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

Similar documents
BANK OF INDIA ZONAL OFFICE RAJASTHAN ZONE JAIPUR

KERALA INDUSTRIAL INFRASTRUCTURE DEVELOPMENT CORPORATION(KINFRA) (A statutory body of Govt of Kerala)

STATE BANK OF INDIA LOCAL HEAD OFFICE, KOTI, HYDERABAD NOTICE INVITING TENDERS

(A statutory body of Govt of Kerala)

Engineering Projects (India) Limited Contracts Division- CO, New Delhi DLI/CON/686B/

at 13:30 hrs

West Bengal Renewable Energy Development Agency. Draft General Terms & Conditions of the Tender

TENDER DOCUMENT TENDER ID : BAN

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

SITC OF SMF BATTERIES AT OUR DATA CENTRE SHIVAJI NAGAR PUNE.

Proposed Air Conditioning Work of Bank of India Curchorem Branch BANK OF INDIA TENDER DOCUMENT FOR AIR CONDITIONING WORK OF BANK OF INDIA

TENDER DOCUMENT. INTERIOR WORKS FOR WEALTH HUB AT TIGER CIRCLE BRANCH, MANIPAL

Premises & Estate Department Local Head Office, Bank Street Koti, Hyderabad NOTICE INVITING TENDER (E-TENDERING)

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

MAHARASHTRA ELECTRICITY REGULATORY COMMISSION

AN ISO 9001 & COMPANY FOR

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

KERALA INDUSTRIAL INFRASTRUCTURE DEVELOPMENT CORPORATION (KINFRA) (A statutory body of Govt of Kerala)

NOTICE INVITING QUOTATIONS FOR SUPPLY& INSTALLATION OF PIGEON NET AT NID GANDHINAGAR

YASHWANTRAO CHAVAN ACADEMY OF DEVELOPMENT ADMINISTRATION RAJBHAVAN COMPLEX, BANER ROAD, PUNE

HINDUSTAN AERONAUTICS LIMITED SUKHOI ENGINE DIVISION, KORAPUT SUNABEDA , ORISSA PLANT MAINTENANCE CONTRACT CELL

FACE LIFTING OF INTERIOR / CIVIL WORKS FOR UNION BANK OF INDIA, AT ASHOKA ROAD MYSORE MAIN BRANCH TENDER FOR INTERIOR WORKS TECHNICAL BID

W-5 PROCUREMENT OF CIVIL WORKS UNDER SHOPPING PROCEDURES

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

Government of Punjab Department of Revenue, Rehabiliation & Disaster Management Office of the Divisional Commissioner Jalandhar Division Jalandhar

SECTION - II. SPECIAL TERMS AND CONDITIONS (Transformer)

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

!" # $%&&!"# '++("%) " " $ % & ' # % # ' ) * +, -*. / # 1 2* 32 *4 # # !" 0 ' 3 " / 5 * ( 9 " ' %""!00%%35:

TENDER No: WRO/CON/757/0155

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

BHARAT HEAVY ELECTRICALS LIMITED Regional Operations Division MUMBAI

INTERIOR, ELECTRICAL, AIR CONDITION, CCTV, DATA CABLING AND PA SYSTEM WORKS FOR THE ERNAKULAM DISTRICT CO-OPERATIVE BANK LTD., BRANCH AT KOOVAPPADY

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

(A GOVT. OF WEST BENGAL UNDERTAKING) H.O. & R. O.: 2, DurgaCharan Doctor Lane, Kolkata

Vendor Name: M/s RFQ No. : Vendor s Offer Ref No. : Tel. No. Fax No. Contact Person:

Construction Management Approach based on FIDIC Conditions of Contract for Construction, st Edition. Dr. Munther M.

Notice inviting e-tender. e-tender No. WBSEPS/DMS/e-6/15-16/BBMC-O

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

NOTICE INVITING TENDER. Ten No. TEN/004/UPS/AO

TATA INSTITUTE OF SOCIAL SCIENCES DEONAR, MUMBAI NOTICE INVITING TENDERS

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

TENDER NOTICE Ref.No : VSP/MKTG/BP/13-14/03 DT Sub: Notice inviting open tender for sale of Coke Dust (Bunker) - reg

Tender No. 15 / Date: TENDER NOTIFICATION. Security Deposit (in Rupees) 1. Pulse Oximeter / /-

T E N D E R Tender # T Washroom Upgrades Carnegie Building

General Conditions for Purchase (CG-2)

Estimat ed Cost of Constr uction (in Lakh) Cost of Docu ment. (in Rs.)

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.

DRAWINGS AND DESCRIPTIONS GENERAL CONDITIONS CONCLUSION OF THE CONTRACT, MINIMUM ORDER VALUE & PURCHASE ORDER CHANGES/CANCELLATION DEFINITIONS

RESERVE BANK OF INDIA CENTRAL ESTABLISHMENT SECTION BHUBANESWAR REQUEST FOR EMPANELMENT (RFE)

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

PERMIT TO ENTER YOU ARE REQUIRED TO COMPLY WITH THE ENDORSEMENTS AND DETAILS SHOWN ON THIS PERMIT

1. Press Notice, Invitation to Bid, Instruction to Bid, Scope of Work & Eligibility Criteria

SYNDICATEBANK: DATA CABLING WORKS FOR AMRAVATI MAIN BRANCH (5120)

Institute for Defence Studies and Analyses (IDSA)

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

NOTICE INVITING TENDER

TENDER DOCUMENT FOR INTERIOR & FURNISHING WORK FOR

Office of the Sutahata Panchayat Samiti

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

AGREEMENT FOR CONSULTANCY SERVICES

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

West Bengal Transport Corporation Limited

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

KARNATAKA FISHERIES DEVELOPMENT CORPORATION LTD.,

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

Tender for Comprehensive Annual Maintenance for Contract of UPS and Inverters in the Additional DGFT, Mumbai.

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

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

FOR. Construction of Up-graded High School at VOLUME II ACC, TECHNICAL SPECIFICATION, DRAWINGS

2) Area: square feet (AC & Non-AC) comprising of i. Ground, 1 st to 5 th Floors ii. Lower & Upper Basements iii. Stores Area on 7 th Floor

(Web Advertisement) TENDER NOTICE

Fire Protection Services for Teaching Hospital for the new Govt. Medical college at Baripada, Odisha

SECTION 2 : JURONG HEALTH SERVICES PTE LTD STANDARD CONDITIONS OF CONTRACT FOR CONSTRUCTION AND IMPROVEMENT WORKS

APPLICATION FOR PRE-QUALIFICATION OF CONTRACTORS/ APPLICATORS FOR TERRACE WATERPROOFING WORKS IN BANK S RESIDENTIAL FLATS AT GHATKOPAR (E), MUMBAI

FOR FOR KANPUR, U.P.

E-Tender for Comprehensive Annual Maintenance Contract for Photocopier and Fax Machines at Jawaharlal Nehru Custom House, Tal-Uran, Dist. Raigad.

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

State Bank Of India Administrative Office, Varanasi NOTICE

TENDER NOTICE. The bidder may inspect the site on any working days during working hours before submission of their offers.

GST NO: 36AAACT8873F1Z1

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

Notice Inviting Tender for Printing of Accounts Manual of APDCL

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

F.No:- 33-U EMHA/Mumbai/55b /14-15/Lab kit R.C. Sub:-Sealed quotation for Glucometer & compatible Glucostripes

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

SECTION 4 CONTRACT DATA

INDIAN INSTITUTE OF TECHNOLOGY MADRAS ENGINEERING UNIT CHENNAI Tender No: 16/ /Supply

Tender Specification No.: 05 / of SE (CTI &Enqs.) / CTI, Dt: OPEN TENDER NOTICE

Quotations are invited as per scope/specifications of works given in Appendix- A (enclosed). Conditions of the tender shall be as follows: -

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

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

TENDER FORM. (To be submitted along with technical bid)

SUPPLY & INSTALLATION OF COMPUTER SYSTEMS, UPS & PRINTER

496, Udyog Vihar, Phase-III, Gurgaon Phone:

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

INSTRUCTIONS TO BIDDERS

BANK OF INDIA, AHMEDABAD ZONE

Tender No- SBI/GITC/ESTATE/2017/2018/408 Date- 24/07/2017

NOTICE INVITING TENDER FOR HIRING OF VEHICLES

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

Transcription:

AN ISO 9001 & ISO 14001 COMPANY TENDER DOCUMENT NIT No.: NRO/CON/738/667 date : 12.10.2018 FOR Supply, Installation, Testing, Commissioning & Handing- over of Medical equipments (Group-7F) for Government Medical College, Barmer (Rajasthan). VOLUME II ADDITIONAL CONDITIONS OF CONTRACT EXECUTING AGENCY ENGINEERING PROJECTS (INDIA) LIMITED (A GOVT. OF INDIA ENTERPRISE) Core-3, Scope Complex, 7,Lodhi Road, New Delhi-110003 TEL NO: 011-24361666, FAX NO. 011-24363426

ADDITIONAL CONDITIONS OF CONTRACT (ACC) 1.0 The following shall be read in conjunction with General Conditions of Contract. If there are any provisions in these Additional Conditions of Contract, which are at variance with the provisions of General Conditions of Contract, the provisions in these shall take precedence. 2.0 INTRODUCTION Department of Medical Education, Govt. of Rajasthan (DME, GoR) has entrusted the Construction of Medical College Campus for 100 MBBS Admission Annually and Up- gradation of Govt. District Hospital into Teaching Hospital at Barmer, Rajasthan to EPI as PMC (Deposit work). EPI on behalf of Department of Medical Education, Govt. of Rajasthan has invited the NIT as e- Tendering from the eligible bidders as per NIT. 3.0 SCOPE OF WORK INCLUDED IN THE CONTRACT The scope of work included in this tender shall include (but not be limited to) Design, engineering, Manufacture, inspection before dispatch, supply, delivery at site, installation, testing, commissioning & handing over of various Medical Equipment for Medical College at Barmer, Rajasthan as per the scope of work, Technical Specification & other conditions specified in Technical specification in BOQ and elsewhere. 4.0 QUALIFICATION OF TENDERERS The price bid of short listed tenderers who fulfill the eligibility criteria shall only be opened. The decision of EPI in this regard shall be final & binding on the tenderers. 5.0 DISQUALIFICATION The bidders may note that they are liable to be disqualified and not considered for the opening of Price Bid if; a) Representation in the forms, statements and attachments submitted in the prequalification document are proved to be incorrect, false and misleading. b) They have record of poor performance during the past 10 years such as abandoning the work, rescinding of contract for which the reasons are attributable to the nonperformance of the contractor, inordinate delay in completion, consistent history of litigation / arbitration awarded against the contractor or any of its constituents or financial failures due to bankruptcy etc. in their ongoing / past projects. Signature of Contractor Page 1 EPI

c) They have submitted incompletely filled in formats without attaching certified supporting documents and credentials to establish their eligibility to participate in the tender. d) If the bidders attempt to influence any member of the selection committee. EPI reserves its right to take appropriate action including disqualification of bidder (s) as may be deemed fit and proper by EPI at any time without giving any notice to the contractor in this regard. The decision of EPI in the matter of disqualification shall be final and binding on the bidders. 6.0 SPECIFICATIONS As per detail given in BOQ. 7.0 EPI reserves the right to independently verify the performance of the bidder from the existing owners / users / owners Consultants. In case any installation of the manufacturer is found to be performing unsatisfactorily, EPI reserves the right to reject the tender and price bid of such bidder shall not be opened, even if the bidder is meeting the technical and other qualifying requirements. In such circumstances the bidder shall have no claim on EPI of whatsoever nature. Bidder s specific attention is drawn to above clause. 8.0 PAYMENT TERMS Subject to deduction which EPI might be entitled to make under the contract, the contractor shall receive payment of contract value as follows: Stage-I Stage-II Stage-III 70% of the contract value on prorata shall be paid on initial inspection of complete material and equipment by EPI or the inspection agency appointed by EPI/ DME GoR and after receipt of material at site. 20% of the contract value on prorata shall be paid on completion of successful installation / erection and commissioning of the equipment / items. 10% of contract value on prorata shall be paid on testing, commissioning, certification wherever required, and handing over to DME, GOR, on the basis of Certificate to be issued by the Engineer-in-Charge on proof of having successfully completed the final inspection, commissioning, and handing over of all the equipment/items for the beneficial use to DME, GoR. Signature of Contractor Page 2 EPI

9.0 VARIATION IN TAXES, DUTIES, LEVIES AND IMPOSITION OF NEW TAXES ETC. As per sub clause no. g-i to g-iv of NIT clause no. 2.0. 10.0 ROAD PERMIT : Road permit for transportation of Medical equipments across state border shall not be issued by DME, GoR / EPI and will have to be arranged by contractor on his own. Transit Insurance of the equipment shall be arranged by the contractor. Nothing extra shall be paid on this account. 11.0 Invoice should be raised by Contractor in the name of EPI, Barmer. 12.0 The clause No.72.1 of GCC shall be replaced as under: The Bidder/Contractor shall ensure the supply installation & testing and commissioning of all the Medical equipment at Govt. Medical College Barmer, (Rajasthan) in the period allowed in the completion schedule as given in clause no. 13.0 of (ACC). However, the Supplier shall also maintain the completion schedule strictly on the basis of completion schedule for various stages mentioned at clause no. 13.0 of ACC. If the Contractor fails to maintain the above progress or to complete the work corresponding to S. No. 1 to 2 of completion schedule as given at clause no. 13.0 of ACC and clear the site on or before the contract or extended date of completion, he shall without prejudice to any other right or remedy of the EPI on account of such breach, pay as agreed compensation and not as penalty at the rate of one percent (1 %) per every week of delay of the entire value of contract The total amount of compensation payable by the contractor for delay in completion of the work. Corresponding to S. No. 1 to 2 of completion schedule as per clause no. 13.0 of ACC shall not exceed 10% of the total contract value as awarded. 13.0 COMPLETION SCHEDULE S. No. Period from the date of Start Description of work to be completed during the period specified under column no. 2 1 2 3 1. From the date of issue of LOI to 30 Procurement, inspection of medical days. equipment at manufacturer s works by EPI/DME & delivery of the same to the site. Signature of Contractor Page 3 EPI

2. Start of 31 days end of 60 days Installation, testing & commissioning of all the equipments and handing over to the DME GoR. 14.0 The contractor shall comply with legal orders, directions and by laws of local bodies / authorities. The contractor shall give to the Municipality, Police, Local Bodies and concerned Governmental authorities all necessary notices relating to works that may be required under the law and obtain all requisite licenses, permissions for temporary obstructions, enclosures, collection and stacking of materials, etc. The contractor shall pay at his own cost all fees, taxes and charges that may be liable on account of these operations in executing the contract. Nothing extra shall be paid by EPI on this account. The contractor shall be bound to follow the instructions and restrictions imposed by the administration / Police authorities on the working and / or movement of labour, materials etc. nothing extra shall be payable due to less / restricted working hours at site or any detours in movement of vehicles. 15.0 GUARANTEE The contractor shall guarantee that the materials and workmanship of the Medical Equipment installed by him, under these specifications shall be new and first class in every respect. He will make good any defect within 24 hours, which may develop within 5 years from the date of handing over of the installation after testing and commissioning without any extra cost to EPI / DME, GoR. 16.0 PERMITS AND INSPECTIONS The contractor shall obtain all necessary permits from local bodies, provincial or central authorities and shall make arrangement for inspection and tests etc. as required at his own cost. 17.0 LICENCES The contractor shall arrange for obtaining the licence and clearances for the operation. (If required) from the local authorities and statutory bodies at his own cost & nothing extra shall be payable. Certification of various equipments / installations from statutory bodies other agencies as required as per technical specifications, shall be arranged by contractor at his own cost before handing over. 18.0 The constructions of proposed building being in urban Area, the contractor shall have to make his own arrangements for getting the permission for plying trucks or any plant & equipment for execution of works from the Police Department at his own cost. No excuse as to delay in work due to non-availability of permission shall be entertained. Signature of Contractor Page 4 EPI

19.0 The work shall be carried out in accordance with the documents/tech. specification, BOQ approved by the EPI / DME, GoR. Before the commencement of any item of work, the contractor shall correlate all the relevant documents issued for the work and satisfy himself that the information available there from is complete and unambiguous. The discrepancy, if any, shall be brought to the notice of Engineer-In- Charge before the execution of work. The contractor alone shall be responsible for any loss or damage occurring by the commencement of work on the basis of any erroneous and / or incomplete information. Nothing extra shall be paid on this account. 20.0 The contractor shall give performance tests of the entire installation (s) as per technical specifications before the work is finally accepted and nothing extra whatsoever shall be payable to the contractor for these performance tests. 21.0 The contractor shall be bound to sign the site order book as and when required by Engineer-In-Charge at Site and carry out compliance of instruction promptly to the satisfaction of Engineer-In-Charge. 22.0 Bill of Quantities shall be read in conjunction with the technical specifications of medical equipments and requirement described in tender documents, Instructions to tenderers, General conditions of contract, Additional conditions of contract, Technical specifications, Schedules, and Annexure & Addendum etc. to tender Document. General directions and description of work and material are not necessarily repeated or summarized in the Bill of quantities. Reference to the relevant sections of the contract document shall be made by the contractor before entering rates or prices against each item in the Bill of Quantities. 23.0 If the headquarters of the successful contractor are elsewhere other than in Barmer, he shall have a duly authorized agent in Barmer from the commencement of the work until the system is taken over by DME, GoR. Such agent shall be authorized to act on behalf of the successful contractor to accept service of notice of contract and to agree to extras, omissions and varied item of works and rates for the same. Such agent shall maintain on his staff a qualified engineer approved by the engineer Incharge and such office personnel as may be required for the efficient execution of the works. Any notice under the contract shall be deemed to have been served on the successful contractor if served upon such agent or sent by registered letter to his address. Such agent shall not be changed and shall not leave during duration of contract unless the consent of the engineer in charge shall have been previously obtained. If the engineer in-charge orders to successful contractor to carry out any rectification under the terms of contract after the building is complete the successful contractor shall carry the same without any extra cost. Signature of Contractor Page 5 EPI

24.0 DATE OF ACCEPTANCE: Subject to the guarantee clause date of taking over the installation for the beneficial use by DME, GoR shall be the date of acceptance. Any undue wear and tear of components during the commissioning period shall be made good by the contractor free of charge. 25.0 CARE OF BUILDING: Care shall be taken in handling / stocking of material to avoid damage to the building. 26.0 TEST CERTIFICATE All manufacturer s test certificates of test showing that the materials have been tested in accordance with the requirements of the relevant standard specification of medical council and the copy of the test certificate as well as standard shall be supplied free of cost to DME, GoR / EPI. INSEPCTION, TESTING AND ACCEPTANCE: 27.0 INITIAL INSPECTION AT MANUFACTURER S WORK: The contractor will be required to furnish such facility as will be necessary for inspection of equipment before dispatch at manufacture s work and also for witnessing such test, at the works, if so required by EPI/ DME,GoR. The contractor shall furnish information for this purpose and will give sufficient notice regarding dates proposed for such test to inspection agency. 28.0 INSPECTION DURING INSTALLATION AND FINAL INSPECTION: The contractor shall arrange for checking and testing the installation as per specification. Installation shall not be accepted until DME, GoR / EPI is satisfied about its compliance with requirement of the specification in all respects. All instruments and materials required for testing shall be the responsibility of the contractor. The taking over of equipment / items after commissioning shall be subject to removal of defects, if any, pointed out during the inspection. 29.0 TESTING AND COMMISSIONING As specified in Technical Specification/ description of items as per BOQ. The contractor shall arrange at his own cost for all test instrumentation, staff, consumables during commissioning upto the date of acceptance. Nothing extra shall be paid on this account. Signature of Contractor Page 6 EPI

30.0 SITE ENGINEER OF CONTRACTOR: Minimum qualifications and experience required for principal technical rep. and other minimum technical staff other than supervisor. Qualification One Installation Engineer of Medical equipment One Supervisor Minimum Experience At least 5 year experience in Technical Installation, Testing and Commissioning of Medical Equipment for Medical Colleges and Hospitals. Minimum 3 years Experience in installation, tests and commissioning of medical equipment for Medical Colleges and Hospitals. 31.0 It will be the sole responsibility of contractor/ supplier to obtain all statutory approvals and completion clearance from all the relevant statutory bodies for all other services as included in the scope of contract etc. from the concerned department as required within the stipulated time frame. Liaison work on behalf of EPI with the local bodies will also have to be done by the contractor. Nothing extra shall be payable to contractor on this account. No claim whatsoever in this regard shall be entertained. 32.0 The contractor/ supplier shall make necessary safety arrangement at site including as mentioned in GCC and indemnify EPI against any consequence of accident at site. 33.0 EPI is awarding this Contract on behalf of DME, GoR. In case M/s. EPI cease to be PMC, the right and responsibility etc. of EPI in the contract shall get transferred to DME, GoR or their nominated agency shall operate this Contract. 34.0 ARBITRATION Clause No. 76.0 of GCC stands deleted. 35.0 RETENTION MONEY Clause No. 10.0 of GCC stands modified as under : Retention money shall be deducted from each running bill of the contractor at 5% (Five percent only) of the gross value of the Running Account bill. The Earnest Money Deposited by the tenderer in the form of Demand Draft will be treated as part of the Retention Money. Retention Money shall be refunded to the contractor Signature of Contractor Page 7 EPI

after expiry of defects liability period i.e. 5 years (referred to in clause no. 74 of GCC) or on payment of the amount of final bill whichever is later. 36.0 FURNISHED OFFICE ACCOMMODATION & MOBILITY AND COMMUNICATION TO BE PROVIDED BY CONTRACTOR TO EPI Clause no. 28.3 of GCC shall stand deleted. 37.0 DEFECT LIABILITY PERIOD Clause No. 74.0 of GCC stands modified as under: The Contractor shall be responsible for the maintenance and rectification of defects in the equipments for a period of five years (5 years) from the date of taking over of the works by the Owner/ Client on call basis within 24 hours. During this period, any defects discovered and brought to the notice of the Contractor/ supplier forthwith shall be attended to and rectified by him at his own cost and expense. In case the Contractor/ supplier fails to carry out these rectifications, the same may without prejudice to any other right or remedy available, be got rectified by EPI/ DME GoR at the cost and expense of the Contractor.. 38.0 Clause No.69.1 (IV) of GCC stands modified as under: If the rates for the altered, additional or substituted work cannot be determined in the manner specified in sub-clauses (i) to (iii) of clause 69.1, then the Contractor shall, within 7 days of the date of receipt of order to carry out the work, inform the Engineer-in-Charge the rates which he intends to charge for such class of work, supported by analysis of the rate or rates claimed, and the Engineer-in-Charge shall determine the rate or rates on the basis of prevailing market rates of the material, Labour, T&P etc. plus 15% (Fifteen percent) to cover the Contractors supervision, overheads and profit and pay the Contractor accordingly. The opinion of the Engineer-in- charge as to the current market rates of materials and quantum of labour involved per unit of measurements will be final and binding on the Contractor. However, the Engineer-in-Charge, by notice in writing, will be at liberty to cancel his order to carry out such class of work and arrange to carry it out in such manner, as he may consider advisable. But under no circumstances, the Contractor shall suspend the work on the plea of non-settlement of rates of items falling under the clause. 39.0 Clause No.76.3 stands modified as under: JURISDICTION: The courts in Delhi/ New Delhi alone will have jurisdiction to deal with matters arising from the contract, to the exclusion of all other courts. Signature of Contractor Page 8 EPI

40.0 SECURITY DEPOSIT In the event of award of Works, Contractor shall submit to EPI, Bank Guarantees from a Nationalized Bank / Scheduled Bank towards security deposit @ 5% of the contract value of the accepted tender within 10 days from the date of LOI as per the EPI format enclosed and BG shall be valid up to 5 years after handing over to the DME GoR, with claim period of 6 months failing which EPI at his discretion may revoke the LOI & forfeit the EMD furnished along with tender. Security deposit will be returned to the contractor after satisfactory performance of 5 years. 41.0 SECURED ADVANCE CLAUSE NO.35.0 OF GCC STANDS MODIFIED AS UNDER No secured advance shall be paid in the contract. 42.0 PRICE VARIATION No price variation/ Escalation is allowed in this contract whatsoever reason may be. 43.0 CONSTRUCTION POWER AND WATER SUPPLY: Power and water shall be arranged by the contractor for installation of equipments. However, depending upon the availability power and water, the same shall be made available to the contractor on chargeable basis at one point and further distribution shall be in his scope. 44.0 DOCUMENTS FOR SUPPLY ITEMS For supply items in BOQ the Supplier shall submit the following documents to EPIL. a) Warranty Cards. b) Manufacturer s test certificate. c) Any other test certificate from an external laboratory to determine the Technical Specification. d) Catalogues e) List of recommended spares with specification and costs thereof. f) Operation & Maintenance manuals. ************** Signature of Contractor Page 9 EPI