U. P. RAJYA VIDYUT UTPADAN NIGAM LTD.

Similar documents
Tender No. 179/EPD-III/ATPS/

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

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

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

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

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

INDIAN INSTITUTE OF TECHNOLOGY KHARAGPUR, WEST BENGAL TENDER DOCUMENT FOR

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

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

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

Biotech Park, Lucknow

The last date for submission of the bids is at

TENDER DOCUMENT FOR RECEPTIONIST REGIONAL MUSEUM OF NATURAL HISTORY,BHOPAL

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

NOTICE INVITING e-tender

INDIAN INSTITUTE OF TECHNOLOGY INDORE

BALMER LAWRIE & CO. LTD.

Hiring of Commercial Vehicle for Official Use at STPI

BALMER LAWRIE & CO. LTD. CONTAINER FREIGHT STATION

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

BALMER LAWRIE & CO. LTD. Container Freight Station P-3/1, Transport Depot Road Kolkata

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

Sub: Invitation to Tender Enquiry for supply of Towel

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

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

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

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

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

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

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

Webel WEST BENGAL ELECTRONICS INDUSTRY DEVELOPMENT CORPORATION LIMITED. TENDER DOCUMENT

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

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

LAKWA THERMAL POWER STATION

COMMERCIAL TERMS AND CONDITIONS

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

GUJARAT ENERGY TRANSMISSION CORPORATION LIMITED 400Kv Substation, Transmission Division Dhareshwar JETPUR

Tender. for. Indian Institute of Technology Jodhpur

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

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

Tender document against Short Term Tender No. 134/EUCC (V)/LESA/ Purchase of Slitted Craft paper of size 2.5x8 & 2.5x6 MM.

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

DAKSHIN GUJARAT VIJ CO LTD. CIN U40102GJ2003SGC SURAT CITY CIRCLE

URANIUM ORE PROCESSING PROJECT AT TUMMALAPALLE, ANDHRAPRADESH TENDER DOCUMENT FOR NIT. NO: UCIL/TMPL /STORE/18-19/01 NAME OF THE WORK

PUDUCHERRY DISTILLERIES LIMITED (A Govt. of Puducherry Undertaking)

PEC University of Technology, Chandigarh

TENDER DOCUMENT FOR. Annual Contract for English and Hindi Typing at NABARD Regional Office, Dehradun

PUNJAB & SIND BANK ZONAL OFFICE DELHI II AT NRAINA INDUSTRIAL AREA -1

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

PUNJAB TECHNICAL UNIVERSITY,

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

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

VOLUME I GENERAL CONDITIONS OF CONTRACT (GCC)

LOK SABHA SECRETARIAT General Procurement Branch

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

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

NOTICE INVITING TENDER FOR APPOINTMENT OF GST CONSULTANT SUMMARY

TENDER NOTICE NO: 11 of of LTPS

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

NOTICE INVITING TENDER

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

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

EMBASSY OF INDIA MOSCOW. Notice Inviting Tender

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

INDIRA GANDHI NATIONAL OPEN UNIVERSITY. Central Purchase Unit

TENDER DOCUMENT No.CSIR-NAL/PBMA-4/ /S-VI

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

ESI CORPORATION MODEL HOSPITAL

GENERAL TERMS AND CONDITIONS OF TENDER

NLC TAMILNADU POWER LIMITED

TERMS AND CONDITIONS I. GENERAL CONDITION OF TENDER GENERAL CONDITIONS OF THE CONTRACT

र ष ट र य प र तर रव न स

BHARAT HEAVY ELECTRICALS LIMITED,

RAJASTHAN STATE GANGANAGAR SUGAR MILLS, LTD. SRIGANGANAGAR

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

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

THE KERALA STATE INDUSTRIAL ENTERPRISES LTD

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

Notice for inviting Tender for hiring of vehicle

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

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

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

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

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

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

BID DOCUMENT SECTION I

MAHANAGAR GAS LTD. 5th Floor, West Wing, Tower 3 Equinox Business park, Off. Bandra Kurla Complex, LBS Marg, Kurla West, Mumbai

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

THE MAHARASHTRA STATE CO-OP. BANK LTD., MUMBAI (Incorporating the Vidarbha Co-op. Bank Ltd.) Scheduled Bank

Himalayan Forest Research Institute

Supply and Installation of A3 Size Scanner

Notice for inviting E-Tender for hiring of vehicles

MAHARASHTRA STATE ELECTRICITY DISTRIBUTION COMPANY LIMITED WARORA DIVISION,WARORA TENDER No. T - / TENDER FORM

BALMER LAWRIE & CO. LTD. TECHNICAL / COMMERCIAL BID

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

TENDER FOR. ADDITION/ ALTERATION WORK OF SHED No. C-424, PEENYA INDUSTRIAL ESTATE, BANGALORE ISO 9001:2000

TENDER FOR LOCAL CHEMIST

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

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

SECTION-I TRIPURA STATE ELECTRICITY CORPORATION LIMITED (INVITATION OF LOCALCOMPETITIVE BIDDING)

Transcription:

U. P. RAJYA VIDYUT UTPADAN NIGAM LTD. ANPARA THERMAL POWER PROJECT ANPARA-SONEBHADRA TENDER DOCUMENT-WORKS TENDER NOTICE NO: Name of works: 02/TMD/BTPS/2015-16 In Situ Repairing of Recirculation control valves of T-BFP, M-BFP & HP Bypass Spray Line Control Valves of Unit # 4&5, 'B' TPS, Anpara The following documents are attached in this tender form: 1. Prequalifying conditions of tender 2. Schedule of rates/bill of Quantity 3. Scope of work. 4. Instructions to tenderers. 5. General terms & conditions of contract. 6. Special Terms & Conditions of contract. 7. Proforma of agreement for validity of offer (Annexure-I). 8. Format for details of the contractor (Annexure-II). 9. Format for clearance of Electricity/Residence dues (Annexure-III). 10. Proforma for affidavit (Annexure-IV). 11. Proforma for Bank Guarantee (Annexure-V). 12. Form-A (General Conditions of contract for Supply of Plant and the Execution of works in U.P.R.V.U.N.L.) 1

OFFICE OF THE EXECUTIVE ENGINEER TURBINE MAINTENANCE DIVISION ANPARA B THERMAL POWER PROJECT U. P. RAJYA VIDYUT UTPADAN NIGAM LTD. P.O.: ANPARA-231225, DISTT: SONEBHADRA (UP) PUBLICATION OF TENDER NOTICE Tender Notice Number Name of Work Period of Work Estimated Cost Tender form Cost 02/TMD/ B TPS/2015-16 In Situ Repairing of Recirculation control valves of T- BFP, M-BFP & HP Bypass Spray Line Control Valves of Unit # 4&5, 'B' TPS, Anpara One Year Rs. 5.40 Lacs Rs. 500.00 + UP VAT Extra. Earnest Money Deposit Rs. 10800.00 Last Date for Submission 20 08 2015 DD/MM/YYYY Submission Time up to 13 Hrs 00 min Hour/Minute Opening Date for Part-I 20 08 2015 DD/MM/YYYY Opening Time for Part-I 16 Hrs 00 min Hour/Minute Opening Date for Part-II 27 08 2015 DD/MM/YYYY Opening Time for Part-II 16 Hrs 00 min Hour/Minute Countersigned EXECUTIVE ENGINEER TMD, B TPS, ANPARA SUPERINTENDING ENGINEER O&MC-II, B TPS, ANPARA 2

dk;kzy; vf/k kklh vfhk;urk Vjckbu vuqj{k.k [k.m vuijk *c* rkih; ifj;kstuk] m0 iz0 jkt; fo qr mriknu fuxe fy0 i=ky;&vuijk] ftyk&lksuhknz(m0iz0a fufonk lwpuk izdk ku 1 fufonk lwpuk la[;k % 02@Vj0vuq0[ka0@c0rk0i0@2015&16 2 dk;z dk fooj.k % 2X500 es0ok0 ^c*rki vuijk ds bdkbz la[;k 4,oa 5] ds Vh0ch0,Q0ih0],e0ch0,Q0ih0 ds fjldzqyslu ykbu duvªksy okyol~,oa,p0ih0 ckbzikl Lizs ykbu duvªksy okyol~ ds ^bu lhvw^ fjis;fjax dk dk;za 3 dk;z dh vof/k % 01 o kz 4 vuqekfur ykxr % #- 5-40 yk[k 5 fufonk izi= dk ewy; % #- 500-00 ¼#- ikwp lks ek=½,oa m0iz0 osv vfrfjdra 6 /kjksgj /kujkf k % #- 10800-00 ¼#- nl gtkj vkb lks ek= ½ 7 fufonk izi= tek djus dh vfure frffk % fnukad% 20-08-2015] le; 13%00 cts A 8 fufonk [kqyus dh frffk % Hkkx&1 % fnukad% 20-08-2015] le; 16%00 cts A % Hkkx&2 % fnukad% 27-08-2015] le; 16%00 cts A izfr glrk{kfjr vf/k kklh vfhk;urk Vjckbu vuqj{k.k [k.m v/kh{k.k vfhk;urk ifjpkyu,oa vuqj{k.k e.my&f}rh; 3

TENDER NOTICE NO. : 02/TMD/BTPS/2015-16 CHECK LIST OF DOCUMENTS SUBMITTED AGAINST PQC Sl.No. PARTICULARS OF PQC DOCUMENT of PQC 1. Earnest money 2. Technical particulars with respect to any deviation 3. Agreement for validity of offer 4. Photo copy of PAN Card 5. Financial turnover of the firm during the last 3 years 6. Copy of LOI / Agreement of the similar works executed 7. Proprietorship declaration/partnership deed/ Certificate of Registration and Memorandum of Association 8. Service tax registration certificate 9. Character certificate 10. No dues certificate regarding house rent and electricity 11. Declaration on Non Judicial Stamp Paper of Rs 10/- in the prescribed proforma (Annexure-IV). 12. Workshop facility SUBMITTED ( YES/NO) PAGE NO. ( IF YES) This is to certify that all the PQC documents submitted as per above detail are duly attested by self with dated signature and seal. The details given herein are correct to the best of my knowledge and belief. We shall be solely responsible for any mistake, wrong information, forgery of any document etc. I, hereby also certify that I am duly authorized by my firm/company to submit and sign the tender and the enclosed documents. Signature with seal of Tenderer / Authorized Signatory Name of the Tenderer / Authorized Signatory: Date: 4

PREQUALIFYING CONDITIONS OF TENDER TENDER NOTICE NO. : 02/TMD/ B TPS/2015-16 The price bid of only those firms shall be opened who shall fulfill the following prequalifying conditions: The tenderers are requested to submit the following documents in support of the same in Part-I of the tenders, failing which Part-II (Price bid) of the tender may not be opened. No document regarding the pre qualifying conditions shall be accepted from the tenderer after the opening of tender bid (Part-I). 1. Earnest money in the form of Bank Draft payable at Anpara or CDR/FDR/DAC/TDR of a scheduled Bank or NSC in favor of Dy. Chief Account Officer, C.F.A. & B.O, B` T.P.S., Anpara. In case the Earnest money amount exceeds Rs. 5000.00, the same may be submitted in the form of Bank Guarantee issued from a scheduled bank in standard applicable format (enclosed as Annexure-V). 2. Technical particulars with respect to any deviation from technical specifications, terms & conditions or any other details given in the tender specifications. 3. The agreement on non-judicial stamp paper of Rs. 100/- or as applicable from time to time regarding validity of offer on prescribed proforma (Annexure-I) with the signature of two witnesses specifying name, profession and complete postal address of tenderers as well as witnesses. 4. Photo copy of PAN Card of the firm or proprietor as the case may be (In case of single proprietor firm, PAN Card of the firm or proprietor and in case of a partnership firm or a company, PAN Card of the firm). 5. Financial turnover of the firm during the last 3 years issued by the Bank. Average annual financial turnover during the last 3 years, ending 31 st March 2015 should be at least 30% of the estimated cost. 6. Copy of LOI / Agreement of the similar works executed in Unit(s) of 200 MW or above capacity of SEBs/ Utpadan Nigam/ NTPC/Reputed Private firms of power sector to be considered as proof regarding experience of having successfully completed similar works during last 7 years ending last day of month previous to the month of opening of Tender Part-I, satisfying either of the following:- I II Three similar completed works each costing not less than the amount equal to 40% of the estimated cost. OR Two similar completed works each costing not less than the amount equal to 50% of the estimated cost. OR III One similar completed work costing not less than the amount equal to 80% of the estimated cost. Similar work is defined as below:- In-situ repairing of Valves. All entries in the documents submitted as evidences regarding the work experience must be clear and legible. If it is found that any attempt has been made to mutilate/ hide the facts in these documents, the tender bid Part-II of the firm shall not be opened. 7. Proprietorship declaration/partnership deed/certificate of Registration and Memorandum of Association (in case of registered companies). 8. 15 digits PAN based computerized service tax registration certificate. 9. Copy of character certificate issued during the last three years by SP/DM, Sonebhadra (UP) or home district of tenderer. 5

OR Copy of application submitted by the tenderer in the office of SP/DM, Sonebhadra (U.P.) or home district of tenderer for getting the Character Certificate along with the affidavit on Non Judicial Stamp Paper of Rs 10/- to submit the same within next 06 months. Also the tenderer shall have to submit the copy of Character Certificate issued by the local police station during the last 03 months ending last day of the month previous to the month of opening of Part-I. 10. No dues certificate regarding house rent and electricity charges from civil/electricity divisions (ECMD-II, ECMD-IV and EMD-III) of Anpara TPS signed within last ending quarter of the calendar year. If the house is not allotted to the tenderer, they should submit an undertaking to this effect in the prescribed proforma (Annexure-III). 11. Declaration on Non Judicial Stamp Paper of Rs 10/- in the prescribed proforma (Annexure-IV). 12. Proof of sufficient workshop facility e.g. Lathe machine, Drill machine, Milling machine, Grinder, welding facility and various types of cutting tools etc. required for execution of work. All the documents submitted must be duly signed & attested by the bidder with the remark Submitted by me. EXECUTIVE ENGINEER 6

BILL OF QUANTITY S.N. Description of works Unit Qty. Rate 1 In Situ Repairing of Recirculation Control valves of T-BFP, M- BFP & HP Bypass Spray Line Control Valves of Unit # 4&5, 'B' TPS, Anpara. No. 4 Note: 1. The quantities mentioned in the rate schedule are tentative onl y which may vary up to any extent depending upon site requirement. 2. Service tax shall be paid as applicable. 3. Rates quoted must be exclusive of all taxes, otherwise offer may lead to rejection. TECHNICAL SPECIFICATION 1. BFP Re-Circulation Control Valve Make : Copes Vulcan Gadelius Nom. Size : 125mm; Type of Valve : Globe valve. Fluid : Feed water Type of Conn. : BW. Design Pressure : 302.0 Kg/cm 2. Temperature : 200 0 C. Rating : 2500 CL ; Body material : A217-WC6. Valve Stroke : 32 mm. Flow Rate (max) : 600 Ton / Hr Power Supply : Pneumatic Operated SCOPE OF WORK NOTE: To and fro transportation of valves to be repaired as well as transportation of tools/machine required for In-situ repairing is in the scope of contractor. In Situ Repairing of Recirculation Control Valves of T-BFP, M-BFP & HP Bypass Spray Line Control Valves: The scope of work for In Situ Repairing of various Feed line (i.e. BFP Re-circulation valve, BFP minimum flow isolation valve) & HP Bypass Spray Line Control Valve of Unit 4 & 5, 2X500 MW B TPS Anpara shall include the design and fabrication of a Machine (Mini Lathe type) fitted with a motor, which can be mounted on the Valve Body. The Machine must have three-dimensional movement. The Machine must also have the arrangement to mount different tools e.g. Cutters, Grinding wheels etc on its mounting. The repairing of the above Valves shall include - 1. Under cutting of the Valve Sealing Area (where Seal Ring is fitted in the body) to remove all the scratches, cracks, pitting etc. 2. Welding of the Valve Sealing Area with electrode suitable for parent material (Valve Sealing Area Material - A217-WC6 / A216-WCB). 3. Die Penetration checking of the weld after each run of welding. 4. Machining / Grinding / Lapping of the Valve Sealing Area to give the Blue Match Finish. 5. Repairing of male seat, drum and other damaged parts i.e. repairing of complete assembly is included in the scope of contractor. Note: - a. Dismantling / Assembly of the Valve shall not be in the Scope of the Contractor. b. Welding Electrode shall be arranged by the Contractor at his own cost. c. Any other work not specifically mentioned in the scope of work, but required for successful completion of the work shall have to be carried out by the firm free of cost. 7 EXECUTIVE ENGINEER

INSTRUCTIONS TO TENDERERS The tenderers are advised to read the following instructions before filling the tender and follow them strictly: 1. PREPARATION OF TENDER: 1.1 The site of Anpara Thermal Power Project is situated at the border of U.P. and M.P. at the southernmost tip of Distt. Sonebhadra in U.P. and on the left bank of Rihand Reservoir along National Highway No. 75 near the village Anpara at about 3 Km from the existing Renusagar Thermal Power Station. The nearest railway station is Anpara on BG North Central Railway line. 1.2 Before submission of the tender, the tenderers are requested to make themselves fully conversant with the site of work, technical specifications, general conditions of contract, special conditions of contract etc. so that no ambiguity arises at a later date in this respect. 1.3 Only downloaded copy of Tender Document downloaded from the web site of Nigam i.e. www.uprvunl.org will be accepted. It should be noted that Tender Document will not be sold by any office. 1.4 The tender should be prepared in two parts in two separate sealed envelopes. The Part-I shall contain earnest money and all the technical details etc. The Part-II shall contain price bid only. (A) Tenderers should note that individual tender must be submitted as detailed below:- TENDER BID PART-I Tender Bid Part-I shall contain Tender Cost in the form of Bank Draft/Banker s Cheque issued from State Bank of India & payable at Anpara, in favour of Dy.CAO, C.F.A. & B.O., B TPS, Anpara. Earnest money in the form of Bank Draft payable at Anpara or CDR/FDR/DAC/TDR of a scheduled Bank or NSC in favour of Dy.CAO, C.F.A. & B.O., B TPS, Anpara in sealed cover superscribed as Tender Bid Part-I against Tender Notice No. Part-I will also contain all the documentary proofs in support of prequalifying conditions duly self attested by the tenderers under their dated Signature & Seal. In case the Earnest money amount exceeds Rs. 5000.00, the same may be submitted in the form of Bank Guarantee issued from a scheduled bank in standard applicable format (enclosed as Annexure-V). Note: Tender Cost submitted in the form of Bank Draft / Banker scheque should have at least 15 day s validity after opening of Part-I of tender. In case of insufficient validity period or expiry of tender document cost due to extension of tender or any other reason, the same has to be submitted after re-validation otherwise earnest money deposited shall not be released. TENDER BID PART-II Tender Bid Part-II shall contain the price bid. The sealed cover containing the tender bid shall be superscribed Tender bid part-ii against Tender Notice No. Following shall also be superscribed on the envelopes of Part-I & II of the tender. (i) NAME OF WORK... (ii) Date of opening part-i..part-ii Sealed envelopes containing tender bid part-i and part-ii should be kept in one sealed envelope superscribed as Tender Bids against Tender Notice No. Date of opening of part-i..... Part-II.. (B) At the time of opening of the tenders, the Part-I containing tender cost, earnest money and documentary proofs in support of all the prequalifying conditions shall be opened first. Part-II of only those tenderers who have submitted the required amount of tender cost and earnest money in the desired form & fulfill all the prequalifying conditions will be opened. Tenderers may submit their tender personally or send it through registered post with acknowledgment due well in advance so that they are received in the office before the due date and time of submission. No time allowance shall be admissible for postal delays etc. The tenders received after the specified time and date shall not be entertained. The required information shall have to be furnished in the prescribed proforma, wherever available with tender documents. 8

Any other technical data, details, descriptive leaflets, drawing etc. which the tenderer wishes to submit in addition to the details asked for may be enclosed along with the information submitted in Part-I portion only. The tender must be complete in all respects and each page of the tender document shall have to be signed with date by tenderer in ink only. All corrections shall have to be signed with date prior to submission. The schedules/ data sheets must be filled in item by item in accordance with the instructions and notes supplementary there to. In the event of the tender being submitted by a firm, it must be signed by each member there of or in the event of absence of any member, it must be signed by a person holding a power of attorney authorizing him to do so. Such power of attorney shall be produced along with tender. 1.5 In case the tenderer does not supply any of the required information in his tender, necessary loading may be made while evaluating the price of his offer without giving him any further opportunity to supply or clarify the same. Also that failure to comply with this requirement may result, to the rejection of the bid at the discretion of the purchaser. 1.6 The tenderer must quote FIRM PRICES only exclusive of taxes on unit basis or otherwise as required and mentioned in bill of quantity / rate schedule of the tender. Tenderer is required to submit the price schedules and appendixes (Annexure.) duly filled in as required and should strictly follow with the instructions and supplementary notes to facilitate the purchaser to evaluate the various offers comparatively. Failure to do so may prevent the tender from being considered. The tenderer has to quote their rate for all the items covered in the schedule of rate/ bill of quantity failing which the tender may be rejected at the discretion of UPRVUNL. 1.7 In case of ambiguous or contradictory terms/conditions mentioned in the tender, interpretations, as may be advantageous to the purchaser may be taken without any reference to the tenderer. 1.8 Any action on the part of the tenderer to revise the prices and/or change the structure of price/prices at his own instance after opening of the tender will result in rejection of the tender and/or debarring the tenderer from participation in works of U.P. Rajya Vidyut Utpadan Nigam Ltd. for one year in the first instance. 1.9 In case the tenderer is prepared to offer any rebate or deduction in the price, the same should be clearly defined in the tender. The conditional discount shall not be considered. 1.10 Telegraphic Offers / tenders or tenders sent through Fax shall not be entertained and such offers shall be rejected. Conditional offer will not be accepted in any case and will be summarily rejected. 2. EARNEST MONEY: 2.1 Tender must be accompanied with Earnest money in the form of Bank Draft payable at Anpara or CDR/FDR/DAC/TDR on a scheduled Bank or NSC in favour of Dy.CAO, C.F.A. & B.O., B TPS, Anpara. In case the Earnest money amount exceeds Rs. 5000.00, the same may be submitted in the form of Bank Guarantee issued from a scheduled bank in standard applicable format (enclosed as Annexure-V). In case earnest money of specified amount and in the prescribed form is not deposited in Part-I of tender, the price bid (Part-II) will not be opened. 2.2 The earnest money will be returned to all except the successful tenderer. The earnest money of successful tenderer shall be retained and adjusted to work s security deposit. 3. MODIFICATION PRIOR TO THE DATE OF TENDER OPENING: The undersigned reserves the right to revise or amend the specifications prior to the date notified for opening of the tender. Such revision or amendment, if any, will be communicated to the tenderers as amendment to this invitation to the tenders through publication & UPRVUNL s website. 9

4. CLARIFICATION DESIRED BY THE TENDERERS: Any clarification with regard to the specification should be sought for by the tenderer before submission of the tender. No correspondence on this account will be entertained once the tender has been submitted by the tenderer. 5. PROCEDURE FOR OPENING AND PROCESSING OF TENDERS: The Part-I & Part-II of tender shall be publicly opened on the date and time specified in the tender notice. It may be noted that no request on the part of the tenderer for extension in the due date of tender shall be granted. Only those offers which are in conformance with deposit of earnest money and fulfill the prequalifying conditions shall be considered and processed for the evaluation. The tenders accompanied with requisite earnest money shall be scrutinized and processed in this office to ensure whether the same are in conformance to technical requirement of the specification. 6. TIME OF COMPLETION: The agreement for the above works will be executed initially for 12 months and can be enhanced for a period of 03 months as per requirement on the same rates, terms & conditions. 7. AWARD OF CONTRACT: The undersigned does not pledge to accept the lowest or any tender and reserves the right to accept/reject any tender without assigning any reason thereof. No tender should be deemed to have been accepted unless such acceptance is notified in writing to the tenderer by the UPRVUNL. 8. CONTRACT AND AGREEMENT: The successful contractor shall execute an agreement with U.P. Rajya Vidyut Utpadan Nigam Ltd. on standard form of agreement duly completed with the conditions of contract specifications and schedules referred to therein annexed. 9. VALIDITY PERIOD OF THE TENDER: The tender, shall remain valid for 04 (Four) months from the date of opening of the tender. The tenderer shall not withdraw his offer during the validity period. The tenderer shall enclose an agreement in this respect on the proforma enclosed with this document on Rs. 100/- Non Judicial stamp paper duly affixed with Rs. 1.00 revenue stamp. 10. DEVIATION: In general, no deviation from the tender specification is acceptable to UPRVUNL and tenderers are advised to adhere to all clauses of the tender specification and general conditions of contract to facilitate finalization of contract. However, deviation taken, if any by the tenderer from the tender specification may be loaded on quoted price as per the discretion of UPRVUNL. Conditional tender bid shall be summarily rejected. 11. CANVASSING: No tenderer shall canvass any Nigam official or the Engineer with respect to his own or other tender. Contravention of this condition will result in rejection of the tender. This clause shall not be deemed to prevent the tenderer from supplying to the Engineer any further information asked by the Engineer of contract. 12. Contractor shall have to ensure the payment of wages to their labours as per government s latest order in accordance with the Contract Labour Act 1975 and minimum wages prevalent as per govt. rules from time to time. 13. If the opening date happens to be a holiday, then the tender shall be opened on the next working day at the same time as mentioned in tender notice. 10

14. The tenderer have to submit the downloaded tender documents from the website along with the required tender cost. The cost of tender may be submitted in shape of DD/Bankers cheque issued by any scheduled Bank payable at Anpara, in favour of Dy. CAO, CFA&BO, B TPS. 15. UPRVUNL reserves the right to accept or reject any or all the tenders or split the work in two or more parts/contracts without assigning the reasons whatsoever thereof. 16. Overwriting/ use of whitener in the offer is not allowed. Any cutting in the offer must be signed by the tenderer himself or by the authorized representative of the tenderer. 17. The Tenderer shall have no right to issue addendum to his tender bid to clarify, amend, supplement or delete any of the conditions, clause or items stated therein. 18. Successful bidder not having Labour license issued by DLC, Pipri, Sonebhadra (UP) shall apply to Engineer of Contract/Factory Manager on prescribed Form-IV for issue of Form-V which will be required to obtain the said license from the DLC, Pipri. The firm will have to submit this Labour license to the office of Engineer of contract within 30 days after issue of LOI failing which LOI may be cancelled by UPRVUNL. 19. The successful bidder shall submit the attendance of his employees in prescribed Form-12 along with the monthly running bills/ final bills regularly. 20. In case past performance of any firm has been found unsatisfactory in any of the division of Anpara Thermal Power Project/ other Power Station of UPRVUNL / any organization, price bid of that firm will not be opened. NOTE: - i. If at any stage during finalization of tender / execution of order, any documents, submitted by any 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 bidder shall have to produce original documents, if, required, before opening of bid Part-II or after ward. ii. Any deviation in Terms & Conditions must be enclosed along with Part-I. Deviation in the terms & conditions may be the cause of not opening of tender part-ii. EXECUTIVE ENGINEER 11

(On a non Judicial stamp of Rs.-100/- plus Re.1/- revenue stamp) Annexure-I AGREEMENT FOR TENDER VALIDITY Tender invited by : Executive Engineer,........ Tender for : Tender Notice No : Opening date :Part-I Part-II Name of Tenderer :... IN CONSIDERATION of the UPRVUNL having treated the tenderer to be an eligible person whose tender may be considered, the tenderer hereby agrees to the condition that the proposal in response to the above invitation shall not be withdrawn within 04 (Four) months from the date of opening of tender bid and also to the condition that if thereafter the tenderer does withdraw his proposal within the said period, the earnest money deposited by him may be forfeited to the U.P. Rajya Vidyut Utpadan Nigam Ltd. in the discretion of the latter. Signed this Dated of Signed by the Tenderer (With Seal) Witness:- 1-2- 12

Annexure-II QeZ@Bsdsnkj ;g izi= fohkkx }kjk fuxzr izi= ls vyx dj Hkkx&1 ds lkfk tek fd;k tkuk lqfuf pr fd;k tk; A 1& ¼v½ QeZ@Bsdsnkj dk uke %--------------------------------------------------------------------------------------------------------------------------------------------- ¼c½ firk dk uke %--------------------------------------------------------------------------------------------------------------------------------------------- 2& ekfyd@hkkxhnkjksa ds uke %--------------------------------------------------------------------------------------------------------------------------------------------- 1&--------------------------------------------------------------------------------------------------------------------------------------------------------- 2&----------------------------------------------------------------------------------------------------------------------------------------- ---------------- 3&----------------------------------------------------------------------------------------------------------------------------------------- ---------------- 4&--------------------------------------------------------------------------------------------------------------------------------------------------------- 5&--------------------------------------------------------------------------------------------------------------------------------------------------------- 3& LFkk;h irk& ¼1½ edku la0%-------------------------------------------------------------------------------------------------------------------------------------------------- ¼2½ xkwao@eksgyyk %--------------------------------------------------------------------------------------------------------------------------------------------- 3& Mkd?kj %------------------------------------------------------------------------------------------------------------------------------------------- -------------------------------------------------------------------------------------------------------------------------------------------- 4&Fkkuk& %------------------------------------------------------------------------------------------------------------------------------------------- 5& ftyk %-------------------------------------------------------------------------------------------------------------------------------- 6& fiu dksm la0 %------------------------------------------------------------------------------------------------------------------------------- 7& nwjhkk k la0 %------------------------------------------------------------------------------------------------------------------------------- 4& i=kpkj gsrq irk& 1&----------------------------------------------------------------------------------------------------------------------------------------- ------------- 2&------------------------------------------------------------------------------------------------------------------------------------------------------ 3&------------------------------------------------------------------------------------------------------------------------------------------------------- 4&------------------------------------------------------------------------------------------------------------------------------------------------------- 5&------------------------------------------------------------------------------------------------------------------------------------------------------- 6&-------------------------------------------------------------------------------------------------------------------------------------------------------- glrk{kj vf/kd`r izfrfuf/k eqgj fvii.kh& QeZ dh flfkfr esa ikvzujf ki@izksijkbvjf ki MhM dh lr;kfir izfr tek djuk vfuok;z gs A 13

fufonkdkj }kjk fufonk izi= Hkkx&1 ds lkfk tek fd;s tkus gsrq izek.k&i= Annexure-III ¼1½ esa-------------------------------------------------------------------------------------------------¼uke½ izekf.kr djrk gwwa fd esjh bl QeZ vfkok vu;,slh dksbz Hkh QeZ ftldk esa lghkkxh@ekfyd gwwa vfkok esjs Lo;a dk fuxe ds vkokl la[;k---------------------------------------------- -------------------dk fdjk;k vksj fo qr kqyd ekg]]]]]]]]]]]]]]]]]]]]]rd dk tek fd;k tk pqdk gs rfkk blds izek.k gsrq leckfu/kr vuqj{k.k [kumksa (fo qr tkuin vuqj{k.k [kum&f}rh;, fo qr tkuin vuqj{k.k [kum&prqfkz,oa fo qr vuqj{k.k [kum&r`rh;) ls izkir vns;rk izek.k i= layxu gsa A ¼2½ esjh bl QeZ vfkok,slh dksbz Hkh QeZ ftldk esa lghkkxh@ekfyd gwwa vfkok esjs Lo;a ds uke ls vuijk ifj;kstuk esa dksbz vkokl@tehu u rks vkoafvr gs,oa u gh ifj;kstuk ds fdlh vkokl@tehu esa esa vos/k :Ik ls jgrk gwaw A ;fn mijksdr izek.k&i= esa fdlh izdkj dh vlr;rk ik;h tkrh gs rks fohkkx esjk orzeku vuqcu/k lekir dj ldrk gs A fnukad------------------------------------------------------- glrk{kj QeZ ds izfrfuf/k dk uke o eqgj uksv & dzekad 01 ls 02 esa tks ykxw u gks mls dkv nsa A 14

kifk&i= Annexure-IV (10 :Ik;s ds uku twfmf k;y LVSEi ij) esa--------------------------------------------------------------------------firk dk uke--------------------------------------------------irk---------------------------------------------------- ------------------------------------dk@dh fuoklh kifk iwozd c;ku djrk@djrh gwwa fd % 1. (d) esa QeZ es0-------------------------------------------------------------------------------------------irk------------------------------- --------------------------------------------------------dk@dh,dek= Lokeh gwa rfkk blesa esjk@esjh dksbz lk>hnkj ugha gsa ([k) es0-------------------------------------------------------------------------------------------irk------------------------------------------- ---------------------------------------------------------------gekjh,d lk>hnkj QeZ gs rfkk esa bldk@bldh vf/kd`r izfrfuf/k gwaw ftlls lecfu/kr izkf/kdkj&i= esa viuh fufonk ds lkfk vyx ls izlrqr dj jgk gwawaa (x) es0-------------------------------------------------------------------------------------------irk--------------------------------------------- ------------------------------------------------------------------gekjh,d jftlvmz deiuh gs rfkk esa bldk@bldh vf/kd`r izfrfuf/k gwaw ftlls lecfu/kr izkf/kdkj&i= esa viuh fufonk ds lkfk vyx ls izlrqr dj jgk gwawaa 2. (d) vuijk rkih; ifj;kstuk esa esjk@esjh@gekjk dksbz Hkh fj rsnkj dk;zjr ugha gs A ([k) vuijk rkih; ifj;kstuk esa esjk@esjh@esjs@gekjk@gekjs fj rsnkj dk;zjr gs@gsa ftldk@ftudk fooj.k fueuor gs % Ukke-------------------------------------------------------------------firk dk uke---------------------------------------------- Iknuke------------------------------------------------foHkkx dk uke--------------------------------------------------------- 3. esa@ge vius fu;ksftr lafonk Jfedksa@dkfeZdksa dh U;wure etnwjh dk Hkqxrku izr;sd ekg psd }kjk d:wwaxk@d:waxh@djsaxs A esjs@gekjs }kjk psd ls Hkqxrku u djus dh n kk esa fuxe }kjk esjk@gekjk vuqcu/k lekir fd;k tk ldrk gs ftlds fy, esa@ge Lo;a mrrjnk;h gwawxk@gwwaxh@gksaxsa 4. esa@ge lafonk Je ¼fofu;e,oa muewyu½ vf/kfu;e] 1970 o lifbr m0 iz0 lafonk Je ¼fofu;e,oa muewyu½ fu;ekoyh 1970 ds lelr izkfo/kkuksa dk leqfpr :Ik ls vuqikyu d:wwaxk@d:waxh@djsaxs rfkk vuqikyu u gksus dh n kk esa fu;kstd }kjk esjs@gekjs fo:) dh x;h dksbz Hkh dk;zokgh eq>s@gesa eku; gksxh A fnukad%------------------------------------- glrk{kj QeZ ds izfrfuf/k dk uke o eqgj nks lk{kh ds glrk{kj ¼uke o irk lfgr½ 1------------------------------------------------------------------------ 2------------------------------------------------------------------------ 15

Annexure-V Bank Guarantee Format (For Earnest money) (In case EMD amount exceeds Rs. 5000.00, BG may be submitted on a non judicial stamp paper of value Rs. 100.00 or prevailing at the time of submission) U.P. RAJYA VIDYUT UTPADAN NIGAM LIMITED To, Sir, Whereas, Messer s 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....resident of.. carrying on business under the firm's name and style of Messer s at Sri.son of.resident of..sri son of.resident of.partners carrying on business under the firm's name and style of Messrs..at..which is an unregistered partnership (here in after called "The tenderer") 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 Tenderer is required to furnish you a Bank guarantee for the sum of Rs.as earnest money against the tenderers offer as aforesaid. AND WHEREAS we (Name of the Bank) have at the request of the tenderers 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 tenderers 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 tenderer may subsequently agree and if the tenderer 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, not withstanding the existence of any dispute between the U. P. Rajya Vidyut Utpadan Nigam Limited and the tenderer in this regard AND we here by further agree as follows :- (a) That you may without affecting this guarantee grant time or other indulgence to or negotiate further with the tenderer 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 tenderer. (b) 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 tenderer. (c) That any account settled between you and the tenderer shall be conclusive evidence against us of the amount due hereunder and shall not be questioned by us. (d) That this guarantee commences from the date hereof and shall remain in force till the tenderer 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. (e) 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..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. (f) That the expressions the tenderer" and the Bank" the U. P. Rajya Vidyut Utpadan Nigam Limited herein used shall unless such interpretation is repugnant to the subject or context include their respective successors and assigns. Yours faithfully 16

1.0 T&P AND CONSUMABLES: GENERAL TERMS & CONDITIONS OF CONTRACT a. All the T&Ps including welding machine, cutting gas arrangement, grease gun etc. and consumables such as industrial gas, welding electrodes, cotton waste, jute, petrol, kerosene etc. for doing the works shall be arranged by the contractor at his own cost. b. The consumables e.g. bolts, nuts, gaskets, oil, grease, oil seals, packing, bearing etc., if required to maintain the equipments and put it into operation, will be supplied by the department free of cost. c. Special T&P and special welding electrodes shall be supplied by the department free of cost for doing the work. d. Hand lamps, torches, scaffolding materials, lifting devices etc. for attending the faults shall be arranged by the contractor at his own cost. e. The steel required for attending the fault will be supplied by the department free of cost. f. Permanently installed cranes shall be given whenever available free of cost. However, the contractor will have to arrange alternative in case of non-availability of these hoists at their own cost. g. T & P slings etc. to be issued / used by the contractor should be healthy and should have valid test certificates. 2.0 SPARE PARTS: All the spare parts required for the work shall be supplied by the department free of cost. 3.0 ELECTRICITY : The electric power for the welding machine and for the arrangement of supply point for light at the place of work will be supplied by the department free of cost at one point inside the power house. 4.0 TRANSPORTATION: The contractor has to make his own arrangement for the shifting of materials T&Ps etc. from his site/nigam s site store to the site of work, Also, the balance material, the scrap material or defective material will have to be returned to the Nigam s site store by the Contractor. The contractor shall carry out the same at his own cost. 5.0 CLEANING: If for attending the fault, cleaning of the place is required, contractor has to make his own arrangement for the same at his own cost. After attending the fault, the place has to be cleaned by contractor at no extra cost. 6.0 In case of any emergency, the contractor has to work on the other place (not specially mentioned / covered in the scope of work) without any extra charges. 7.0 (a) Responsible persons i.e. supervisors or any other persons shall have to be deputed by the contractor at the site, who will receive the instructions for the work execution from A.E maintenance/je maintenance or Engineer of Contract. (b) (c) (d) (e) All the safety rules and regulations shall be followed by the contractor at his own cost during the execution of work or agreement to avoid any mishappening, accident, fire etc. Contractor has to prepare himself to start work at the notice of 2 hrs and may have to work continuously for the smooth running of the equipment/plant as per site requirement. The work shall have to be attended within minimum possible time. In case of emergency, adequate manpower shall have to be deployed on the job to complete the job within minimum possible time. 17

(f) The contractor will have no right to claim idle labour charges in case of no works assigned to him. 8.0 SECURITY DEPOSIT: (i) Upon acceptance of tender, the successful tenderer shall deposit such additional sum which together with earnest money already deposited at the time of submission of tender will amount to 5% of the value of the contract in the form of DD/DAC/CDR/FDR/ of any scheduled Bank or NSC in favour of Dy.CAO, C.F.A. & B.O., B TPS, Anpara OR Bank Guarantee (if the amount exceeds Rs. 5000.00). Such BG should be valid for the entire period of contract plus three months after the expiry of such contract to form the initial security deposit within two weeks after the issue of LOI. Balance 5% of security shall be deducted from the running bills of the contractor. OR (ii) 10% of the payments shall be deducted as security money from the running bills of the contractor. 9.0 If the rates/prices quoted by the successful bidder for certain items of the bill of quantities are found to be abnormally high or low in relation to the engineer s estimate of the cost of work to be performed under the contract, then UPRVUNL may require the bidder to produce detailed rate/price analysis for any or all items of the bill of quantities to demonstrate the internal consistency of these rates/ prices with the construction methods and schedule proposed. After evaluation of the rate/ price analysis UPRVUNL may require that the amount of the performance security be increased at the expense of the successful bidder to a level sufficient to protect UPRVUNL against financial loss in the event of default by the contractor under the contract, if award is placed on recommended bidder. 10. The security money shall be released after 03 (Three) months of the completion period of the agreement but if the contractor fails to perform the work successfully or discontinues the work before completion of the period or the agreement work is discontinued by the department due to poor performance; the security money shall be forfeited. 11. QUALIFICATION OF TENDERERS: Only such bonafide, experienced and reliable firms need to submit the tender who can produce satisfactory evidence that they have necessary resource and infrastructure to undertake such work of similar nature to the satisfaction of Engineer of Contract, failing which, the undersigned reserves the right to reject tender bid. 12. TIME OF COMPLETION: The agreement for the above works will be executed initially for 12 months and can be enhanced up to maximum period of 03 months as per requirement on the same rates, terms & conditions. For un-satisfactory work, the agreement can be terminated after giving a notice of one week. In case of termination of agreement, the earnest money and security money initially deposited may be forfeited. 13. AWARD OF CONTRACT: The purchaser does not pledge to accept the lowest or any tender and reserves the right to accept the whole or any part of any tender as he may think fit without assigning any reason thereof, No tender should be deemed to have been accepted unless such acceptance is notified in writing to the tenderer by the purchaser. 14. SUB-LETTING OF THE CONTRACT The contractor shall not, without the consent in writing of the Engineer of the contract or purchaser, which shall not be unreasonable with-held, assign or sub-let his contract, or any substantial part thereof, other than for raw material, for minor details or for any part of the work of which the makers are named in the contract provided that any such consent shall not relieve, the contractor from any obligation duty or responsibility under contract. 15. CONTRACT AND AGREEMENT: 18

The successful contractor shall execute to the U.P. Rajya Vidyut Utpadan Nigam Ltd. standard form of agreement duly completed with the conditions of contract specifications and schedules referred to therein annexed. 16. ENGINEER OF CONTRACT Ordering Executive Engineer of the work/service unit will be the Engineer of Contract. He shall allot the services to the indenting user unit for execution of work as and when required/ indented. The user unit shall be responsible for execution, time frame, quality and bill verification, thereafter and shall be the Engineer of Contract for this phase. 17. ENGINEER S DECISION: To prevent disputes and litigation it shall be accepted as inseparable part of the contract that in matters regarding material, workmanship, renewal of improper work, interpretation of contract drawings and contract specifications, made of procedure and the carrying out of the work; the decision of the Engineer of Contract shall be final and binding on the contractor and in any technical question which may arise during the contract, the Engineer of Contract s decision shall be final and conclusive. 18. VARIATION IN QUANTITY OF THE WORK: The quantities given in Schedule of Rates/Bill of Quantity are tentative and may vary as per actual site requirement. However, the overall variation in the total contract value will be limited to +/- 10%. 19. MEDICAL CARE: The contractor shall be fully responsible for first aid and emergency medical treatment to his employees. The necessary arrangement for this purpose shall be made by the contractor at site. 20. MEDICAL SUPERVISION: The medical supervision of the contractor over his employees shall include, anti malaria measures, vaccination against small pox, inoculation against typhoid fever and other diseases, employees suffering from contagious diseases shall be removed as and when detected to an approved permanent hospital. If any case of contagious disease is discovered amongst the employees, it shall be at once reported to the Engineer of Contract. 21. ACCOMODATION / CAMP: Department will not provide any type of accommodation to the contractor or his labour at site or in colony, Contractor has to make his own arrangement without any extra charge. Contractor has to make his camp office and store at the site without any extra charge. The site for this will be given by the site in charge, Engineer of Contract. 22. LABOUR/ FACTORY/ WAGES TO LABOUR: a) As per the factory act/labour act, contractor has to register his labour in Labour office and is required to arrange the insurance of the labour as per act because labors may have to work on the running equipments. The contractor has to follow all the terms and conditions of Labour rules and factory rules. b) Contractor has to pay the wages to his labour as per Labour act & minimum wages act. The Contractor is primarily responsible for timely and correct payment of wages to the worker employed by him for each wage period. The Nigam shall be fully indemnified against any claims or demands arising out of any sort of payment, disputes reference or award. Any delay in making payments of any running bill of the work shall not absolve the contractor of his responsibility of making payment to contract labour. The Contractor shall submit a copy of the wage sheet as per Labour (Regulation and abolition) Act. 1970 duly signed and certified to the Nigam for inspection of the Labour Enforcement Authority, when ever required. c) UPRVUNL does not bind itself for any liability as principal employer regarding absorption of any labour arising out of continuous employment of labour by the contractor. The contractor shall engage his employee, labour in such a way that no such liability arises on account of his award of this agreement or any other agreement entered in the ATP by any division / Circle as it is only job contract. 19

In case of any violation of this contract the recovery from the contractor shall be made not only from this contract but also from other assets of the contractor / firm(s) Associate Firm. The contractor shall follow all the labour laws under Labour/ Factory Act. (d) Contractor will abide by all rules as laid down in contract labour Act (Vinimayan Evam Unmulan)- 1970 and U P Contract Labour Act-1970; otherwise any action against him by the main employer, i.e., UPRVUNL shall be acceptable to him. 23. DAMAGES DUE TO NEGLIENCE: In the event of any damage occurring to any work, property of Nigam or any person due to negligence on the part of the contractor or his labour, the contractor shall be solely responsible and must reconstruct, repair and make good any such damages at his own expense to the full satisfaction of the Engineer of contract. No claim shall be entertained for idle labour due to strike, lock out etc. beyond the control of Nigam. 24. CONTRACTOR TO FOLLOW SECURITY RULES OF PURCHASER: (a) The contractor shall strictly abide by the rules and regulations of security enforced by the UPRVUNL. The contractor shall provide proper identity cards, badges etc. to his employees whenever directed by the Engineer of Contract. (b) The contractor will submit all the details about the labour prior to engagement for the said work to the Engineer of Contract for the security purposes. (c) The Engineer of contract reserves the right to debar any labour or person or the contractor from entry to the power station due to security reasons and Engineer is not bound to clarify the reasons to anybody for debarring such labours. 25. COMPENSATION: For any accident of the contractor s labour, contractor has to pay compensation to the labour as per factory act/labour act/as per workmen s compensation act. Department/Nigam will not be responsible for any such payment whatsoever. 26. NON COMPLETION OF WORK: (a) If found that work is not progressing satisfactorily or is not likely to be completed within the stipulated time, because of failure of the contractor, in case of any irregularity on the part of the contractor ; the Nigam may impose the penalty as specified and or forfeit security deposit at specific amount as penalty. The UPRVUNL management/engineer of Contract shall have the right for termination of the contract after a notice of one week in writing and to award the work to any other agency at the risk and cost of contractor. On cancellation of the contract in full or in part, the Engineer of Contract shall determine what amount, if any, is recoverable from the contractor for completion of works or part of the works. In determining such amount, credit may be given to the contractor for the value of the work executed by him up to the cancellation. (c) Any excess expenditure incurred or to be incurred by the Nigam for completion of the work or part of the works, excess loss or damages suffered or may be suffered by the Nigam as aforesaid after allowing such credit; shall be recovered from any money due to the contractor on any account and if such money is not sufficient, the contractor shall be called upon in writing to pay the same within 30 days. (c) The Engineer of Contact shall on such cancellation have right to get the incomplete work carried out by any means on the risk & cost of the contractor. 27. SAFETY MEASURES: (a) The contractor shall have to follow all the safety rules/measures, particularly with respect to electrical connections, welding, cutting, pulling and lifting, grinding and working at high elevations and scaffolding, and arrange the safety equipments/protective devices e.g. helmets, goggles, safety belts, gloves, safety shoes etc. at his own expense, to their workmen. In case, contractor fails to make this arrangement, Nigam may provide these and recover the cost from the 20