NOTICE INVITING TENDER. Date of Issue Bid Closing Date & Time Tech. Bid Opening Date & Time Price Bid Opening Date & Time

Similar documents
ITB NO.11/PNMM/E/4702/ / dated ANNEXURE-I PRE QUALIFICATION CRITERIA. A. Pre Qualification Criteria (Technical): 1 of 24

BHARAT HEAVY ELECTRICALS LIMITED,

Tender Enquiry No: BCL/PUR/ CO2 Gas/SS/CW/VW/18-19/Rehab Dated:

SUB: EMPANELMENT OF AGENCIES FOR PROVIDING PHOTOCOPY & BOOK BINDING SERVICEAT ICSI HQ NEW DELHI AND NOIDA

VOLUME I GENERAL CONDITIONS OF CONTRACT (GCC)

TENDER NO. BCL/RD/ 4000 MS Scrap Cutting/2019 March 19, 2019

TENDER NO. BCL/RD/ 2500 MS Scrap Cutting/2018 November 30, 2018

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

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

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

NOTICE INVITING TENDER

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

The tender document may be download from the website,www,cdac.in/

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

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

MECON LIMITED A Government of India Enterprise

THE NATIONAL SMALL INDUSTRIES CORPORATION LIMITED.

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

THE MUNICIPAL CO-OP. BANK LTD. MUMBAI TENDER NOTICE. Tender Document for 2 years Support of Routers and Manageable Switch

PUNJAB TECHNICAL UNIVERSITY,

Tender. For. Server hosting CPMS and other applications. All India Institute of Medical Sciences, Jodhpur

NOTICE INVITING TENDER FOR APPOINTMENT OF GST CONSULTANT SUMMARY

TENDER NOTICE (NIT NO: CDFD/ENGG/HVAC/WORKS/ /05)

Tender Document. Printing & Supply of 25 th Annual Report of OIDC for the Financial Year

The last date for submission of the bids is at

TENDER DOCUMENT FOR RECEPTIONIST REGIONAL MUSEUM OF NATURAL HISTORY,BHOPAL

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

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

TENDER FOR MANPOWER REQUIREMENT FOR ALLIED SERVICES

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

INVITATION TO BID. The Lump-sum Fixed Price/Amount shall be on the basis of following tender documents.

National Small Industries Corporation Ltd. Technical Service Centre, D-82/83 Focal Point, Rajpura (Pb.)

TENDER DOCUMENT FOR PURCHASE OF: HOSE PIPES. Tender Number: /OSM, Dated:

Tender. for. Indian Institute of Technology Jodhpur

WORK OF Miscellaneous Civil Work about Aji 01 Sub division Under Rajkot City Circle

Tender. For. Human Skeleton

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

DAKSHIN GUJARAT VIJ CO LTD. CIN U40102GJ2003SGC SURAT CITY CIRCLE

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

iùku izca/k cksmz PORT MANAGEMENT BOARD vameku rfkk fudksckj }hilewg ANDAMAN & NICOBAR ISLANDS

ADMIN/PHOTOCOY&BINDING/816 / July 2016 SUB: EMPANELMENT OF AGENCIES FOR PROVIDING PHOTOCOPY & BOOK BINDING SERVICE AT ICSI HQ NEW DELHI

Tender. For. Bio Medical Waste Bins. At All India Institute of Medical Sciences, Jodhpur

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

GOVERNMENT OF RAJASTHAN ELECTION DEPARTMENT. No. F. 1(3)III/C/Elec./2009/ 6775 Jaipur, dated

BALMER LAWRIE & CO. LTD.

of Server No. of Server Period of AMC 06 One year The details of tender document are as below:

UTTARAKHAND POWER CORPORATION LTD. BID DOCUMENT FOR PURCHASE OF POWER COMMERCIAL AND GENERAL CONDITIONS

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

NLC TAMILNADU POWER LIMITED

Divisional Engineer, DIGITAL TRANSMISSION CENTER Southern Telecom Sub Region, 3 rd Floor, Telephone Bhavan, Saifabad, Hyderabad ,

Request for Quotation Document For Conducting Training on Complaint Resolution (Internal & External) Ref. No

AGRICULTURAL PRODUCE MARKETING COMMITTEE (Market Of National Importance) New Office Complex, NFM- Ph.-II, Sarai Pipal Thalla, Azadpur, Delhi-33.

Tender. For. Scrub Stations

BANGALORE MEDICAL COLLEGE AND RESEARCH INSTITUTE SUPER SPECIALITY HOSPITAL (PMSSY) VICTORIA HOSPITAL CAMPUS, BANGALORE

TENDER DOCUMENT. For. Consultancy for ISO 9001:2008 Certification. Tender Reference Number: 15-5/2012-Lib. Dt

LAKWA THERMAL POWER STATION

Bank Note Paper Mill (BNPM) India Private Limited, Mysore. Invites sealed quotations for Painting work as per the specification at BNPM at Mysore.

Sealed Tender is to be addressed to Sr. Manager (Pur), Braithwaite & Co. Ltd., 5, Hide Road, Kolkata

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

Bank Note Paper Mill India Private Limited, Mysore. For any query, you may contact at Tel , Fax

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

NOTICE INVITING TENDER PROCUREMENT OF HT STUD 36MM X 16 TENDER NO: W /WEB DATED: DUE DATE:

e- TENDER NO: BL/CFS/KOL/CONT. SEAL/18-19 TECHNICAL / COMMERCIAL BID

HOSTEL SECTION RE-TENDER PAPER. Hostel No. / 302 / TENDER. :08/01/2018 up to 5:00 p.m.

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

Note: Offers received with any deviations with respect to Tender Terms, Conditions, Payment term, Delivery term, etc. will be liable for rejection.

INDIAN INSTITUTE OF TECHNOLOGY KHARAGPUR, WEST BENGAL TENDER DOCUMENT FOR

BALMER LAWRIE & CO. LTD.

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

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

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

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

No. AERC 649/2017/1 Dated: 4 th October, 2017 NOTICE INVITING TENDER FOR PRINTING A COMPENDIUM OF AERC REGULATIONS (NIT NO.

Request for Proposal (RFP) For. Caretaker Services at various ATMs of Bank of Baroda located in all over Uttarakhand under OPEX Model.

UV-Visible Spectrophotometer

Tender. for. Indian Institute of Technology Jodhpur

Life Insurance Corporation of India Divisional Office, Jeevan Prakash Circuit house Road,Jodhpur PIN Ph

1. Main & Mini Anganwadis Floor Mats(plastic) (5x7) fts. 9,805

BALMER LAWRIE & CO. LTD. CONTAINER FREIGHT STATION

Bank Note Paper Mill (BNPM) India Private Limited, Mysore. The cost of tender document is Rs 1000/- which is non-refundable.

STATE BANK OF TRAVANCORE (Associate of the State Bank of India) Head Office : Thiruvananthapuram Stationery Department

NLC TAMILNADU POWER LIMITED ( A J V C b e tw e e n N L C & T A N G E D C O & a s u b s id ia r y o f N L C L td )

IMPELLER FOR BHEL BOILER DESCRIPTION, QUANTITY & ARTICLE CODE

TENDER FOR INTERIOR WORKS AT BANK OF INDIA, JAUNPUR (ALTERNATE PREMISES), Distt.JAUNPUR

SUPPLY OF SILICON CARBIDE BRICKS AND SILICON CARBIDE MORTAR

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

F.No.III-129/2017-NZP/ Government of India National Zoological Park Mathura Road, New Delhi - 3

TENDER DOCUMENT FOR PURCHASE OF: AMC FOR DATA RECOVERY CENTER D.G SET Tender Number: /13/ESTATE, Dated:

Tender. for. Supply & Installation of Laptops. Indian Institute of Technology Jodhpur

Ref. SNB/ENQ/MP/Pulse Generator/15-16/242(WP)

Any sort of deviations may lead to rejection of offer.

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

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

Rate Contract For Supply of Printing items

Regional office, MMTC Limited, 4th floor, NIC Bldg, 8, India Exchange Place, Kolkata , Telephone No

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

स एसआईआर-क य इल नक अ भय क अन स ध न स थ न

Notice Limited Tender Enquiry

RAJASTHAN STATE GANGANAGAR SUGAR MILLS, LTD. SRIGANGANAGAR

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

Transcription:

IU~~ POlL PROJECTS & DEVELOPMENT INDIA LIMITED (A Govt. of India Undertaking) Post Box No. 125, A-14, Sector-1 Noida - 201301, Dist. Gautam Budh Nagar (U.P.) India E-Mail: prsahu@pdilin.com/ Fax: 0120-2529801 Phone: 2529842/43/47/51/53 anjali@pdilin.com/ mksenapati@pdilin.com 0120-2541493 Direct: +91-120-2544063 NOTICE INVITING TENDER OPEN TENDER NIT No. Date of Issue Bid Closing Date & Time Tech. Bid Opening Date & Time Price Bid Opening Date & Time Venue of Bid Ooeninq Type of Bid Earnest Money Deposit Required Completion Period PNMM/ PC-107/E/001 11.04.2016 02.05.2016 (12:00 Hrs 1ST) 02.05.2016 (16:00 Hrs 1ST) Shall be intimated later on to Technically and Commercially acceptable Bidder (In case of Public Openinq) PDIL, NOIDA (India) Two Bids System/ Public Openino Rs 6,300/ As per clause 3.0 of Annexure III Projects & Development India Limited invites sealed Bids on behalf of M/s FCI Aravali Gypsum and Minerals India Ltd, Jodhpur, Rajasthan for their Proposed Single Super Phosphate (SSP) Plant at Chittorgarh for the following job: SL.NO. 1. TOPOGRAPHICAL SURVEY WORK DESCRIPTION Kindly refer enclosed documents for preparation, submission, evaluation and comparison of Bids Please furnish two valid Email IDs for our further communication. For & on behalf of ojects & Development India Ltd.. R. ah Addl, General Manager & HOD (MM) 1 of 12

LIST OF CONTENTS Sl. No. DESCRIPTION 1.0 Annexure I : Pre-Qualification Criteria 2.0 Annexure II : Instruction to Bidders 3.0 Annexure III : General Terms & Conditions 4.0 Annexure IV : Check List 5.0 Annexure V : Format of details of payment 6.0 Annexure VI : Technical Specification 7.0 Annexure VII : Schedule of Rate 2 of 12

ANNEXURE-I PRE QUALIFICATION CRITERIA 1.0 Experience Criteria:- 1.1 The bidder should have satisfactorily completed similar works during last 07 (seven) years ending March, 2016 as follows : The bidder should have satisfactorily completed one similar work of value of Rs. 3.20 Lakh. Or Two similar works of value of Rs. 2.00 Lakh each. Or Three similar works of value of Rs. 1.60 Lakh each. For this purpose, cost of work shall mean gross value of completed work, including the cost of materials supplied by the client. The similar work means TOPOGRAPHICAL SURVEY WORK. Note : The value of work, stipulated completion period, commencement & completion date and Final completion amount should be mentioned. (Copy of Work Order and the completion certificate for works shown as similar work should be attached.) 2.0 Financial Criteria:- 2.1 The Bidder should have Average Annual Financial Turnover of value of Rs. 1.20 Lakh during last three financial years ending 31st March 2015. (Copies of Audited Financial Statement to be enclosed), if applicable. Partnership firm/ Proprietary firm may furnish certificate from Chartered Accountant with regard to Turnover. 2.2 The Bidder should be having positive net worth as on 31st March 2015. 3 of 12

ANNEXURE-II INSTRUCTION TO BIDDERS 1. Bids to be submitted at PDIL Noida, as detailed below: Bidders are required to submit their bid under three envelopes: - Envelope A - Earnest Money Deposit (EMD) along with Annexure V (Format of Bank Details (RTGS) for on line payment, duly filled in). - Envelope B Technical and Commercial Un-priced Bid along with the following documents (photocopies) shall be enclosed in this envelope: a. Bidders are required to submit signed & stamped copy of Tender Acceptance Letter only as token of acceptance of all terms & conditions including all annexures of this NIT. b. Price confirmation copy - A Photocopy of the Priced bid, to be submitted strictly as per SCHEDULE OF RATES, Annexure- VI, prices being blanked out and in place indicating Quoted against each head, shall be submitted duly signed and stamped as confirmation to quoted price.. c. Copy of Check List as in Annexure-IV duly filled in by the bidder and not leaving any voids. d. Photo copy of PAN card. e. A Copy of valid Service Tax registration certificate f. Any other document as per the requirement specified in the NIT. - Envelope C - Price Bid i.e. Annexure VI (Schedule of Rate) with quoted rates in Rs. against each head (without overwriting), signed and stamped. All the above three covers should be super scribed with respective Envelope no., NIT No. and closing date of the bid. These three covers should be sealed and placed in a fourth envelop which should be addressed to the under mentioned and super scribed with our NIT No. on the cover of quotation with due date. You are requested to clearly mention the details enabling us to identify your quotation for the job under reference. Sealed quotations must be submitted to: Addl. General Manager (MM), Projects & Development India Limited, PDIL Bhawan, A-14, Sector-1, Noida 201301, Distt.: Gautam Budh Nagar (U P) 2.0 Earnest Money Deposit (EMD): Bidders shall have to submit EMD as indicated in cover page by way of DD/Banker s Cheque only drawn on any scheduled nationalized back in favour of FCI Aravali Gypsum and Minerals India Limited payable at Jodhpur. Bids/Quotations received without EMD will not be opened. However, NSIC registered Companies are exempted from submission of EMD provided a valid Certificate is submitted in this regard. 4 of 12

EMD shall be refunded to unsuccessful bidders after acceptance of order to the successful bidder(s). No interest shall be payable on EMD. 2.1 EMD may be forfeited without prejudice to any other right or remedy of PDIL/FAGMIL including but not limited to following circumstances: a) If a bidder withdraws his bid during the period of bid validity specified by the bidder OR b) In the case of successful bidder, if the bidder fails to accept the order In case of successful bidder EMD will be returned after confirmation, by the Bank, regarding submission of Security cum Performance Guarantee / deposit of Security Deposit 3.0 EMD envelope/exemption request alongwith valid relevant (e.g. NSIC certificate) document must be submitted along with Techno-Commercial bid on or before the closing date and time in the bid box at the office of above address or by registered post so as to reach well in advance of the closing date and time. Bids received without EMD or Bids received late are liable for rejection & no complaint shall be entertained in this regard for any reason whatsoever including postal/courier delay. 4.0 Opening of Bids: Bid opening will be Public. EMD Envelope will be opened on Technical Bid Opening Date. Price Bids of only those bidders will be opened which will be considered technically and commercially acceptable. 5.0 Evaluation of Bids: Bids shall be evaluated for Pre-Qualification Criteria (PQC) first and Techno-Commercial Bid Evaluation shall be carried out, only for those Bids which shall meet the Pre-Qualification Criteria (PQC). The PRICE BID shall be considered only of those bidders who will be technically and commercially suitable. 6.0 Price: Bidder should ensure to fill in the rates in the format as per Price Schedule i.e Annexure-VI. Incomplete Price Schedule may result into rejection of bid. 7.0 Price Evaluation Criteria: Price Evaluation of Bids shall be done considering the quoted prices by the bidder in the Price Bid format along with taxes and duties on overall lowest basis, considering the CENVAT benefit to FAGMIL, as applicable. In case of any discrepancy, unit rate shall prevail for calculation to arrive at the total price. In case a bidder does not fill up any amount and leaves it blank or writing N/A or put - against any item of Price Schedule, it shall be deemed that cost of such item (s) is included in other item by the bidder elsewhere in the quoted price. 8.0 If at any later date, it is found that documents, information and data submitted by the Bidder in the Bid, based on which the Bidder has been considered eligible or successful or has been awarded the Contract is incorrect or false, the Bidder shall be forthwith disqualified or, as the case may be. The contract awarded based on such incorrect or false information shall be cancelled and the EMD/PBG/Security Deposit shall be liable to be forfeited. 9.0 Validity of Offer: Prices quoted should remain valid for our acceptance for a minimum period of 90 days from the date of opening of technical bids. PDIL/FAGMIL will not allow any revision in prices within validity period after sealed tender are opened. 10.0 Bidders are advised to carefully go through the Scope of Work, General Terms & Conditions, and other documents being enclosed with our NIT. They should feel free to 5 of 12

contact PDIL/FAGMIL before submission of bid if they have any query on it. The enquiry/tender with all Annexure and all attachments will be considered to have been read, understood and accepted by the bidders unless otherwise specifically stated by them in writing. 11.0 Bid through fax and e-mail shall not be acceptable. 12.0 PDIL/FAGMIL reserve the rights to assess bidder s capability and capacity to perform the contract. 13.0 PDIL/FAGMIL reserves the right to reject any or all the bids without assigning any reason whatsoever and does not bind itself to accept the lowest or any other bid. All bids in which any of the prescribed conditions are to be fulfilled or are incomplete in any respect are liable to be rejected. PDIL/FAGMIL is at liberty to take any of the following actions in case of this NIT: a) to cancel the tender without reference to the bidders. b) to postpone the due date and time. 14.0 Bidders shall not be entitled to claim any costs, charges, expenses or incidentals for or in connection with the preparation and submission of their bids even though. PDIL/FAGMIL may withdraw the enquiry/tender or reject all the bids. 15.0 Preference would be given to units registered under single point registration scheme of National Small Industries Corporation (NSIC) subject to submission of valid certificate issued by NSIC. I. Exemption of Tender fees II. Exemption from payment of Earnest Money Deposit (EMD) III. In tender participating Micro & Small Enterprises (MSEs) quoting price within price band of L1+15% shall also be allowed to supply a portion upto 20% of requirement by bringing down their price to L1 price where L1 is non MSEs where the job can be split. IV. Waiver of Security Deposit may be granted to the Small Scale Industries registered with NSIC, for the purchase order value upto the monetary limit for which the SSI is registered with NSIC for the business. 16.0 To know more about us, please visit our website at http://www.pdilin.com/ www.fagmil.nic.in 6 of 12

To, TENDER ACCEPTANCE LETTER (To be given on Company Letter Head) Date: Sub: Acceptance of Terms & Conditions of Tender. Tender Reference No: Name of Tender/Work:- Dear Sir, 1. I/We have downloaded/obtained received the tender document(s) for the above mentioned Tender/Work from the web site(s) namely: as per your advertisement, given in the above mentioned website(s). 2. I/ We hereby certify that I/ we have read the entire terms and conditions of the tender documents from Page No. to (including all documents like annexure(s), schedules(s), etc.,), which form part of the contract agreement and I / we shall abide hereby by the terms / conditions/ clauses contained therein. 3. The corrigendum(s) issued from time to time by your department/ organization too has also been taken into consideration, while submitting this acceptance letter. 4. I / we hereby unconditionally accept the tender conditions of above mentioned tender document(s) corrigendum(s) in its totality / entirety. 5. In case any provisions of this tender are found violated, then your department/ organization shall without prejudice to any other right or remedy be at liberty to reject this tender/ bid including the forfeiture of the full said earnest money deposit absolutely. Yours Faithfully, (Signature of the Bidder, with Official Seal) 7 of 12

GENERAL TERMS & CONDITIONS ANNEXURE-III 1.0 Scope of Job: The scope of work along with Schedule of rate shall be as per Annexure-VI and Annexure VII respectively. 2.0 Price Basis: Fees/Prices quoted shall remain firm and subject to no escalation till the execution of the contract and its subsequent amendments even though its period of contract is extended. The item wise price should be quoted for services indicated in the scope of work enclosed. 3.0 Completion Period: Time is the essence of the contract which shall be adhered to in any case since any delay in course of the job shall likely to have cascading impact on the other activities of the project. The following are the milestone for completion of activities / submission of deliverables: Sl. No. Activity / Deliverables Time Schedule i. Completion of all field works related to Within Two weeks of issue of LOI. Topographic Survey work. ii. iii. Submission of interim report with all Drawings / Documents Submission of Final Report, Drawings, CD etc. One Week after completion of field work One week after receipt of Consultant s/ owner s comments 4.0 Effective Date of Contract: From the date of award of LOI. 5.0 Service Tax: Present rate of Service Tax shall be indicated separately in the Price Bid. Service tax shall be paid extra at actuals on submission of payment proof. 6.0 Taxes & Duties: In case of any statutory variation in taxes and duties and imposition of any new taxes & duties after issuance of Contract, by statutory authorities during contractual period, shall be paid at actuals by FAGMIL on production of documentary evidence. The Contractor has to submit all necessary documents/furnish information to enable FAGMIL claim CENVAT in respect of Service tax. 7.0 Security Deposit: Successful bidder shall deposit Security deposit, for the faithful execution of contract, money equivalent to 10% of order value. The EMD amount deposited by the successful bidder may be adjusted towards Security deposit, if desired. The amount shall be deposited within 15 days of receipt of LOI by way of Demand Draft / Bank Guarantee (B.G.) in favour of FAGMIL, failing which the same shall be deducted from the first Bill(s). Security deposit shall be refunded after 45 days on satisfactory completion of contract i.e after receipt and acceptance of final documents. The expiry of the Bank Guarantee should be ONE MONTH after the last date of the contract period and claim period should be FIFTEEN DAYS thereafter. No interest shall be payable on Security Deposit. PDIL/FAGMIL however, reserves the right to forfeit the security deposit if the contractor fails to take up the job or abide by and fulfill the terms and conditions of the contract and/or to execute the work satisfactorily. 8 of 12

8.0 Contact person / Operation of contract: The Contract shall be operated by GENERAL MANGER of FAGMIL or his authorized representative, at the following address: FAGMIL General Manager FAGMIL, Mangu Singh Rajvi Marg, Paota B Road, Jodhpur, Rajasthan 342010 Ph.: 0291 2544475 Email fagmil@rediffmail.com However Bills shall be submitted to Project Manager, PDIL for certification. 9.0 Payment Terms: 100% payment after acceptance of the Final Report with incorporations of all comments on draft report. All invoices shall be raised in the name of FAGMIL and payments to the agency shall be released by FAGMIL within 30 days of receipt of Invoice after completion of the job and documents /reports duly certified by Project Manager of PDIL or his authorized representative. Payment for survey work shall be made on area basis as per Schedule of Rates. All connected works including supply of drawings (if applicable) shall be considered as a part of total work. No other payment shall be made on any account. 10.0 Liquidated Damages (L.D.) clause: In the event of delay in submission of Final report, as indicated in PO, price reduction @ 1.0% per week or part thereof, subject to maximum 10% of total order value shall be recovered from agency's bills. 11.0 Tax Deduction at Source: Income Tax, as applicable as per income tax act, shall be deducted at source from your bills and a certificate towards this deduction shall be issued. 12.0 Termination of Contract: In case the services are not considered satisfactory FGMAIL shall have the right to terminate the contract without assigning any reason whatsoever after giving one month s notice in writing. 13.0 Insurance: Necessary insurance(s) to cover accident risk for his employees loss of life, material etc. to crew or the third party to be arranged by contractor at his cost. 14.0 Force Majeure: The act of God, epidemic, wars, revolution, and official strike shall be treated as force majeure condition. In the event of occurrence of such condition neither party shall be responsible for delay in performance provided that it is notified within 07 days of its occurrence. 15.0 Arbitration: Amicable efforts should be made to settle the claim, if any, by direct negotiations with Officer In-charge. In case the same is not settled, all disputed and differences whatsoever arising between the parties out of or relating to the construction, meaning and operation or effect of this contract or the breach thereof shall be referred to the CMD, FAGMIL, JODHPUR for arbitration and the award made in pursuance thereof shall be binding on the parties. Subject as aforesaid, the provisions of Arbitration and Conciliation Act, 1996 or any statutory modification re-enactment or rules made thereunder shall apply to the Arbitration proceedings under this clause. 9 of 12

No objection shall be made to the appointment of the above arbitrator on the ground of any of them being an officer of the Corporation and/or had at any time dealt with the matter in dispute or difference and/or expressed any views thereon. However, wherever applicable, in case of settlement of commercial disputes between PSEs inter SE and PSE(s) and Government Department(s), the same shall be settled through Permanent Machinery of Arbitrators (PMA) setup in the Department of Public Enterprises (DPEs) as per the following Clause: In the event of any dispute or difference relating to the Interpretation and application of the provisions of the contracts, such dispute or difference shall be referred by either party for Arbitration to the sole Arbitrator in the Department of Public Enterprises to be nominated by the Secretary to the Government of India in-charge of the Department of Public Enterprises. The Arbitration and Conciliation Act, 1996 shall not be applicable to arbitration under this clause. The award of the Arbitrator shall be binding upon the parties to the dispute, provided, however, any party aggrieved by such award may make a further reference for setting aside or revision of the award to the Law Secretary, Department of Legal Affairs, Ministry of Law & Justice, Government of India. Upon such reference the dispute shall be decided by the Law Secretary or the Special Secretary/Additional Secretary, when so authorized by the Law Secretary, whose decision shall bind the Parties finally and conclusively? The Parties to the dispute will share equally the cost of arbitration as intimated by the Arbitrator. The performance under this contract, shall not stop for any reason, whatsoever, during the said dispute / proceedings, unless the service provider is specifically directed by PDIL/FAGMIL to desist from working in this behalf. 16.0 Jurisdiction: Contract shall be deemed to have been entered into at Jodhpur and all cases of action in relation to the contract shall, therefore, be deemed to have assigned within the jurisdiction of Jodhpur and venue of arbitration shall be Jodhpur in the State of Rajasthan. 17.0 Acceptance / Rejection of Quotation: PDIL/FAGMIL reserves the right to accept/ reject any / or all quotations, in whole and in part without assigning any reason thereof. 19.0 However, every bidder has the right to question bidding conditions, bidding process and/or rejection of its bids. 20.0 The reasons for rejecting a tender to a prospective bidder would be disclosed suitably where enquiries are made. 10 of 12

CHECK LIST (Bidder must confirm point by point and strike out whichever is not applicable) NIT No. : Name of Bidder: We confirm/clarify as follows: Offer No. ANNEXURE- IV Sl. No. Description Bidder s Confirmation/ Acceptance/ Comments 1. PRICE BASIS: shall be firm till the execution of the contract Confirmed period 2. Completion Period from date of LOI Confirmed 3. Validity of Offer: 90 days from Technical Bid Opening Date Confirmed 4. Price confirmation copy - A Photocopy of the Priced bid, to be Submitted submitted strictly as per SCHEDULE OF RATES, Annexure VII, prices being blanked out and in place indicating Quoted against each head, shall be submitted duly signed and stamped as confirmation to quoted price. 5. Submission of "Tender Acceptance Letter" Submitted 6. Copy of Work Order / Completion certificate as per Annexure - I 7. Copy of Balance Sheet towards proof of Annual Turnover during the last 03 years as per Annexure I (if applicable) 8. (A) Whether the Company is registered as MSE (Micro & Small Enterprises). If Yes indicate the registration No. and enclose a copy of Registration Certificate (B) Whether the M S E Company is owned by SC / ST (Yes / No) Submitted Submitted 9. Copy of PAN card Submitted 10. Copy of Service Tax Registration No. Submitted 11. Name, Designation, email id, Telephone Nos. & Fax No. of Contact Person For this enquiry (please fill right side) It is confirmed that in case any of the terms and conditions mentioned in this summary are at variance with those indicated anywhere else in our offer; the condition indicated in his summary shall prevail. Signature of Bidder: Name: Stamp: Date : Note: Bidder must ensure that all the above information and documents (duly signed and stamped) are furnished along with the Technical Bid. In absence of any of the information/ Document, the quotation is likely to be rejected without assigning any reason thereof. 11 of 12

ANNEXURE-V Format of Details for payment Bidders are required to submit the following details on the company s letter head for online transfer to amount to their account: 1. Contractor Name / Company Name Address: Phone No. E-mail ID 2. a) Name of the Bank b) Address of the Branch Telephone No. c) 9 Digit Code number of the Bank and Branch appearing on the MICR Cheque issued by the Bank d) 11 Digit NEFT/IFSC Code of the Bank Branch e) Account Type (SB/CC/CA) f) Bank Account No.(as appearing on the Cheque) g) Permanent Account Number (PAN) Under Income Tax Act. h) Service Tax Registration Number i) Name of Authorized Signatory j) Contact Person Name We hereby declare that the particulars given above are correct and complete Authorized signatory of the bidder Title Designation Date: 12 of 12