of receipt of the tender.

No allowance shall be admissible for postal delays. The required information shall be furnished in standard pro-forma, wherever available with tender documents.

1.06 Any other technical data details the tenderer wishes to submit in addition to the details asked for in the above Para 1.04 (a) as well as descriptive leaflets, drawing, if any may be enclosed along with above information in Part-I portion only. The tender must be complete in all respects and each page of the tender document shall be signed and dated by tenderer. All correction shall be initiated and dated prior to submission.

1.07 In the event of the tender being submitted by a firm, it must be signed by each member thereof or in the event of absence of any party, it must be signed by a person holding a power of attorney authorizing to do so. Such power of attorney shall be produced along with tender.

1.08 In case the bidder does not supply any of the required information at the time of tender, necessary loading will be made while evaluating the price of his offer without giving him any further opportunity to supply or clarify, the same. Also that failure to comply with this requirement may result, to the rejection of the bid at the discretion of the purchaser.

1.09 The bidder shall quote firm prices. 1.10 The tender sent by post must be posted by registered post “A/D” sufficiently in advance so as to reach at the address by

the schedule date and time of submission of tender. Any tender received late than the due date and time of submission even on account of delay on the part of postal authorities may be rejected.

1.11 Telegraphic offers / tenders shall not be entertained and such offer may be rejected. 1.12 Any action on the part of the tenderer to revise the prices and or change the structure of price/prices at his own instance

after opening of the tender may result in rejection of the tender. 2.00 EARNEST MONEY :- 2.01 Part-I of the tender must be accompanied with Earnest Money in the shape of TDR/CDR / FDR in favour of Senior

Accounts Officer, P&AD ‘B’TPS, Obra. Tender without Earnest Money shall be rejected. 2.02 The earnest money will be returned to all except the successful bidder after finalization of the tender. The earnest

money of successful bidder shall be retained and adjusted to work’s security deposit. 3.00 SECURITY :-

After acceptance of tender, the successful bidder shall deposit an initial security deposit amounting to 10% of the contract value, within two weeks of acceptance of tender. However earnest money deposited against the tender may be adjusted against the security deposit. If the bidder fails to deposit the initial security deposit, the same will be deducted from the running/final bills @ 10% of bill amount.

4.00 QUALIFICATION OF TENDERERS :- Only such bonafide, experienced and reliable firm need to tender who can produce satisfactory evidence that they have necessary resources and organization to undertake such work to the satisfaction of the purchaser. The tenderer shall submit the documents as mentioned in Para 1.04 (A) along with part-I of the tender. Part-II of the tender shall be opened only of those bidders who will submit all the documents and fulfill the pre-qualifying conditions.

Obra Uploading Date And Time::::: Tuesday, March 22, 2016 2:13:12 PM

5.00 MODIFICATION PRIOR TO THE DATE OF TENDER OPENING:-

U.P. Rajya Vidyut Utpadan Nigam Limited may revise or amend the specification and drawing prior to the date notified for opening of the tenders. Such revision or amendment, if any will be communicated to all the tenderer. The date of opening of Part-II, if altered due to any reason, will be intimated to the tenderer.

6.00 CLARIFICATION DESIRED BY THE TENDERERS:- Any clarification with regard to the specification should be sought for by the tenderer before submission of the tender. No correspondence on this account will be entertained once the tender has been submitted by the tenderer.

7.00 SUBMISSION OF TENDER:- The tender duly prepared in accordance with the procedure laid down in Para-1.00 above for Part-I and Part-II shall be submitted to the Executive Engineer, BMD-I, 3X200MW, ‘B’ TPS, Obra, Sonebhadra by the due date and time of submission of tender.

8.00 PROCEDURE FOR OPENING AND PROCESSING OF TENDERS:- The Part- I and Part-II of tender shall be publicly opened on the date and time specified in the tender notice. Only those tender which are in conformance with deposit of earnest money and fulfill all the pre-qualifying conditions shall be considered and processed for the opening of part-II. Tenders shall be opened on next working day if there is holiday on due date of opening.

9.00 AWARD OF CONTRACT:- The purchaser reserves the right to accept the whole or a portion of any tender as he may think fit without assigning any reason thereof. No tender shall be deemed to have been accepted unless such acceptance is notified in writing to the tenderer by the purchaser.

10.00 CONTRACT AND AGREEMENT:- The successful contractor shall execute the agreement with U.P. Rajya Vidyut Utpadan Nigam Limited on standard form of agreement (copy enclosed) duly completed with the conditions of contract, specification and schedule referred to therein annexed.

11.00 VALIDITY PERIOD OF THE TENDER:- The offer shall remain valid at least for three (3) months from the date of opening of the tender. The fact of the submission of a tender shall be deemed to constitute an agreement between the tenderer and U.P. Rajya Vidyut Utpadan Nigam Limited. Whereby during validity of the tender mentioned above, the tenderer agrees not to withdraw his offer nor to impair or derogate from their effects. The tender shall be enclosed with an agreement on the proforma as per annexure enclosed at with document on Rs. 10.00 stamp paper duly affixed with Rs. 1.00 revenue stamp.

12.00 AUTHORISATION:- Authorized representative possessing authority letter from the tenderer participating in the tender opening shall sign a certificate as a proof of their participation.

13.00 DEVIATION:- Tenderer are requested to adhere to all clauses of the specification and General condition of contract to facilitate to finalization of contract. Conditional tenders shall be summarily rejected.

14.00 PRICES:- The prices in Part-II are to be quoted firm in all respects.

15.00 CONVASSING:- No tenderer shall canvass any Nigam official or the Engineer with respect to his own or other tender. Contravention of his condition will involve rejection of the tender. This clause shall not be deemed to prevent the tenderer from supplying to the Engineering any further information asked by the Engineer.

16.00 The undersigned reserves the right to open or not to open or reject anyone/all the offers with out assigning any reason there-of as also to split the tender/order in full or part to more than one firms if it feels necessary.

17.00 The Hon’ble court of Sonebhadra shall only have jurisdiction to try the suit in case of any dispute.

(EXECUTIVE ENGINEER) BMD-I, 3X200MW, BTPS, OBRA

Obra Uploading Date And Time::::: Tuesday, March 22, 2016 2:13:12 PM

COMMERCIAL TERMS & CONDITIONS 1. PRICES:

Unit rate of work is to be quoted in rupees as well as in words, per unit. The prices shall be kept firm in all respect during the period of the contract. The firm shall have to clearly mention about service tax, which shall be paid extra as admissible as per Govt. rules, failing which it shall be presumed that the quoted rates are inclusive of service tax.

2. VALIDITY OF OFFER:

The prices shall be kept valid for a period of at least 120 days from the date of opening of tender.

3. PAYMENT:

100% (Hundred percent) payment shall be made on successful completion of works against each work indent after deduction of security, income tax etc. Inward gate pass of material brought in shall be submitted by the contractor. Material consumption statement shall be given on each bill.

4. INCOME TAX:

Income tax at the rate prevailing at the time of billing shall be deducted from each bill/running bill.

5. SECURITY DEPOSIT:

The contractor shall be required to deposit initial security deposit amounting to 10% (Ten percent) of the value of the contract within two week of placing of LOI. However earnest money deposited against the tender may be adjusted against the security deposit. If the bidder fails to deposit the initial security deposit, the same will be deducted from the running/final bills @ 10% of bill amount.

The Security money shall be released only after three months of the completion period of the agreement. If the contractor fails to perform the work successfully or discontinues the work before completion of the period of the agreement or the work is discontinued by the department due to his poor performance; the security money shall be forfeited in all such cases. Similarly security deposits shall be refunded only after adjustment of dues of the department. Earnest money of the successful tenderers whom L.O.I. is placed will be forfeited if they fail to start the work or execute the agreement.

6. PENALTY:

i) The contractor shall complete the work within the period as mentioned in work details & rate schedule (table no.1). If the work is not completed within completion period then damages for delay (penalty) @ ½ % per hour (in cases where the completion period of work is less than 24 hours) and @ ½ % per day (in cases where the completion period of work is 24 hours or more) of the value of the incomplete work shall be levied and recovered from the bill / running bill. However the total amount of penalty shall be limited to 10 % (Ten percent) maximum of the total value of assigned work.

ii) In cases in which the work is delayed due to reasons beyond the control of the contractor, then suitable extension of time shall be allowed / granted, if the contractor applies for the same along with ‘No claim certificate’ stating that the grant of time shall not form any basis for any claim whatsoever the reasons for delay.

iii) In case contractor is found negligent & the progress is not satisfactory the work shall be got carried out through some other contracting agency on debitable basis and the entire amount on the account of difference of rates and damages for delay shall be debited to the contractor and the same would be recovered from any of his bill pending at this project or anywhere in U. P. Rajya Vidyut Utpadan Nigam Limited.

7. Contractor will not have any claim, if no work or less work was carried out against the contract.

8. Period of agreement

a) The agreement shall remain valid for the period of one year from the date of letter of intent or exhaust of contract value, whichever is earlier. Contract may be extended for further three months on the same rates, terms & conditions. Contract value may vary 10%. Contract may be extended further with mutual consent.

Obra Uploading Date And Time::::: Tuesday, March 22, 2016 2:13:12 PM

b) The agreement executed with the contractor may be terminated at any time within the period of agreement by giving 15 days notice by either party. In case the agreement is terminated due to failure on the part of the contractor then the security money would be forfeited.

9. VARIATION IN BILL OF QUANTITY:

The quantities mentioned in the bill of quantities of work are tentative and may vary up to any extent within the total value of order, as per site requirement.

10. The contractor shall not sublet the contract to any other firm/party/contractor. The contractor to whom the work would be awarded shall be responsible for all the work of agreement.

11. ARBITRATION:

If any dispute, difference or controversy shall at any time arise between the contractor & Nigam & the Engineer of contract touching the contract, or as to the true construction, meaning and intent of any part or condition of the same, or as to the manner of execution or as to the quality or description of, or payment for the same, or as to the true intent, meaning, interpretation, construction or effect of the clauses of the contract, specifications or drawings or any of them, or as to anything to be done, omitted or suffered in pursuance of the contract or specifications, or as to the mode of carrying the contract in to effect or as to the breach or alleged breach of contract or as to any claims on account of such breach or alleged breach or as to obviating or compensating for the commission of any such breach, or as to any other matter or thing whatsoever connected with or arising out of the contract, and whether before or during the progress or after the completion of the contract, such question, difference or dispute shall be referred for adjudication to the Chairman, UPRVUNL or to any other person nominated by him in his behalf and his decision by way of a speaking award in writing shall be final, binding and conclusive. This submission shall be deemed to be a submission to arbitration within the meaning of the Indian Arbitration Act 1940 / Arbitration and CONCILIATION ACT, 1996 or any statutory modification thereof. The arbitrator may from time to time with consent of the parties enlarge the time for making and publishing the award.

Upon every or any such reference the cost of and incidental to the reference and award respectively shall be in the discretion of the Arbitrator, who shall be competent to determine the amount thereof or direct the same to be taxed as between solicitor and client or as between party and party and to direct by whom and to whom and in what manner the same shall be borne and paid.

Work under the contract shall, if reasonably possible, continue during the arbitration proceedings and no payments due or payable by the Nigam shall be with-held on account of such proceedings.

12. COURT OF COMPETENT JURISDICTION:

Any action taken or proceedings initiated on any of the terms of this agreement shall be only in the Court of Sonebhadra and High Court of Judicature at Allahabad.

13. ENGINEER OF CONTRACT:

Executive Engineer, BMD-I, 3X200MW, BTPS, Obra Thermal Project Obra Sonebhadra shall be the engineer of contract. After finalization of the tender, Executive Engineer, BMD-I, 3X200MW, BTPS, Obra shall be responsible for execution, time frame, quality and bill verification, thereafter and shall be the Engineer of contract for this phase.

14. PAYMENT AUTHORITY:

Deputy Chief Accounts Officer, P&AD, ‘B’TPS, Obra, Sonebhadra shall be the payment authority. All the Cheque, Demand Draft, Bankers Cheque etc if required to be submitted to UPRVUNL by the contractor shall be in favour of Deputy Chief Accounts Officer, P&AD, ‘B’TPS, Obra and payable at Obra.

(EXECUTIVE ENGINEER)

BMD-I, 3X200MW, BTPS, OBRA

Obra Uploading Date And Time::::: Tuesday, March 22, 2016 2:13:12 PM

GENERAL CONDITIONS

1. Contractor shall have to strictly abide by the health & safety rules, factory act rules and

regulations of Nigam as applicable to them time to time.

2. Contractor will have to take adequate precautions for safety of their workers. He shall be responsible for the payment of any compensation as per rules in case of any accident/miss-happening on account of any reasons what-so-ever.

3. Contractor will have to put one responsible person i.e. called site representative, and shall always active on the work site, who will strictly follow the instructions of the undersigned given to him from time to time. The contractor shall be well equipped to start work within hours of instructions given to him by the undersigned or such officers as authorized by the undersigned or the Engineer of contract.

4. It is not necessary that contractor may get the work all the time round the year, when-ever the department shall require to get the work done through contractor. It will be communicated to the site representative by letter or verbally which shall be confirmed in writing within 24 hours by the undersigned or Engineer of contract.

5. It is not the intent of this specification to specify every details of the work, each item of work as specified as and when awarded to the contractor during the tenancy of this contract shall be completed in all respect, as per installation drawing and or as per discussion with the undersigned or such officers as authorized by the undersigned or Engineer of contract. The contractor shall not be entitled for any extra claim on the ground of the specifications being incomplete or for any inconsistency with the actual work required to be executed.

6. Contractor will arrange their own experienced and healthy skilled/semi-skilled workers and will also be responsible for the arrangement of their gate passes from CISF. Insurance of workers deployed by them shall be the responsibility of the contractor and will provide medical/welfare facilities etc. to their workers also as per Govt rules.

7. The work will be carried-out in such a way that no plant/equipment is damaged. If any, equipment is damaged the repairing / replacement cost shall be recovered from the contractor.

8. The work will be executed as per instructions of EE/AE/JE BMD-I, 3x200MW/ Engineer of contract.

9. The contractor shall be responsible for the conduct and character of their workers engaged by them on the job against the tender/order.

10. The contractor shall ensure for the payment of Minimum wages and bonus as per existing rules to their workers through Cheque as per current rules & regulations. In case of any dispute/complaint regarding Payment of Wages/bonus etc. the contractor shall be fully responsible for the same.

11. The Hon'ble High court of Allahabad & concerned Court under it, at Sonebhadra shall only have jurisdiction to try the suit in case of any dispute.

EXECUTIVE ENGINEER BMD I, 3X200 MW, 'B'TPS, Obra- Sonebhadra

Obra Uploading Date And Time::::: Tuesday, March 22, 2016 2:13:12 PM

SPECIAL CONDITIONS

1. Contractor shall use his own T&P, however special T&P as have been supplied by the manufacturer of

the Plant for attending the special maintenance jobs shall be provided to the firm free of charge on loan. If any T&P provided by the Deptt. is found lost or damaged the cost of the same shall be recovered from the firm.

2. All the Consumables required for the work such as Gas, Electrodes, Kerosene Oil, Old Cloths Emery Papers etc. shall be arranged by the contractor at his own cost.

3. In case of any material and consumables issued to the contractor free of cost and has been found lost or damaged, the contractor shall be liable for making good the loss within reasonable time, failing which the Engineer of contract shall recover the loss from the contractor's dues either in this agreement or by legal means.

4. Electricity - 415 V/3- Phase AC and water near job location on fixed point shall be provided by the Deptt. free of cost and further distribution may be carried out by the Firm as needed by them.

5. a) Contractor shall be responsible for keeping the work site clean during the work, otherwise cost of cleaning the area @ Rs. 50/- per sq. m. shall be charged.

b) Work site is required to be cleaned properly before start of work by the contractor. If the same is not done by the contractor, Rs. 2000/- per job site shall be detected form the bills of the contractors for each work.

6. Security Money: - Security money @ 10% shall be deducted from the contractor's each bill. The security money shall be released after two months after completion of the period of agreement. But if the contractor fails to perform the work successfully or discontinue the work before completion of the period of the agreement or the work is discontinued by the Deptt. due to poor performance, the security money shall be forfeited in all the case.

7. Payment Terms:- 100% payment shall be released after completion of each work after deducting security money as per clause 6 and Income Tax as per rule.

8. Service Tax- Service tax shall be paid extra to the firm as per government rate time to time and as applicable at the time of actual execution of work.

9. The details of the work to be carried-out during routine breakdown for the period of one year and estimated quantity of the work shall be as per annexure enclosed.

10. The amount to be allotted to the contractor in this tender/agreement is based on anticipated value for which the Deptt. does not take any responsibility for its actual execution. However the variation in (+) side will be 10% where as variation in the (-) side will go up to any extent depending upon the actual execution.

11. The time for the completion of the work shall be fixed by the EE, BMD-I, 3X200MW/Engineer of Contract as per agreement depending upon the urgency of the work, in case the work is not completed within specified time the damage for delay @ 1/2 % per day up to maximum of 10% of total value of the work shall be levied in all cases in which the work progress shall be delayed due to the reasons beyond control of the contractor a suitable extension in time shall be granted if the Firm applies for the same along with no claim certificate stating that the grant of any extension in time shall not form any basis for any claim what-so-ever with the reasons for delay. However in case the contractor is found negligent and the work progress found not satisfactory, it shall be Lawful for the NIGAM to entrust the work to other agencies on DEBITALE BASIS and difference of cost shall be realized from the Firm from any money due to him under this or any other agreement with the NIGAM or by Legal suit.

12. Scaffolding and climbing arrangement wherever necessary shall be made by the contractor at his own cost. However, scaffolding materials i.e. Pipes, planks/clamps etc. shall be provided by the Deptt. free of cost, if available.

13. After completion of the work, test shall be carried out and if any defect, leakages are found the same shall have to be rectified by the Firm free of cost.

14. All the work shall be executed as per standard terms & conditions as approved by the Engineer of Contract. The work executed shall carry a guarantee of three months against the workmanship and the contractor shall make good such works without any extra cost, however this guarantee shall not apply for the normal wear & tear.

Obra Uploading Date And Time::::: Tuesday, March 22, 2016 2:13:12 PM

15. The agreement may be terminated by one month's notice by another party. However whether notice is served by the contractor or by the Deptt. Security money in both the cases shall be forfeited by the NIGAM.

16. The agreement shall remain valid for a period of one year from the date of agreement or Letter of Intent (LOI) which may be extended for further 3 months and the contractor shall have not any claim for the same.

17. The contractor will ensure to be present at site, whenever necessary during short shut down/maintenance work of the boiler. He must ensure that his supervisor must be present at site during execution of work and also in contact of EE/AE/JE of the division around the day. The name and contact number of concerned supervisor deployed by the contractor must be communicated to engineer of contract just after issue of LOI.

18. All other terms & conditions shall be in accordance with Form-A General conditions of contract in so for these are applicable. However in case of any conflict or inconsistency between conditions of Form-A and the special conditions, the provision contend in these special conditions shall prevail. Similarly conditions of specifications shall over-side the provision of these special conditions.

19. Safety Instruments shall have to be provided by the Firm to their workers.

20. Facility of Over-time, National Holidays, and Leave with Salary shall be provided by the Firm to their workers as per Factory Rules.

21. During the term of agreement, the contractor will be responsible to ensure strict compliance/implementation of all the provisions of the different labour & industrial Laws, constituted and amended from time to time by the State/Central Govt. up to the extent it pertains to the Firm in respect of all the employees employed by the firm. Firm has further to ensure and prove if necessary that the Minimum Wages as prescribed from time to time by the Govt. under Minimum wages Act 1948 are being paid by the Firm to their, or through the Court of law as the case may be, in terms of clause-24 of Form-A of General Conditions of the contract for supply of the Plant and execution of the work.

22. All terms and conditions shall be in accordance with the standard Form-A & B of UPSEB/NIGAM.

23. Contractor will have to dispose-off the scrap in the scrap yard of CSD-I/CSD-II free of cost where ever there is space for disposal of scrap.

24. The contractor will submit Police Verification documents in respect of the owner as well as their partners.

25. The contractor will abide to engage child labours during execution of works otherwise action shall be taken against the firm, as per provision laid down under Child labour (Provision and Regulatory act 1986).

26. The contractor will submit no objection certificate from District Magistrate and Police Superintendent, District Sonebhadra regarding participation in the tender otherwise they will not permit to participate in it.

27. The tender bid shall be opened in presence of CISF Security Personals in view of security.

28. The contractor will submit their financial status/solvency certificate from Bank and Income Tax Department.

29. The contractor will submit documents to prove that the firm is a proprietorship Firm or Partnership firm and copy of Deed must be submitted along with other papers in Part-I of their offers.

30. If it has come to the notice that the contractor has provide wrong information or used unfair means to have the contract, the order/agreement shall got terminated and action shall be taken against the firm as per existing provisions of Nigam/ UP Govt., and firm will be black listed.

31. The firm must be equipped with sufficient tools and tackles with sufficient man power, so that if any Emergency arises, more than two Ganges may be deployed to various fronts to execute the works in minimum possible time so that down time of the machines may be minimized.

32. The Estimated cost of total works is shows in Tender Specification. The quantities mentioned are tentative and may vary (+) or (-) to any extent.

33. The approximate cost of total works is as mentioned in tender notice.

34. The tender documents shall not be sold by the division. Tenders are requested to submit their offer on the downloaded versions of the tender document and specification alongwith tender cost including VAT

Obra Uploading Date And Time::::: Tuesday, March 22, 2016 2:13:12 PM

as applicable, and the same shall be treated as official. The tender cost shall be submitted either through cash receipt from Sr. A.O., P&AD, BTPS, Obra or B.D. and the tender document shall be submitted to the office of the undersigned on any working day, by hand, but must be before one day of opening of the Tender bids.

35. The spares required for the work will be provided by the Nigam free of cost. However spares follow up to be done by the contractor with minimum stock to be informed to concerned Engineer timely. Requirement of monthly / maintenance spare shall be submitted and spare forecast also in advance is to be submitted for advance procurement.

36. The objective of this contract is to keep the auxiliary system healthy for maintaining sustained Generation of the Unit. The Scope of Work is broadly classified and details of work given in the tender are not exhaustive. Other work as associated with the breakdown maintenance not covered in the detail, have to be done by the contractor and are also forming part of the contract.

37. Scope of works are indicative but not exhaustive. All necessary work as required for maintenance and availability of equipment in good working condition are to be performed by the contractor.

38. All maintenance work should be complied with the norms, procedure and standard as recommended by the O&M manual of the manufacturer.

39. The contractor should perform his work in such a manner that his work will not cause any interference/disturbance of work of other agencies.

40. The interested firms/contractors may download the tender documents from the website www.uprvunl.org of the Nigam and may submit their offer along with cost of tender documents and EMD as mentioned above.

41. Firm must quote their prices in individual items and must be written in figures as well as in words also.

42. The works may be divided between more than one Firm in full or part of Tender/order or not, if it will be felt necessary.

(EXECUTIVE ENGINEER) BMD I, 3X200 MW, 'B'TPS

Obra- Sonebhadra

Obra Uploading Date And Time::::: Tuesday, March 22, 2016 2:13:12 PM

GENERAL TERMS AND CONDITIONS OF THE TENDER

01.00 T & P AND CONSUMABLES (a) All the T & P including welding machine, cutting gas arrangement, grease gun etc. and

consumables such as industrial gas, welding electrodes, cotton waste, jute, petrol, kerosene etc. for doing the works shall be arranged by the contractor at his own cost.

(b) The consumables e.g. bolts, nuts, gasket, oil, grease, oil seals, packing, bearing, etc. if required to maintain the equipments and put in operation will be supplied by the department free of cost.

(c) The department free of cost for doing the work shall supply special T & P and special welding electrodes.

(d) The contractor at his own cost shall arrange hand lamps, torches, scaffolding materials, lifting devices etc. for attending the faults.

(e) The department free of cost will supply the steel required for attending the fault. 02.00 SPARE PARTS

The department free of cost shall supply all the parts required for the work. 03.00 ELECTRICITY

The department will supply the electric power free of cost at one point for the welding machine and for the arrangement of light at the place of work

04.00 TRANSPORTATION The contractor has to make his own arrangement for the shifting of materials T & P etc. from his

site / Nigam’s site store at the site of work. Also, the scrap material or defective materials have to be returned to the Nigam’s site store by the contractor. The contractor shall carry out the same at his own cost.

05.00 CLEANING If for attending the fault cleaning of the place is required, contractor has to make his own

arrangement for the same at his own cost. After attending the fault space has to be cleaned by contractor at no extra cost.

06.00 In case of any emergency, the contractor has to work on the other place (not specially mentioned / covered in the scope of work) without any extra charges.

07.00 a) Responsible persons i.e. supervisor or any other persons shall have to be

deputed by the contractor at the site who will receive the instructions for the work execution from AE / JE or EE and the contractor will maintain the register for the instruction given to him from time to time.

b) All the safety rules and regulations during the execution of work are agreement shall be observed by the contractor to avoid any miss-happening, fire etc. at his own cost.

c) Contractor has to prepare himself to work at the notice of 2 hrs. and has to work continuously for the smooth running of the equipment / plant.

d) The work shall have to be attended within minimum possible time. e) In case of emergency, adequate manpower shall have to be deployed on the job to complete the

job within minimum possible time. f) The contractor will have no right to claim idle lab our charges in case of no works assigned to

him. g) If the contractor fails to perform the job satisfactorily within specified period, Nigam will be

have right to carry out the work by engaging some other agency / agencies and such expenses incurred by the Nigam with 15% supervisory charges shall be debited to the account of the contractor.

08.00 SECURITY DEPOSIT a) The security amount of @ 10% of the order value of work / agreement shall have to be deposited

by the successful contractors before the starting of the work.

b) The security money @ 10% of the order / agreement value shall have to be deposited by the successful contractors. The earnest money deposited by the contractor(s) at the time of tendering may also be adjusted towards the initial security money and the balance amount to complete the 10% initial security shall be deducted from running bills @ 10% of the bill amount till it is not completed.

Obra Uploading Date And Time::::: Tuesday, March 22, 2016 2:13:12 PM

c) The security money @ 10% of the order/ agreement value shall have to be deducted from their running bill @ 10% of the bill amount till it is not completed.

The Engineer of the Contract has right to ask the contractor to follow any of the above mode of security deposit for which the contractor can not ask the reason what so ever be. The security money shall be released after the completion period of agreement but if the contractor fails to perform the work successfully or discontinue the work before completion of the period or the agreement work is discontinued by the department due to poor performance the security money shall be forfeited in the cases.

09.00 QUALIFICATION OF TENDERS Only such bonafide experienced and reliable firms need to tender who can produce satisfactory

evidence that they have necessary resource and organization to undertake such work of similar nature to the satisfaction of purchaser, failing of which the undersigned reserves the right to reject the tender bid.

The tenderers are also advised to submit the following certificate / lists with the tender bids. 09.01 List of T & P and skilled /unskilled staff. 09.02 Financial capacity (Name of Bankers & last year turn over to be specifically stated) issued by

the bank. 09.03 Position of last Income Tax clearance. 09.04 Organizational structure setup along with details of technical personnel. 10.00 MODIFICATION PRIOR TO THE DATE OF OPENING

Uttar Pradesh Rajya Vidyut Utpadan Nigam Ltd. may revise or amend the specifications prior to the date notified for opening of the tenders. Such revision or amendment, if any will be communicated to all the tenderers as amendment to this invitation to the tenders.

11.00 TIME OF COMPLETION The agreement of work initially will be executed for a period of 12 months in case of round the clock/routine / break down maintenance work which may be extended for another three months if required in the interest of Nigam after taking consent from the Firm. The annual /capital overhauling work will have to complete within 30 days from the date of shut down. For un-satisfactory work, the agreement can be terminated after giving a notice of one week In case of termination of agreement; the earnest money and security money initially deposited may be forfeited.

12.00 AWARD OF CONTRACT The purchaser does not pledge to accept the lowest or any tender and reserves the right to accept the whole or any part of any tender as he may think fit without assigning any reason thereof. No tender should be deemed to have been accepted unless the purchaser notifies such acceptance in writing to the tenderer.

13.00 CONTRACTS AND AGREEMENT The successful contractor shall enter into an agreement with the purchaser (UPRVUNL) within one-week time from the date of finalization to tender by competent authority. This agreement shall comprise the schedule of price, delivery, completion period, specification, general terms & conditions as per standard Form-A of UPRVUNL (enclosed), special terms and conditions along with the accepted tender of the successful contractor.

14.00 VALIDITY PERIOD OF THE TENDER The tender, shall remain valid for three (3) months from the date of opening of the tender. The fact of the submission of a tender shall be deemed to constitute an agreement between the tenderer and U.P. Rajya Vidyut Utpadan Nigam Ltd. where by during validity of the tender mentioned above, the tenderer agrees not to withdraw his offer not to impair or decimate from their effects. The tenderer shall enclose an agreement on the format enclosed with this document on Rs. 20/- stamp paper duly affixed with Rs. 1.00 revenue stamp.

15.00 INCOME TAX CLEARANCE CERTIFICATE The tenderer shall furnish with the tender Income Tax Certificate of current as well as of preceding year from the competent authority. Alternatively the contractor shall give valid reasons for his inability to furnish such a certificate etc. The purchaser reserves the right to reject and tender if Income Tax Certificate or valid reasons for the tenderer’s inability to furnish such a certificate are not furnished.

Obra Uploading Date And Time::::: Tuesday, March 22, 2016 2:13:12 PM

16.00 AUTHORISATION Authorized representative possessing necessary authority letter from the tenderer participating in the tender opening, shall sign a certificate as a proof of their participation.

17.00 DEVIATION Tenderers are requested to adhere to all clauses of the specification and general conditions of contract to facilitate finalization contract. Conditional tender bid shall be summarily rejected.

18.00 PRICES The prices in Part-II of the tender are to be quoted firm in all respect for the items of price schedule as mentioned.

19.00 CONVASSING No tenderer shall canvass any Nigam Official or the Engineer with respect to his own or other tender. Contravention of his condition of his condition will involve in rejection of the tender. This clause shall not be deemed to prevent the tender for supplying to Engineer any further information asked by the Engineer of contractor.

20.00 ENGINEER’S DECISION To prevent disputes and litigation it shall be accepted as an inseparable part of the contract that in matter regarding material, workmanship, renewal of improper work, interpretation of contractor drawing and contract specifications, made of procedure and the carrying out of the work the decision of the Engineer shall be final and binding on the contractor and in any technical question which may arise during the contract, the Engineer’s decision shall be final and conclusive.

21.00 ARBITRATION: - If any disputes, difference or controversy shall at any time arise between the contractor

on the one hand and the U.P. Rajya Vidyut Utpadan Nigam Ltd. and Engineer of the contract on the other hand touching the contractor as to the construction meaning of and intent of any part of condition of the same or as to the manner of execution of as to the quality or description of payment for the same or as the true intent meaning interpretation construction or effect of the contract, specification or drawing or any of them, or as to anything to be done committed or suffered in pursuance of the contractor specifications or as to the mode of carrying the contract into effect or as to the breach of or alleged breach of as to obviating or compensating fro the commission of any such breach, or s to any other matter or thing what so ever connected with or arising of the contract and whether before or during the progress or after the completion of the contract, such question. Difference or dispute shall be referred for adjudication to CMD UPRVUNL or to any other person nominated by him in his behalf and his decision in writing shall be final binding and conclusive. This submission shall be deemed to be a submission to arbitration within the meaning of the India Arbitration Act. 1940 or any statutory modification thereof the Arbitrator may from time to time with consent of the parties enlarge the time for making publish the award.

Upon every or any such reference, the cost of as incidental to the reference and award respectively shall be in the discretion of arbitrator, who shall be competent to determine the amount thereof direct the same to be taxed as between solicitor and client or ass between party and parties and to direct by whom and to whom and in what manner the same shall be borne and paid.

Work under the contract shall, if reasonably possible, continue during the arbitration proceeding and no payment due or payable by the Nigam shall be withheld on account of such proceedings.

22.00 MEDICAL CARE: - The contractor shall have to be strictly abided by the health and safety rule, factory Act and all the rules and regulations of U.P.R.V.U.N.Ltd. as applicable and shall be fully responsible for first aid and emergency medical treatment to his employees; the contractor at site shall make necessary arrangement for this purpose.

23.00 MEDICAL SUPERVISION The medical supervision of the contractor over his employees shall include, anti malaria measures, vaccination against small pox, inoculation against typhoid fever and other diseases employees suffering from contagious diseases shall be removed as and when defected to an approved permanent hospital if any case of contagious disease is discovered amongst the Employee it shall be at once report to Engineer of the contract site.

Obra Uploading Date And Time::::: Tuesday, March 22, 2016 2:13:12 PM

24.00 ACCOMMODATION / CAMP Department will not provide any type of accommodation to the contractor or his labour

at site or in colony, contractor has to make his own arrangement without any extra charges. Contractor has to make his camp office and store at the site without any extra charges. The site for this will be given by the site in charge / Engineer of Contract.

25.00 LABOUR / FACTORY / WAGES/ TO LABOUR a) As per the Factory Act / Labour Act contractor has to register his labour, in labour office and is

required to do the insurance of the labour as per act because labors have to work on the running conveyers / equipments. The contractor has to follow all the terms and conditions of labour rules and factory rules.

b) Contractor has to pay the wages to his labour as per Labour Act and Minimum Wages Act. The contractor is primarily responsible for timely and correct payment of wages to the worker employed by him for each wage period. The Nigam may fully indemnify against any claims or demands arising out of any short of payment dispute reference or award. There will be no relation between the payments of running bills of the work with the payment of contractor’s labour. The Contractor shall submit a copy of the wage sheet as per Labour (Regulation and Abolition) Act, 1970 duly signed and certified to the Nigam for inspection to the Labour Enforcement Authority wherever required.

c) Adherence labour inaction to state / central Govt. or any basis Govt. Judicial authority of UPRVUNL does not bind itself for any liability as principal employer regarding absorption of any labour arising out of continuous employment of labour by the contractor. The contractor shall engage his employee, labour in such a way that no such liability arises on account of his award of this agreement or any other agreement entered in the OTPS by any division / Circle as it is only job contract.

In case of any violation of this contract the recovery from the contractor shall be made not only from this contract but also from other assets of the contractor / firm(s) Associate Firm. The contractor shall follow all the labour laws under labour Factory Act.

d) Contractor will abide by all rules as laid down in contract labour Act (Vinimayan Evam Unmulan)-1970 and U P Contract Labour Act-1970; otherwise any action against him by the main employer, i.e., UPRVUNL shall be acceptable to him.

26.00 DAMAGE DUE TO NEGLIGENCE In the event of any damage occurring to any work, property of Nigam or any person due to negligence on the part of the contractor or his labour, the contractor shall be solely responsible and must reconstruct, repay and make good any such damaged work at his own expenses to the full satisfaction of the Engineer of contract. No claim shall be entertained for idle labour due to strike, lock out etc. beyond the control of Nigam.

27.00 RIGHT TO WAIVE SPECIFICATION CLAUSES Engineer of contract can waive off or relax any of the clauses of the accompanied specifications. The unit rate tendered shall be suitably modified downward based on the financial weightage due to such changes.

28.0 CONTRACTOR TO FOLLOW SECURITY RULES OF PURCHASER a) The contractor shall strictly abide by the rules and regulations of security enforced by the

purchaser. The contractor shall provide proper identity cards, badges etc. to his employees whenever directed by the Engineer.

b) The contractor will submit all the details about the labour prior to engagement for the said work to the Engineer of contract for security purpose.

c) The engineer of contract shall reserve the right to debar any labour or person or the contractor from entry to the poser station due to security reasons and Engineer is not bound to clarify the reasons to anybody for debarring such labors.

29.0 COMPENSATION:- For any accident of the contractor’s labour, contractor has to pay compensation to the labour as per Factory Act/ Labour Act, the Department / Nigam will not be responsible for that.

Obra Uploading Date And Time::::: Tuesday, March 22, 2016 2:13:12 PM

30.00 NON -COMPLETION OF WORK a) If found that work is not progressing satisfactorily or is not likely to be completed within the

stipulated time because of failure of the contractor in case of any irregularity on the part of the contractor. The Nigam may impose the penalty as specified and or forfeit security deposit as specific amount as penalty. The Engineer of contractor shall have the right for termination of the contract after a notice of one week in writing and to award the work to any other agencies at the risk and cost of contractor.

On cancellation of the contract in full or in part the engineer of contract shall determine what amount, if any is recoverable from the contractor for completion of works or part of the works.

b) Any excess expenditure incurred or to be incurred by the Nigam for completion of the work or part of the works of the excess loss of damages suffered or may be suffered by the Nigam as aforesaid after allowing such credit shall be recovered from any money due to the contractor on any account and if such money are not sufficient the contractor shall be called upon in writing to pay the same within 30 days.

c) The Engineer of contract shall on such, cancellation have right to carry out the incomplete work by and means on the risk and cost of the contractor.

31.00 SAFETY MEASURES The contractor shall have to take adequate precautions for safety of their workers and shall at his own expense arrange the safety, provisions as happened to these conditions or as required or indirectly employed for performance therewith. Protective equipments e.g. helmets, goggles etc. should be provided to all workmen. In case of contractor fails to make arrangement at his end, Nigam may provide these and recover the cost from the contractor.

32.00 BEHAVIOR The behavior of the contractor or his workers should be good with the Nigam’s Officer / Staff. For any misbehavior of the contractor’s workers, the contractor has to remove that worker from the site at once and the loss due to misbehavior incurred if any, has to billed from the contractor bills For the misbehavior of the contractor, the Engineer of contract reserve the full right to cancel the agreement at once without giving any notice to him and loss due to misbehave shall impose to him and which may be recover by the suitable penalty.

33.00 SUBMISSION OF BILLS The contractor shall submit all running and final bills in triplicate in the forms approved by the Engineer / Nigam supported with the labour payment wage sheet of the said period of the work of the bill. No bill without the paid wage sheet for the subsequent period of work will be accepted for the payment. Final bill shall be submitted by the contractor after completion of contract period / expiry of job in case contract is terminated earlier due to any reason whatsoever after taking no dues certificate from Civil / Electrical division of Obra Thermal Power Station.

34.0 PENALTY a) Normally the penalty @ 0.5% per week (in case of round the clock / routine maintenance work)

or 2% per day (in case of break down / maintenance / overhauling work) / subject to maximum 10% of the order / indent, value of the work shall be imposed on the contractor for the delay in work completion beyond the stipulated time period.

b) In case the contractor does not turn up to complete work / job within stipulated time limit, the same may be got down by some other external agency / agencies on debatable basis. The expenditure incurred on this debatable work along with 15% supervision charges shall be recovered from his pending bills / security / earnest money etc.

35.00 INCOME TAX It will be deducted as per rules.

36.00 PROCEDURE OF DOING WORK The Engineer of contract for carrying out the work will issue separate work indent on the basis of agreement.

37.00 PAYMENT a) Payment shall be monthly released of the work carried out as per work indents on the basis of

agreement after necessary deduction of income tax, security, penalty, etc. The Nigam shall make no payment of idle labour.

Obra Uploading Date And Time::::: Tuesday, March 22, 2016 2:13:12 PM

b) 100% payment shall be released after completion of work carried out as per work indent on the basis of agreement after necessary deduction of income tax, security, penalty etc. The Nigam shall make no payment of idle labour.

38.00 Inspection of work Time to time inspection will be done by the Nigam’s representative / Engineer of contract, if work is not found up to the mark the same has to be done again without any extra cost. The contractor for the work being carried out by him shall maintain a separate instruction and work register induplicate. He will also obtain the signature of the authorized representative of Nigam issuing the instructions to carryout the different work. Finally, the register will be submitted along with the running bill for record in the office of the undersigned. The contractor shall also singe the register. The works, which are not of regular nature one indent, will be given by A.E. concerned to carry out such works. However, the Engineer of contract will intimate the working priorities separately.

39.00 CORRESPONDENCE AND NOTICES: The Purchaser/ Engineer shall ordinarily correspond with tender / contractor at the address furnished by the tenderer/ contractor any notice to be sent to the tenderer / contractor or by the Nigam shall be sent on the address of the tenderer / contractor. As such notice so sent shall be demanded as good, service and any time required to commence shall be counted from the date on which the notice should have been served on the tenderer / contractor in the ordinary course.

40.00 NO CLAIM EXTENSION IN THE TIME If the contractor request for the time extension under clause No. 13 of General Conditions of contract, he shall furnish no claim certificate along with his application stating that grant of extension of time shall not form basis for any claim whatsoever. He shall have to complete the work irrespective of the period of extension granted.

41.00 DURATION OF WORK The duration of each work / job will be intimated while issuing the work / job indents and work / job has to be completed within specified period as desired by AE / JE, Engineer of contract.

42.00 START OF WORK The work / job has to be started within a notice of 1 Hr. failing which the penalty as per clause will be imposed.

43.00 CARES REGARDING THE WORK All the cares regarding the cleanliness and to avoid and damage to any property / equipment of Nigam shall be taken by the contractor.

44.00 COURT OF JRUISDICTION For the legal disputes the court of jurisdiction shall be the district court of Sonebhadra and Hon’ble High Court of Allahabad.

45.00 SUB-LETTING OF THE CONTRACT The contractor shall not, without the consent in writing of the Engineer of the contract or purchaser, which shall not be unreasonable with-held, assign or sub-let his contract, or any substantial part thereof, other than for raw material, for minor details or for any part of the work of which the makers are named in the contract provided that any such consent shall not relieve, the contractor from any obligation duty or responsibility under contract.

46.00 VARIATION OF WORK The quantities given in billing / rate of schedule under break down/ annual overhauling work are tentative. Hence, the actual quantity / quantities of any individual item may vary to any extent as per actual site requirement.

All the other terms and conditions given in the standard Form-A of UPRVUNL / special terms and conditions mentioned in this specification shall also be applicable in addition to the above.

47.00 The contractor shall have to depute a responsible person called site representative always on the work site who will carry out the instructions of the undersigned or authorized representative / site in charge given to them from time to time.

48.00 It is not the intent of this specification to specify every detail of the work. Each item of the work as specified as and when awarded to the contractor shall have to be completed in all respects as per instructions of the undersigned or his authorized representative. The contractor shall not be

Obra Uploading Date And Time::::: Tuesday, March 22, 2016 2:13:12 PM

entitled for any extra claim on the grounds of the specification being incomplete or for inconsistency with the actual work to be executed.

49.00 The work to be done shall be as per the tender specifications of instructions given in addition to the scope of specifications the drawings etc. if required shall be provided to the contractor.

50.00 The contractor shall arrange their own experienced, healthy and skilled / semiskilled workers as required and shall be responsible for their gate passes for C.I.S.F., Obra Thermal Project Obra. Insurance / Medical / Welfare facilities to their workers shall be responsibility of the contractor. They shall also be responsible for the conduct for their workers engaged by them on job.

51.00 The contractors have to engage minimum 50 % labour from local displaced family if applicable. 52.00 The work shall be executed as per instructions of the Executive Engineer / Assistant Engineer /

Junior Engineer concerned of Boiler Maintenance division-I, 3X200MW, ‘B’ Thermal Power Station, Obra. The work shall be carried out by the contractor in such a way that no plant equipment is damaged, the cost of repairing / replacement shall be recovered from the contractor incase the same is found damaged.

53.00 Right are reserved to reject any or all the tenders without assigning any reason whatsoever or to divide the work between more than one firm / contractor.

CONTRACTOR EXECUTIVE ENGINEER

Obra Uploading Date And Time::::: Tuesday, March 22, 2016 2:13:12 PM

TENDER NOTICE NO. T- 21/BMD-I(3X200MW)/BTPS/2015-16

BILL OF QUANTITY

Name of Work:- Annual running beak down maintenance and Removal of Accumulated Soot/Routine Checking work of Wall Blower of unit no.-9th & 10th, 3X200MW, BTPS, Obra., Distt- Sonebhadra (U.P.).

SL.No.

Description of work Unit Qty. Rates to be quoted by Firm

1.0 A

Removal of accumulated soot from heating surface by way of wall blowers No. 01 to 56 for unit no.-9th & 10th, 3X200MW, BTPS, Obra. (During 8:00Hrs Time-9:30Hr. to 17:30Hr).

Jobs 365

2.0 Servicing and repairing of RWSF water wall deslagger.

Nos. 300

3.0 Replacement of Flange Gasket of head valve assembly of Wall Blower &Orifice of soot blowing system.

Nos. 75

4.0 Servicing of gear boxes of Rotory/Traverse motion of wall blowers.

Nos. 12

5.0 Replacement of damaged Swivel Tube of Wall Blowers.

Nos. 12

6.0 Complete servicing/Revisioning of head valve of wall blower.

Nos. 40

(EXECUTIVE ENGINEER)

BMD-I, 3X200MW, BTPS

Obra Uploading Date And Time::::: Tuesday, March 22, 2016 2:13:12 PM

SCOPE OF WORK OF FOR ANNUAL RUNNING BREAKDOWN MAINTENANCE/ROUTINE CHECKING WORK OF WALL BLOWER OF UNIT NO.- 9TH & 10th, 3X200MW, BTPS, OBRA, DISTT- SONEBHADRA (U.P.).

S.N. Description of Work 1.0 Routine checking and Removal of accumulated soot from heating surface by way of wall blowers No. 01 to 56. (During 8:00Hrs

Time-9:30Hr. to 17:30Hr). Prior to starting of wall blowers and after completion of blowing following activities are to be carried out: - a) Cleaning of wall blowers & with the help of brush/compressed air. b) Checking and topping up of lubricating oil in both the gear boxes of horizontal and traverse of wall blowers. c) Checking and refilling of grease in wall blowers. d) Open hand operated valves of soot blowing steam line. e) Before charging the steam line of soot blowing drain valves at 08 meter near scaph to be opened. f) Open motorized valve leading to hand operated valve. g) Open Pneumatic operated control valves as per requirement for maintaining 21 Kg / cm2 pressure in the soot blowing steam

line. h) During soot blowing through wall blowers if any soot blowers get tripped in open condition, soot blowers must be retracted by

manual arrangement. i) After completion of soot blowing, close hand operated valve first, then Motorized valve and in the last pneumatic valve. j) It may be ensured that all the soot blowers lance have been taken out. k) During 8:00Hrs (Time-9:30Hr. to 17:30Hr.) 01 nos. skilled & 01 nos. semi-skilled manpower will be made available at site

by the Agency having mobile phone and reported to concern AE/JE at 9.30 hrs for further instructions for the works. l) The contractor shall also required to make available extra man power as per site requirement/work demand whenever it is

necessary and the Firm will have no claim for any extra amount on this account. m) During shut down of the unit, the man power supplied by the Agency may be engaged in other necessary works and will

assist the AE/JE concern as per instruction of Engineer of contract. n) If unit no.-10th does not handed over by M/s BHEL then 2/3 rate shall be paid for this item no..

2.0 Servicing and repairing of RWSF water wall deslagger. The work shall be carried out as under - a) Opening of steam valves of deslagger. b) Removing and lapping seat for perfect matching. c) Opening the cover plate of deslagger and dismantling the gear boxs and their gears. d) Cleaning of gears, bearing ,racks, pinion keys and steam nozzles. e) Cleaning of Wall Blowers with soft brush/cotton & compressed air. f) Checking and Topping up of Lubrication oil in Travers and Rotary Gear Boxer of wall Blowers. g) Checking and refilling of Grease in Cam shaft of Wall Blowers and other areas wherever required. h) Replacement of old /damaged parts by new ones or repairing the same by metal deposition an grinding it smooth by handle. i) Attending other faults of minor nature.

3.0 Replacement of Flange Gasket of head valve assembly of Wall Blower &Orifice of soot blowing system. The work shall be carried out as under - a) Opening the flange bolt of Head Valve assembly of Wall Blower. b) Removing the damaged gasket and lapping the flange. c) Cut the gasket as per required Size by Permaninte sheet. d) Inserting the gasket in their position and tightening the flange bolt properly of head valve assembly.

4.0 Replacement of damaged Swivel Tube of Wall Blowers. The work shall be carried out as under - a) Removal of Wall Blowers from the furnace after opening the head valve Assembly. b) Removing the gear box and gland packing. c) Removing the damaged swivel tube and replace by new one. d) Inserting the new gland packing after assembling the swivel tube and Refilling the Grease in cam shaft of Wall blowers. e) Assembled the head valve assembly and gear box with wall blower & Insert it in the furnace. f) Operate the wall blower in dry/with steam. If any defects found, shall have to be attended by contractor free of cost.

5.0 Servicing of gear boxes of Rotors /Traverse motion of wall blowers. The work shall be carried out as under - a) Opening the Gear Box of Rotary traverse motion of Wall Blower. b) Dismantling the gears in gear box. c) Cleaning of all internal part of gear box. d) Replace the internal part, if found damage. e) Assemble the gear box after checking and topping up of lubrication oil in Rotary Traverse gear box of Wall Blowers.

6.0 Complete servicing/Revisioning of head valve of wall blower. The work shall be carried out as under - a) Opening the Head Valve Assembly of Wall Blower by opening the Flange bolt. b) Revisioning valve body, seat and stem etc. c) Revisioning of valve and lapping seat & disc to a high degree of mirror finish. d) Re-assembling all the component, on checking if any defect or passing if observed shall have to be attended by contractor

free cost.

(EXECUTIVE ENGINEER) BMD-I, 3X200MW, BTPS

Obra Uploading Date And Time::::: Tuesday, March 22, 2016 2:13:12 PM

ANNEXURE-A

(Agreement for validity of rate on non judicial stamp paper of Rupees 10.00 with revenue stamp of worth Rupee 01.00 only)

AGREEMENT

FOR VALIDITY OF OFFER

Tender Invited by Executive Engineer Boiler Maintenance Division-I 3 X 200 MW, BTPS (U.P.R.V.U.N.L.) Obra, Distt- Sonebhadra (U.P.) Tender Invited for ……………………………………………. ……

………………………………………………………………………………………………………………………………………………………

Short Term Tender Notice No & Date … / BMD-I(3X200MW)/ BTPS/ 2015-2016 Name of contractor ……………………………………………… …………………………………………………………

……………………………………………………………………………………..............

On consideration of U.P. Rajya Vidyut Utpadan Nigam Ltd having treated the tenderer to be an eligible person whose tender may be considered, the tenderer hereby agrees to the conditions that the proposal in response to the above invitation shall not be withdrawn within 04 months (Four Months) from the date of opening of the tender, and also to the conditions that if there after the tenderer does withdraw his proposal within the said period the earnest money deposited by him may be forfeited to the U.P. Rajya Vidyut Utpadan Nigam Limited in the discretion of the later. Signed this …………….. day of ………………….. 2016. Date of signature: …. ` Signed by the Tenderer (With Seal) Witness:- 1. ………………………………. ………………………………. ………………………………. 2. ……………………………….. ……………………………….. ………………………………..

Obra Uploading Date And Time::::: Tuesday, March 22, 2016 2:13:12 PM

ANNEXURE-B

TENDER AGREEMENT SHEET

Tender for : Annual running beak down maintenance and Removal of Accumulated Soot/Routine Checking work of Wall Blower of unit no.-9th & 10th, 3X200MW, BTPS, Obra.

To, EXECUTIVE ENGINEER, BOILER MAINTAINANCE DIVISION-I, 3X200MW, ‘B’ THERMAL POWER STATION, OBRA (SONEBHADRA) 231219 Sir, With reference to your Tender Notice No..../BMD-I(3X200MW)/BTPS/2015-16 for the work mentioned above, I/we hereby offer to the U.P. Rajya Vidyut Utpadan Nigam Ltd., to construct / fabricate / erect complete the said work and maintain the same in conformity with the General conditions of contract, Special conditions of the contract, schedule of quantity and prices, technical, specification, schedules and drawings enclosed to the satisfaction of the purchaser or incase of default thereof to forfeit and pay to the U.P. Rajya Vidyut Utpadan Nigam Ltd., the sum of money mentioned in the said conditions. I/we agree to abide by this tender for the period of 3 months from the date fixed for opening of the same and incase of default agree that the amount of earnest money may be forfeited. We undertake to complete and deliver the whole of the works comprised in the contract within a period of work indent / LOI. The earnest money as required in clause of the condition to tendering in the form of FDR/CDR/NSC bearing No…………………………for Rs. ……………………… has been enclosed with this tender duly endorsed in favour of the Deputy Chief Accounts Officer, P&AD, ‘B’TPS, Obra, Sonebhadra. The full value of which may be retained by the U.P. Rajya Vidyut Utpadan Nigam Ltd., in part of the payment, security deposit as called for, if our tender is accepted. We will when required, provide the additional sum to constitute the entire security deposit required by the terms of the contract. The rate quoted are inclusive pro-rata and in full satisfaction of all claims. We certify that none of my / our relative is working in UPRVUNL / at the works for which this declaration are given. I/we shall be liable for final action whatsoever may be deemed reasonable to be taken by the U.P. Rajya Vidyut Utpadan Nigam Ltd., We agree that this tender with your written acceptance thereof shall constitute a binding to the contract between us. We understand that you are not bound to accept the lowest or any tender you may receive and you have the authority to split up the whole works to more than one contractor. Dated …………………. Days of …………………. Witness …………………………………………….. (Signature of Tenderer) Address ………………………………………………………………. Occupation …………………………………………………………… The above tender is hereby accepted on behalf of the U.P. Rajya Vidyut Utpadan Nigam Ltd., Dated …………………. Day of ………………….

(Signature)

Obra Uploading Date And Time::::: Tuesday, March 22, 2016 2:13:12 PM

Annexure –‘C’ dkj[kkuk fu;ekoyh ds vUrxZr U;wure etnwjh dk Hkqxrku djus ds lEcU/k esauksVjh Onkjk izfrgLrk{kfjr dkj[kkuk fu;ekoyh ds vUrxZr U;wure etnwjh dk Hkqxrku djus ds lEcU/k esauksVjh Onkjk izfrgLrk{kfjr dkj[kkuk fu;ekoyh ds vUrxZr U;wure etnwjh dk Hkqxrku djus ds lEcU/k esauksVjh Onkjk izfrgLrk{kfjr dkj[kkuk fu;ekoyh ds vUrxZr U;wure etnwjh dk Hkqxrku djus ds lEcU/k esauksVjh Onkjk izfrgLrk{kfjr

:0&10:0&10:0&10:0&10----00 ds ukutqfMf00 ds ukutqfMf00 ds ukutqfMf00 ds ukutqfMf””””k;k;k;k;y LVkEi isij ij fn;s tkus okyk y LVkEi isij ij fn;s tkus okyk y LVkEi isij ij fn;s tkus okyk y LVkEi isij ij fn;s tkus okyk ’’’’kiFk i=kiFk i=kiFk i=kiFk i= 1& eS @ ge “kiFk iwoZd c;ku djrk @ djrs gSa] fd eSa @ ge bl fufonk ds vUrxZr dke djus okys lHkh deZpkfj; a d¨ U;wure etnwjh ,oa vU; lEcfU/kr ykHk t¨ fd dkj[kkuk fu;ekoyh ds vUrjxr vkrs gSa] dk Hkqxrku d:Wxk @ djsaxsA lkFk gh lkFk eS @ ge bUthfu;j vkQ dkUVªSDV d¨ ;g Hkh vf/kdkj nsrk @ nsrs gSa fd ;fn esjs @ gekjs }kjk mDr deZpkfj; a d¨ U;wure Hkqxrku ugha fd;k x;k rc vki gekjs cdk;k chtd a vFkok tekur jkf”k vkfn ls mudk Hkwxrku djk nsosa A eS @ ge “kiFk iwoZd ;g Hkh c;ku djrk gWw@djrs gS a fd mDr dk;Z ds fy, eS @ ge fdlh Hkh izdkj dk nkok ugha d:xk@djsaxsa A 2& eS @ ge “kiFk iwoZd c;ku djrk @ djrs gSa] fd eSa @ ge lafonkdkj lafonk Je ¼ fofu;eu ,o mUewyua½ vf/kfu;e 1970 o lifBr m0iz0 lafonk Je ¼ fofu;eu ,o mUewyua½ vf/kfu;e 1975 o fofHkUu Je vf/kfu;eksa ,oa fu;ekofy;ksa ds leLr izkfo/kkuksa dk leqfpr :Ik ls vuqikyu d:xk@djsxs]rFkk vuqikyu u gksus dh n”kk esa iz/kku fu;kstd Onkjk esjs@gekjs fo:˜ dh xbZ dk;Zokkgh eq>s@gesa ekU; gksxh A

fnukWd fufonkdkj ds gLrk{kj n¨ lk{kh ds gLrk{kj ¼uke lfgr½ 1- -------------------------------------------- -------------------------------------------- --------------------------------------------- 2- --------------------------------------------- --------------------------------------------- ---------------------------------------------

Obra Uploading Date And Time::::: Tuesday, March 22, 2016 2:13:12 PM

Annexure –‘D’

Tender No. / BMD-I(3X200MW)/ BTPS / 2015-16 Due Date Of Opening -Part-I: on & Part-II: on

DECLARATION I ……………………………………………………………………………………………….. Certify that all the above date and information pertaining to this specifications are correct and are representation of the work covered under form-I proposal, No. ………………………………… date ………….. . I hereby certify that I am duly authorized representative of the supplier whose name appears above my signature. Tenderer’s Name: …………………………………………………………………………………. Authorized representative’s Signature: …………………………………………………………… Tender’s Intent:

The tenderer hereby agrees to fully comply with the requirements and intent of this specification for the price indicated.

Authorized Representative’s Signature: …………………………………………………… ….

Obra Uploading Date And Time::::: Tuesday, March 22, 2016 2:13:12 PM

Annexure-‘E’ QeZ @ Bsdsnkj }kjk ;g izi= foHkkx }kjk fuxZr izi= ls vyx dj Hkkx& 1 ds lkFk tek fd;k tkuk lqfuf’pr fd;k tk; A 1- v QeZ @ Bsdsnkj dk uke ---------------------------------------------------------------------------------------- c firk dk uke -------------------------------------------------- 2- ekfyd @ Hkkxhnkj aa ds uke ------------------------------------------------------------------------------------------- ------------------------------------------------------------------------------------------- 3- LFkk;h irk ------------------------------------------------------------------------------------------- --------------------------------------------- 4- nwjHkk’k la[;k ------------------------------------------------------------------------------------------- 5- i=kpkj gsrq irk ------------------------------------------------------------------------------------------- -----------------------------------------

gLrk{kj vf/kd`r izfrfuf/k fVIiM+h %& QeZ dh fLFkrh esa ikVZujf”ki @ iz¨ijk;Vjf”ki MhM dh lR;kfir izfr tek djuk vko”;d gSA

Obra Uploading Date And Time::::: Tuesday, March 22, 2016 2:13:12 PM

Annexure-‘F’

fu/kkZfjr jkf”k ds LVkEi isij ij

'kiFk& i= EkS &&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&& ¼izksijkbVj dk uke½ izksijkbVj &&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&& &&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&& ¼QeZ dk iwjk uke o irk ½ iw.kZ lR;fu"Bk ls 'kiFk iwoZd ?kks"k.kk djrk gwW A fd esjh QeZ es m0 iz0 jkT; fo|qr mRiknu fuxe fy0 es dk;Zjr fdlh Hkh deZpkjh@vf/kdkjh dk dksbZ Hkh lxk laca/kh dk;Zjr ugh gSSA

iwjk uke

QeZ dk uke

Obra Uploading Date And Time::::: Tuesday, March 22, 2016 2:13:12 PM

ANNEXURE-G

fufonkdkj }kjk fufonk izi= Hkkx&izFke ds lkFk tek fd;s tkus okyk izek.k i=fufonkdkj }kjk fufonk izi= Hkkx&izFke ds lkFk tek fd;s tkus okyk izek.k i=fufonkdkj }kjk fufonk izi= Hkkx&izFke ds lkFk tek fd;s tkus okyk izek.k i=fufonkdkj }kjk fufonk izi= Hkkx&izFke ds lkFk tek fd;s tkus okyk izek.k i=

1- eSa-----------------------------------------------------------------------¼uke½ izekf.kr djrk gwWa fd esjh bl QeZ vFkok vU; ,slh

d¨Ã Hkh QeZ ftldk eSa lgHkkxh @ ekfyd gWw vFkok esjs Lo;a dk fuxe ds vkokl la[;k ------

----------------------------------- dk fdjk;k vkSj fo|qr ‘kqYd fiNys ekg rd dk tek fd;k tk pqdk gS rFkk

blds izek.k gsrq vfUre jlhn a dh fuEuor Nk;k izfr lyaXu gS A

¼d½ fo|qr jlhn la[;k -------------------------------------------------fnukWad---------------------------------:i;k---------------------------------

¼[k½ vkokl jlhn la[;k------------------------------------------------fnukWad----------------------------------:i;k----------------------------------

2- esjh bl QeZ vFkok vU; ,slh d¨Ã Hkh QeZ ftldk eSa lgHkkxh @ ekfyd gWw vFkok esjs Lo;a ds

uke ls vkscjk ifj;¨tuk esa d¨Ã vkokl @ tehu u r¨ vkoafaVr gS ,oa u gh ifj;¨tuk ds fdlh

vkokl @tehu esa voS/k :i ls jgrk gwW A

;fn mij¨Dr izek.k i= esa fdlh izdkj dh vlR;rk ik;h tkrh gS r¨ foHkkx esjk orZeku vuqcU/k

lekIr dj ldrk gS A

fnukWd----------------------------------------------- gLrk{kjgLrk{kjgLrk{kjgLrk{kj QeZ ds izfrfuf/k dk uke QeZ ds izfrfuf/k dk uke QeZ ds izfrfuf/k dk uke QeZ ds izfrfuf/k dk uke ,oa,oa,oa,oa eqgjeqgjeqgjeqgj u¨V %& dzekad 1 ,oa 2 esa t¨ ykxw uk g¨ mls dkV nsaAu¨V %& dzekad 1 ,oa 2 esa t¨ ykxw uk g¨ mls dkV nsaAu¨V %& dzekad 1 ,oa 2 esa t¨ ykxw uk g¨ mls dkV nsaAu¨V %& dzekad 1 ,oa 2 esa t¨ ykxw uk g¨ mls dkV nsaA

Obra Uploading Date And Time::::: Tuesday, March 22, 2016 2:13:12 PM