SJVN LIMITED. (A joint venture of Govt. of India & Govt. of Himachal Pradesh) (An ISO-9001:2008, Schedule-A, Mini Ratna Company)

Similar documents
Sale period of bidding document. to AM to 4.00PM

Cost of Document in ` Date of Submission/ Uploading of bid. `41,08,164/- `5000/- `82,160/ to hrs.

Providing & fixing of PVC ceiling and wall at Room no of Centre for Nanotechnology in Academic Complex.

Sports Authority of India, Sports Training Centre, Dharamshala.

GSFC AGROTECH LIMITED [GATL]

Annual Maintenance Contract for Bunkering Stream Equipments in CHP I N D E X

NTPC Tamilnadu Energy Company Limited Vallur Thermal Power Project NOTICE INVITING TENDER (NIT) DETAILED (Domestic Competitive Bidding)

Tender No. AYCL/ED/SWG/14-16/Security Agency dated 24/10/2014. Appointment of Security Agency at. Electrical Division (Kolkata Operation)

TENDER FOR MANPOWER REQUIREMENT FOR ALLIED SERVICES

Hindustan Shipyard Ltd (A Government of India Undertaking) GANDHIGRAM, VISAKHAPATNAM ( An ISO 9001 Company )

SECTION - IB NTPC Tamilnadu Energy Company Limited Vallur Thermal Power Project NOTICE INVITING TENDER (NIT) (Domestic Competitive Bidding)

NOTICE INVITING TENDERS

NTPC Tamilnadu Energy Company Limited Vallur Thermal Power Project NOTICE INVITING TENDER (NIT) (Domestic Competitive Bidding)

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

CENTRAL MINE PLANNING & DESIGN INSTITUE LTD. REGIONAL INSTITUTE-VI, P.O. JAYANT DISTT. SINGRAULI (M.P.) TENDER DOCUMENT FOR

एन.एल.स इ डय ल मट ड NLC India Limited Formerly Neyveli Lignite Corporation Limited) Navratna Government of India Enterprise

ICSI HOUSE, 22 INSTITUTIONAL AREA, LODI ROAD NEW DELHI Sub: QUOTATION FOR SUPPLY OF DRINKING WATER AT ICSI-NOIDA OFFICE

Office of the Sutahata Panchayat Samiti

Critical Dates. Date & time of pre-bid meeting : at 3.00 p.m. Last date & time of submission of Tender/Bid : at 3.00 p.

Persons to clean the institute including washrooms

KARNATAKA POWER CORPORATION LIMITED YELAHANKA COMBINED CYCLE POWER PLANT (CIN: U85110KA1970SGC001919)

NSIC ISO 9001:2008 The National Small Industries Corporation Ltd. III-B/118, Sector-18, Shopping Complex Noida

Board of School Education Haryana, Bhiwani Empanelment of Vendors For Live CCTV Surveillance on turnkey basis for Evaluation Centres March 2018

Jawaharlal Nehru Govt. Engg.College, Sundernagar Distt.Mandi (H.P.) TENDER DOCUMENT FOR

No. 532/D/21/16/14-15 Date : RATE CONTRACT TENDER FOR SUPPLY OF LAUNDRY CHEMICALS

PAWAN HANS LIMITED. (A Govt of India Enterprise) Ground Floor, Manoramaloy, VIP Airport Road, Guwahati

BID DOCUMENT (DNIT) FOR ASSIGNING THE CONTRACT FOR SALE OF UNUSED AND USED QUESTION PAPER BOOKLET/LAST PACKET OF THE EXAMINATIONS

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

(F.No. IG/RC-CHN/F&A/Security/1.25/16)

BHARAT HEAVY ELECTRICALS LIMITED Regional Operations Division MUMBAI

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

Notice Inviting Tender.

Board of School Education Haryana, Bhiwani Re-Tender Notice Empanelment of Vendors for Live CCTV surveillance system. For. HTET Exam Dec

Bharat Petroleum Corporation Ltd. (A Govt. of India Enterprise ) Kochi Refinery, Kochi

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)

NOTICE OF INVITATION TO TENDER. 5. Regional Office, Coimbatore.

FOR ASSIGNING THE CONTRACT FOR SALE OF USED ANSWER BOOKS OF THE EXAMINATIONS HELD IN

E-TENDER NOTICE COMPUTER STATIONERY ITEMS

at 13:30 hrs

West Bengal State Electricity Transmission Company Limited (A Govt. of West Bengal Enterprise) CIN: U40101WB2007SGC113474

Sub: Sealed Quotations for Supply of Clothlined Envelops

URANIUM CORPORATION OF INDIA LIMITED (A GOVT. OF INDIA ENTERPRISE) TURAMDIH MILL P.O -SUNDERNAGAR DIST. EAST SINGHBHUM JHARKHAND

NOTICE INVITING AUCTION FOR SALE OF SCRAP

STATE BLOOD TRANSFUSION COUNCIL, ODISHA

NOTICE INVITING TENDERS

Board of School Education Haryana, Bhiwani Empanelment of Vendors for Live CCTV surveillance system. For

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

Jodhpur Zone Jashoda Tower, Aakhaliya Circle, Jodhpur (Rajasthan) Tel: ,

NIT.No. AAI/Jt.GM (FIN)/NIT Date:

NOTICE INVITING TENDER FOR EXCAVATION AND TRANSPORTATION OF GYPSUM (INDIAN COMPETITIVE BIDDING) HINDUSTAN PETROLEUM CORPORATION LTD.

for SUPPLY OF HP TONER CARTRIDGE

BOARD OF SCHOOL EDUCATION HARYANA,BHIWANI. Re-Tender NOTICE OF WASTAGE SWEEP (RADDI) FOR THE YEAR BSEH/MM/05/Wastage Sweep Dated:

(CIN) : U40100GJ1999SGC STATE LOAD DESPATCH CENTRE

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

Tender Notice for security services

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

TENDER FOR SKILLED MANPOWER (DATA ENTRY OPERATOR) TO JIWAJI UNIVERSITY GWALIOR

Office of the Tamluk Panchayat Samity ri ii N.I.T NO.-21/WB/TAMLUKPS/EO/

Tender Document. For. Supply and Installation of Classroom Desk & Student Chair

WEST BENGAL STATE ELECTRICITY TRANSMISSION COMPANY LIMITED. (A Govt of West Bengal Enterprise)

STATE BANK OF INDIA. Premises & Estate Department, LOCAL HEAD OFFICE, TILAK MARG, C SCHEME, JAIPUR

एन.एल.स इ डय ल मट ड NLC India Limited (Formerly Neyveli Lignite Corporation Limited) Navratna Government of India Enterprise

TENDER DOCUMENT. (With Revised date of Submission) for ANNUAL MAINTENANCE CONTRACT FOR DIGITAL MULTI-FUNCTION PHOTOCOPIERS

ELECTION COMMISSION OF INDIA SERVICES & MAINTENANCE SECTION

National Bal Bhavan Kotla Road, New Delhi. Limited Tender for Hiring of Cars day to day basis for a period of one year.

ENGAGING PROJECT IMPLEMENTATION SERVICES PROVIDER/ CONSULTANT FOR BUILDING & ALLIED WORKS IN NORTH EAST REGION

AUCTION NOTICE. The sealed offer should be submitted in the office of SBTE. No offer will be accepted beyond the date and time mentioned as below.

(Submission of Bid through online)

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

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

TENDER DOCUMENT PART I (TECHNICAL BID) 01. Limited Tender No. & date : ECL/RJML/GM/E&T/18-19/16 dt

Labour supply for spillage cleaning in UCT-1B area, Mill, Turamdih

TENDER DOCUMENT TENDER ID : BAN

West Bengal State Electricity Transmission Company Limited (A Govt. of West Bengal Enterprise) CIN: U40101WB2007SGC113474

OFFICE OF THE DEPUTY COMMISSIONER OF CUSTOMS (PREVENTIVE), CUSTOMS PREVENTIVE COMMISSIONERATE : ALIBAG DIVISION:

NTPC Tamilnadu Energy Company Limited. BID DOCUMENT NO :NTECL/C&M/NIT-148/CS-3082, Dt :

MUMBAI METRO RAIL CORPORATION LIMITED (MMRCL) E-TENDER FOR

न न ज़ स क क न ए न न TENDER DOCUMENT. TENDER FOR PROCUREMENT OF SERVICES. न क अ स ए न ष पर

TENDER FOR DISPOSAL OF COMPUTER SCRAPS. INVITATION OF PUBLIC TENDER AND INSTRUCTIONS TO TENDERERS DUE ON

एस. ज. व. एन. ल मट ड (SJVN Limited)

(A State Govt. University) Ph. No.-(0522) , 43, 45 Website: Tender Notice

EXPRESSION OF INTEREST FOR EMPANELMENT OF MANPOWER AGENCY FOR SUPPLY OF MANPOWER IN DELHI OFFICE & NOIDA OFFICE OF THE INSTITUTE

Tender for Manpower Outsourcing Prescribed Date & Time for Receiving Bids : 29/06/2017 upto 10:00AM To be opened on 29/06/2017 at 10:30 P.M.

Tender No 18 / GM / CARD / ENVT / LTE / Dt

Estt- 79 / 2018 BASIS. Firms for. Registration. produced. Return.

Central University of Orissa

KTDC/PA1/CC/3861/ /11/2014. Kerala Tourism Development Corporation Limited invites sealed tenders from

NOTICE INVITING TENDER/एन आई ट. Lac (Rs.)

NTPC Tamilnadu Energy Company Limited. BID DOCUMENT NO :NTECL/C&M/NIT-149/CS-3044, Dt : AMC for Bunkering Stream Equipment in CHP

THE PLANTATION CORPORATION OF KERALA LIMITED (A Government of Kerala Undertaking) KOTTAYAM-4

TENDER NOTICE No.9/2017 (RE-TENDER)

TENDER FOR SKILLED MANPOWER (DATA ENTRY OPERATOR) TO JIWAJI UNIVERSITY GWALIOR

Limited Tender. Annexure A

LIMITED TENDER DOCUMENT FOR FINALIZING MEDIA AGENCY FOR HERITAGE INDIA QUIZ 2017

Software Technology Parks of India Tender document for disposal of Scrap at STPI Patna TENDER DOCUMENT

West Bengal State Electricity Transmission Company Limited

E-Tender Document. For Selection of Consultancy for Conducting HR Audit in Central Warehousing Corporation

CUTTACK DEVELOPMENT AUTHORITY

NTPC-SAIL POWER COMPANY (PVT.) LIMITED

Structure / / 35 dated Date of uploading of N.I.T. & other Documents (online) (Publishing Date)

Transcription:

SJVN LIMITED (A joint venture of Govt. of India & Govt. of Himachal Pradesh) (An ISO-9001:2008, Schedule-A, Mini Ratna Company) DOIMUKH HEP (80MW) ARUNACHAL PRADESH TENDER DOCUMENT (PCD-14/2015) Page 1 of 10

SJVN LIMITED (A joint venture of Govt. of India and Govt. of HP) Doimukh Hydro Electric Project Mai House, Model Village,Naharlagun Distt. Papum Pare (Arunachal Pradesh)-791110, Tele Fax: - 0360-2350089 PROCUREMENT AND CONTRACT DEPTT. CIN No. L40101HP1988GO1008409 NOTICE INVITING TENDERS (NIT) Sealed tenders are hereby invited on behalf of SJVN Ltd. from appropriate class registered contractors enlisted with Arunachal Pradesh, (PWD)/PHE/ Department of Power/CPWD/Public Undertakings/any other Govt. /Semi Govt. Organization for the following work: Name of work: Running and maintenance of gauge and discharge site for Doimukh HEP (80MW) on Dikrang River near village Rose U/S of Barrage site in district Papum Pare (Arunachal Pradesh). Tender/ PCD No PCD- 14/2015 Estimated cost (Rs.) Cost of tender docume nt (Rs.) Earnest money (Rs.) Date & time of sale 3,36,548.00 500.00 6,730.00 17.08.2015 to 18.09.2015. (5:00PM) Date & time of submission bid 19.09.2015 (1:00PM) Date & Time for opening of bid 19.09.2015 (2:00PM) Completion time One year Terms and Conditions: 1. The intending tenderers must submit their Registration Certificate/Enlistment with Govt. or Semi Govt. organizations and PAN along with their bids. 2. Tender/Bidding documents can be obtained from the office of the undersigned with formal written request and on payment of Demand Draft/Banker s Cheque of Rs.500/- (non-refundable) in favour of SJVN, Doimukh HEP payable at IOB Naharlagun, Distt. Papum Pare (Arunachal Pradesh) on any working day from 10.00 a.m. to 4.00 p.m. on the dates mentioned above and shall not be issued /sent by post. Tender documents can also be downloaded from the the SJVN website www.sjvn.gov.in, www.tenders.gov.in and CPP Portal i.e. http://eprocure.gov.in. In that case, the cost of Tender Document in the form of Bank Draft/ Banker s cheque of Rs.500/- (non-refundable) in favour of SJVN, Doimukh HEP issued by any scheduled bank payable at at IOB Naharlagun, Distt. Papum Pare (Arunachal Pradesh) shall have to be submitted along with EMD in a separate envelope at the time of submission of the bid in this office. 3. The tender shall be submitted in three separate sealed envelops in the following manner: Page 2 of 10

Part-I: EMD and cost of tender document. (if downloaded from website) Part-II: Techno-Commercial bid comprises of Tender document, NIT, Registration certificate, PAN, Service Tax no., financial turnover of the last three (3) years ending 31 st March of previous financial year duly authenticated by Chartered Accountant, duly issued performance/ work done certificates and Annexure-B (dully filled in). Part-III: Price Bid (Annexure A) All the three envelopes containing Part-I, Part-II & Part-III should be placed in a single sealed bigger envelope and on the top of envelop Tender Number and Name of work should be clearly written. 4. Earnest money amounting to Rs.6730.00 and tender cost of Rs.500/- (non-refundable), if the tender document is downloaded from the website, in the form of separate Bank Draft/Banker s cheque in favor of SJVN, Doimukh HEP payable at IOB Naharlagun, Distt. Papum Pare (Arunachal Pradesh) should be enclosed with the bid in a separate envelope. The offer not accompanied with EMD and tender cost will be out rightly rejected and Part-II: i.e. Technocommercial bid & Part-III i.e. price bid will not be opened. 5. Tender shall be received up-to 1:00 PM on the date of opening specified above and Part-I & Part-II shall be opened on the same day at 2:00 PM in the office of undersigned. Initially, Part-I shall only be opened and after confirming the receipt of EMD and cost of tender document, Part-II i.e. Techno-commercial bid shall be opened in the presence of contractors or their authorized representatives who wish to be present. Part-III i.e. Price bids shall be opened on subsequent date only of those bidders who will qualify the minimum criteria of techno commercial bid, for which bidders will be informed separately. 6. The qualification criteria for accepting financial turnover and performance will be as under: Eligibility for the tender shall be restricted to those bidders who will fulfill the following conditions and submit documentary proof thereof:- i) Average Annual Financial turnover during the last three (3) years, ending 31 st March of previous financial year, should be at least 30% of the estimated cost. ii) Experience of having successfully completed similar whole work as prime contractor during last seven (7) years ending last day of the month previous to the one in which applications are invited should be either of the following: a) Three similar completed works, each costing not less than the amount equal to 40% of the estimated cost. OR b) Two similar completed works, each costing not less than the amount equal to 50% of the estimated cost. OR c) One similar completed work, each costing not less than the amount equal to 80% of the estimated cost. Similar Work means works related to supply of labour for gauge and discharge measurement. 7. The bids submitted by the bidders shall remain valid for acceptance for a period of one hundred twenty (120) days from the date of opening of bids. If any Bidder withdraws his bid before the said period or Page 3 of 10

makes any modifications in the terms and conditions of the bid, the bidder shall forfeit the said Earnest Money. 8. The contractor should have experienced manpower required for carrying out the work. 9. The description of work is given in the Bill of Quantities (BOQ) of the Bidding Documents. The Bidder shall be required to offer their rates for the whole work which shall include labour, EPF and service tax as applicable. 10. The successful bidder should submit valid EPF code number to the under signed before the award of work. In case the successful bidder has no EPF code, SJVN shall issue the letter of intent regarding the contract to the bidder, so that he could obtain the PF code number from the concerned PF Commissioner and submit the same to the undersigned within 30 days of issuing the letter of intent. 11. After the award of work, the successful bidder will have to obtain valid labour license from authority concerned before start of work during mobilization period and the same shall be submitted to Engineer-In-Charge (EIC) of this work. 12. The successful bidder will submit undertaking to abide by all labour laws. The bidder shall also abide by any other labour laws enforced from time to time by State Govt./Central Govt. during execution of contract. 13. The data observation required to be taken manually 2 to 3 times in a day, hourly basis in a day may have to be taken. Monthly data required to be submitted in hard copy. 14. The contractor is required to pay minimum wages as circulated by Govt. of India (Ministry of lab our and Employment) from time to time to the workers deployed by him for this job. The contractor shall make payment to the workman by him for this job by 7 th of each month in the presence of authorized representative of executing deptt. In case of failure to do so, EIC shall make direct payment to the workman hired by him and shall recover the payment so made by SJVN Ltd. from the pending dues of the contractors along with 25% cost as SJVN overhead. 15. The payment will be made on submission of bill by the contractor along with muster roll and Challans of having deposited the EPF against the manpower deployed during the period subject to verification by the concerned EIC or his authorized representative. 16. In case of absence from work on particular day, pro-rata recovery or recovery as determined by EIC shall be made from the bill. 17. Consumables required for discharge measurement like wooden floats, stop watch, or any other material shall be supplied by SJVN. 18. Rates and amount should be filled in both figures and words in the BOQ only. In case of ambiguity in figures and words, words will be considered as correct. In case of ambiguity in rates and amount, rates will be considered as correct and the amount shall be worked out accordingly. 19. Discount offered, if any shall be indicated at the place where prices have been quoted. The discount offered anywhere else shall not be considered. 20. Conditional / telegraphic tenders/ e-mail tenders shall not be considered. 21. If it happens to be holiday on the date of opening of the tenders, the same shall be opened on the next working day at the same time. 22. SJVN Ltd. reserves the right to increase or decrease or omit the items without assigning any reasons thereof. 23. Qualifying requirements, requirement regarding EMD, Time for completion and other detailed terms and conditions and data required to be submitted with Techno-commercial bid are Page 4 of 10

elaborated in detailed NIT of this work. For detailed NIT please visit at SJVN s website www.sjvn.gov.in, www.tenders.gov. in and CPP Portal i.e. http://eprocure.gov.in or may contact Dy.Manager (P&C) Doimukh HEP, SJVN, Naharlagun (Arunachal Pradesh). 24. SJVN Ltd. reserves the right to accept or reject any or all tenders without assigning any reasons thereof. 25. In case of any dispute arising out of above conditions, Court of Itanagar alone shall have the jurisdiction to adjudicate upon and will be resolved as per Indian Arbitration Act, 1996. 26. The contract can be extended thereafter at the discretion of SJVN Ltd. on terms and conditions to be mutually agreed upon. 27. The security @ 10% of the contract value will be retained from the running account bills and same shall be released at the completion of the work. Dy. Manager (Civil) P &C Deptt., Doimukh HEP, SJVN, Naharlaguns Arunachal Pradesh. Page 5 of 10

Annexure-B Information to be submitted by the Bidders (To be enclosed in Part-I of Bid Documents) 1. Name of the company /Firm :- 2. Name of the Proprietor :- 3. Full Address for communication:- 4. Pin Code:- 5. E-Mail ID:- 6. Land line Phone No.:- 7. FAX No.:- 8. Mobile No. :- 9. PAN :- 10. Service Tax No. 11. CST/GST/TIN :- 12. Bank Account Detail (For payment though RTGS):- Name of the Bank: - IFSC Code No. :- Bank Account Number: - I hereby certify and declare that I have read all the terms & conditions of NIT/NIQ and there is no deviation from the standard terms and conditions of the tender/bidding documents. (Signature of the Bidder) Place:- Date:- Page 6 of 10

BILL OF QUANTITY (BOQ) Annexure-A Name of Work: - Running & maintenance of Gauge and Discharge site for Doimukh Hydro Electric Project (80MW) on Dikrang River near village Rose U/S of barrage site in Distt. Papum Pare, Arunachal Pradesh. Bidder s Name and Address: - Sr. No Description of Items Unit Qty Rate Amount In figure In words In figures In words 1 Running & Maintenance of gauge and discharge site by deploying one no. semi-skilled and two nos. unskilled worker for taking daily discharge manually for 12 months) and submission of discharge data as per direction of site Engineer incharge. TOTAL Job 1 Signature of the Bidder/Contractor Date: Page 7 of 10

SPECIAL TERMS AND CONDITIONS Name of work: Running & Maintenance of Gauge & Discharge Site for Doimukh HE Project on Dikrang River near village Rose U/S of Barrage site in District Papum Pare of Arunachal Pradesh. Following are the special conditions of the contract which shall supersede the contract document. 1) Scope of Work: - Under the Scope of work the contractor shall provide experienced manpower for taking discharge of River Dikrong manually, maintaining the discharge data record and to maintain G&D site as per direction of Engineer-in-Charge.The data observation required to be taken manually 2 to 3 times in a day, hourly basis in a day may have to be taken. Monthly data required to be submitted in hard copy. 2) Inspection of site: The contractor shall be deemed to have inspected and examined the site and information available in connection thereof and to have satisfied him before submitting his bid. In general he shall be deemed to obtain all necessary information, as mentioned, subject to as risks, contingencies and all other circumstances which may influence or affect the bid. 3) Sufficiency of bid:-the bid shall be inclusive of all expenses for proper and entire completion of the work and shall amongst other things include all taxes tolls, octroi, royalties, patent right etc. The rate quoted by the contractor shall be inclusive of all taxes. 4) Preservation of existing Environment:- The contractor shall be responsible for all unauthorized cutting and damage to trees by careless operation of constructional plants and stock piling of material etc. Utmost care shall be taken to ensure that the environment is protected and ecological balance is not disturbed. Also it shall be the responsibility of the contractor to protect all nearby existing Private/Govt. Property from any damage during construction activities. 5) Site Order Book:- The Contractor will maintain the Site Order Book systematically and securely till completion to the works. The Site order book will be available on the site during working hours. Orders regarding the work as and when necessary will be entered in this book by the EIC with his dated signature in exercise of the powers vested in Page 8 of 10

him. These orders shall be duly noted by the Contactor or his authorized agent with his dated signature. Order entered in this book and noted by the contractor s representative shall be considered to have been duly given to the contractor. 6) Income Tax:-Deduction towards income tax shall be made from every payment including advances in terms of Indian Income Tax Act, 1962 and Indian Income Tax Rule as in force from time to time. No deductions towards tax shall however be made if the contractor is able to produce a certificate from the Income Tax Department stating that he is exempted from such deductions. 7) Safety and Insurance: - As the work is to be carried out in hazardous conditions along river and inside dense forest hence all safety measures shall be taken care of by the contractor. The entire responsibility for the protection of any damage to material/ equipments and manpower shall lie on the contractor and no claims on this account shall be entertained by the SJVN. All precautions/ insurance cover required shall be taken by the agency itself. 8) The contractor shall make his own arrangement for construction of site labour camp. 9) Payment shall be made on monthly basis against production of monthly bill by the contractor along with the proof of insurance cover, payment of EPF, Service tax payment and wage disbursement acquaintance register/sheet etc. Payment shall be released within 30 days from the date of receipt of monthly bill from the contractor. 10) The wages of manpower engaged in the work shall be disbursed to the individuals in the presence of SJVN representative and to be recorded on wage disbursement acquaintance of the individual concerned. 11) The contractor shall submit the proof of deposit of the EPF contribution of both employees and contractor to SJVN every month to enable release of next bill. 12) The SJVN Ltd. in no case shall accept liability towards employment and any other claims what so ever pertaining to the manpower deployed by the contractor. The contractor shall comply with the provision of all the act, laws, regulation or by-laws in the state of Arunachal Pradesh or other statutory obligation as applicable in relation to the execution of the contract. 13) Electricity: - The contractor has to make his own arrangement of electricity and water during the execution of the aforesaid work. Page 9 of 10

14) Contractor has to arrange Inner line Permit for the labourers and himself. 15) In case of absence from work on particular day, pro-rata recovery or recovery as determined by EIC shall be made from the bill. 16) Consumables required for discharge measurement like wooden floats, stop watch or any other material shall be supplied by SJVN. 17) The contractor is required to pay minimum wages as circulated by Govt. of India (Ministry of lab our and Employment) from time to time to the workers deployed by him for this job. The contractor shall make payment to the workman by him for this job by 7 th of each month in the presence of authorized representative of executing deptt. In case of failure to do so, EIC shall make direct payment to the workman hired by him and shall recover the payment so made by SJVN Ltd. from the pending dues of the contractors along with 25% cost as SJVN overhead. Page 10 of 10