Projects & Development India Limited

Similar documents
Sub.: Group Personnel Accidental Insurance (GPAI) Policy for PDIL s employees

PRE-QUALIFICATION CRITERIA (PQC)

( A Govt. of India Undertaking)

Projects & Development India Limited

Pre Qualification Criteria(PQC) ANNEXURE I

INVITATION TO BID (ITB) (OPEN DOMESTIC TENDER)

PRE QUALIFICATION CRITERIA (PQC) ANNEXURE I

Pre Qualification Criteria(PQC) ANNEXURE I

OR Two similar completed works costing not less than Rs.3.31 Lakh per annum.

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

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

Pre Qualification Criteria(PQC) ANNEXURE I

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

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

PRE QUALIFICATION CRITERIA (PQC) ANNEXURE I

PRE QUALIFICATION CRITERIA

Other terms & conditions of Tender for Supply of Software Licenses dated August 31, 2016 remains the same.

II) Tender Notice for Drinking Water Coolers

GST NO: 36AAACT8873F1Z1

NATIONAL FERTILIZERS LIMITED (A Government of India Enterprise) CIN No. L74899DLI974GOI CORPORATE OFFICE A-11, Sector-24, NOIDA (U.P.

PURCHASE ENQUIRY HINDUSTAN COPPER LIMITED. Enq. No Date : Indent No. PR-5557 dated

V) Tender Notice for Power Tiller with Trolley

Bank Note Paper Mill India Private Limited, Mysore

Request for Proposal For Consultant for availing the Duty Credit scrip- under Foreign Trade Policy ( )

Pre Qualification Criteria(PQC) ANNEXURE I

TENDER NO: BLC/CFS/ISO14001:18001:28000 /13 Dt Tender Document for

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

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

Odisha Power Generation Corporation L i m i t e d IB Thermal Power Station

NOTICE INVITING BID. 1 (a) Essential Pre- Qualification documents required to be submitted for validity of Technical Bids:

Open Tender Enquiry. Engagement of Service Provider for providing Virtual Data Room Services (VDR)

BHEL : ROD : MUMBAI NOTICE INVITING TENDER

MAHARASHTRA ELECTRICITY REGULATORY COMMISSION

at 13:30 hrs

Sub: Sealed Quotations for Supply of Clothlined Envelops

BHARAT COKING COAL LIMITED

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

TENDER DOCUMENT TENDER FOR SUPPLY & INSTALLATION OF WATER COOLERS AT OFFICES UNDER LIC DO, MEERUT

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

TENDER DOCUMENT FOR. Empanelment of Travel Agents with IDBI Bank Ltd. for Booking of. Domestic and International Air Tickets. Name of the Agency:-

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

Quotations for Rate Contract for Supply of CD DUPLICATION for One Year. Ref: ICSI/PC-2016/RFQ-2672 July 22, 2016

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

OF THE GENERAL MANAGER CHANCH/VICTORIA AREA

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

TENDER DOCUMENT. Ref: CMPDI/RI-VII/DG/Liveries/5.25/2018/ 2596 Dated: 15/01/2018

(Web Advertisement) TENDER NOTICE

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

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

NSIC- Technical Services Centre (A Government of India Enterprise) Okhla Industrial Estate, Phase - III Near Govindpuri Metro Station New Delhi

Ref. SNB/ENQ/SKP/Freezer/17-18/ 441(WP) 11 th July 2017

THE SINGARENI COLLIERIES COMPANY LIMITED (A GOVERNMENT COMPANY) PURCHASE DEPARTMENT MANDAMARRI

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

MUNICIPAL CORPORATION, CHANDIGARH. No. MCC/CAO/2018/ Dated: -

INDIAN INSTITUTE OF SCIENCE BENGALURU

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

TENDER DOCUMENT FOR. Empanelment of Travel Agents with B a n k of India for. Booking of Domestic and International Air Tickets. Address: -...

NOTICE INVITING TENDER QUOTATION FOR SUPPLY OF PAITHANI /SEMI PAITHANI BEAUTIFUL SAREE FOR COMPETITION PRIZE TENDER NO.

YASHWANTRAO CHAVAN ACADEMY OF DEVELOPMENT ADMINISTRATION (YASHADA) RAJBHAWAN COMPLEX, BANER ROAD PUNE

CENTRAL BOARD OF SECONDARY EDUCATION. Shiksha Sadan, 17, Rouse Avenue, Institutional Area, New Delhi No. CBSE/ACAD/SUPDT(IT) Dated: 19/01/2016

CRFQ No E - TENDER No. : 16507

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

Ref. No. INST/12(253)/2017/PUR Date: 06/12/2017 NOTICE INVITING TENDER

Pre Qualification Criteria(PQC) ANNEXURE I

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

Special Instructions:- To,

CHAPTER I TENDER NOTICE. Sealed Tenders are invited for engagement of Practicing Company Secretary for the year

F. No. D-21014/17/2013-General Government of India Office of the Directorate General of Civil Aviation Opposite Safdarjung Airport, New Delhi

LIMITED TENDER ENQUIRY (LTE): TENDER NO. BNPM/LTE/CORPORATE GIFTS/477/ Supply of Trolley Suitcase & Steam Iron at BNPM Plant, Mysuru

BHARAT SANCHAR NIGAM LIMITED (A

ALLAHABAD UP GRAMIN BANK Head Office, DM Colony, Civil Lines, Banda Dated:

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

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

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

Tender Notice Ref. No. NITJ/Store/133/15 Tender no. 01/2018

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

TENDER FOR MANPOWER REQUIREMENT FOR ALLIED SERVICES

Automation of Winding Drawings for Power Transformer

Aland Road, Kadaganchi Kalaburagi CENTRAL UNIVERSITY OF. Phone: KARNATAKA

Notice Inviting Tender for Printing of Accounts Manual of APDCL

Quotation for Supply & Installation of Head Light wit Loupes against enquiry no. AIIMS/Pat/Dental/HeadLight/Q/F625 due on 14/08/ :00 noon

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

BALMER LAWRIE & CO. LTD. [A Govt. of India Enterprise] Warehousing & Distribution No.1, Sonapur Road Kolkata Phone No.

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

OF THE GENERAL MANAGER CHANCH/VICTORIA AREA

No: REC/IT/COMPUR (laptop)/93/01 Date: 15/04/2014

Software Technology Parks of India Noida

BALMER LAWRIE & CO. LTD. 5, J N Heredia Marg, Ballard Pier, Mumbai. Pin code

No. MT/1-Cargo-Transportation/PS/ /8941 Andaman and Nicobar Administration Directorate of Transport. ** Port Blair, dated the,

INVITATION FOR APPOINTMENT OF CHARTERED ACCOUNTANTS FIRM FOR DIRECT AND INDIRECT TAXATION MATTERS OF WEBEL TECHNOLOGY LIMITED

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

Maharashtra State Pharmacy Council E.S.I.S Hospital Compound, LBS Road, Mulund, Mumbai -

LIMITED TENDER ENQUIRY TENDER DOCUMENT (Includes both Technical & Financial bid documents)

Bank Note Paper Mill India Private Limited, Mysore

TENDER DOCUMENT FOR HIRING OF COURIER SERVICES FOR BANK OF BARODA. Regional Office. Dehradun

UNIVERSITY OF ALLAHABAD

INDIAN INSTITUTE OF MANAGEMENT KASHIPUR Kundeshwari, Dist. Udham Singh Nagar, Kashipur Uttarakhand (India)

Procurement of Licences of Business Objects BI Platform

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

GSFC AGROTECH LIMITED [GATL]

Transcription:

Projects & Development India Limited ( A Govt. of India Undertaking) Post Box No.125,A-14, Sector-1, Noida - 201301, Dist. Gautambudh Nagar, Uttar Pradesh Phone - 0120-2529842/43/47/51/53/54 Fax - 0120252980112541493 GSTIN No: 09AABCP1722G1ZP CIN:U74140UP1978G01028629 INVITAliON TO BID To: Open Vendor IITB Number Type of Bid Type of Opening Date of Issue Bid Closing Date Tech. Bid Opening Date 11/PNMM/E/4708/2017-18/100978 Two part Public Opening 05.01.2018 15-01-2018 Time:11:30:00AM 16-01-2018 Time: 3 :30:00 PM Price Bid Opening Date & Time TO BE INTIMATED LATER. Venue of Bid Opening POlL BHAWAN, A-14,SEC-1, NOIDA Earnest money Deposit NOT APPLICABLE. TenurelPeriodicity of Contract 03(THREE)YEARS FROM 07.02.2018 Projects & Development India Limited (POlL) is a Govt. of India Undertaking under the administrative control of the Dept. of Fertilizers, Ministry of Chemicals & Fertilizers. POlL invites bids in two part in sealed covers, addressed to Addl, General Manager & HOD (MM), for the under mentioned Insurence Policy to the 'Scope of Policy' and 'Term & Conditions' enclosed herein. SL. No. Material/HSN Codel Description SAC Code 10 I 995469 Quantity Director and Officers Liability Policy 1 -_. Unit AU._. ~.._--_. Enclosure: 1)Annexure-I :Pre-QualificationCriteria.2)Annexure-ll: Instruction to Bidders 3)Annexure III : General Conditions of Contract.4)Anneuxre-IV: Scope of Policy. 5)Annexure-V : Schedule of Rate. 6) Annexure-VI: Check List.7)Annexure VII : Format for details of payment.8)annexure VIII: Declaration F on behalf of P ~o.e~el"1ent India Ltd. (p'. sa~2. 1/ General Manager (MM)

ITB: 11/PNMM/E/4708/2017-18/100978 Sub.: Engagement of Insurance Company for providing Directors and Officers Liability Insurance Policy for POlL. LIST OF CONTENTS 51. No. DESCRIPTION 1. Annexure I : Pre-Qualification Criteria 2. Annexure II : Instruction to Bidders.~--.. 3. Annexure III : General Conditions of Contract -. 4. _._~ - -_..-._-~--- Anneuxre IV : Scope of Policy - ---- 5. Annexure V : Schedule of Rate 6. Annexure VI : Check List..-------- 7. Annexure VII: Format for details of payment 8. Annexure VIII: Declaration -

ITS: 11/PNMM/E/4708/2017-18/100978 ANNEXURE-I Sub.: Engagement of Insurance Company for providing Directors and Officers Liability Insurance Policy for POlL. PRE-QUALIFICATION CRITERIA (PQC) 1. The Bidder (Insurance firm) must be registered with IRDA (Insurance Regulatory & Development Authority). 2. The Bidder(lnsurance firm) must have served at least one organization during the last 7 years for Director and Officers liability Policy having value not less than Rs.4.0 Cr. The Bidder (Insurance Firm) must provide relevant documents, in support of above qualification criteria along with their Bid.

ITB: 11/PNMM/E/4708/2017-18/100978 INSTRUCTION TO BIDDERS ANNEXURE-II Page: 1 13 1.0 A bidder who meets the Pre-Qualification Criteria (PQC) as per ITB and intents to quote against this ITB may download the bidding document from PDIL website http://pdilin.com OR Central Public Procurement Portal https://eprocure.gov.inlcppp and submit the Bid complete in all respect as per terms & conditions of contract on or before the bid closing date and time. 2.0 Submission of Bids: Bidders are required to submit their bids under two envelopes as detailed below: Envelope (A): Un-priced Technical and Commercial Bid along with the following documents (photocopies) shall be in this envelope: a. Documents in support of 'Pre-Qualification Criteria" as per Annexure-I, attached. b. Complete ITB documents duly signed & stamped in each page with "Deviations"I"Exception" sheet (if any) and all Annexure duly filled in. c. Price Confirmation Copy - A copy of Priced offer (Annexure-V), keeping price blank (hiding the price) and in place indicating "Quoted" or "..) ", as a confirmation of price quoted against the enquired item and applicable rate of GST shall be submitted. d. Copy of Check List as Annexure-VI enclosed, duly filled by the bidder making all the points clear and not leaving any voids. e. Photo copy of PAI\I card. f. Copy of GST registration certificate of your company. g. Any other document as per the requirement specified in the ITB Envelope (B):Price Bid, Schedule of Rate (Annexure-V) with quoted rate in Rs. against each head, signed and stamped. Both the above envelopes should be super scribed with respective Envelope no., ITB No. and closing date of the bid. These two envelopes should be sealed and placed in a third envelop which should be addressed to the under mentioned and super scribed with our ITB No. on the cover of your quotation with due date. You are requested to clearly mention the details enabling us to identify your quotation for the job under reference. Sealed quotations must be submitted addressed to: Add!. General Manager &HOD (MM) Projects & Development India Limited PDIL Bhawan, A-14, Sector-1, Noida - 201 301,Gautam Budh Nagar, (U.P.) e-mail: prsahu@pdilin.com;sbanerjee@pdilin.com Tel: 2529842/43 (Extn. 343)

ITB: 11IPN MM/E/4 708/2017-18/100978 ANNEXURE-II Page: 2 I 3 3.0 Bidder should ensure to fill in the rates in the format as per Schedule of Rates Incomplete Schedule of Rates may result into rejection of bid. 4.0 Opening of Bids: Bid opening will be Public. Envelope' A' only will be opened on Technical Bid Opening Date. Price Bids (Envelope 'B') of only those bidders will be opened which will be considered technically and commercially acceptable. 5.0 Evaluation of Bids Bids shall be evaluated for Pre-Qualification Criteria (PQC) first and Techno-Commercial Bid Evaluation shall be carried out, only for those Bids which shall meet the Pre Qualification Criteria (PQC). Bids shall be scrutinized on Techno-Commercial parameters. Bids having unacceptable deviation may be rejected at this stage. However, clarifications shall be sought from bidder for any shortcoming found in their Bid at this stage. 6.0 The PRICE BID shall be opened only of those bidders who will be technically and commercially suitable. Price Evaluation Criteria Price Evaluation of Bids shall be done considering the quoted prices by the bidder in the Schedule of Rates i.e. Annexure-V along with taxes and duties, on overall lowest bidder considering the input Tax credit benefit to POlL. Annual premium rate shall be quoted both in figure (Rs.) and word, as per the Schedule of Rates i.e. Annexure-V and shall be the same. In-case of discrepancy I mismatch between the two, the rate as quoted in word shall be considered. In case a bidder does not fill up any amount and leaves it blank or writing 'N/A' or put '-' against any item of Price Schedule, it shall be deemed that cost of such item (s) is included in other item by the bidder elsewhere in the quoted price. Incomplete Price Schedule may result into rejection of bid. 7.0 Earnest Money Deposit (EMD) : Not Applicable 8.0 9.0 Validity of Bids: Prices quoted should remain valid for our acceptance for a minimum period of 90 days from the date of opening of technical bids. POlL will not allow any revision in prices within validity period after sealed tender are opened. If at any later date, it is found that documents, information and data submitted by the Bidder in the Bid, and based on which the Bidder has been considered eligible or successful or has been awarded the Contract is incorrect or false to the extent that had the correct or true information been made available to the OWNER at the time of Bid evaluation, the bid would have been declared ineligible or unsuccessful, the Bidder shall be forthwith disqualified or, as the case may be, the contract awarded based on such incorrect or false information shall be cancelled and the EMD/PBG/Security Deposit if any shall be liable to be forfeited.

ITB: 11/PNMM/E/4708/2017-18/100978 ANNEXURE-II Page: 3/3 10.0 Bidders are required to carefully go through the entire scope of ENQUIRY, terms and conditions, and other requirements before quoting. They should feel free to contact POlL before submission of bid if they have any query on it. Once the bid is submitted, POlL will presume that the bidder has understood thoroughly the Scope of Supply along with terms & conditions and all these are acceptable to them. 11.0 Bids shall be typed or written in indelible ink and must be free from corrections / erasing / overwriting etc. Any changes made must be authenticated with initial by the Bidder. 12.0 Bid shall be ideally in conformity to the Scope of supply/work along with all Terms & conditions, stipulated in the ENQUIRY. POlL shall appreciate to receive a Bid having no deviation. However, under unavoidable circumstance, a Bidder may submit Deviations in a separate sheet, which POlL at its own liberty may accept or reject. Deviations found elsewhere inside the Bid document shall not be considered. Deviations including condition(s), if any, found in the Price bid shall liable for rejection of a Bid in totality. 13.0 POlL reserves the right to reject any or all the bids without assigning any reason whatsoever and does not bind itself to accept the lowest or any other bid. All bids in which any of the prescribed conditions are to be fulfilled or are incomplete in any respect are liable to be rejected. POlL is at liberty to take any of the following actions in case of this ITB:. a) to cancel the tender without reference to the bidders. b) to postpone the due date and time. 14.0 Bidders shall not be entitled to claim any costs, charges, expenses or incidentals for or in connection with the preparation and submission of their bids even though Project & development of India Limited may withdraw the enquiry/tender or reject all bids. 15.0 SITE VISIT: Not applicable. 16.0 Bids submitted thro' FAX and e-mail will not be accepted. No request from any bidder to POlL to collect the bid from airlines, cargo agents etc. shall be entertained by POlL. 17.0 POlL reserves the rights to assess bidder's capability and capacity to perform the contract. 18.0 Bids must be submitted on or before the closing date and time well in advance. Bids received late are liable for rejection & no complaint shall be entertained in this regard for any reason whatsoever. 19.0 To know more about POlL, please visit our website http://www.pdilin.com

1.0 Scope of Contract GENERAL CONDITIONS OF CONTRACT (GCC) Shall be as per Scope of Policy as Annexure-IV enclosed 2.0 Firm Price itb: 11/PNMM/E/4708/2017-18/100978 ANNEXURE III Page: 1 /2 Annual premium rate to be quoted shall be firm and subject to no escalation whatsoever during the contractual completion period i.e. for Three (03) years commencing from 07.02.2018 except for any statutory variations i.e. change in the rate of tax & duty and/or inclusion of any new tax & duty. Bid with variable price will not be accepted. 3.0 Price Basis Directors and Officers Liability Insurance Policy for POlL for the period of Three (03) years commencing from 0702.2018 including extended period, if any, 4.0 Taxes and duties 4.1 Goods & Service Tax (GST): GST shall be paid EXTRA as applicable as per GST law. Bidder shall clearly indicate the present applicable rate of GST in Percentage (%) along with corresponding HSN / SAC Code and enclose a copy of GST registration certificate along with the un-priced offer. POlL shall avail input Credit aqainst payment of GST. Same will also be considered while evaluating the price bid. Relevant necessary documents shall be provided by the Contractor to enable POlL avail the above credit set off. Bidders have to ensure that they should file the Tax return on time to avail input Tax credit, else the same shall be deducted from EMO/Security OeposiU Bill(s). 4.2 Statutory variation in taxes and duties including imposition of any new tax & duty, within the scheduled Completion period, as per P.O, shall be paid at actual on production of documentary evidence. 4.2.1 In case of delay in execution, if there is any increase in the rate of tax & duty and/or there is imposition of any new taxi duty by statutory authorities, POlL shall restrict the payment of taxes & duties, as prevalent on the scheduled delivery/ completion period only, as mentioned in the P.O and amendment(s) there to. 4.2.2 If there is any decrease in applicable rate of taxes & duties &/or there is any withdrawal of any tax & duty by statutory authorities, during the completion period including extended/amended period of P.O, shall accrue to POlL's a/c. 5.0 Effective date of Contract! P.O: 07.02.2018. 6.0 Period of Contract: Three (03) Years from the effective date of Contract with a provision of renewal on yearly basis. 7.0 Payment Terms: Payment of Premium shall be made on Annual Basis. Annual Premium shall be paid in the start of the coverage period. 7.1 Tax deduction at source Income tax, as applicable as per income tax act, shall be deducted at source from the Contractor's bills and a certificate towards this deduction shall be issued to the Contractor.

ITB: 11/PNMM/E/4708/2017-18/1 00978 ANNEXURE III Page: 2/2 8.0 Security Deposit: Not Applicable 9.0 Price reduction clause: Not Applicable. 10.0 Insurance: Not Applicable. 11.0 Statutory obligation and Safety Rules (For AMC/ ARC) : Deleted 12.0 Termination If the service provider breaches any terms of the contract including failure to perform service in time, it will amount to failure on the part of service provider. In this situation, POlL reserve the right to terminate the contract at any time by giving 15 days notice and the service provider shall refund the existing part of the insurance premium on pro rata basis except for the employee, for whom the claim has already been lodged. 13.0 Force Majeure The act of God, epidemic, wars, revolution, and official strike shall be treated as force majeure condition. In event of occurrence of such condition neither party shall be responsible for delay in performance provided that it is notified within 07 days of its occurrence. The Contractor shall provide justification by documentation countersigned by the local chamber of commerce. 14.0 Arbitration All cases of dispute arising during execution of contract shall be resolved by mutual discussion of parties operating the Contract. In the event of failure to do so, matter will be settled as per Arbitration and Conciliation Act, 1996, as amended from time to time. However, wherever applicable, in case of settlement of commercial disputes between PSEs inter SE and PSE(s) and Government Department(s), the same shall be settled through Permanent Machinery of Arbitrators (PMA) setup in the Department of Public Enterprises (OPEs) as per the following Clause: "In the event of any dispute or difference relating to the Interpretation and application of the provisions of the contracts, such dispute or difference shall be referred by either party for Arbitration to the sole Arbitrator in the Department of Public Enterprises to be nominated by the Secretary to the Government of India in-charge of the Department of Public Enterprises. The Arbitration and Conciliation Act, 1996 shall not be applicable to arbitration under this clause. The award of the Arbitrator shall be binding upon the parties to the dispute, provided, however, any party aggrieved by such award may make a further reference for setting aside or revision of the award to the Law Secretary, Department of Legal Affairs, Ministry of Law & Justice, Government of India. Upon such reference the dispute shall be decided by the Law Secretary or the Special Secretary/Additional Secretary, when so authorized by the Law Secretary, whose decision shall bind the Parties finally and conclusively. The Parties to the dispute will share equally the cost of arbitration as intimated by the Arbitrator". The performance under this contract, shall not stop for any reason, whatsoever, during the said dispute / proceedings, unless the service provider is specifically directed by POlL to desist from working in this behalf. 15.0 Jurisdiction The Order shall be deemed to have been entered into at Noida and all cases of action in relation to the order shall, therefore, be deemed to have been assigned within the jurisdiction of Gautam Budh Nagar (UP) and venue of arbitration shall be Noida.

ITS: 11/PNMM/E/4708/2017-18/100978 ANNEXURE IV SCOPE OF POLICY DIRECTORS AND OFFICERS LIABILITY POLICY FOR POlL The Insurance Service Provider (Duly Registered with IRDA) should provide DIRECTORS AND OFFICERS LIABILITY POLICY FOR POlL for a period of three years. Premium shall be paid on annual basis and accordingly policy may be issued on annual basis. Under the said scheme four Directors are covered - 2 nos. Independent Directors and 2 nos. Govt. Nominee and the Sum Assured of the policy is Rs. 5 (Five) Crores.

ITB: 11/PNMM/E/4708/2017-18/100978 SCHEDULE OF RATE Annexure-V ITEM: Engagement of Insurance Company for providing Directors and Officers Liability Insurance Policy for POlL. NAME OF THE INSURANCE COMPANY: _ 51. No. 1. Particulars Basic Annual premium rate for RS.5 (Five) Crore (including stamp duty as applicable) Item 'SAC' Code Rate In Word Rupees...... --~_J~_ ~~~_ Rs. 1.1 _... GST Extra. (Bidder to indicate present applicable rate in %age.) - - ----- ---------~-- @...% Extra. -------------------_. Note: i. Validity of the ARC will be for a period of three(03) years with a provision of renewal on yearly basis ii. Bidders are required to quote the rate as per above format indicating present applicable rate of GST in percentage. iii. The quotation/price bid does not include any brokerage/agency/consultancy charges iv. An unpriced copy of this "Schedule of Rate" keeping price blank (hiding the price) and in place indicating "Quoted" or "..) ", against the enquired item and applicable rate of GST, duly signed & stamped must be submitted along with un-priced techno-commercial bid (Envelope 'A') as price confirmation. v. Bidders are required to quote the Annual premium rate both in figure (Rs.) and word, as per the above Schedule of Rates and shall be the same. In-case of discrepancy / mismatch between the two, the rate as quoted in word shall be considered Signature of Authorised Signatory: Name: --------- Designation: Seal of the company

------- - ITB: 11/PNMM/E/4708/2017-18/100978 CHECK LIST ANNEXURE-VI I I (BIDDER MUST CONFIRM POINT BY POINT AND STRIKE OUT WHICHEVER IS NOT APPLICABLE) NAME OF BIDDER: OFFER NO.. ITEM: Engagement of Insurance Company for providing Directors and Officers Liability Insurance Policy for POlL. SL DESCRIPTION BIDOER'S NO ~O NFIRMATIONI f6.cceptancei COMMENTS l..j 1. Price Basis: Directors and Officers Liability Insurance Policy for POlL for the Confirmed period of Three (03) years commencing from 07.02.2018 including extended period, if any -----------"..- f--------------------- -----.-----.---... ------- ------ 1.1 Firm Price: Annual premium rate to be quoted shall be firm and subject to no escalation whatsoever during the contractual completion period i.e. for Three (03) years commencing from 07.02.2018 including extended period, if any, as per CI. No. 2.0 of Annexure-III enclosed. 2. Payment Terms: Payment of Premium shall be made on Annual Basis. Annual Premium shall be paid in the start of the coverage period. -- 3. Period of Contract: Three (03) Years from 07.02.2018 with a provision to renewal on yearly basis 4. Validity: Shall be 90 days from date of opening of technical bids Bid. As per Clause 8.0 of Annexure-II of ITB 5. Price Confirmation Copy - A copy of Priced offer(annexure-v), keeping price blank (hiding the price) and in place indicating "Quoted" or "'-l '', as confirmation of price quoted against the enquired item and applicable rate of GST, shall be submitted along with Un-priced Techno Commercial BID. 6.0 Whether the Company is registered as M S E (Micro & Small Enterprises) if 'Yes', indicate the registration No. and enclose a copy of Reqistration Certificate. I 61 Whether the M S E Company is owned by SC / ST 7.0 Photocopy of PAN card 8.0 Copy of GST registration certificate. ---.._--_..._--- -.-'---------"---_._.',' 9.0 Confirmation of Acceptance to all Terms and Conditions of the Tender To confirm Document in totality. 10 0 Name, Designation, Telephone Nos. & Fax No. of Contact Person for thit 1. Enquiry. lit is confirmed that in case any of the terms and conditions mentioned in this summary are at va~ar1ce I with those indicated anywhere else in our offer; the condition indicated in this sl.lmmar1-.?hal~er-.~ail. a I -- I Confirmed Accepted Confirmed Confirmed Submitted Y / NO.) IrYES Submitted Submitted Signature of Authorised Signatory: _

r ITB: 11/PNMM/E/4708/2017-18/100978 FORMAT OF DETAILS FOR PAYMENT ~19 Digit Code number of the Bank and Branch appearing on I r the MICR cheque issued by the Bank ----- d) 11 Digit NEFTIIFSC Code of the Bank Branch ------------- ANNEXURE-VII Bidders are required to submit the following details on the company's letter head for online transfer to amount to their account: I 1 1 i;~~:~or Name I Company Name ~_ ~ --_~ r-~~ne No. E-maillD -==========~~-----L-----------~- I 2.a) Name of the Bank 1 _ l!j) Address of the Branch I~ I Telephone No_ --------------=t= WI ;~~~~~~ ~~~: ~~~~~~~~;~ ---------------._------ I g) I Permanent Account Number (PAN) Under Income Tax Act. t~~---===----~- I h) j GST Registration Number _ ht=- Name of Authorized-S-ig-n-a-to-ry-- -L- ~ -_-~ _ L1l---.J Contact Person Name _~ ~ _ We hereby declare that the particulars given above are correct and complete Authorized signatory of the bidder Title. Designation. Date: _.

ITS: 11/PNMM/E/4708/2017-18/100978 Annexure-VIII (Self Declaration on Bidder's Letter Head as per below performa) DECLARATION To, Projects and Development India Ltd. Noida - 201301 Subject: ITS No Dt... Sir, We hereby declare that Mis '" is neither put on Holiday or Black-listed by any Government I PSU I Private firm or Financial Institution. Signature Name: Designation: Seal of the Bidder.