TENDER NOTICE NO. PLN-CO-25 /

Similar documents
CIN-U40102GJ2003SGC PR NO RFQ NO 47678

ADVERTISED TENDER NOTICE NO.: PLN-CO-36 /

ADVERTISED TENDER NOTICE NO.: PLN-CO-32 /

PR No: RFQ No: CIN : U40102GJ2003SGC Estimate cost. Rs Rs in form of cash/ Demand Draft of nationalized bank

PR No: RFQ No: 49403

Last date of receipt of tender at Date : On Hrs Date of opening the tender at Date : On Hrs.

ADVERTISED TENDER NOTICE NO 25 / TO, M/s

Supply of Earthing Kit for the special type earthing of Distribution transformer centres Under Patan City-1 S/Dn, Division Office Patan, UGVCL.

Save Energy for Benefit of Self and Nation PR NO RFQ NO 48087

PR NO RFQ NO ADVERTISED TENDER NOTICE NO.: PLN-CO-32 /

PR NO RFQ NO 41580

Annual Contract for Garden Maintenance at office campus UGVCL Mehsana.

DIVISION OFFICE, GANDHINAGAR. TENDER NOTICE NO : SR NO :- 1 P R No: RFQ No:

PR No: RFQ No: 48439

: To be filled by the tenderer :

6 Date & Time Of Opening Of Tender Dt At Pm (If Possible) 7 Tender Fee (Non Refundable) Rs 1000/- 8 Time Limit One Year

PO NO RFQ 39846

Tender notice no.28 item-1,

To 27/04/2017. Sub: Providing and Fixing of signage board at PFRDA

e-tender Providing and fixing Modular Partition & Roller curtain Important Information: BID FORM for Procurement of

E-Tender for Labor work for laying of LT AB Cable and replacement of service at various Sub Division under Bopal Division in IPDS Scheme.

E-Tender for Providing & labour charge for underground work by laying 11 KV XLPE cable of approved work under Mehsana Division

PR.NO : / RFQ.NO: Tender Notice No MSN CO : 123/2017

Administration of Dadra and Nagar Haveli, Dr. B. B. A. Government Polytechnic, Karad D.P Tender Notice

Supply of Tree Guards QUOTATION NOTICE

(CIN) : U40100GJ1999SGC STATE LOAD DESPATCH CENTRE

ISO 9001:2008 Certified WEB TENDER NOTICE NO: DGVCL/Civil/2015/Steel Cupboards/41. Website:

NOTICE INVITING TENDER (NIT)

Save Energy for Benefit of Self and Nation CIN U40102GJ2003SGC042906

ALLAHABAD BANK (HO: 2, N.S.Road, Kolkata) NOTICE INVITING TENDER

TENDER FOR CIVIL WORKS FOR ROAD, DRAIN AND CULVERT AT GORAKHPUR, UTTAR PRADESH [NIT NO. : PNPM/EM250/E/G-202] AMENDMENT-I, DATED:

Tender For. Supply, Installation & commissioning APC/HITACHI MAKE UPS. SLDC-Vadodara

Tender for Supply of ISI Make Black Cotton / Friction Insulation Tape Roll and Brown Tape Roll for City Division office-1, Rajkot.

TENDER FOR PROVIDING 5 NOS LABOUR FOR LOADING & UNLOADING OF PSC POLE & 1 NOS LABOURS AS CLEANER FOR TRUCK IDAR DIVISION STORE UNDER IDAR DIVISION

Name of the work: AIR CONDITIONING WORKS TO BE CARRIED OUT AT OUR EXISTING BRANCHES IN THE REGION RO JAIPUR. SYNDICATEBANK:

GST NO: 36AAACT8873F1Z1

TENDER BOOKLET TECHNICAL BID. Tender KLTPS-56 / W-565 RFQ-29818

e-tender Notice `.9.99 Lacs `.25,000/-

E-Tender for Annual work order for underground 11 KV 185 mm2 XLPE cable fault detection for Shela & Sanand-1 S Dn

PR NO : RFQ No: E-Tender Notice No GNR-DO

Invitation of quotation For Footstep At All India Institute of Medical Sciences, Jodhpur

TENDER FOR HIRING OF VEHICLE FOR VADALI SDN UNDER IDAR DIVISION. (For 24 Hours)

NOTICE INVITING TENDER

F-1016/SQ/Maint. Date: Subject: Sealed Quotation for Misc. Civil work in Flat No. 100 MIG, CBSE, staff qtrs.

:: PEPSU ROAD TRANSPORT CORPORATION, PATIALA::

Important Information:

TENDER DOCUMENT FOR PURCHASE OF GENERATOR (50KVA)

BANK OF BARODA INVITATION FOR TENDER OFFERS FOR PRINTING OF BANK S DIARIES

STANDARD BIDDING DOCUMENTS FOR LOW VALUE PURCHASE

GUJARAT ENERGY TRANSMISSION CORPORATION LIMITED

CIN: U40100GJ1993SGC019988

Administration of Daman & Diu, U.T., Office of the Directorate, Medical & Public Health Services, Tel.No /

VISAKHAPATNAM PORT TRUST MATERILAS MANAGEMENT DEPARTMENT TENDER FORM

STATE BANK OF INDIA RASMECCC, ADMINISTRATIVE BUILDING,WARANGAL, TELANGANA PH NOTICE INVITING TENDERS

TECH / 120 Days from the date of opening of the enquiry Contract Period

ICSI HOUSE, C-36, Sector-62, Noida

REF. NO. F.11 (26)/BTC/PUR/Cubical Cage/ /66 Dated: TENDER DOCUMENTS (NON-TRANSFERABLE)

TENDER. Tender Notice No. MRC - 13 ( )

Administration of UT of Daman & Diu., Office of the Directorate, Medical & Public Health Department, Tel.No

TENDER BOOKLET /// TECHNICAL BID /// Tender notice no:450/16/w,rfq

ICSI HOUSE, C-36, Sector-62, Noida

ICSI HOUSE, C-36, Sector-62, Noida

Tender No. BCCL/BA-IX/PUR/ WEB-SITE/17-18/90 Dated: 23/10/2017 NOTICE INVITING OPEN TENDER (Web-site) (

6 Earnest Money Deposit Rs. 17, Date of Opening of Price Bid Hrs.

ICSI HOUSE, C-36, Sector-62, Noida

Ph: / Fax: / Corporate Identity Number: U40100GJ1993SGC TENDER BOOKLET

Phone Office: /89 Maulana Azad Campus, Chelmsford Road New Delhi

Òkjrh; çks ksfxdh lalfkku xqokgkvh, xqokgkvh& Indian Institute of Technology Guwahati,

छप ई एव स ट शनर अन भ ग, सह यक स व ए ववभ ग, क न द र य क य ऱय, म बई.

Madhav Institute of Technology & Science, Gwalior

TENDER FOR SUPPLY & INSTALATION OF WELDING BOOTH FOR GOVT. ITI BHUBANESWAR-12

GOVERNEMTN OF MAHARASHTRA MAHARASHTRA PRISON DEPARTMENT NAGPUR CENTRAL PRISON, NAGPUR

F.No.NIHFW/WS/7-1/2018 NATIONAL INSTITUTE OF HEALTH AND FAMILY WELFARE Munirka, New Delhi NOTICE

TENDER SCHEDULE FOR MAN-POWER SUPPLY CONTRACT IN GANDHAMARDHAN REGION, OMC LTD. FOR THE YEAR (w.e.f. 1/08/2017 to 31/03/2018)

No: SDCMU/QC/72/TENDER/ 9421 / Date: 31/01/2018. TECHNICAL TENDER PART 1 (e-tender)

Sd- ( D.C.PATIL ) CHIEF PURCHASE & STORE OFFICER, FOR GENERAL MANAGER, F.Pur-01.Rev.0

PRE QUALIFICATION CRITERIA / ELIGIBLE CRITERIA FOR TECHNICAL QUALIFICATION [TO BE SUBMITTED IN PHYSICAL FORM]

Kamla Nehru Institute of Technology

* * * * * TENDER DOCUMENT FOR SUPPLY OF CHAIN PULLEY BLOCK REQUIRED FOR RET CONSTRUCTION SLUICE GATE

INDIAN INSTITUTE OF TECHNOLOGY GOA At GEC Campus, Farmagudi, Ponda TENDER FOR PROVIDING SECURITY SERVICE AT IIT GOA

Tender Document For Supply of 1,000 Units of A. I. Crates (Travis) at Main Dairy Plant, Palanpur

No.1988 Date. 06/09/2017. Detail Quotation Call Notice for Supply of Hot Air Oven for Sterilization of Glass Bottles.

SPECIAL COMMERCIAL TERMS AND CONDITIONS

Sub: Notice inviting open tender for sale of Blooms 150x150mm, Blooms 200x200 mm - reg

Webel WEST BENGAL ELECTRONICS INDUSTRY DEVELOPMENT CORPORATION LIMITED. TENDER DOCUMENT

Sub: Sealed Quotations for Supply of Clothlined Envelops

BID FOR HIRING OF AGENCY FOR PRINTING JOBS IN CONSULTANCY DEVELOPMENT CENTRE (CDC) CONSULTANCY DEVELOPMENT CENTRE

TECHNICAL BID. T 4452 (E-Tender I.D. No. ) Subject: Supply of Various Pulleys for CHP I and II of GSECL Ukai TPS. EMD D. D. No.

TENDER ENQUIRY NO. BCL /AB/ BOXN (rehab)/ components/ AW Dated

र ष ट र य प र द य ग क स स थ न प द च च र क र क क ल NATIONAL INSTITUTE OF TECHNOLOGY PUDUCHERRY Karaikal Union Territory of Puducherry

* * * * * TENDER DOCUMENT FOR SUPPLY OF CASTING ITEMS FOR DIFFERENT PROJECTS

Chennai Metro Rail Limited (A Joint Venture of Govt. of India and Govt. of Tamil Nadu)

STATE BLOOD TRANSFUSION COUNCIL, ODISHA

Phone No

TENDER FOR POCKET DIARY WITH WALLET FOR THE YEAR 2016

/ :55 P.M :00 A.M.

Invitation of quotation For Distilled Water (Sterile) At All India Institute of Medical Sciences, Jodhpur

(Regd. Office: 21, N.S.Road, Kolkata ) TENDER NO: BL/LC/MAN/SO2/LT/201718/0176 Dated: Due date:

NOTICE INVITING QUOTATIONS. File No. NITT/F.NO.005/CAP.EXP.35/ /PHY Date: 08/01/2019

No.: EE/EHV O &M/DN.-I/PUNE/Tech./1684 Date:

Transcription:

PR No: 363706 RFQ No: 50270 CIN : U40102GJ2003SGC042906 TENDER NOTICE NO. PLN-CO-25 /2018-19 Name of Work : TENDER FOR SUPPLYING, PROVIDING & FIXING OF PREFABRICATED CHAIN- LINK FENCING AROUND TRANSFORMER CENTER FOR ALL S/DN UNDER DEESA-1 DIVISION. Estimate cost. Rs. 499950.00 Earnest Money. Security Deposit. Rs. 5000.00 in form of Demand Draft of nationalized bank. 5% of Order value Last Date of document received Date:22-10-2018 On 18.00 Hrs. Date of opening the tender at Type of tender Tender Fee (Non refundable) Time Limit. Date:23-10-2018 On 16.00 Hrs. (If possible) Percentage Rate. Rs. 590.00 (500+18% GST) in form of Demand Draft of nationalized bank 3 month Tender fee & Earnest money deposit will be accepted in cash or by demand draft on any schedule bank at Deesa in favors of "UTTAR GUJARAT VIJ COMPANY LIMITED", cheques or Bank guarantee will not in form of Demand Draft of nationalized bank be accepted. NOTE: This is online tender and put at www.nprocure.com site so fill on line and must send tender through RPAD. Tender received through RPAD only will be accepted. SUPDT.ACCTT. (Exp) UGVCL,DO DEESA-1 EXECUTIVE ENGINEER UGVCL, DO DEESA-1 To be filed in the Tender. (1) Tendered Value : (To be filed by the Contractor) Rs. (2) Earnest Money Deposit Paid vide DD No. Date Rs (3) GST No. Date:-

SCHEDULE: B - PRICE BID Name of Work: - TENDER FOR SUPPLYING, PROVIDING & FIXING OF PREFABRICATED CHAIN-LINK FENCING AROUND TRANSFORMER CENTER FOR ALL S/DN UNDER DEESA-1 DIVISION. Sr. No 1 2 Particulars of Item Unit Qty Supply & Providing 10.88 running meter Chain link fencing fabricated from MS Pipe, MS Angle, MS Flat & GI wire Mesh Chain Link as per drawing specifications & requirement according to transformer centre site situation as per instruction of Engineer In Charge of UGVCL subdivision. Labor charges for fixing of 10.88 running meter Chain Link Fencing at Transformer Centers with cement concrete foundation as per drawing, specifications & instruction of Engineer In Charge of UGVCL subdivision. Supply Rate Labour Rate Total No 30 13000 0 390000 No 30 0 3600 109950 Grand Total 499950 Total (A) 499950 Bidder s offer ( +/- ) in % (B) Grand Total C = A +/- (A*B) GST ( D = C x GST % ) Grand Total including GST ( E = C + D ) Final offer in Rs. Final offer in words Rupees 1. Separation into Supply and Erection is only for convenience and better economic management and for the ease of Accountancy but the entire Contract, is to be assessed under GST Law, as the Works Contract Service, which is as per the provisions of Section 2(30), read with, section 2(119), further read with, Paragraph 6(a) of the Schedule II to the CGST Act 2017 or SGST Act 2017 and similar provisions, applicable under the UTGST Act 2017 and the IGST Act 2017 and the entire activity, would be subjected to levy of Tax at the rate of 9% CGST + 9% SGST or 18% IGST, under the GST Law. 2. I/We agree to supply the article noted above at the rates herein tendered by me/us subject to condition of tender and supply at the tender inquiry which I/We have carefully read and which I/We have thoroughly understood and to which I/We agree. Contractor's signature with seal. Date: Executive Engineer UGVCL, DO DEESA-1.

CONDITIONS TO PROVIDING AND FIXING OF THE CHAIN LINK CAGE TO VARIOUS TRANSFORMER CENTRES, UNDER JURISDICTION OF DIVISION OFFICE, DEESA-1. 1. Bidder should submit documents with tender copy are as under; failing which tender is liable for rejection. 1). Solvency certificate issued from any Nationalized/Scheduled Bank amounting to sum equivalent of estimated cost (Minimum 3 Lacks) 2). Separate EPF code No. allotted by RPFC required. 3).For Contractors should have carried out this work, he has to produce certificate from concern division, stating that they have carried out work satisfactory that not amounting less than 5 lacks,experience Certificate of this work by authorized officer NOT BELLOW THE RANK OF EXECUTIVE ENGINEER of Distribution Company. 4).Group Insurance-copy of the insurance policy of the insured labour s under W.C. Act. 5).Attested Copy of power of attorney,if any,for signing the bid documents,if partnership firm/company. 6). GST Registration no and Registration certificate 7). PAN Card 8). Income Tax at prevailing Rate will be deducted as per Income tax Act 9). The rates are inclusive of PF and all other State/Central Government taxes. All type of Excise duty tax, sales/vat tax, Service tax Replaced by GST. 10). Any Change in rate of GST shall be entertained during contractual period of Contract. Name of Terms & Conditions Tender Fee Prices Excise Duty Sales/VAT (Value Added Tax) Octroi To be added/ amended Plus applicable GST Replace Excise Duty, VAT/Sales Tax by GST Replace Excise Duty, VAT/Sales Tax by GST To be deleted 11) Goods And Servicese Tax (GST): UGVCL GST No is:- 24AAACU6551F1ZI The prices are excluding GST and Service Tax as applicable, which will be paid extra on a given taxable goods and/or services within the original contractual delivery period. The amount and % of GST as applicable should clearly be indicated separately. (GST means all applicable Tax/Cess under GST Laws. GST Laws means IGST Act, GST (Compensation to the State for Loss of Revenue) Act, CGST Act, UGST Act and SGST Act, 2017and all related ancillary legislations). Supplier/Contractor should charge GST in Invoice at the rate as agreed to / mentioned in acceptance of tender only and any deviation in the same shall not be accepted. Further, any additional liability of GST (later on due to wrong mentioning of GST rate mis-interpretation of HSN/SAC Code, etc.) over and above as charged in the invoice shall be borne by the Supplier/Contractor. However, any refund received by the supplier / contractor on account of GST charged from the company; such refund shall have to be passed on to the company, along with interest if any. Such refund along with interest needs to be passed on suo-motu by the supplier / contractor.

Further, the Company has a right to recover the amount of GST along with penal interest at the rate of 15% per annum or interest/fees & penalty charged under GST Law, whichever is higher if GST charged is not paid / short paid to the government or failed to upload the details or uploads inaccurate particulars on GSTIN portal by the Supplier / Contractor within the stipulated time limit. In case, Govt. revises the rate of GST rate / Code during the tenure of the contract, the provision of UGVCL s statutory variation clause shall apply. 12) STATUTORY VARIATION: Any statutory increase or decrease in the taxes and duties including GST and Cess as applicable or in the event of introduction of new tax/cess or cessation of existing tax/cess subsequent to contractors offer if it takes place within the original contractual delivery date will be to COMPANY s account subject to the claim being supported by documentary evidence. However, if any decrease takes place after the contractual delivery date, the advantage will have to be passed on to COMPANY. 13) PENALTY FOR LATE DELIVERY: Penalty shall be @ 0.5% per Week or part thereof on delayed portion subject to maximum 10% of the Order Value (End Cost) (Plus applicable GST) in case of supply only, whereas in case of Projects, the ceiling shall be with reference to total contract value of the project (Supply + Erection + Civil). For calculating the delayed portion, date of actual receipt of material at store shall be considered. 2. Quality / Standards of Material to be used Basic material to be used for the fabrication of Chain Link Fencing which is to be supplied & provided is MSPipe of Square Hollow Section (SHS), MS Angle, MS Flat & GI wire. Hence material should of standard quality of standard manufactured & name of manufactures to be specified in bid. 3. Size & Dimension of Material to be used (i) For Vertical Post: MS Pipe of Square Hollow Section (SHS) of 49.5mm x 49.5mm x 4.5mm having weight of 5.95kg/mtr. (ii) For Main (outer) Frame; MS Pipe of Square Hollow Section (SHS) of 32mm x 32mm x 3.2mm having weight of 2.69kg/mtr. (iii) For Chain Link (inner) Frame: MS Angle of 25mm x 25 mmx 3mm having weight of 1.1kg/mtr. (iv) For Chain Link Mesh: GI wire of 10 SWG with minimum 40 microns coating of Zink & fabrication of mesh of 2 x 2 with approx. weight 3kg/Sq. Mtr. (v) For Hinges: MS Flat of size suitable to MS pipe of 49.5mm with thickness of 5mm. (vi) Miscellaneous material like Hinges, Al draft, Nut Bolt & other sundry material of standard quality. vii) Providing & Fixing of UGVCL Aluminum sticker size of Length- 600mm, width- 250mm &Thickness 2mm.In this sticker written Help line number -1800233155335 & Name of - UGVCL as per below VIII) For stopper use 16 mm round bars as per drawing on both side doors. 4. Dimensions for fabrication of Chain Link Fencing of standard size as per drawing. (i) Main Vertical Post: Main post should be fabricated from MS Pipe of Square Hollow Section (SHS) of 49.5mm x49.5mm x 4.5mm having weight of 5.95kg/mtr with minimum length of 2100mm. Normally Five posts are to be used for each fencing as mentioned in drawing.

(ii) Main (outer) Frame: Main (outer) Frame should be fabricated from MS Pipe of Square Hollow Section (SHS) of 32mm x32mm x 3.2mm as per drawing. Size: Height Width Front: 1500 mm 1650 mm Rear: 1500 mm 1590 mm Both Side: 1500 mm 1650 mm (iii) Chain Link (inner) Frame: Chain Link (inner) Frame should be fabricated from MS Angle of 25mm x 25mm x 3mm as per drawing. Size: Height Width Front: 1336 mm 610 mm Rear: 1336 mm 575 mm Both Side: 1336 mm 1200 mm (iv) As per drawing, standard size of chain link fencing will be of 10.88 meter running length (withheight of 1.5 meter) & rates are to be quoted accordingly. However, actual size will be very as per site situation & quantity will be considered accordingly. (v) Labor charges will be fixed per job of fencing. Fencing Measurement : Front side Fencing Length L=50+60+1650+50+1650+60+50=3570 mm Rear side Fencing Length=50+60+1590+60+50+60+1590+60+50=3570 mm Fencing width=50+60+1650+60+50=1870 mm Fencing height H=1500mm Periphery of Fencing=2(L+W)=2(3570+1870)=10880mm=10.88 MTR 5. Installation i.e. fitting of Chain link Fencing at site: Supplier has to fabricate all the section of complete chain link fencing as per drawing, dimension specified as above as well as per instructions of Engineer in charge of concern UGVCL sub division as per site requirement and installation. Prior to installation / fixing at site, all the MS parts should be applied two coats of red oxide. Main vertical posts should be grouted / fitted in the ground in such way that fencing frame should be remaining 150mm above from ground level. Minimum 450mm length of vertical posts should remain in ground & it should be fixed up by foundation of standard CC mixture of ration 1:3:6 for the area of 300mm x 300mm & height of 475mm. After installation / fixing at site, two coats standard paints Red & Blue color should be applied as per instruction of Engineer in charge of UGVCL sub division. 6. General Condition for Supply and Providing Chain Link Fencing I. Zink coating of Chain Link mesh should not be less than 40 microns. For the same, supplier has to produce manufacture s certificate.

II. Space between Vertical post (49.5 x 49.5 x 4.5) & main frame (32 x 32 x 3.2) should not be more than 60mm. III. Space between Main frame ( 32 x 32 x 3.2 ) & MS Angle frame should not be more than 50mm IV. Fixing of vertical post should be provided with foundation of standard CC mixture of ration 1:3:6 for the area of 300mm x 300mm & height of 475mm with sufficient curing. V. Fixing of fencing case should be such that over all height at the entire place should not be less than 1650mm from ground. Fencing panel height should not be less than 1500mm. VI. Chain link mesh is to be fixed in the frame of 25 x 25 x 3mm MS Angle frame with good quality of welding. Fitting of this frame with MS Pipe (32 x 32 x 3.2) should be done with welding using MS Angle. VII. All the fabrication work should be done with good quality of welded & it should be free from sharp edges, concern & unevenness of surface. It should also with good finishing & decent look up to the satisfaction of Engineer in charge. VIII. The drawing & dimension (except height) are for standard & normal location. However, it may be very as per site situation. Hence supplier has to approach concern UGVCL sub division, joint visit for each location & record the dimensions according to site situation and accordingly has to fabricate, Supply & fixing the chain link fencing as per the instruction of Engineer in charge of concern UGVCL sub division. IX. The drawing shall not absolve the supplier from his liability for insure appropriate dimensions & to supply & providing accordingly as per the site situation & instruction of Engineer in charge. X. MS aldraf should be provided with locking arrangement on front side as shown in drawing. XI. Fitting of complete chain link fencing panel with vertical post should be done with appropriate MS flat with thickness of 5mm and Nut Bolt of 2 x 3/4" size as per drawing. It should be in such that both side & rear side, with tight fitting by Nut-Bolts where as front side, it should be slightly loose fitted so that it can work as hinges. XII. Quality of material: As the major material is a steel item, the material like MS Pipe, MS Angle, MS Flat & GI wire must be as per relevant IS & bidder has to confirm regarding the same. The audit inspection is to be carried out as per terms of the tender. XIII. Drawing: The typical layout drawing applicable for the tender invited is annexed. 7. The successful contractor has to install sample cage first and it should be inspected by SDO DE Tech then after you have to install other cage as per sample cage. 8. The entire job will be prepared with proper care, welding and fine finish to give decent aesthetic look, to the satisfaction of the E-I-C. 9. Contractor has to provide name plate on the front side of the chain link cage with the detail of Name of Contractor, work order no & date and date of installation of cage. 10. Guarantee of chain link cage should be up to 18 month from the date of installation. 11. Major material is of steel items if found inferior a lot of material will be rejected & if not possible replace UGVCL will deduct 30% amount of the end cost price. 12. In case of any discrepancy, the E-I-C will provide the guide lines and the contractor will have to follow the same. The discretion of the authority issuing the tender and above will be binding to the contractor.

GENERAL CONDITIONS: 1. Time limit THREE MONTH from the date of the order issued. 2. No. Extra charge or any escalation charge will be paid by company 3. Inferior and Poor quality material rejected. 4. Sub-work order will be given & will be treated as commencement date. 5. For new supplier initially 10% or one job order will be awarded for performance review. After satisfactory performance remaining will be extended OR in case of poor performance undersigned reserve right to cancel the rest of work order. 1). Earnest Money Deposit:- Earnest Money Deposit 1% of the estimated cost or minimum Rs. 500 or indicated on the Tender copy should be paid by the tendered along with the tender fee in cash or by Demand Draft on any Schedule bank in favor of UGVCL in which cash receipt shall be attached with Tender invariably. Tender without Earnest Money will not be considered for acceptance. Earnest Money deposit will be forfeited in case the successful tender after his tender has been accepted fails to pay the prescribed Security Deposit. 2). Acceptance of Tender:- The UGVCL does not bind itself to accept the lowest or any tender, without giving any Reason is assigned for the rejection. It is also not binding on the UGVCL to disclose any Analysis reports on the tender. Conditionally tender will not be accepted. 3). Security Deposit:- The lowest tender whose tender is accepted shall have to pay 5% Security deposit of the Order value within 10 days from the receipt of the acceptance order. If you fail to supply the material within time limit your security deposit will be forfeited. 4). Jurisdiction:- Any dispute of difference arising under this connection with contract shall be subject to the exclusive jurisdiction of UGVCL DEESA-1 DIVISION. 5). Payment:- The payment will be made within 30 days on completion of work by crossed cheque on Local bank subject by and advance stamped receipt being received from payee. 6). General:- All tender must be submitted in forms provided by this office and must be clearly & legibly Filled in the tenders should be filled in ink. The tendered are requested to sign wherever mentioned in tender and schedule or rates and if not signed the tender shall be rejected. 7). Acceptance of Suppliers:- In case of any dispute regarding work or any other defect found. The undersigned will have full right to reject the entire fabricated quantity or to stop payment in case of unsatisfactory work and that will binding to the supplier. 8). Commercial & Technical Specifications of the work stated in subject are as per UGVCL & Formerly GEB norms and conditions. 9) The successful supplier will have to sign on agreement as per the UGVCL s rules on a stamped paper and the necessary stamp duly charges shall be borne by the supplier Signature of contractor With seal Executive Engineer UGVCL, DEESA, DIV-1.

Division Office: 1 LATHI BAZAR, DEESA 385535 (North Gujarat) Regd. & Corporate Office: Visnagar Road, MEHSANA 384 001 (North Gujarat) Website: www.ugvcl.com e-mail: corporate@ugvcl.com Telephone: (02744)-220516-9687633965. Telephone: (02762) 222080-81 Fax: (02762) 223574