Tender No. 179/EPD-III/ATPS/

Similar documents
Bharat Sanchar Nigam Limited (A Govt. of India Enterprise) Southern Telecom Region (An ISO 9001:2000 Organization) BID DOCUMENT

No. AN/III/2001/OC/briefcases & hb/ Subject:- Procurement of briefcases/handbags

INDIRA GANDHI NATIONAL OPEN UNIVERSITY. Central Purchase Unit

ODISHA POWER TRANSMISSION CORPORATION LIMITED OFFICE OF G.M., EHT (O&M) CIRCLE, BURLA

SUPPLY OF SILICON CARBIDE BRICKS AND SILICON CARBIDE MORTAR

SECTION III. LIST OF ANNEXURES [ I TO XII ] [ PAGE 01 TO 20 ]

VOLUME I GENERAL CONDITIONS OF CONTRACT (GCC)

RAJASTHAN STATE GANGANAGAR SUGAR MILLS, LTD. SRIGANGANAGAR

BANK OF BARODA. Regional Office 129-D, Civil Lines Bareilly

us kuy QfVZykbt+lZ fyfevsm (Hkkjr ljdkj dk midze)

COMMERCIAL TERMS AND CONDITIONS

mrrj izns'k jkt; fo qr mriknu fuxe fy0 fufonk lwpuk

Tender. for. Supply & Installation of the Xenon-Arc Lamp. Indian Institute of Technology Jodhpur

Indira Gandhi National Open University (Student Evaluation Division) MaidanGarhi, New Delhi Notice inviting Quotations

TENDER FOR SUPPLY OF HOT AIR OVEN HOMOEOPATHIC PHARMACY DR. ABHIN CHANDRA HOMOEOPATHIC MEDICAL COLLEGE & HOSPITAL, BHUBANESWAR

No.KFL/381/98/OT-178 October 19, 2018 TENDER FOR SUPPLY OF CALENDARS

Tender. for. Indian Institute of Technology Jodhpur

MAHARASHTRA RAJYA SAHAKARI DUDH MAHASANGH MARYADIT, MUMBAI MAHANAND DAIRY, GOREGAON (EAST), MUMBAI

ADVERTISEMENT NOTICE FOR EMPANELMENT OF BOOK SUPPLIERS. Islamic University of Science &Technology

TENDER DOCUMENT FOR. Purchase Section University of Kashmir Hazratbal, Srinagar, J&K

TENDER DOCUMENT FOR SUPPLY OF MILK, BREAD, BUTTER & EGGS FOR ESIC MODEL HOSPITAL BAPUNAGAR, AHMEDABAD

Notice inviting e-bids for Printing and Supply of IEC Material

TENDER NOTICE NO: 11 of of LTPS

Tender. for. Supply and Installation of. Indian Institute of Technology Jodhpur

Tender No.3558/H/2012/Roots Dated:

BALMER LAWRIE & CO. LTD. TECHNICAL / COMMERCIAL BID

Re-Tender. for. Supply & Installation of the Water Chiller. Indian Institute of Technology Jodhpur

OFFICE OF THE SUPERINTENDING ENGINEER ELECTRICITY TRANSMISSION CIRCLE U.P.POWER TRANSMISSION CORPORATION LIMITED DLW, BHIKHARIPUR VARANASI

No:532/Z/17/11/ /10/2014 RE-TENDER NOTICE FOR REMOVAL OF NON BIO MEDICAL WASTE

SUPREME COURT OF INDIA ADMN. MATERIALS (P & S) Tilak Marg, New Delhi

Embassy of India Abidjan (Cote d'ivoire)

GOVT OF ASSAM OFFICE OF THE JOINT DIRECTOR OF HEALTH SERVICES cum MEMBER SECRETARY, DISTRICT HEALTH SOCIETY, KAMRUP AMINGAON, GUWAHATI-31

UV-Visible Spectrophotometer

TENDER DOCUMENT FOR. Purchase Section

TENDER FOR PRINTING & SUPPLY OF 2000 NOS. OF 150 YEARS BALMER LAWRIE HISTORY BOOK TENDER REF. NO. ADMIN / 150 YEARS TENDER NO.

CHECK LIST DULY FILLED IN TO BE ATTACHED WITH THE TENDER. 1 Whether Earnest Money is enclosed. Yes/No

Re-Tender. for. Supply & Installation of Low Current Dual Channel Source Meter at. Indian Institute of Technology Jodhpur

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

Himalayan Forest Research Institute

NATIONAL LAW UNIVERSITY AND JUDICIAL ACADEMY, ASSAM Established by the Assam act XXV of 2009

DAKSHIN GUJARAT VIJ CO LTD. CIN U40102GJ2003SGC SURAT CITY CIRCLE

SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. Head Office-Ground Floor, Raheja Chambers, Free Press Journal Marg, Nariman Point, Mumbai-21

(a) Period of issue of Tender Document : to (b) Date and time for submission of Tender Document :

SECURITY PAPER MILL, HOSHANGABAD TENDER DOCUMENT FOR PROCUREMENT OF KRAFT PAPER GRADE I

SUPPLY OF MEDICINAL GASES FOR THE YEAR

GOVT. OF NCT OF DELHI

QUOTATION FOR DISPOSAL OF OLD & OBSELETE COMPUTER H/W SYETEM, PRINTERS ETC. Only through

TAMIL NADU TEXTBOOK AND EDUATIONAL SERVICES CORPORATION TENDER DOCUMENT FOR SUPPLY AND DELIVERY OF

FOR PURCHASE OF ROUTER MACHINE WITH ALL ACCESSORIES NIFT, DELHI CAMPUS HAUZ KHAS, NEW DELHI

CEYLON PETROLEUM STORAGE TERMINALS LIMITED

Tender For. Supply of LED Street Light Fittings 185 Nos At SHILPARAMAM, HYDERABAD

MISHRA DHATU NIGAM LIMITED

TAMIL NADU TEXTBOOK AND EDUCATIONAL SERVICES CORPORATION

TENDER ENQUIRY NO. 423E156 DATE: SCHEDULE OF COMMERCIAL DEVIATION

ESI CORPORATION MODEL HOSPITAL

TENDER NO: BL/CFS/MUM/473 TECHNICAL / COMMERCIAL BID. Tender Document for. [Providing and fixing of 150 years logo board on wall]

TENDER ENQUIRY FOR ENGAGING AN ADVERTISING AGENCY FOR PUBLISHING TENDERS AND OTHER ADVERTISEMENTS OF SPM HOSHANGABAD IN NEWS PAPERS

Last Date of submission of Tender: up to A.M.

PEC University of Technology, Chandigarh

Tender. for. Indian Institute of Technology Jodhpur

OFFICE OF THE CHIEF ELECTORAL OFFICER, HARYANA 30-BAYS BUILDING (3 rd FLOOR), SECTOR 17-B, CHANDIGARH TENDER DOCUMENT. For

INVITATION OF TENDER BIDS WATER TANKS

NORTH EASTERN ELECTRICITY SUPPLY COMPANY OF ORISSA LIMITED OFFICE OF THE CHIEF EXECUTIVE OFFICER

TENDER DOCUMENT FOR APPOINTMENT OF SUB-LICENSEE TO SET UP & OPERATE MILK STALLS AT RAILWAY STATIONS IN THE STATE OF ODISHA

1 P a g e. To be generated automatically by the E-procurement portal of the Govt. of Punjab.

TENDER DOCUMENT FOR SUPPLY OF TATA MAGIC VEHICLES TO INDIAN INSTITUTE OF TECHNOLOGY HYDERBAD. Ref. No: IITH/101/Tender/Admin Date: Aug 23, 2018

dsunzh; fo ky;] cqjgkuiqj ¼e-iz-½ dysdvj vkfql ds ikl eksgeeniqjk] jkosj jksm++] cqjgkuiqj ¼e-iz½& KENDRIYA VIDYALAYA, BURHANPUR (MP)

INDIAN MARITIME UNIVERSITY (A Central University) Ministry of Shipping, Govt. of India EAST COAST ROAD, UTHANDI CHENNAI CAMPUS

e-tender NOTIFICATION FOR 160KVA DIESEL GENERATER SET TO THE KARNATAKA SECONDARY EDUCATION EXAMINATION BOARD

ANNEXURE - C TO OT E/ FOR CYLINDR, COVER AND ADJ.DISC CASTINGS CHECK LIST STANDARD COMMERCIAL TERMS & CONDITIONS S

INDIRA GANDHI NATIONAL OPEN UNIVERSITY Maidan Garhi New Delhi Computer Division

vkbz-lh-,e-vkj-& jk"vªh; tutkfr LokLF; vuqla/kku lalfkku ICMR - NATIONAL INSTITUTE OF RESEARCH IN TRIBAL HEALTH

F. No. D-15017/16/2015-General Government of India Office of the Directorate General of Civil Aviation Opposite Safdarjung Airport, New Delhi

RAICHUR POWER CORPORATION LIMITED. Procurement of MS ERW Pipes for YTPS

BHARAT HEAVY ELECTRICALS LIMITED,

CENTRE FOR DEVELOPMENT OF ADVANCED COMPUTING. C-56/1, Sector-62, Institutional Area, Noida

Tender For Supply of Lubricating Oil for DG sets installed at 33kV sub-station At All India Institute of Medical Sciences, Jodhpur

Subject: Notice Inviting tender for supply of Memento for AUD Convocation.

SUPREME COURT OF INDIA ADMN. MATERIALS (P & S) Tilak Marg, New Delhi

TENDER CALL NOTICE NO.

TENDER FOR SUPPLY OF HAND BOOK

The last date for submission of the bids is at

CEYLON PETROLEUM STORAGE TERMINALS LIMITED

Government of West Bengal Office of the Director General, West Bengal Fire & Emergency Services 13-D, Mirza Ghalib Street, Kolkata

dezpkjh jkt; chek fuxe Employees' State Insurance Corporation

Notice for inviting E-Tender for hiring of vehicles

TENDER DOCUMENT FOR PRINTING AND SUPPLY OF PRE-PRINTED STATIONERY

REMOTE SENSING APPLICATIONS CENTRE, U.P.

BALMER LAWRIE & CO. LTD. CONTAINER FREIGHT STATION

Qty Specification EMD (RS) As per Appendix- A attached 3,000/- (Three thousand) only

E. S. I. C. HOSPITAL, SECTOR 9-A, GURGAON (HARYANA) Tender No. 13(2)U/16/55/Emp.Chemist/RC/M.Store/2010

NIQ No.EL/PR/133A/NIQ-4/2014/2943 Andaman & Nicobar Administration Office of the Superintending Engineer Electricity Department, Port Blair

TENDER NO: BLC/CFS/Weighing scale /xx Dt Tender Document for. Supply of 500 Kg capacity weighing scale

TAMIL NADU TEXTBOOK AND EDUCATIONAL SERVICES CORPORATION TENDER DOCUMENT

BALMER LAWRIE & CO. LTD. TECHNICAL / COMMERCIAL BID

TENDER DOCUMENT FOR ANNUAL SOFTWARE SUBSCRIPTION AND SUPPORT RENEWAL FOR IBM LOTUS DOMINO LICENSES

NATIONAL INSTITUTE OF TECHNOLOGY ANDHRA PRADESH

LOK SABHA SECRETARIAT General Procurement Branch

Scooters India Limited Lucknow

Cost of tender document Rs. 500/- Punjab ICT Education Society, Punjab SCO , 2nd Floor, Sector 34-A, Chandigarh

Transcription:

I N S T R U C T I O N T O T E N D E R E R Tenders must be submitted in two parts known as Part-I & Part-II in separate envelopes which must be properly sealed in single envelop super scribed with Tender No. & due dates of openings. Part-I: Super scribed as, Part-I: Date of opening 22.12.2016, and it should contain the Earnest Money in acceptable form and evidences regarding pre-qualifying conditions, general information, technical particulars, Commercial terms & conditions [Annexure-C] duly signed and deviations, if any. PART-II: Super scribed as, Part-II [PRICE BID]: Date of opening 24.12.2016 and it shall contain PRICE BID ONLY in separate envelope. Rates should be quoted in Figures as well as in Words. A. PART-I OF THE OFFER SHOULD CONTAIN THE FOLLOWING: a. The bidder must deposit requisite earnest money amounting to Rs. 3,000.00 [Rs. Three Thousand Only] in the shape of DD / DAC / CDR / FDR, issued by scheduled bank, payable at Anpara issued in favour of Dy. Chief Accounts Officer, CFA & BO, 3X210 MW 'A'TPS Anpara Sonebhadra (UP).The bidder can also deposit requisite earnest money in the shape of BG of scheduled bank, in the prescribed format enclosed, in case earnest money amount is more than Rs 5000.00. Exemption from depositing the earnest money shall not be allowed in any case and offers not accompanied with requisite earnest money in prescribed form would be summarily rejected. b. In case the tender documents are downloaded from the internet, Part-I of the bid must also be accompanied with tender cost inclusive of U. P. VAT in shape of DD / Bankers Cheque payable at Anpara issued in favour of Dy. Chief Accounts Officer, CFA & BO, 3X210MW 'A'TPS Anpara Sonebhadra (UP) or Cash Receipt issued by respective Account Section 'A'TPS Anpara, otherwise the bid shall not be considered for further processing. c. Documents in support of pre-qualifying conditions of the tender specification. B. PART-II SHALL CONTAIN PRICE BID ONLY Note: Part-II shall be opened on a separate date publically, only of those bidders who fulfil all the prequalifying conditions of this tender.

G E N E R A L C O N D I T I O N S 1. The envelope containing Part-I shall be opened publically on the due date of opening. 2. Where a bidder has not furnished complete information / documents which are required in part-i, part II [price bid] cover may not be opened. 3. The bid, containing Bid PART-I and Bid PART-II must be received on or before the due date of opening of Part-I, up to 13.00 Hrs. 4. In case, due date of opening happens to be a holiday, the tender shall be opened on the next working day. 5. Intending bidders are advised to see the sample of each item at plant site before quoting rates of tendered items. The contact person for arranging the sample and for queries in respect of specifications is the Executive Engineer, MMD-I, 3X210MW, 'A'TPS, Anpara. 6. Tenderer sending their tender by mail will do so solely at their own risk and responsibility. This office shall not be responsible for any delay in this regard, whatsoever. 7. Quantity Offered: The bidder shall clearly mention the quantity offered against the specified quantity of purchase. However the supply order may be divided on the basis of item wise L-1 rates. 8. Material composition of the tendered item may be got tested from Shri Ram Test Laboratory, New Delhi if Nigam wishes to do so. Charges for the material composition testing shall be borne by the Nigam. The sample for the same shall be drawn in presence of the user & supplier. 9. Consignee: The Executive Engineer, O&MSD, 3X210MW, 'A'TPS, Anpara. 10. Rejection of Offer: Nigam reserves the right to reject any or all offers without assigning any reason thereof to the participants. This office may revise the quantity of material at any stage and it will be communicated to the firm. 11. The tenderer shall have no right to issue addendum to tender documents to clarify, amend, supplement or delete any of the conditions, clause or items stated there in. 12. In case of a tie (same rate quoted by two or more bidder) in quotations for a particular item, the decision to accept/reject the rate for that item shall be reserved with Nigam. 13. Overwriting / use of whitener may reject the tender. Any cutting should be verified with full signature of the bidder. Should there be any variation between the rates indicated in figures and words, the rates quoted in words shall be considered. However, the decision to accept/reject such offer by Nigam shall be final and binding on the tenderer. 14. No contents / figures / any other entries should be blocked or deleted while submitting the photocopies of documents; otherwise such documents shall not be considered / accepted for evaluation. 15. All documents submitted should be legible and self attested giving remark SUBMITTED BY ME by Authorized Signatory with seal of the company. Documents not having such remark / illegible may not be considered / accepted for evaluation Executive Engineer

P R E Q U A L I F Y I N G C O N D I T I O N S T O W A R D S O P E N I N G O F B I D P A R T - II 1. The bidder must deposit requisite Earnest Money (See Instruction to Tenderer). 2. In case the tender documents are downloaded from the internet, bidder must deposit tender cost inclusive of U. P. VAT (See Instruction to Tenderer). 3. The bidder must submit Validity Agreement as per format enclosed on non-judicial stamp paper worth Rs.20.00, affixed with Revenue Stamp of Re.1.00-, duly signed by two witnesses with their addresses. Offer should be valid for a minimum period of 03 (three) months from the actual date of opening of BID PART- I. 4. The bidder should submit a copy of VALID and relevant Sales Tax / VAT registration certificate. In case Erection / Commissioning works are involved, Service Tax registration certificate should also be submitted. 5. The bidder should submit a legible copy of documentary evidence towards PAN allotted in the name of the Firm for partnership firms or in the name of self or firm in case of proprietorship firms. 6. The bidder should submit - Un-price Bid, as enclosed in Annexure-A, duly filled up and signed under seal. OR Technical specification of the Items offered on firm s letter head. 7. The bidder should be: - A Manufacturer of same / similar items. OR A Manufacturer / Authorized Dealer/Importer of the same/similar items. OR A Reputed supplier of same / similar items. Valid and relevant proof apropos the same is to be submitted. 8. The bidder shall, as a token of experience, submit photo copy(s) of purchase orders(s) placed on them for supply of same/similar items from NTPC / UPRVUNL / SEB s / other Govt. / Semi Govt. organizations. Value of such orders should be - a. Value of one such order should not be less than 80 % of the estimated value of the tender. OR b. Value of two such orders should not be less than 50 % of the estimated value of the tender. OR c. Value of three such orders should not be less than 40 % of the estimated value of the tender. These orders should have been placed within past seven years from the date of publication of this tender / uploading on the internet. Note: In case tenderer is an Authorized Dealer, purchase orders(s) placed on them or on their principal or on other dealers of the principal may be considered. In case tenderer is an Importer, purchase orders(s) placed on them shall be taken for financial capacity only (Purchase orders(s) need not to be of same / similar items). 9. The bidder shall enclose Annexure-C (Commercial & other terms and conditions) enclosed with this tender document, duly filled up and signed for acceptance on both sides. Variation (deletion / inclusion) in the terms and conditions, if any, should be specifically mentioned.

10. The bidder shall furnish photocopy of Proprietor Ship Deed / Partnership Deed / Memorandum of Association as the case may be. 11. The bidder shall furnish Name, Permanent Address, Correspondence Address and other information as per enclosed format. 12. The bidder shall certify that Whether any of the relatives of the proprietor/partners of the firm are employed in UPRVUNL. If so, the bidder shall have to intimate the post and place of posting of such relatives. 13. Inspection Clause : The bidder should confirm that- (*) Material shall be got inspected by the Third Party e.g. M/s Lloyds Register Industrial Services (or any other Third Party specified), as per relevant IS / present tender specification at the works of the bidder. The inspection shall be witnessed by the representative of Nigam. Inspection charges for the same shall initially be paid by the supplier, which shall be reimbursed by the Nigam, as per actual, on submission of documentary evidence, thereof. The bidder shall enclose a photocopy of any past M/s Lloyds Register Industrial Services report regarding inspection carried out at their works OR an undertaking from M/s Lloyds Register Industrial Services regarding carrying out an inspection at their works in event of placement of any purchase order. OR (*) The Material shall be got inspected at Firm s Works / Anpara Stores by the representative of Nigam. 14. The bidder should confirm that he has all the testing facilities for the inspection by Third Party / by the representative of Nigam, as per relevant IS / present tender specification at their works or at the works of the principal. 15. Any bidder running blacklisted in any government organization is not eligible to participate in this tender bid. If it is found during tender process, then its offer will be rejected. Every bidder has to give certificate that they are not in black listed firms in any government organization. Note: Documentary evidence apropos conditions mentioned at Sl. No. 4, 5, 7 & 8 and confirmation regarding conditions mentioned at Sl. No. 12, 13, 14 & 15 of here above, along with requisite Earnest Money, Tender Cost, Validity Agreement, Un-Price Bid/Technical Specification, Annexure-C, photocopy of Proprietor Ship Deed / Partnership Deed / Memorandum of Association, Address and Declaration regarding relative should be submitted with Bid Part-I itself, failing which Bid Part-II may not be considered for opening. (*): Strike out as applicable. Executive Engineer

A N N E X U R E A T E C H N I C A L D E T A I L S [ U N P R I C E D B I D ] [This sheet must be filled and submitted with Bid Part-I] Sl. No. Item Description Unit Quantity Quoted/ Unquoted Quantity Offered Technical Deviation, if any Rate (in Rs.) A. GI Pipe class B IS-1239 1. Size 1/2 (15mmØ) Mtr. 18 2. Size 1 (25mm Ø) Mtr. 36 3. Size 32mm Ø Mtr. 24 B. GI Fitting (Threaded) Class-B 1. GI Nipple, Size- 1 No. 10 2. GI Nipple, Size- 1/2 No. 10 3. GI Nipple, Size- 12mm No. 10 4. GI Hex Nipple, Size- 1/2 x20mm No. 10 5. GI Socket, Size- 1 No. 10 6. GI Socket, Size- 1/2 x1/2 No. 10 7. GI Union, Size- 1 No. 05 8. GI Union, Size- 3/4 No. 10 9. GI Bend threaded both end, Size- 1 No. 10 10. GI Bend, Size- 1/2 No. 10 11. GI Elbow, Size- 12mm No. 10 12. GI Tee, Size- 1/2 x1/2 x1/2 No. 10 Not to be mentioned in PART-I C. SS Fitting (Threaded) 1. SS Socket, Size- 1 No. 05 D. Wire Braded flexible pipe 1. Size- 3/8 x 1400mm No. 10 2 Size- 3/8 x 1800mm No. 10 2. Size- 3/8 x 1200mm No. 10 3. Size- 3/8 x 800mm No. 10 E. ERW MS pipe as per IS: 1239 Heavy duty in standard length, Thickness- class C 1 Size- 15mm Nb Mtr. 50 2 Size- 20mm Nb Mtr. 30 3 Size- 25mm Nb Mtr. 100

Sl. No. Item Description Unit Quantity Quoted/ Unquoted Quantity Offered Technical Deviation, if any Rate (in Rs.) 4 Size- 32mm Nb Mtr. 100 5 Size- 40mm Nb Mtr. 100 6 Size- 50mm Nb Mtr. 100 7 Size- 65mm Nb Mtr. 50 Signature of Bidder: Date : Rubber Seal :

A N N E X U R E B P R I C E B I D [This sheet must be filled and submitted with Bid Part-II] Sl. No. Item Description Unit Quantity Required Quoted/ Unquoted Quantity Offered Technical Deviation, if any Rate (In Rs.) A. GI Pipe class B IS-1239 1. Size 1/2 (15mmØ) Mtr. 18 2. Size 1 (25mm Ø) Mtr. 36 3. Size 32mm Ø Mtr. 24 B. GI Fitting (Threaded) Class-B 1. GI Nipple, Size- 1 No. 10 2. GI Nipple, Size- 1/2 No. 10 3. GI Nipple, Size- 12mm No. 10 4. GI Hex Nipple, Size- 1/2 x20mm No. 10 5. GI Socket, Size- 1 No. 10 6. GI Socket, Size- 1/2 x1/2 No. 10 7. GI Union, Size- 1 No. 05 8. GI Union, Size- 3/4 No. 10 9. GI Bend threaded both end, Size- 1 No. 10 10. GI Bend, Size- 1/2 No. 10 11. GI Elbow, Size- 12mm No. 10 12. GI Tee, Size- 1/2 x1/2 x1/2 No. 10 C. SS Fitting (Threaded) 1. SS Socket, Size- 1 No. 05 D. Wire Braded flexible pipe 1. Size- 3/8 x 1400mm No. 10 2 Size- 3/8 x 1800mm No. 10 2. Size- 3/8 x 1200mm No. 10 3. Size- 3/8 x 800mm No. 10 E. ERW MS pipe as per IS: 1239 Heavy duty in standard length, Thickness- class C 1 Size- 15mm Nb Mtr. 50

Sl. No. Item Description Unit Quantity Required Quoted/ Unquoted Quantity Offered Technical Deviation, if any Rate (In Rs.) 2 Size- 20mm Nb Mtr. 30 3 Size- 25mm Nb Mtr. 100 4 Size- 32mm Nb Mtr. 100 5 Size- 40mm Nb Mtr. 100 6 Size- 50mm Nb Mtr. 100 7 Size- 65mm Nb Mtr. 50 Signature of Bidder: Date : Rubber Seal :

A N N E X U R E - C C O M M E R C I A L & O T H E R T E R M S & C O N D I T I O N S 1. PRICE BASIS: a. The bidder shall offer the prices FIRM & FOR Destination Basis in Indian rupees per unit. b. However, in case the prices are not given FOR destination, following must be invariably mentioned. i. PRICES: FIRM & FOR ii. PACKING & FORWARDING: extra @ & iii. FREIGHT CHARGES: extra @ to be first paid by the firm and which shall be reimbursed to the firm against submission of documentary evidences. Note: In case rates are FOR Works but firm has not submitted the information at b. (i), (ii), or (iii), their rates shall be evaluated for comparison after standard loading as decided by the purchaser, however these shall not be payable in any eventual purchase order. 2. INSURANCE: To be arranged for and paid by the firm at their own cost / extra... against documentary evidences. 3. TAXES & DUTIES: a. CST / VAT: Extra @ against Form. b. Excise Duty: Extra @...... c... 4. INSPECTION: Inspection of materials shall be carried out, as per relevant IS/ present tender specification, at Firm s Works/Anpara Stores by the representative of Nigam/Third Party, for which the supplier shall issue at least 20 days advance notice to the user division with a copy to the consignee after fixing date with Third Party. All relevant arrangement for inspection shall be made by the supplier at their own cost. Scope of inspection may be as under:- 1. Visual inspection 2. Dimension check 3. Manufacturing process 4. Hydro test 5. 5. In case of material not being ready for inspection at the time of inspection and / or the material being rejected on inspection, the complete cost of such inspection, including T. A. & D. A. charges of UPRVUNL representative and / or Third Party inspection shall be borne by the supplier, and is liable to be deducted from their bills. 6. The bidders shall confirm submission of drawings of the tendered items and that such drawings would be got approved by the user division i.e. MMD-I, ATPS Anpara, prior to taking up bulk manufacturing in event of placement of purchase order. 7. DELIVERY: Shall be on ex-stock basis / Single / One to Two / lots within. days / weeks / months from the 7 th day of date of issue of any eventual purchase order. Delivery period must be quoted accordingly. 8. DESPATCHES: The Material shall be dispatched by Rail / Road / Air / Sea. a. In case, material is dispatched by courier, the courier should have its office at Anpara. b. In case dispatches being affected by Road, the material shall be dispatched from any recognized transporter having its branch office at Anpara.

9. TERMS OF PAYMENT: Any of the following terms of payment are to be quoted: a. 100 % Payment after receipt and check of material at A TPS stores. b. 100% payment against Proforma Invoice through Demand Draft/Cheque, which shall be handed over after receipt and check of material at A TPS stores. Bank charges shall be borne by the supplier. Note: Proforma Invoice shall be considered valid after submission of Security Deposit and Inspection Call/Readiness of material. 10. DISCOUNT: Any discount offered should be unconditional and mentioned in Part-I of the tender itself. Any conditional discount and / or that offered in BID Part-II of the tender shall not be considered for evaluation of tender but would be deducted in any eventual purchase order. 11. Deduction: For bidder of Uttar Pradesh, As per U.P. Government Notification No. KANI-2-1315/XL-9(10)/08- UP Act-5-2008-order (101)-2013 Lucknow Dated 07/10/2013. 4% amount will be deducted on total Bill value. 12. SECURITY DEPOSIT: Successful bidder shall have to deposit security @ 2 % of order value in shape of DD / DAC / CDR / FDR, issued by scheduled bank, payable at Anpara issued in favour of Dy. Chief Accounts Officer, CFA & BO, 3X210MW A TPS Anpara Sonebhadra, within one month from the date of issue of purchase order. In case Security Deposit is more than Rs 5000.00, it can be deposited in form of BG of scheduled bank also, which should be valid for 12 months with claim period six months from the date of supply, as per format given in tender specification. 13. PERFORMANCE BANK GUARANTEE: Performance Bank Guarantee for 10 % of purchase order value shall be submitted before dispatch of the first lot of material, issued by scheduled bank, pledged in favour of Dy. Chief Accounts Officer, CFA & BO, 3X210MW A TPS Anpara Sonebhadra, valid for 18/12 months from the date of dispatch / commissioning, whichever is earlier. 14. L. D. PENALTY: L. D. Penalty shall be charged @ ½ % per week subject to a maximum of 10 % of undelivered portion of the material. 15. INTERCHANGEABILITY: The supplier shall certify that the material supplied shall be interchangeable with the existing ones. 16. GUARANTEE/WARRANTEE: Firm shall submit Guarantee/Warrantee Certificate against any manufacturing defect on their letter head, for 18 months from the date of dispatch / 12 months from the date of commissioning whichever is earlier. 17. COURT OF JURISDICTION: Any dispute arising against this tender / order there-of shall be subject to the jurisdiction of competent court of Sonebhadra / Hon ble High Court of Judicature at Allahabad. 18. If, at any stage during finalization of tender / execution of purchase order, any document, submitted by a bidder in his bid in support of Pre-Qualifying Conditions, is found to be forged / false, his bid is liable to be rejected, purchase order cancelled, EMD / Security deposit forfeited and any other departmental action as deemed fit be initiated. For this purpose the contractor shall have to produce original documents, if required, before opening of bid Part-II or afterward. 19. We hereby give our consent to accept all the terms and conditions mentioned in the tender specification as well as of Form B of UPRVUNL. Signature of Bidder :. Date :. Rubber Seal :.

On Rs 20.00 Non Judicial Stamp Paper alongwith Rs 1.00 Revenue Stamp Tender No.: 179/EPD-III/ATPS/2016-17 Agreement Tender invited by: Tender for: Tender Notice No. & date Name of Tenderer: Executive Engineer, Electricity Procurement Division - III 3X210 MW, ATPS, Anpara, Sonebhadra. Supply for G.I. Pipes, Pipe Fittings and ERW M.S. Pipe 179/EPD-III/ATPS/2016-17 Due on Part-I: 22.12.2016... On consideration of the Uttar Pradesh Rajya Vidyut Utpadan Nigam Limited having treated the bidder to be eligible person whose tender may be considered, the bidder hereby agree to the conditions, it shall not be withdrawn within three months from the actual date of opening of the Part II of tender, also to the condition that if thereafter the bidder does withdraw his proposal within the said period, the Earnest money deposited by him may be forfeited to the Uttar Pradesh Rajya Vidyut Utpadan Nigam Ltd. on the discretion of the latter. Signed this..day of., 2016 Witness: 1. Signature of Tenderer 2. Seal of Firm

Hkkx,d ds lkfk tek fd;k tkuk lqfuf pr djasa QeZ dk uke% ----------------------------------------------------------------------------------------------------------------- Ekkfyd,oa Hkkxhnkjksa ds uke ¼firk ds uke lfgr½ dzekad uke firkdkuke irk nwjhkk k la[;k 1. 2. 3. 4. 1. LFkkbZ irk% edku la[;k ---------------------------------------------------------------------------------------- xzke @ eksgyyk -------------------------------------------------------------------------------- Mkd?kj ------------------------------------------------------------------------------------------------ Fkkuk -------------------------------------------------------------------------------------------------- ftyk ---------------------------------------------------------------------------------------------------- fiudksm --------------------------------------------------------------------------------------------------- nwjhkk k la[;k ----------------------------------------------------------------------------------------- 2. i=kpkj gsrq irk% edku la[;k ---------------------------------------------------------------------------------------- xzke @ eksgyyk -------------------------------------------------------------------------------- Mkd?kj ------------------------------------------------------------------------------------------------ Fkkuk -------------------------------------------------------------------------------------------------- ftyk ---------------------------------------------------------------------------------------------------- fiudksm --------------------------------------------------------------------------------------------------- nwjhkk k la[;k ----------------------------------------------------------------------------------------- glrk{kj vf/kd`r izfrfuf/k deiuh@qez dh flfkfr esa izksijkbvjh izek.k i=@ikvzujf ki MhM@dEiuh gksus dk izek.k i= deiuh,sdv ds vuqlkj rfkk mijksdr irs dkizek.k nsuk vko ;d gksxka

ANNEXURE (A.1 of Instructions to Bidders) Form of Bank Guarantee (For Earnest money) (For depositing earnest money in case the amount for deposit exceeds than Rs. 5000/- Bank guarantee should be on a non judicial stamp paper of Rs. 100.00 as per present Act and should be checked by the bidder at the time of issuing the Bank guarantee for any charge in the stamp value) U.P. RAJYA VIDYUT UTPADAN NIGAM LIMITED To, Dy. CAO, CFA&BO, ATPS, Anpara, Sonebhadra Sir, Whereas, Messer a company incorporated under the Indian Companies Act its registered office at.... / a firm registered under the Indian partnership Act and having its business office at./ Sri.. son of... residence of.. carrying on business under the firm's name and style of Messer.. at Sri son of. resident of..... at... Sri son of resident of..at..... Sri.. son of... resident of. at. partners carrying on business under the firm's name and style of Messrs... at.. which unregistered partnership (here in after called "The bidder") has / have in response to your Tender Notice against specification number for specification number for offered to supply and or execute the works as contained in the Tenders letter no... AND WHEREAS the Bidder is required to furnish you a Bank guarantee for the sum of Rs as earnest money against the bidders offer as aforesaid. AND WHEREAS we. (Name of the Bank) have at the request of the bidders agreed to give you the guarantee as here in after contained. NOW, THEREFORE, in consideration of promises, We the undersigned here by covenant that the aforesaid tender of the bidders shall remain open for acceptance by you during the period of validity as mentioned in the tender or any extension there of as you & the bidder may subsequently agree and if the bidder shall for any reason back out, whether expressly or impliedly, from his said tender during the period of it's validity or any extension thereof as aforesaid we hereby guarantee to you the payment of the sum of Rs... on demand, notwithstanding the existence of any dispute between the U. P. RajyaVidyutUtpadan Nigam Limited and the bidder in this regard AND we here by further agree as follows :- (a) (b) (c) (d) (e) (f) (g) That you may without affecting this guarantee grant time or other indulgence to or negotiate further with the bidder in regard to be conditions contained in the said tender and thereby modify these conditions or add there to any further conditions as may be mutually agreed upon between you and the bidder. That the guarantee herein before contained shall not be affected by any change in the constitution of our bank or in the constitution of the bidder. That any account settled between you and the bidder shall be conclusive evidence against us of the amount due hereunder and shall not be questioned by us. That this guarantee commences from the date hereof and shall remain in force till the bidder if his tender is accepted by you, furnishes the security as required under the said specification and executes a formal agreement as therein provided or till four months after the period of validity or the extended period of validity as the case may be of the tender whichever is earlier. Not with standing anything contained above, the liability of the Guarantor hereunder is restricted to the said some of Rs. add this guarantee shall expire on the date of 20. Unless a claim under the guarantee is failed with the Guarantor within six months of such date all claims. shall lapse and the Guarantor shall be discharged from the guarantee. That the expressions the bidder" and the Bank" the U. P. RajyaVidyutUtpadan Nigam Limited herein used shall unless such interpretation is repugnant to the subject or context include their respective successors and assigns. Yours faithfully