No. Abuj/Adm/872/02/2016 High Commission of India No. 364, Cadastral Zone, Central Business District (CBD) Abuja, Nigeria ****

Similar documents
No. Abuj/Admn/872/02/2017 High Commission of India No. 364, Cadastral Zone, Central Business District (CBD) Abuja, Nigeria ****

High Commission of India Abuja, Nigeria (364, Cadastral Zone, CBD, Abuja) *** Renovation of the Chancery building, High Commission of India, Abuja

Embassy of India Abidjan (Cote d'ivoire)

NIT NO: F.1 (ICSIL)/01/241/ , New Delhi, Dated:

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

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

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

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

Tender. for. Indian Institute of Technology Jodhpur

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

PEC University of Technology, Chandigarh

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

UV-Visible Spectrophotometer

LOK SABHA SECRETARIAT General Procurement Branch

Tender. for. Indian Institute of Technology Jodhpur

TENDER DOCUMENTS PROCUREMENT OF GOODS PRICE QUOTATIONS. Public Procurement Board. Accra, Ghana

CEYLON PETROLEUM STORAGE TERMINALS LIMITED

Intelligent Communication Systems India Ltd. (ICSIL) TENDER NO: F.1 (ICSIL)/01/217/ 1D Barcode Reader Tis Hazari Court/ , Dated:

Board of Intermediate Education Bakhtiari Youth Center, North Nazimabad, Karachi

THE TECHNICAL UNIVERSITY OF KENYA

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

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

Notice for inviting E-Tender for hiring of vehicles

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

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

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

TENDER DOCUMENT FOR REHABILITATION OF ROADS WITHIN VIHIGA COUNTY

Phone: (0491) (4 Lines) Palakkad Plant, Kanjikode West PALAKKAD (0491)

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

Standard Bid Document

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

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

Notice for inviting Tender for hiring of vehicle

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

TENDER No: SPMU/NRC/SVC Bills/333/2016/ dated July 11, 2017 TENDER FOR PRINT WORK ISSUED BY

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

INDIRA GANDHI NATIONAL OPEN UNIVERSITY. Central Purchase Unit

Tender. for. Supply & Installation of Portable Dissolved Oxygen Meter. Indian Institute of Technology Jodhpur

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

EMBASSY OF INDIA MOSCOW. Notice Inviting Tender

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

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

CEYLON ELECTRICITY BOARD EASTERN PROVINCE

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

STANDARD TENDER DOCUMENT FOR PROCUREMENT OF GOODS. (Procurement of Goods)

COMMERCIAL TERMS AND CONDITIONS

CEYLON PETROLEUM STORAGE TERMINALS LIMITED

5.1 LETTER OF ACCEPTANCE

DAKSHIN GUJARAT VIJ CO LTD. CIN U40102GJ2003SGC SURAT CITY CIRCLE

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

Total No. of pages of the tender documents are 12 (Twelve) pages.

TENDER NO. UU/T/5/2018 FOR PROVISION OF PEST CONTROL /FUMIGATION SERVICES

VOLUME I GENERAL CONDITIONS OF CONTRACT (GCC)

OFFICE OF THE PRINCIPAL ACCOUNTANT GENERAL (A&E)- I MADHYA PRADESH, GWALIOR

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

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

TENDER DOCUMENT FOR VALUATION OF COMPANY ASSETS

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

STANDARD TENDER DOCUMENT FOR PROCUREMENT OF SERVICES

REPUBLIC OF KENYA COUNTY GOVERNMENT OF NAKURU

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

No.CSB/CSR&TI/Maint-38-20/ Date : To CSB & CSR&TI Web Site & e-procurement Portal.

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

RSAC:P/TC:2019:06 Dated : Short Term Tender Notice

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

National Intelligence Grid (Ministry of Home Affairs) 2nd Floor, Vijaya Building, 17, Barakhamba Road, New Delhi

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

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

TENDER DOCUMENT. Sub: Tender for Supply, Installation & Commissioning of Fujitsu RAM for Server Hardware

The last date for submission of the bids is at

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

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

TENDER DOCUMENT FOR RECEPTIONIST REGIONAL MUSEUM OF NATURAL HISTORY,BHOPAL

PAWAN HANS LIMITED SAFDARJUNG AIRPORT NEW DELHI

Tender Specification No.: 17 / of SE (CTI &Enqs.) / CTI, Dt: OPEN TENDER NOTICE

e-tender NOTIFICATION FOR THE SUPPLY OF GUNNY CLOTH & THREAD TO THEKARNATAKA SECONDARY EDUCATION EXAMINATION BOARD.

BHARAT HEAVY ELECTRICALS LIMITED,

REPUBLIC OF KENYA MIGORI COUNTY GOVERNMENT

CHEMELIL SUGAR COMPANY LIMITED

OPEN TENDER TENDER NO: KRCS/PRF02080/2018 PROVISION OF INSURANCE COVER FOR KENYA RED CROSS GLA/GPA/WIBA FOR THE YEAR 2018/2019

NATIONAL LAW UNIVERSITY, DELHI Sector-14, Dwarka New Delhi

COUNTY GOVERNMENT OF MARSABIT PROVISION OF FUMIGATION AND PEST CONTROL SERVICES TENDER NO. MBT/COU/56/ september, 2017

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

Expression of Interest For. Comprehensive Annual Maintenance Contract of Air Conditioners of various types and Tonnage existing

NOTICE INVITING TENDER FOR APPOINTMENT OF GST CONSULTANT SUMMARY

Tender. For. Scrub Stations

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

SHARE PURCHASE AGREEMENT. This SHARE PURCHASE AGREEMENT ( Agreement ) is made on this day of.., 20..,

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

PEC LIMITED (A Govt. Of India Enterprise) HANSALAYA, 15-BARAKHAMBA ROAD, NEW DELHI

INDIAN INSTITUTE OF TECHNOLOGY KHARAGPUR, WEST BENGAL TENDER DOCUMENT FOR

INDIRA GANDHI NATIONAL OPEN UNIVERSITY Maidan Garhi New Delhi Computer Division

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

Sub: Invitation to Tender Enquiry for supply of Laptop and Projection Screen

ELECTION COMMISSION OF INDIA Nirvachan Sadan, Ashoka Road, New Delhi Tel.No

3 rd Mile Stone, Faridabad-Gurgaon Expressway, Faridabad Phone:

NOTICE INVITING TENDER

Dr. Harisingh Gour Vishwavidyalaya, SAGAR.(M.P.)

Tender no: SPMU/NRC/CLOTH ENVELOPE FOLDER/283/2016/6 Dated June 9, 2016 TENDER FOR SELECTION OF AGENCY FOR SUPPLY OF CLOTH ENVELOPE DOCUMENT

REPUBLIC OF KENYA GOVERNMENT OF MACHAKOS COUNTY DEPARTMENT OF TRANSPORT & ROADS TENDER NO. GMC/MTRPH/7/ &

Transcription:

www.hcindia-abuja.org Date: 03 rd August, 2016 No. Abuj/Adm/872/02/2016 High Commission of India No. 364, Cadastral Zone, Central Business District (CBD) Abuja, Nigeria **** Tender invitation for annual maintenance contract (AMC) for three generator sets (two at the Chancery complex at 364, Central Business District, FCT, Abuja and one at the Embassy Residence at Maitama, Abuja, Nigeria). Tender No. Abuj/Admn/826/02/2016 dated 03 rd August, 2016 Last date for submission of bids: 26 th August, 2016 Section- I : Invitation for Tenders Section - II : Terms & Conditions Section-III : Special Conditions of Contract Section-IV : Brief Description of Work Section-V : Price Schedule

No. Abuj/Adm/872/02/2016 High Commission of India No. 364, Cadastral Zone, Central Business District (CBD) Abuja, Nigeria **** Subject: Tender invitation for annual maintenance contract (AMC) for three generator sets (two at the Chancery complex at 364, Central Business District, FCT, Abuja and one at the Embassy Residence at Maitama, Abuja). The High Commission of India (HCI), Abuja invites sealed tenders for annual maintenance contract (AMC) for three generator sets (two at the Chancery complex at 364, Central Business District, FCT, Abuja and one at the Embassy Residence at Maitama, Abuja). The tenders are invited under two bid system viz. Technical Bid and Financial Bid from reputed and experienced firms having regular office preferably in Abuja, Nigeria for maintenance of generator sets as detailed in Section-IV of the tender document. 2. The tender document can be downloaded from the following websites: www.hcindia-abuja.org www.http://eprocure.gov.in/cppp www.mea.gov.in Bidders are requested to go through the terms & conditions contained in the bid document. Bidders are also required to deposit Earnest Money Deposit (EMD) of 50,000.00 (Naira Fifty thousand only) in the form of Pay Order/Demand Draft or Bank Guarantee from any Scheduled bank of Nigeria in favour of High Commission of India, Abuja. Bids received without EMD will not be considered and rejected summarily. 3. The tender should be submitted in two sealed envelopes as below, along with prescribed EMD. (a) The first sealed cover superscripted as Technical Bid should contain all technical details of the Company along with relevant documents/information and, (ii) Acceptance of terms & conditions given in Section-II. (b) The second sealed envelope superscripted Financial Bid should contain only rates for Annual Maintenance Contract as per Section-V of the Tender Document. (c) Both the sealed covers, along with EMD should be placed in the main sealed envelope superscripted Tender for Annual Maintenance Contract for IHC addressed to the Head of Chancery, High Commission of India at 364, Cadastral Zone, Central Business District (CBD), FCT, Abuja, Nigeria, and must reach on or before 26 th August, 2016 by 1100 hrs. Bids may be hand delivered or sent by post at the aforementioned address so as to

reach on or before the prescribed date and time. Mission will not be responsible for any postal delay. 4. The Mission reserves the right to reject any or all applications/offers without giving any notice or assigning any reason thereof. The decision of the Mission in this regard will be final and binding upon the bidders. 5. All bidders are requested to read and understand the terms & conditions of the contract as detailed in the Section-II before sending their bids, as no change or violation of the aforementioned terms and conditions is permissible once the quotation is accepted by the Mission. For any tender related enquiry/clarification, please contact Head of Chancery by Phone (00 234 7080622800) or E-mail at hoc.abuja@mea.gov.in 6. The sealed bids would be opened 0n 26 th August, 2016 at 1500 hrs in Conference Room of the High Commission. The tenderers or their authorized representatives may attend the opening of tender bids. (Kaisar Alam) AHC/Head of Chancery

SECTION II: TERMS AND CONDITIONS 1. Bidders are required to deposit Earnest Money Deposit (EMD) of 50,000.00 (Naira Fifty thousand only) in the form of Pay Order, Demand Draft or Bank Guarantee from any Scheduled bank of Nigeria in favour of High Commission of India, Abuja. Bids received without EMD will not be considered and rejected summarily. EMD of all unsuccessful bidders shall be refunded within 30 days of awarding the tender. No interest shall be payable for EMDs. 2. The Tender shall be neatly arranged, plain and intelligible. Each page of the Tender should be signed. They should not contain any terms and conditions, printed or otherwise, which are not applicable to the Tender. The conditional tender will be summarily rejected. Insertions, postscripts, additions and alterations shall not be recognized, unless confirmed by bidder s signature. 3. The Bidders shall submit documentary evidence in respect of their technical capabilities and the Financial Bid including their experience in execution of similar nature of work. 4. Tender shall be valid for 90 days from the date of submission of tenders. A tender valid for a shorter period shall stand rejected. HCI, Abuja may ask for the bidder s consent to extend the period of validity. Such request and the response shall be made in writing only. The bidder is free not to accept such request without forfeiting the EMD. A bidder agreeing to the request for extension will not be permitted to modify his tender. 5. Any tender inadvertently received by HCI, Abuja after the deadline for submission of tenders, will not be accepted and returned unopened to the bidder. 6. The lowest price criteria shall be applied for award of the Contract. 7. Interpretation of the clauses in the Tender Document/Contract Document. In case of any ambiguity/ dispute in the interpretation of any of the clauses in this Tender Document, HCI, Abuja s interpretation of the clauses shall be final and binding on all parties. 8. The successful bidder, on award of contract, must send the contract/acceptance in writing, within seven (7) days of award of contract, failing which the EMD will be forfeited and the order will be placed to the next successful bidder. The EMD shall also be forfeited: (i) (ii) if the bidder withdraws the tender during the period of tender validity specified in the tender. in case a successful bidder fails to furnish the Performance Bank Guarantee.

9. Mission reserves the right to terminate the contract at any point of time during the tenure of contract, if the services are not found satisfactory or the contractor dishonours the contract. Decision of the Mission in this regard shall be final and binding upon the contractor. 10. No request for revision/increase of approved rates during the currency of the AMC will be entertained. No other charges like labour and transportation cost etc will be payable for providing the services. 11. All types of repairs/fittings/replacements must be carried out by professional and experienced technicians. It is, therefore, mandatory for the contractor to deploy qualified technicians for servicing of the generator sets. Details of professional qualifications and experience of staff/technicians to be engaged for servicing the Gen Sets may preferably be furnished at the time of bidding for the tender. Besides, the bidder shall be responsible for verification of character and antecedents of these technicians. 12. The Contractor shall be responsible for minimum wages payment to his employees as per local laws. Besides, workmen compensation policy shall be taken for all workers by the Contractor at his cost. The High Commission of India shall be kept immune from any mis-happening at site. 13. It will be responsibility of the Contractor to keep the generator sets in good working order during the AMC period. Contractor s qualified technicians should be available, on call, for attending to any repairs or maintenance. No labour or transport charges shall be paid for such maintenance related jobs. 14. Any financial loss caused due to the damage of anyone of the three generator sets would be deducted from the performance bills. 15. The Contractor shall use spare-parts of good quality for repair/replacement. The old parts which are replaced must be deposited in Administration Section in the Mission. 16. The Contractor will attend to all complaints immediately after receiving calls from Administration Section in the Mission. As and when the Contractor is not able to do assigned repair/maintenance work, Mission reserves the right to get the same done from any other source and recover from the Contractor the cost of such work not attended to by it. 17. If any incident of theft/pilferage by the technicians of the Contractor is reported causing pecuniary loss to the Mission, the entire cost would be recovered from the firm besides annulment of the contract.

SECTION III: SPECIAL CONDITIONS OF CONTRACT (SCC) 1. Prices a. Price quoted by the Contractor and agreed to by HCI, Abuja shall be considered final and no price escalation will be permitted thereafter. b. Bidders must quote the price in the format given in Contract Price Schedule at Section V of this document. c. All prices are to be quoted only in Nigerian Naira. d. The prices quoted should be inclusive of transportation, insurance charges etc. 2. Taxes and Duties: The prices quoted should be inclusive of all taxes and duties, if applicable in Abuja. VAT should not be included as the High Commission of India is exempted from VAT under the Vienna Convention. 3. Performance Bank Guarantee (PBG): The successful bidder will be required to furnish the Performance Bank Guarantee in the form of a Bank Guarantee for the 10% (ten percent) amount of the Contract Price within seven (7) working days of receipt of award of contract, as per the format attached to this document (refer Annexure-I). This bank guarantee shall remain valid till the expiry of the said Annual Maintenance Contract (AMC). 4. Warranty: All the items covered under the schedule of requirements, shall carry minimum one (01) year on site comprehensive warranty from the date of installation of the items. The bidder must undertake to provide the installation and warranty service at Abuja. The repairing/rectification/replacement/configuration required, if any, of the items under warranty must be done at site workshop. 5. Force Majeure: HCI, Abuja may consider relaxing the penalty and delivery requirements, as specified in this document, if and to the extent that, the delay in performance or other failure to perform its obligations under the contract is the result of an Force Majeure. Force Majeure is defined as an event of effect that cannot reasonably be anticipated such as acts of nature (like earthquakes, floods, storms etc.), acts of states, the direct and indirect consequences of wars (declared or undeclared), hostilities, national emergencies, civil commotion and strikes at successful Bidder s premises.

SECTION IV: BRIEF DESCRIPTION OF WORK The brief description of work to be done by the Contractor is listed below: 1. Trouble free operation of the following generator sets: (i) (ii) 500 KVA Make/Model Perkins & 2500/2800 140 KVA Make/Model Perkins & 1000 Two generator sets at the Chancery complex at 364, Central Business District, FCT, Abuja (iii) 110 KVA One generator set at the Embassy Residence, Make & Model Maitama, Abuja Perkins & 1000 2. Bimonthly (once in two-month period) service of the generator sets. Besides, the Chief Engineer of the Firm shall inspect all generator sets once in every three-month period. In addition, the technician will visit High Commission and the Embassy Residence twice a month for routine check of the generator sets. 3. Routine checks, maintenance, cleaning and replacement, whenever necessary, of the following items: (i) Fan Belt Tension (ii) Alternator Belt (iii) Oil Filters (iv) Air Filters (v) Water Filters (vi) Engine Oil (vii) Drainage, flushing and refilling of radiators (viii) Coolant level (ix) Steam washing of Radiators (x) Safety Devices ensuring strict functional and security compliance (xi) Control systems, ATS and switch gears (xii) All Gauges (xiii) Other maintenance related work as and when required 4. Distress calls: The Firm (Contractor) shall endeavour to respond to distress calls within one (1) hour. The cost of items other than those included in the Contract will be borne by the High Commission in cases of replacement. However, no labour or transportation charges will be paid for replacement of spare-parts.

5. All consumable parts such as engine oil, radiant coolant, fuel filters, air filters, oil filters, water filters shall be supplied by the Service Company. 6. The Contractor shall maintain a register with details of all types of services performed by the technicians countersigned by the Administration Section in the Mission.

Section V Format for submitting the Price Schedule for complete annual maintenance contract (AMC) of three generator sets (two at the Chancery complex at 364, Central Business District, FCT and one at the Embassy Residence at Maitama, Abuja). High Commission of India, Abuja Tender No. Abuj/Adm/872/02/16-Tender 2/2016 Date: Price Schedule (item-wise): Annual Maintenance of generator set: (i) (ii) (iii) 500 KVA 140 KVA 110 KVA Name of firm Address for correspondence Contact Details Unit Price (in Naira) Total Price (in Naira) Note: 1. The above quoted prices are complete in all respect as per technical specifications inclusive of all taxes & duties, packing, forwarding, transit insurance, loading & unloading, transportation, installation & other charges etc. 2. Certified that rates quoted for the above items are as per specifications, terms & conditions mentioned in the tender document. Yours faithfully, (Signature of Authorized Signatory) Name & Designation: Company seal:

BANK GUARANTEE OF PERFORMANCE SECURITY (on non-judicial paper of appropriate value) ANNEXURE-I To Head of Chancery High Commission of India Abuja BANK GUARANTEE NO: DATE: Dear Sir(S) This has reference to the Contract No. dated, which has been awarded by HCI, Abuja to M/s (Name & Address of Contractor) for annual maintenance contract (AMC) of three generator sets (two at the Chancery complex at 364, Central Business District, FCT, Abuja and one at the Embassy Residence at Maitama, Abuja). The conditions of this contract provide that the contractor shall, 1. Complete the works listed in the said contract as per schedule. 2. Arrange for the Bank Guarantee towards the items supplied and fixed by the Contractor at Chancery-cum-residential complex and Embassy Residence at Abuja. 3. M/s (Name of Contractor) has accepted the said contract with the terms and conditions stipulated therein and have agreed to issue the performance bank guarantee on their part, towards promises and assurance of their contractual obligations vide the contract No. M/s (name of Contractor) holds a current account with us and has approached us and at their request and in consideration of the promises, we hereby furnish such guarantees as mentioned hereinafter. 4. HCI, Abuja shall be at liberty without reference to the Bank and without affecting the full liability of the Bank hereunder to take any other undertaking of security in respect of the Contractor s obligations and /or liabilities under or in connection with the said contract or to vary the terms vis-a-vis the Contractor or the said contract or to grant time and or indulgence to the Contractor or to reduce or to increase or otherwise vary the prices or the total contract value or to forebear from enforcement of all or any of the obligations of the Contractor under the said contract and/or the remedies of the HCI, Abuja under any security(ies) now, or hereafter held by the HCI, Abuja and no such dealing(s) with the Contractor or release or forbearance whatsoever shall have the effect of releasing the

bank from its full liability of the HCI, Abuja hereunder or of prejudicing right of the HCI, Abuja against the bank. 5. This undertaking guarantee shall be a continuing undertaking guarantee and shall remain valid and irrevocable for all claims of the HCI, Abuja and liabilities of the Contractor arising up to and until date. 6. Your right to recover the said sum of Naira. /- (Naira only) from us in manner aforesaid will not be affected/or suspended by reason of the fact that any dispute or disputes have been raised the said M/s and/or that any dispute or disputes are pending before any officer, tribunal or court or Arbitrator. 7. Our liability under this guarantee is restricted to Naira /- (Naira Only) Our guarantee shall remain in force until unless a suit action to enforce a claim under guarantee is filed against us within six months from (which is date of expiry of guarantee) all your rights under the said guarantee shall be forfeited and we shall be relieved and discharged from all liabilities there under. 8. We have power to issue this guarantee in your favour under Memorandum and Articles of Association of our Bank and the undersigned has full power to do under the power of Attorney dated. 9. Notwithstanding anything contained herein: A. Our liability under this guarantee shall not exceed Naira.(in words). B. This bank guarantee shall be valid up to & unless a suit for action to enforce a claim under guarantee is filed against us within six months from the date of expiry of guarantee. All your rights under the said guarantee shall be forfeited and we shall be relieved and discharged from all liabilities there after i.e. after six months from the date of expiry of this Bank guarantee. C. We are liable to pay the guaranteed amount or any parts thereof under this bank guarantee only and only if you serve upon us a written claim or demand or before. D. The Bank guarantee will expire on Granted by the Bank. Yours faithfully, SEAL OF THE BANK For (Name of Bank) Authorized Signatory

CONTRACTOR AUTHORISATION FORMAT (on bidder s/contractor s/letterhead) ANNEXURE-II To Date: Head of Chancery High Commission of India Abuja Subject: Tender invitation for complete annual maintenance contract (AMC) of three generator sets (two at the Chancery complex at 364, Central Business District, FCT and one at the Embassy Residence at Maitama, Abuja). Dear Sir, We, M/s (Name of the bidder) having registered office at (address of the bidder) submit quote, negotiate, supply, provide after sales support for our range of services quoted by us to meet the above mentioned tender requirements. The undersigned is authorized to issue such authorization on behalf of M/s (Name of the bidder). For M/s (Name of the bidder) Signature & company seal Name : Designation : E-mail : Mobile No. :

ANNEXURE -III NOTIFICATION OF AWARD Contract No. Abuj/Adm/872/02/16-Tender1/2016 Date: To: [Name of Contractor] This is to notify you that your Tender dated [insert date] for the execution of [name of project/contract] at the Contract Price of Naira [amount in figures and in words], as corrected and modified in accordance with the Terms and Conditions is hereby accepted by [the High Commission]. You are requested to proceed with the execution of the Annual Maintenance Contract (AMC) on the basis that the Notification of Award shall constitute the formation of a Contract, which shall become binding upon you furnishing a Performance Security within seven (7) days, and signing the Contract Agreement within seven (7) days. We attach the Contract Agreement for your perusal and signature. Signed Duly authorized to sign for and on behalf of [name of Procuring Entity] Date:

ANNEXURE -IV CONTRACT AGREEMENT THIS AGREEMENT made the [day] day of [month] [year] between [name and address of High Commission of India] (hereinafter called the High Commission ) of the one part and [name and address of Contractor] (hereinafter called the Contractor ) of the other part: WHEREAS the High Commission invited Tenders for certain works, viz, [brief description of works] and has accepted a Tender by the Contractor for the execution of those works in the sum of Naira [Contract price in figures and in words] (hereinafter called the Contract Price ). NOW THIS AGREEMENT WITNESSETH AS FOLLOWS: 1. In this Agreement words and expressions shall have the same meanings as are respectively assigned to them in the General Conditions of Contract hereafter referred to. 2. The documents forming the Contract shall be interpreted in the following order of priority: a. the signed Contract Agreement; b. the letter of Notification of Award c. the completed Tender Submission Sheet as submitted by the Bidder; d. the Drawings, e. the priced Bill of Quantities as submitted by the Bidder; f. Scope of Work, and g. Performance Guarantee 3. In consideration of the payments to be made by the High Commission to the Contractor as hereinafter mentioned, the Contractor hereby covenants with the High Commission to execute and complete the works and to remedy any defects therein in conformity in all respects with the provisions of the Contract. 4. The High Commission hereby covenants to pay the Contractor in consideration of the execution and completion of the works and the remedying of defects therein, the Contract Price or such other sum as may become payable under the provisions of the Contract at the times and in the manner prescribed by the Contract.

IN WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance with the laws of Nigeria on the day, month and year first written above. For the High Commission: For the Contractor: Signature Print Name Title In the presence of Name Address