LAKWA THERMAL POWER STATION

Similar documents
TENDER NOTICE NO: 11 of of LTPS

VOLUME I GENERAL CONDITIONS OF CONTRACT (GCC)

BHARAT HEAVY ELECTRICALS LIMITED,

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

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

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

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

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

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

Subject: Sale of wood of Subabul and Eucalyptus trees from the NFL s premises at Vijaipur.

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

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

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

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

TENDER CALL NOTICE NO.

INDIAN INSTITUTE OF TECHNOLOGY KHARAGPUR, WEST BENGAL TENDER DOCUMENT FOR

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

NOTICE INVITING TENDER FOR APPOINTMENT OF GST CONSULTANT SUMMARY

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

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

Webel WEST BENGAL ELECTRONICS INDUSTRY DEVELOPMENT CORPORATION LIMITED. TENDER DOCUMENT

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

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

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

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

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

TENDER FOR SUPPLY OF HAND BOOK

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

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

No. AERC. 8/2002/B/01 Dated Guwahati the 23 rd February, 2018 NOTICE INVITING TENDER FOR PRINTING VARIOUS BOOKS ETC. OF AERC (NIT NO.

BALMER LAWRIE & CO. LTD.

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

BID DOCUMENT SECTION I

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

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

BALMER LAWRIE & CO. LTD. CONTAINER FREIGHT STATION

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

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

PAWAN HANS LIMITED SAFDARJUNG AIRPORT NEW DELHI

Biotech Park, Lucknow

Memo No:1920/WBTDCL-11013(99)/4/2018-GM(WBTDCL)-WBTDCL

ESI CORPORATION MODEL HOSPITAL

RAICHUR POWER CORPORATION LIMITED (A JOINT VENTURE COMPANY OF KPCL, BHEL& IFCI) 2 X 800 MW - YERMARUS THERMAL POWER STATION, KARNATAKA

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

NOTICE INVITING e-tender

DAKSHIN GUJARAT VIJ CO LTD. CIN U40102GJ2003SGC SURAT CITY CIRCLE

ENGINEERING PROJECTS (INDIA) LTD. (A Govt. of India Enterprise) TENDER NO.- EPI/WRO/CON/680/0061

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

Tender. for. Indian Institute of Technology Jodhpur

LOK SABHA SECRETARIAT General Procurement Branch

Special Conditions of Contract (SCC) Rev-01 dated ( Bidders to fill SCC Rev-01 and send with their technical offer)

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

ENGINEERING PROJECTS (INDIA) LTD. (A.Govt of India Enterprise) TENDER NO.- EPI/WRO/CON/681/0036

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

The last date for submission of the bids is at

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

TENDER DOCUMENT FOR RECEPTIONIST REGIONAL MUSEUM OF NATURAL HISTORY,BHOPAL

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

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

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

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

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

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

Tender notice Printing of Wall Calendars for the year 2015

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

TENDER FOR SUPPLY OF PRE-PRINTED THERMAL PAPER ROLL USED FOR BRTS IBUS ETM MACHINE WITH BRANDING RIGHTS

SUPPLY OF SILICON CARBIDE BRICKS AND SILICON CARBIDE MORTAR

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

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

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

To be published on in Sambad Pratidin

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

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

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

Bank Note Paper Mill India Private Limited, Mysore. Invites sealed quotations for Sale of Plastic Scrap & Empty Bobbins at BNPM, Mysore.

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

KERALA STATE SCIENCE AND TECHNOLOGY MUSEUM Vikasbhavan P.O. Thiruvananthapuram

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

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

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

Notice for inviting E-Tender for hiring of vehicles

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

Type of Organisation : Service Provider (Aviation Industry) Tender Ref. No. : PHL:ER:ENGG:ATR2:HK2:2016 dated 10/11/2016

RASHTRIYA ISPAT NIGAM LIMITED (A Govt. of India undertaking) VISAKHAPATNAM STEEL PLANT VISAKHAPATNAM

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

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

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

Sub: Invitation to Tender Enquiry for supply of Towel

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

BANSBERIA MUNICIPALITY Rudra Main Road, Bansberia, Hooghly Notice Inviting e-tender

TELANGANA FOODS (formerly A.P.Foods) (An ISO 22000:2005 Certified Public Enterprise)

ANDAMAN & NICOBAR ADMINISTRATION DIRECTORATE OF SHIPPING SERVICES. Cost of Tender Document : Rs.1000/- per set. Sold to : M/s...

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

COMMERCIAL TERMS AND CONDITIONS

REMOTE SENSING APPLICATIONS CENTRE, U.P.

BALMER LAWRIE & CO. LTD. TECHNICAL / COMMERCIAL BID

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

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

TENDER No: SPMU/NRC/Print Service/542/2018/ dated March 14, 2018 TENDER FOR MANAGED PRINT SERVICES ISSUED BY

Transcription:

Assam Power Generation Corporation Limited (A Company Constituting the Generation Wing of former ASEB) Office of the General Manager LAKWA THERMAL POWER STATION P.O. SUFFRY-785689, MAIBELLA DIST-CHARAIDEO, ASSAM TENDER NOTICE NO.: 24 of 2017-18 Name of Work: Repairing and bituminous surfacing of road from main gate to auditorium, LTPS, Maibella. Serial No.:..... Signature & Seal of the issuing officer Cost of Tender: Rs. 700/- Page no 1 of 11

(A) Objective: The present tender is floated for Repairing and bituminous surfacing of road from main gate to auditorium, LTPS, Maibella. (B) Intent of Tender: It is intended to give complete techno-commercial specifications of the tender for selection of bidder. ( C) Eligibility Criteria: The bidder should have sufficient experiences in execution of Civil works. The total credential of Civil construction works not below the amount of Rs 2.00 lakh, will have to be provided. The successful completion certificate in original or attested copy of the work orders shall be provided along with the bid documents. (D) GENERAL INSTRUCTION TO THE TENDERERS : 1. (i). One set of Biding document (Tender document) will be issued to intending bidder on submission of Demand Draft for Rs. 700/- (Rupees seven hundred) only in favour of the AM (Acctts.), LTPS, APGCL, Maibella. Bidder shall submit tender document duly signed and stamped on each page of tender in token of his acceptance along with his bid. (ii). Transfer of bidding document issued to one intending bidder to another is not permissible. (ii)i. The bid shall be completed in single bid system as directed below. 2. The bidder is to furnish following details along with the bid. i. Documents related to tender requisition. ii. Any other relevant documents, bidder desires to submit. iii. Each page to be numbered and to be duly signed. 3. SUBMISSION OF BID: i. The bid must be submitted in one Sealed envelopes. The envelop shall have following information clearly written on the outside of the envelop, failing which APGCL will assume no responsibility for the misplacement or premature opening of the bid. Name of work :.. Bid No :. Due date & time of opening : From (Name & address of Bidder) :. ii. iii. Bid must be submitted by the due date and time mentioned in the Letter Inviting Tender or any extension there of as duly notified in writing by APGCL at the following address. Address to which bids are to be sent (by Speed Post/Courier/Regd Post/By Hand etc). The General Manager LAKWA THERMAL POWER STATION P.O. SUFFRY-785689, MAIBELLA DIST-CHARAIDEO, ASSAM Bid received after the time and date fixed for receipt of bid is liable for rejection. Page no 2 of 11

4. CHECK LIST FOR SUBMISSION OF BID: i. To assist bidder in ensuring the completeness of bid, a checklist for submission of various documents/ details in the bid has been enclosed (Annexure - I ). Bidder, in his own interest, is requested to fill the checklist and submit along with his bid for ready reference. ii. In case of incomplete submissions, APGCL will not be under any obligation to give the bidder an opportunity to make good such deficiencies and APGCL may at its discretion treat such bids as incomplete and not consider for further evaluation. 5. BID OPENING AND EVALUATION: i) On the date and time mentioned in Notice Inviting Tender, the bid will be opened in the office of the General Manager, LTPS, APGCL, Maibella. ii) In the event the specified date of bid opening is declared a holiday for APGCL, the bid shall be opened on the next working day at the specified time and location. iii) Clarification and Additional Information : During evaluation, APGCL may request bidder for any clarification on the bid, additional or outstanding documents. Bidder shall submit all additional documents in one original and one copy. However, seeking clarification shall be on sole discretion of APGCL. 6. BID EVALUATION CRITERIA: i) The bid must be accompanied with EMD as specified in the tender. ii) Deviation to critical stipulation: Deviations to critical stipulations of bidding document as mentioned below are not acceptable. Bidder taking deviations to the following bid stipulations may not be considered for price bid opening. a) EMD a) Firm Price b) Schedule of Rates c) Payment terms d) PAN, GSTIN. e) Valid Labour Licence. f) Experience Certificate (same type of work). g) OBC/SC/ST Certificate (if applicable). iii) Bidders must ensure that complete bid along with all details as sought are submitted as per provisions of the bidding document. The checklist has been provided in the bidding document to ensure that any required details are not missed by the bidders while submitting their offer. iv)the Schedule of Rates quoted by the bidder shall be taken up for evaluation on overall basis. 7. OWNER S RIGHT TO ACCEPT OF REJECT A BID: LTPS,APGCL reserves the right to accept a bid other than the lowest and to accept or reject any bid in whole or part, or to reject all bids with or without notice or reasons. Such decisions by APGCL shall bear no liability whatsoever consequent upon such decisions. Page no 3 of 11

8. AWARD OF WORK: i) The bidder whose bid is accepted by LTPS, APGCL shall be issued Letter of Intent / Confirmed order prior to expiry of bid validity. Bidder shall confirm acceptance by returning a signed copy of the LOI within 5(five) days from the date of issue of LOI/Confirmed orders. ii) LTPS, APGCL shall not be obliged to furnish any information / clarification / explanation to the unsuccessful bidders as regards non-acceptance of their bids. Except for refund of EMD to unsuccessful bidder, APGCL shall correspond only with the successful bidders. 9. CONTRACT DOCUMENT: The successful bidder shall be required to execute a formal agreement in accordance with the Form of Contract ({Annexed to General Conditions of Contract {GCC}) within 5(five) days of receipt of LOI / confirmed order. 10. EXCEPTIONS AND DEVIATIONS: Exception and Deviation Proforma Sl.No. Ref of Bid Document Subject Deviations Page No. Clause No. NOTE : Bidders are advised not to stipulate any deviation(s) / condition(s) and to confirm compliance to tender conditions in Toto. However, in the event of bidder seeking any deviation(s), the same should be submitted separately for commercial and technical sections strictly as per the format given above in one place, otherwise, the same shall not be considered and it will be presumed that the bidder has accepted all terms and conditions of the tender. Signature :.. Name :.. Bidder s Name :.. Company Seal :.. 11. LOCATION: The location of the work shall be at LTPS, P.O.- Suffry,785689,Maibella, Dist- Charaideo, Assam. Nearest Rly. Station: Simaluguri, Nearest Airport: Jorhat or Dibrugarh (Around 100km from LTPS) 12. SCOPE OF WORK: The broad scope of work is as under: Repairing and bituminous surfacing of road from main gate to auditorium, LTPS, Maibella and the rates have been taken from APWD(Rural Roads) for the year 2013-14. 13. PERIOD OF COMPLETION: A total of 30(thirty) days will be given for the entire scope of the work. The starting date will be counted from the date of giving site clearance from LTPS, APGCL, Maibella. Page no 4 of 11

14. LIQUIDATER DAMAGE: If the contractor fails to successfully complete the entire scope of works within the time fixed under the contract, the contractor shall pay to APGCL as liquidated damages @ 1%(one percent )Of the Contract Price per week of delay in scheduled period of work. The total amount of liquidated damages for delay under the contract will be subjected to a maximum of 10% of the price. This is, however, subject to force majeure clause as given in General Condition for Supply & Erection of APGCL, 2014. The payment of liquidated damage shall not in any way relieve the contractor from any of its obligation to complete the work or from any other obligation and liabilities of the contractor under the contract. 15. TERMS OF PAYMENT: 100% payment will be made on successful completion of the work as per specification and to the full satisfaction of the department subjected to the availability of fund. 10% of the total value of the final bill will be kept as security deposit. 16. EARNEST MONEY: EMD 2% on quoted rate(1% for OBC/SC/ST) in the shape of Bank Draft of any Scheduled Bank duly pledged in favour of the AM(Acctts.), LTPS,APGCL shall be submitted. APGCL will refund the Earnest money of the unsuccessful bidders directly to the bidders within a reasonable period of time without any interest and after obtaining their request letter. The EMD in original bank draft is only acceptable. 17. INCOME TAX / SALES TAX / WORK CONTRACT TAX : The bidder shall have to submit copy of PAN, GSTIN Registration Certificate along with the tender and accordingly Income Tax and Sales Tax (VAT) will be deducted from the bill of successful bidders. Income Tax deduction shall be made from payments to the contractors as per rules and regulation in force in accordance with the Income Tax Act prevailing from time to time. Sales Tax, Work Contract Tax and other duties/levies as applicable shall be borne by the contractor. APGCL will issue the necessary certificate for Income Tax deduction at source, however, the contractors has to submit detail of their Permanent Account Number (PAN) before issue of such certificate. In absence of these documents, no TDS certificate shall be issued by APGCL. Similarly, in case of Work Contract (involving both supply of material and services) Tax will be deducted at source by APGCL towards WC Tax at the rate applicable from time to time and issue necessary certificate to this effect. 18. TAXES & DUTIES: The bidders must clearly specify all taxes and duties levied in the submitted tenders, without which such taxes and duties shall be at bidder scope. Page no 5 of 11

19. PERFORMANCE GURANTEE OR SECURITY DEPOSIT (S.D) : i. The security to be taken for due performance of the contract in terms of the Agreement will be a deduction of 10% (ten percent) from final bill payment made on account of works performed. ii. S.D. and Earnest money deposit (EMD) shall be forfeited or appropriated by the GM, LTPS, APGCL under authority of owner in his discretion towards any loss, damage etc. that may be sustained by the APGCL as a result of breach of any term, conditions of the contract by the contractor, notwithstanding other remedies open to APGCL under the terms of the contract or law. iii. In the event of contractor s S.D. & EMD being appropriated towards loss, damage etc. the contractor shall forthwith recoup the amount to restore the S.D. to the full current value within 30 days from the date of intimation. iv. Subject to the provisions mentioned above and the provisions of the guarantee period of six month from the date of completion of this order, the S.D. & EMD will be returned to the contractor on the due and satisfactory performance of the contract and after all claims of APGCL shall have been settled. The APGCL will not pay any interest on the above S.D performance guarantee. 20. SCHEDULE OF RATES (SOR): i. The quantities and manpower categories indicated in Schedule of Rates are minimum. The rates quoted by the bidder shall remain firm for any variation and will be assumed to be inclusive of all taxes and duties excluding GST and Cess thereon. ii. No escalation of whatsoever nature shall be paid to the contractor for the entire contract period. iii. Rates must be filled in the format for Schedule of Rate enclosed as per the bidding document in Annexure - II. iv. The manpower service provided preferably to be of permanent nature for the whole contract period. v. In case of any activity that is not covered in the SOR but is required to complete the contract terms, the quoted rates will be deemed to be inclusive of cost incurred for such activity. 21. INSPECTION OF WORK : i. All works under the contract shall be subject to inspection by the APGCL to the extent practicable at all times and places including the period of construction in any event prior to final acceptance. ii. In case any work or part thereof are found to be defective in material or workmanship or otherwise not in conformity with the specifications or requirement of contract, the APGCL shall have the right either to reject them or to order their correction, as directed by the department. iii. The inspection and test by APGCL of any work or any supplies doesnot relieve the contractor from any responsibility regarding defects or other failures to meet the contract requirement which may be discovered prior to final acceptance. Final acceptance shall be conclusive except as regards latent defects, fraude or such gross mistakes which amounts to fraud. iv. The contractor shall provide and maintain an inspection system acceptable to the APGCL covering the works and/or supplies hereunder. Records of all inspection works by the contractor shall be kept complete and available to the APGCL during the performance of this contract. Page no 6 of 11

22. STORAGE & HANDLING: i. The contractor shall be responsible for making all necessary arrangements for loading, unloading and other handling; right from his works go to the site and also till the work is completed. He shall be solely responsible for proper storage and safe custody of all materials. ii. The contractor shall have total responsibility for all equipment and materials in his custody/stores, loose, semi-assembled and/or erected by him at site. The contractor shall make suitable security arrangements to ensure the protection of all materials, equipment and works from theft, fire, pilferage and any, other damages and loss. 23. TOOLS & PLANT: The APGCL do not furnish any tools and tackles, plants and equipments or such facilities for carrying out the work of the contractor (excluding hypothecation). The contractors shall arrange and maintain the equipment required for implementation of work all throughout the period of the contract. 24. MATERIALS & LABOUR: i. All labours required for carrying out the works shall be arranged and furnished by the contractor all throughout the tenure of the contract. ii. In connection with performance of work throughout the tenure of the contract, the engagement of labourer and payment thereof by the contractor shall conform to the statutory pertinent law or act of the Central and State Govt. as well as rules, regulation and order of the local authority or statutory bodies as may be in force from time to time. iii. Site work may be carried out by the contractor on Sundays and Holidays for timely completion to the site in-charge. 25. LIABILITY FOR ACCIDENTS AND DAMAGES: i. Under the contract, the contractor shall be responsible for loss or damage to the plant until the successful completion of commissioning as defined elsewhere in the NIT. ii. In case the contractor s performance is delayed due to any act of omission on the part of APGCL, then the contractor shall be given due extension of time for the completion of the works, to the extent such omission that caused delay in the contractor s performance of the contract. Regarding reasonableness or otherwise of the extension of time, the decision of APGCL shall be final. 26. TERMINATION OF CONTRACT: Notwithstanding anything contained elsewhere, APGCL may at any time at its option terminate the contract or part of it after giving 15 days notice in writing to the contractor without assigning any reason and upon such termination APGCL shall have right to remove contractor s material from site and the contractor shall only be paid for the work satisfactorily completed in accordance with the provision of the contract. If APGCL considers that the performance of the contractor is unsatisfactory or not up to the expected standard, APGCL shall notify the contractor in writing and specify in details the cause of dissatisfaction. APGCL shall have the option to terminate this contract if the contractor fails to comply with the requisitions, contained in the said written notice issued by APGCL. Page no 7 of 11

If during execution of the work, the work is transferred to other vendor which comes to the knowledge of APGCL, then APGCL will have full right to terminate the work by issuing a 7 days termination notice. 27. ADHERENCE TO SAFETY REGULATIONS: Contractor shall ensure that all safety precautions required are observed at all times during the execution of the job as per Govt. statutory norms. The contractor shall comply with all applicable safety regulations and to take care for the safety of all persons and equipments entitled to on the site. 28. LABOUR PERMISSION / VEHICLE PERMISSION: The contractor shall arrange to make gate passes / labour permission / vehicle passes etc for his persons/labourers/vehicles for working in site plant premises at his own cost as per rules of APGCL. The contractor is to submit valid/authentic permanent resident proof of the labours at the time of obtaining the gate pass. 29. ARBITRATION CLAUSE : i. All disputes or differences, whatsoever arising between the parties hereto pertaining to any part of the contract including its execution or concerning the WORKS or maintenance thereof this CONTRACT or the rights or to liabilities of the parties or arising out or in relation thereto whether during or after completion of the CONTRACT or whether before or after determination, foreclosure or breach of the CONTRACT (other than those in respect of which the decision of any person is by the CONTRACT expressed to be final and binding) shall after written notice by either party to the CONTRACT be referred for adjudication to a sole arbitrator to be appointed by APGCL as hereinafter provided. ii. For the purpose of appointing the sole arbitrator referred to above, the Appointing Authority will send within thirty days of receipt of the notice, to the CONTRACTOR a panel of three names which are not connected with the work in question. iii. The contractor shall on receipt of the names as aforesaid, select any one of the persons named to be appointed as a sole arbitrator and communicate his name to the Appointing Authority within thirty days of receipt of names. The Appointing Authority shall thereupon without any delay appoint the said person as the sole arbitrator. If one CONTRACTOR fails to communicate his choice for appointment of arbitrator, the Appointing Authority shall do it on expiry of 30 days. iv. If the arbitrator so appointed is unable to act or resigns or vacates his office due to any reason whatsoever, another sole arbitrator shall be appointed as aforesaid. v. The work under the contract shall however continue during the arbitration proceedings and no payment due or payable to the contractor shall be withheld on account of such proceedings. vi. The jurisdiction of arbitration shall be at Guwahati. vii. viii. The award of the arbitrator shall be final and binding on both the parties. Subject to aforesaid the provisions of the Indian Arbitration and Cancellation Act 1996 or any statutory modification or re-engagement thereof and the rules made there under and for the time being in force, shall apply to the arbitration proceeding under this clause. 30. JURISDICTION : Subject to arbitration clause, all questions, disputes of differences arising under out of or in connection with the contract shall be subject the exclusive jurisdiction of Courts of Guwahati. Page no 8 of 11

31. SUMMARY TERMINATION OF CONTRACT DUE TO SUBMISSION OF FALSE DOCUMENT: i) Bidders are required to furnish the complete and correct information / documents required for evaluation of their bids. If the information / documents forming basis of evaluation is found to be false/forged, the same shall be considered adequate ground for rejection of the bids and forfeiture of Earnest Money Deposit. ii) In case, the information / documents furnished by the contractor forming basis of evaluation of his bid is found to be false/forged after the award of the contract, APGCL shall have full right to terminate the contract and get the remaining job executed at the risk and cost of such contractor without any prejudice to other rights available to APGCL under the contract such as forfeiture of Security Deposit, withholding of payment etc. iii) In case the issue of submission of false document comes to the notice after execution of the work, APGCL shall have full right to forfeit any amount due to the contractor along with forfeiture of Security Deposit furnished by the contractor. iv) Further, such contractor/bidder shall be blacklisted for future business with APGCL. -Sd- -Sd- -Sd- Asstt. Gen. Manager(civil) Asstt. Manager(F&A) Gen. Manager LTPS, APGCL, Maibella LTPS, APGCL, Maibella. LTPS, APGCL, Maibella Page no 9 of 11

Annexure - I CHECK LIST: The bidder is to go through the check list before submission of the tender. Sl. No. List Details Submitted Not Submitted Remarks 1 EMD in original 2 Original APGCL s bid document 3 Exception & deviation proforma 4 GSTIN 5 PAN card 6 Valid Labour License 7 Experience Certificate 8 OBC/SC/ST certificate 9 Page no 10 of 11

Annexure II Sub: Submission of tender for the work Repairing and bituminous surfacing of road from main gate to auditorium, LTPS, Maibella. Ref: Your tender notice no. Dear Sir, In response to your above notice I/We... am/are submitting herewith, my/our rates for the works as mentioned below. Necessary documents, as asked for, are enclosed herewith, for your kind persual. Name of work Repairing and bituminous surfacing of road from main gate to auditorium, LTPS, Maibella. In figure Quoted Amount In words Enclo: 1. Demand Draft No. 2. Date of issue 3. Name of Bank Yours faithfully, Signature of contractor Full Name: Address: Mobile No: Page no 11 of 11