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

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

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

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

DOCUMENT FOR EMPANELMENT OF CONTRACTORS

TENDER FOR MANPOWER REQUIREMENT FOR ALLIED SERVICES

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

PUNJAB & SIND BANK APPLICATION FOR EMPANELMENT OF INTERIOR FURNISHERS. Application Reference No: - PSB/ZO. Dehradun/GA/EF/02/

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

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

PUNJAB & SIND BANK APPLICATION FOR EMPANELMENT OF INTERIOR FURNISHERS. Application Reference No: - PSB/ZO. Delhi II/GA/EF/01/

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

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

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.

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

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

V.M. No /VI/Accounts/241/ June 2017 NOTICE INVITING TENDER

Central Bank of India Regional Office,

NORTH CENTRAL ZONAL OFFICE, ENGG. DEPTT. 16/275, M.G. ROAD, KANPUR (U.P.) TENDER NOTICE

F. No. 22(7)/NBB/Security/2019 Dated :

EMPANELMENT DOCUMENT

1. Name of the Firm/Dealer/Vendor: Address with telephone No. :.

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

TENDER DETAILS OF NOTICE INVITING TENDER NIT NO.: MDI/GURUGRAM/PROJECT/PGPM//2017

TENDER NOTICE FOR COMPREHENSIVE ANNUAL MAINTENANCE CONTRACT OF AIR CONDITIONERS AND WATER COOLERS IN THE DEPARTMENT OF BIOTECHNOLOGY

Ref. No. P&S/F.2/OR/198/ Date:

Bank of Maharashtra Zonal Office, Chandigarh S.C.O , Sector 17-C Chandigarh

SBI INFRA MANAGEMENT SOLUTIONS PVT. LTD. TENDER NOTICE INVITATION OF BIDS FOR HIRING OF TAXI/MOTOR VEHICLES AT AO, AGRA

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

TENDER DOCUMENT SECURITY CONTRACT

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

NOTICE KTDC HOTELS AND RESORTS LTD THIRUVANANTHAPURAM. Selection of Ground Handling Agent

REQUEST FOR PROPOSAL FOR APPOINTMENT OF CHARTERED ACCOUNTANTS/FIRM ON CONTRACT BASIS. Real Estate Regulatory Authority, Karnataka

LIFE INSURANCE CORPORATION OF INDIA ENGINEERING DEPARTMENT

Office of the Dean Student Welfare G. B. Pant University of Agri. & Tech. Pantnagar Distt. Udham Singh Nagar, PIN (Uttarakhand)

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

NATIONAL INSTITUTE OF RURAL DEVELOPMENT & PANCHAYATI RAJ

MAHARASHTRA ELECTRICITY REGULATORY COMMISSION

UNITED INDIA INSURANCE COMPANY LIMITED Estates Department: Head Office

1. Name of the Firm/Supplier /Vendor: Address with telephone No. :...

TENDER NOTICE GUJARART NARMADA VALLEY FERTILISERS & CHEMICALS LIMITED. 1 Department Name

TENDER FORM HIRING OF STAFF CAR FOR ESIC MODEL HOSPITAL BAPUNAGAR, AHMEDABAD

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)

NAVODAYA VIDYALAYA SAMITI, REGIONAL OFFICE, BHOPAL

STANDARD BIDDING DOCUMENTS FOR LOW VALUE PURCHASE

KENDRIYA VIDYALAYA NO.1 AMBALA Phone No ,

LIC of India, City Centre, DO Gwalior

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

CONTRACT NO: CCW-231/2014. Special repair Works in Line-3 and Line-4

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

Central University of Orissa

General Terms & Conditions

Tender No. AAI/CC/205/88/ / Date:

CONSTRUCTION OF BOUNDRAY WALL (ON WEST SIDE OF TDI-II PLOT) AT TDI-II DAHEJ TENDER NOTICE. 3 Months

State Institute of Health and Family Welfare Jhalana Institutional Area, South of Doordarshan Kendra, Jaipur Ph , , Fax

Phone No

Persons to clean the institute including washrooms

Software Technology Parks of India Noida

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

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

MMTC LIMITED NEW DELHI. No. MMTC/A 278/2001 2/CT Dated : NOTICE INVITING TENDER

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

Request for Proposal (RFP) for Engagement of Statutory Auditors for Indian Institute of Corporate Affairs for the year

TENDER DOCUMENT PHOTOCOPYING & STATIONERY SHOP KIRORI MAL COLLEGE, UNIVERSITY OF DELHI DELHI

BHARAT SANCHAR NIGAM LIMITED. (A Govt. of India Enterprise) OFFICE OF THE PRINCIPAL REGIONAL TELECOM TRAINING CENTRE THIRUVANANTHAPURAM

INDIAN INSTITUTE OF TECHNOLOGY, BOMBAY ESTATE OFFICE. Advertisement No. A-31/ Sd- Acting Superintending Engineer

CHARTERED ACCOUNTANT /COST ACCOUNTANT FIRMS

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

INDIAN INSTITUTE OF SCIENCE BENGALURU

II) Tender Notice for Drinking Water Coolers

Tender Fee Rs.1000/- plus GST 18% Last date and time for submission of Sealed Tenders up to 2.30pm

AN ISO 9001 & ISO COMPANY TENDER DOCUMENT. NIT No.: NRO/CON/738/667 date : FOR

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

W-5 PROCUREMENT OF CIVIL WORKS UNDER SHOPPING PROCEDURES

l.i.c of India,Divisional Office,Masoodabad Aligarh - Tender Notice

at 13:30 hrs

TENDER FOR DISPATCH OF AGM NOTICE AND ANNUAL REPORT TO SHAREHOLDERS THROUGH COURIER SERVICES. Tender invited by

TENDER NOTICE. Sealed Bids/Tenders are invited for awarding contract for. out-sourcing Security Services in Kendriya Vidyalaya,

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

TENDER DOCUMENT FOR ANNUAL MAINTENANCE OF UPS. Date of Issue of tender notice: Sale of Tender document till: (1400 Hours)

(Pre-qualification of construction agency) Page 1/11

TENDER NOTIFICATION NO. GMRC/O&M-1/PH-1/2019

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

Construction of Public Toilet at Wazirpur Industrial Area, New Delhi. NOTICE INVITING TENDER. No. NIT/02/ /DMRC/CPM-2/PM2B

STATE BANK OF INDIA. Local Head Office (First Floor) Bank Street, KOTI, Hyderabad Phone : Fax:

TENDER FORM CONTRACT FOR PARKING STAND AT ESIC MODEL HOSPITAL BAPUNAGAR, AHMEDABAD

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

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

Notice Inviting Tender for Printing of Accounts Manual of APDCL

NOTICE INVITING TENDERS

No. 542-W-14/12/MH/2013 DT TENDER NOTICE

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

DESIGN, SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF SAP ESS SYSTEM ESS15 FOR PHASE-3 OF DELHI MRTS PROJECT ESS15

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

TENDER DOCUMENT ON ANNUAL MAINTENANCE CONTRACT (AMC) FOR SERVERS/COMPUTERS/PRINTERS/UPS/LAPTOPS AT TTDC CORPORATE OFFICE AND UNITS

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

CENTRE FOR DNA FINGERPRINTING AND DIAGNOSTICS Block No. 7, /B, Gruhakalpa Complex, Nampally, HYDERABAD NOTICE INVITING TENDER

Sale period of bidding document. to AM to 4.00PM

KARNATAKA FISHERIES DEVELOPMENT CORPORATION LTD.,

Institute of Development Studies Kolkata DD-27/D, Sector-I, Salt Lake, Kolkata

Laying Cable Tray System for House Building Finance Company Limited

Transcription:

ENGAGING PROJECT IMPLEMENTATION SERVICES PROVIDER/ CONSULTANT FOR BUILDING & ALLIED WORKS IN NORTH EAST REGION 1 P a g e

Uttar Pradesh Rajkiya Nirman Nigam Ltd 168 C, Ashok Nagar, Ranchi (Jharkhand) Ref: 439A/PM/UPRNN/NIT-NE/WISC/2016 Date: 30.09.2016 NOTICE INVITING TENDER Offers in 2 Bid systems are invited for providing assistance / support services in supervision for construction of building and allied works in North East Region. Eligibility Criteria, conditions etc are detailed in website: www.uprnn.co.in Amendments, if any, shall be posted in website only. Project Manager 2 P a g e

ENVELOPE I SCOPE OF WORK 1. Scope of work :- The specific tasks to be performed by the Work Implementation Service Provider (WISP)/ Project consultant phase wise, initially for works costing Rs 40 Cr are as follows:- a. Supervise construction of all jobs as directed by Engineer In-charge w.r.t. design and architectural drawings to the full satisfaction of the client(s). b. Assistance in preparing periodic and final bill for payment to the contractors. c. Assistance in preparing periodic financial and progress reports. The period and contents of the report shall be agreed with the UPRNN. d. Test, Commission and handover of the fully functional facilities after the satisfactory completion of all specified works as per drawings. e. The WISP/ PMC shall ensure that all the works are as per drawings issued to the contractors by UPRNN/ CLIENT and should be of the good quality. f. Assistance in Site Supervision Assistance in preparation of construction schedule and updating construction schedule in guidance of UPRNN. Assistance in planning and co-ordination of construction work at site. Reporting on regular supervision of works in the execution of the contract, in accordance with the drawings, standards and specifications on fortnightly and monthly basis. Assistance under UPRNN in supervision of all electrical/ mechanical works of contract agreement which includes, Air Conditioning/HVAC, Fire Alarm, STP/ETP, WTP Fire supervision system, sump well, tube well, kitchen equipment s, Hospital Furniture through a technically, competent MEP team Preparation of periodic progress and financial reports as desired by UPRNN. Examining and certifying contractor s bill and recommendation of payment to UPRNN. Getting variations in the contract value at each occurrence should be recommended to the UPRNN for approval. Quality control as per CPWD and its documentation.. Inspection services including In-situ and Ex-situ inspection. Compliance of all the observations made by various inspecting officers and/ or in the Technical Audit and compliance of Quality Assurance Reports before recommending payment of the contractors. Preparation of the deviation variation/ extra item with rate analysis. Preparation of the record of major materials like cement and steel for calculation of consumption statement thereof. 3 P a g e

ELIGIBILITY CRITERIA 2. Eligibility Criteria 2.1 The applicant must be a reputed consulting firm having establishment in North East. It should be a project Implementation/ Consultancy Firm in North East dealing in construction of buildings, for a period of minimum 7 years ending, so that he is well versed with the Local conditions / surroundings / local language / working culture as the presence in the state would play an important part in successful delivery of the project. Certificate of Incorporation should be attached (in the field of consultancy). 2.2 The applicant should have provided Project Implementation Consultancy services for at least three projects costing not less than Rs.30.00 lacs each for Central Govt. /State Govt./PSUs/ Autonomous or Private Sector body in India during last 3 years. 2.3 The eligible consultants shall be required to submit self-attested copies of the following along with the application:. 2.3.1. Documents verifying the claim as per above including the appointment letter or work order or contract agreement or letter of successful completion from the client. 2.3.2. The Consultant should have average annual turnover of at least Rs.100 lac in the last three financial years ending 31 st March, 2016. 2.3.3. Details of Permanent Account Number (PAN) 2.3.4. Service Tax Registration Certificate. 2.3.5. Receipts of Service Tax payment. 2.3.6. Copy of Audited Balance Sheet along with Profit and loss account Statement of the firm for the last three financial years (Year 2013-14, 2014-15 & 2015-16) 2.3.7. Firms showing continuous losses for the last three years in the Balance Sheet are not eligible to participate in the process. 2.3.8. Bank solvency for a minimum amount of Rs.10.00 lacs. 3. Instructions and Guidelines for submission of Application Form. 3.1 Application form for the Bid can be downloaded from the UPRNN Website: www.uprnn.co.in. 3.2 The applicant must submit a non-refundable processing fee (tender fee) of Rs.15,000.00 (Rupees Fifteen Thousand Only) in the form of DD drawn in favour of UPRNN Ltd., payable at Ranchi. 3.3 The Applicant shall submit dully filled application with Annexures I to VI in the prescribed format which shall form part of Technical Bid alongwith all other relevant documents, latest by 15:00 hours on 12.12.2016 at Project Manager, UPRNN Ltd., Ashok Nagar, Ranchi. The documents shall be placed in a single cover and include the following in separate envelopes. ENVELOPE: 1 Containing non-refundable processing fee of Rs.15,000.00 (Rupees Fifteen Thousand only) inclusive of Service Tax by Demand Draft drawn in favour of UPRNN Ltd., payable at Ranchi & Eligibility Criteria, Technical BID Documents with Applications. 4 P a g e

Should also accompany Earnest Money Deposit (EMD) amounting to Rs 1.00 lakh in form of Bank Guarantee /Bank Draft payable to UPRNN at Ranchi. Technical Bid without Earnest Money deposit (EMD) shall be rejected. No bank interest shall be payable on E.M.D. E.M.D. will be returned to all unsuccessful bidders without interest as soon as possible after decision of bid. E.M.D. shall be liable for forfeiture in the following event : i) In case proposal/price bid is withdrawn during the validity period. ii) If price bid proposal is modified in an unacceptable manner after opening of price bid during validity period. iii) If the lowest bidder withdraws his proposal prior to signing of agreement or fails to submit performance Bank Guarantee or is unable to commence the work as per work order.. ENVELOPE :2 Containing Quotation offer (Envelope - 2 shall be opened for those qualifying, Technical Bid, date, time & place shall be intimated separately on website. 3.4 The application shall be signed by the authorized person (s) of the firm. All pages of the documents shall be stamped & signed by the applicant. Power of Attorney of the authorized person shall be attached. 3.5 The application shall be submitted only as per the enclosed formats (Refer Annexure I to VI), Self attested documentary proof (s) as asked in various annexures, in respect of the details furnished in the application form shall be submitted along-with the application. Suppression of any information in this regard may lead to cancellation of empanelment of the Firm concerned, if such information comes to the notice of UPRNN even after empanelment. 3.6 Applicants who have successfully fulfilled specified minimum criteria shall be eligible to apply, certified copies of award letters, or work order or contract agreement or completion certificates etc. should be enclosed. 3.7 All future communication/ changes/additional information with respect to this website advertisement shall be notified through website which should be checked regularly. 3.8 All Annexures duly completed should be submitted. Incomplete applications will be summarily rejected. 3.9 UPRNN reserves the rights to accept or reject any or all applications without assigning any reason. UPRNN the right to call off process of Bid at any stage without assigning any reason. 3.10 UPRNN shall not be responsible for any delay/ loss of document or incorrect filling of application form & Annexure-I to VI of the Application form. Also, UPRNN shall not be responsible for delay/ loss/ non receipt of filling in application form along with documentary proofs sent by Post. 3.11 UPRNN reserves the right to modify the criteria and take its own decision if so required. 4. Schedule for completion of tasks by the consultant: 5 P a g e

The consultant / WISC shall commence the work immediately and latest within a period 7 days from the date of award of the Consultancy contract. The Consultant shall get prepared the schedule of activities culminating in completion of construction of all works assigned to him. The schedule should be formulated taking into account the time for completion of supervision, execution and finalization of the contract taking into account a time period as given in Annexure for different works. The Consultant shall furnish a fortnightly progress report on the progress of schedule of activities to UPRNN highlighting the areas of deficiencies with respect to the agreed schedule. 6 P a g e

5. Support to be provided by UPRNN. The consultant / WISC will be provided the following:- List of location, time and value of the project. Good for construction drawings (2sets), Contract Agreements of all works and such other documents those are required for successful completion of this agreement. Payments to Consultant in defined stages as per contract. 6. Requirements of Minimum establishment from Consultant Side. The consultant / WISC shall operate all his operations from a well-equipped and staffed office established at site. Further the Consultant/ WISC shall define his staff at site of work., the quantum and its function shall be determined by the Consultant/ WISC based on their proposal term of reference, and actively to be carried out at each place. 7. Qualification required for Supervision Staff SN Designation Qualification Nos 1 Project Coordinator Having experience of 10 years in handling project 1 2 Residual Contract Manager BE (Civil) with 10 years experience 1 3 Lead Engineers (JE) 5 years experience 5 4 Billing Engineers BE with 5 years experience 1 5 Planning Engineers BE with 5 years experience 1 6 Quality Control (JE) BE with 5 years experience 1 7 Site Supervisor 5 years experience 5 8 Store Keeper Graduate 1 8. Duration The duration of consultancy will be as per procurement scheduling phase wise or completion of the entire works as envisaged by the Consultant/ WISC or from the date of appointment of Consultant/ WISC to the satisfactory completion and handing over of all works, involved in the attached list of works, whichever is later. 9. Final Output to be provided by the WISC / Consultant. The list of output shall be as follows:- I. Continuous supervision of all repair, renovation and new construction works, recommendation of periodic payments to construction agencies, satisfactory completion of works at site and handing over the same to the UPRNN/CLIENT. II. The periodic payment shall be certified by the authorized representative of UPRNN. III. Preparation of regular progress and financial report for review and monitoring. 10. Review Committee for monitoring progress of the works. The monthly physical and financial progress of the work will be reviewed periodically by the UPRNN. 7 P a g e

TECHNICAL BID DOCUMENT APPLICATION FORM FOR APPLICANT INFORMATION TO BE FURNISHED BY THE APPLICANT S.No. Particulars Details to be filled in 1 Name of Organization 2 Address Telephone No. Fax No. Email ID. 3 Organization Details Annexure I 4 List of Consultancy Assignments Annexure II completed in the last years ending 31.03.2016 5 List of Consultancy Assignments in Annexure III progress 6 Financial Status Annexure IV 7 List of Technical Staff to be deployed (with CVs) Annexure V 8 Submitted in the covering letter Annexure VI Place : Signature of the applicant Date : Name & Designation 8 P a g e

Annexure - I ORGANIZATION DETAILS S.No. Parameter Details 1 Year of Establishment 2 Status of Firm (Proprietorship / Partnership/ Any Others) 3 Details of Enlistment as Consultancy Firm 4 Empanelment with Govt. Organizations (Mention names along with copies of empanelment letters) 5a Name of Director /Partners/ Proprietors with Designation 5b Academic Qualification of Directors/ Partners/ Proprietors 5c Address and Phone Number of Directors / Partners / Proprietors 5d Office in North East Region Place : Signature of the applicant Date : Name & Designation 9 P a g e

Annexure-II LIST OF CONSULTANCY ASSIGNMENT COMPLETED IN LAST 7 YEARS ENDING 31.03.2016 S.No. Name of Work/Project with address Short description of Consultancy assignment Name and address of owner/ client Cost of Work/Project Date of Start of Work/ Project Date of Completion of Work/ Project Bonus/ Liquidated damages if any imposed on Consultant Any other Relevant Information Stipulated Actual Stipulated Actual Note : Work/ Project means PMC work. The list of works/ project mentioned should be substantiated with documentary evidence such as work orders or contract agreement or completion certificates from the owner/ client. Place : Signature of the applicant Date : Name & Designation 10 P a g e

Annexure-III LIST OF MAJOR CONSULTANCY PROJECTS IN PROGRESS S.No. Name of work/ Project with address Short description of Consultancy assignment Name and address of Owner/ Client Cost of Work/ Project Date of Start of Work/ Project Date of Completion of Work/ Project Status of work Expected date of completion Any other relevant information Note : Work/ Project means PMC work. The list of works/ project mentioned should be substantiated with documentary evidence such as work orders or contract agreement certificates. Place : Signature of the applicant Date : Name & Designation 11 P a g e

Annexure-IV FINANCIAL STATUS S.No. Financial Year Turnover (Rs. In Lacs) by way of Professional Fee Profit / Loss (-) 1 2013-14 2 2014-15 3 2015-16 Note : Certified copies of audited Balance Sheet/ Chartered Accountants Certificates to be enclosed for each financial year. Place : Date : Signature of the applicant Name & Designation 12 P a g e

Annexure-V LIST OF TECHNICAL STAFF TO BE DEPLOYED (with CVs) SN Designation Name Qualification Experience Curriculum Vitae 1 Project Coordinator 2 Residual Contract Manager 3 Lead Engineers (JE) 4 Billing Engineers 5 Planning Engineers 6 Quality Control (JE) 7 Site Supervisor 8 Store Keeper *Expand / Attach separate sheets wherever required Place : Signature of the applicant Date : Name & Designation 13 P a g e

Annexure-VI Details to be submitted in the covering letter of the applicant as part of Letter of Transmittal 1) Name of Firm : 2) Mailing Details of Firm a) Address : b) Tel. No. : c) Fax No. : 3) E-Mail ID of Firm : 4) Contact details of the applicant : a) Name : b) Designation : c) Mobile No. : d) Tel. No. : 5) Details of Non-refundable processing fee paid : a) Amount : b) DD No. : c) Details of Bank : Place : Signature of the applicant Date : Name & Designation 14 P a g e

ENVELOPE II Quotation Offer for Work Order Name of Work : Construction of Building & Allied Works at Lekhabali (Phase-1),Assam Name of WISC / Consultant : Period : 11 months Period of Completion: S.No. Item Rate 1 Providing assistance/ support in day to day supervision including specification control, Quality Control, Cost control/ extra items/ deviation, document control, Monitoring, Billing, liaison with Client(s) Updating Scheduling, Safety practices etc as per scope of work enclosed for construction of subject building (Annexure-I) from start to defect liability stage,as may be required for implementing the execution process properly to the satisfaction of Engineer in charge by engaging experienced technical Personnels as per Manpower Requirements (Annexure II) w.r.t List as per Annexure -V % per RA Bill amount (In figures & in words) Note: Service Tax shall be shall be inclusive as applicable during the currency of work. Note:- 1. Scope of work shall be as detailed in Technical Bid 2. Conditional Offer shall not be accepted. 3. Execution of work to be started within 10 days of issuance of work order. 4. Mode of Payment (1) Monthly RA Bill and on basis of verification as per attendance register (2)EMD shall be converted to security deposit, to be released after successful delivery of the work and (3)Security @ 5% to be deducted from RA Bills (4)Necessary Deduction as suitable/assessed by UPRNN in case of insufficiency of technical personnels/non compliances/misconduct etc 15 P a g e

5. UPRNN reserves the right of deployment of Technical Personnels in case of non performing personnels and no personnels shall be inducted with prior approval of UPRNN. 6. In case of failure of delivering results as per scope of work, UPRNN may terminate the work order after issuing notice 45 days in advance. 7. Renewal of work order shall be performance based further for 11 months subject to satisfaction of clients / UPRNN. 8. UPRNN reserves the right of cancellation of Work Order in case of failure to deliver proper execution. DATE : PLACE : Signature of the Applicant (STAMP/SEAL) 16 P a g e