Microsoft Word - Tender Enquiry Form.docx

आकार: px
पृष्ठ पर प्रदर्शन शुरू करें:

Download "Microsoft Word - Tender Enquiry Form.docx"

प्रतिलिपि

1 Tender no म झग व ड क शप ब डस ल मट ड (भ रत सरक र क उप म) र क प त नम त ड कय ड र ड, म झग व म बई ४०००१० भ रत MAZAGON DOCK SHIPBUILDERS LIMITED (A Government of India Undertaking) Shipbuilders to the Nation Dockyard Road, Mazagon, Mumbai INDIA ई- न वद फ म द ह स म e-tender ENQUIRY FORM (TEF) Two-Bid System म डल: समव य DIVISION: CORPORATE वभ ग: तकन क स व ए DEPARTMENT: TECHNICAL SERVICES न वद म क: TENDER NO: न वद ज र दन क: 09 ज न 2020 TENDER DATE: 09 Jun 2020 न वद द य दन क एव समय: 10 ज ल ई 20 द पहर 2:30 बज CLOSING DATE & TIME: 10 Jul' 2020 at 1430Hrs भ ग १ - तकन क एव व ण यक ह स ख लन (ऑनल इन) क त थ एव समय: 13 ज ल ई 2020 द पहर 2:30 बज स Online Opening of Part-I (Techno-commercial Bid): 13 Jul' 2020, 1430 Hrs IST onwards Page 1 of 85

2 Tender no म झग व ड क शप ब डर ल मट ड स न वद कत ओ / व त ओ स न न ल खत क य क लए तय ग ऑनल इन न वद ए द ह स म (भ ग १ - तकन क एव व ण यक ह स और भ ग २ - म य ह स ) अपन ई- य रम ट प ट ल प आम त करत ह MAZAGON DOCK SHIPBUILDERS LIMITED hereinafter referred to as MDL, INVITES ONLINE COMPETITIVE BIDS from reputed Bidders in TWO BID SYSTEM (Part-I Techno-Commercial Bid and Part-II Price Bid) on e-procurement portal for the following Work / Services:: क य क वण न DESCRIPTION OF WORK MODERNIZATION OF BOND STORE INCLUDING CIVIL, PLUMBING, FURNITURE, ELECTRICAL WORKS AT SOUTH YARD, MDL, MUMBAI. TENDER NO: Page 2 of 85

3 Tender no Clause No. Tender Enquiry Form - TABLE OF CONTENTS PARTICULARS 1. त वन / PREAMBLE 5 2. क म क स ववरण/BRIEF SCOPE OF WORK 5 3. न वद कत ओ क लए नद श / INSTRUCTIONS TO THE BIDDERS 5 4. ई-ट ड र ग क लय म ग दश न /GUIDANCE FOR E-TENDERING 6 5. द ण ल म ऑनल इन त व त त कर /ONLINE SUBMISSION OF OFFER IN TWO-BID SYSTEM 6. ब लय म स श धन /MODIFICATION TO THE BIDS 9 7. प व य यत म पद ड / PRE-QUALIFICATION CRITERIA 9 8. थल म आयन /SITE VISIT बय न र श/ ब ल त प / EARNEST MONEY DEPOSIT (EMD) / BID BOND बय न र श जम करन स छ ट /EXEMPTION FROM SUBMISSION OF EMD अख ड त स झ त / INTEGRITY PACT (NOT APPLICABLE FOR THIS TENDER) 12. व धत अव ध /TENDER VALIDITY PERIOD न वद ए ख लन क य / OPENING OF BIDS ब लय क म य कन /EVALUATION OF BIDS 13 PAGE No. 15. ब ल अ व क त करन क म पद ड /BID REJECTION CRITERIA ब लय क ण ब करन ह त भ र ल दन क म पद ड /LOADING CRITERIA FOR RANKING OF BIDS सम पन अव ध /DELIVERY PERIOD/COMPLETION SCHEDULE ल मब ध / MOBILIZATION म य नध रण /PRICING कर और श क /TAXES AND DUTIES भ गत न क शत /TERMS OFPAYMENT व /ESCALATION प र नध रत हज न /LIQUIDATED DAMAGES द ष द य व अव ध /DEFECT LIABILITY PERIOD (DLP) अन ब ध न प दन ग र ट /CONTRACT PERFORMANCE GUARANTEE जल रस व क खल फ ब क ग र ट / BANK GUARANTEE AGAINST WATER LEAKAGE (NOT APPLICABLE FOR THIS TENDER) जलर ध ग र ट /WATERPROOFING GUARANTEE 27. (NOT APPLICABLE FOR THIS TENDER) Page 3 of 85

4 Tender no ब म /INSURANCE ठ क द र क द य व /CONTRACTOR S OBLIGATION नयम और शत क व क त /ACCEPTANCE OF TERMS AND CONDITIONS क य एव म प क य वयन /EXECUTION OF WORK AND MEASUREMENT ग त रप ट /PROGRESS REPORT थ पन, पर ण और कम शन क लए सह यत /ASSISTANCE FOR INSTALLATION, TESTING, COMMISSIONING AND OTHER SUCH TECHNICAL ACTIVITIES 34. अ त र क य /EXTRA ITEMS/VARIATION IN QUANTITY ब ध /HINDRANCE कचर हट न /DEBRIS REMOVAL/ व छत /HOUSEKEEPING स र और श ण /SAFETYAND TRAINING ठ क द र क कम च रय क प लस स य पन /POLICE VERIFICATION OF CONTRACTOR s EMPLOYEES तब ध न वद क र/फ़म / व त /BANNED OR DE-LISTED TENDERER/ FIRMS / VENDORS 40. म य वर यत /PRICE PREFERENCE य वर यत /PURCHASE PREFERENCE स व ज नक शक यत क /PUBLIC GREIVANCE CELL वव द सम ध न त /DISPUTE RESOLUTION MECHANISM (DRM) and म य थत /ARBITRATION अ धक र श / JURISDICTION सम / TERMINATION एमड एल क अ धक र /MDL s RIGHT ब ड क स च / LIST OF ENCLOSURES Page 4 of 85

5 Tender no त वन / PREAMBLE 1.1. Mazagon Dock Shipbuilders Ltd. (MDL), hereinafter referred as Employer (Client), is a Public Sector Undertaking fully owned by the Government of India under the administrative control of Department of Defence production, Ministry of Defence MDL s main business/ activities are Shipbuilding, Submarine Construction and Heavy Engineering Works. 2. क म क स ववरण/ BRIEF SCOPE OF WORK: 2.1. Civil work: The Scope of work in brief shall be as under: Demolition of existing cabin, brickwork and partition Dismantling of plaster, new plaster and painting PMM work for damage RCC member Removal of existing shutters and proving new with remote Hatching of existing floor and providing Vitrified tiles New partition with glazing and Roofing work New Tables, Chairs, Angular and linear work station Sofa 2 seaters for reception area Doors and new pantry Painting to structural steel ACP work for column GI Grill for hiding services Plumbing work Storage units for files Miscellaneous Civil works Electrical Work: The Scope of work in brief shall be as under: Dismantling existing cables, wires, lights, fans, switch boards and old distribution boards SITC of MCCB Panel with 1 incomer of 400 A and 6 feeders of 100 A each Supply, laying and termination of 3.5 C 400 sq mm Armoured Alluminum cable from SY substation to the Panel SITC of MCCB DBs and MCB DBs for distribution of power in all the floors of Bond store SITC of LED floodlights and LED tube lights for illumination in the store area SITC of heavy duty exhaust fans and air circulators in all the floors Point wiring for light & fan points within the newly proposed office area Wiring of plug points for PCs and printers in the proposed office area SITC of LED panel lights, down lighters &bracket fans in the office area SITC of telephone points and LAN points in the office area Provision of 20 A Metra plug sockets with cabling in office area and store area Three phase outlets for shutter motors near each shutter in ground floor MCCB switch near cargo lift for cargo lift motor Cabling for LED fixtures, air circulator, exhaust fans and power outlets in the store area Installation of Independent earth pit and connecting it to the panel The Technical Specification for Civil Works shall be as per Central Public Work Deartmemt Specification (Vol. 1 & 2) 2.4. The Technical Specification for Electrical Works shall be as per Indian Standards Specification (Enclosure-27). 3. न वद कत ओ क लए नद श/ INSTRUCTIONS TO THE BIDDERS: 3.1. This is an e-tender and bids have to be submitted online ONLY. It is the sole responsibility of the bidders to submit their bids online in time. Bidders are, therefore, advised to commence the bidding process on the e-procurement portal WELL IN ADVANCE Page 5 of 85

6 Tender no (preferably 3-4working days prior to tender closing date) and not wait for last minute submission of their bids. MDL reserves the right for grant of extension or otherwise without assigning any reason In case any bidder intending to respond against the tender and is not having the DSC to facilitate uploading of his bid, should approach the Service Provider at least 10 working days in advance of the tender closing date requesting for DSC. The request so made to the Service Provider should simultaneously be forwarded to MDL Dealing Officer. In case the DSC is not received within 3 to 4 working days of the request by the bidder, the Head of the concerned Commercial section be informed immediately. If the DSC is not received from the Service Provider three working days prior to the tender closing date, suitable extension to the tender closing date shall be considered if requested by the concerned bidder on submission of requisite supporting documents (scanned copy of application submitted to the service provider) In case of any discrepancies' Between Hindi and English Versions of the Tender Clauses, English Version will prevail The online bid can be submitted by the authorized representative of the bidder as detailed below, By the Proprietor, in case of a proprietary firm; or By a Partner, in case of a partnership firm and/or a limited liability partnership; By a duly authorized person holding the Power of Attorney, in case of a Limited or Private Limited Company or a corporation In case of any techno-commercial query prior to submission of bids, the bidder(s) are requested to contact the following from MDL. Letter(s)/ s shall be addressed to AGM (TS), MDL. Contact details are as under: MDL Shri John Abraham, AGM/HOD (TS-Comm) Shri. Rahul Nandurkar, M (TS-Comm) tscomm@mazdock.com, Tel No: / Before submission of the tender, the bidder shall visit the site, examine the General Conditions of Contract, the Specifications (including any drawings and other specifications referred to therein), the schedules and the Bill of Quantities. In case of any ambiguity or discrepancy between any of these documents or between figured and measured dimensions, the bidder should immediately refer the matter to MDL Mazagon Dock Shipbuilders Limited will not be responsible for any costs or expenses incurred by the Bidder in connection with the preparation and submission of his bid or for any other expenses incurred in connection with such bidding. 4. ई-ट ड र ग क लय म ग दश न /GUIDANCE FOR E-TENDERING: 4.1. No offer in sealed envelope will be accepted against e-procurement Bidders can participate in online bidding By registering with above referred portal for User ID and password By obtaining class III B DSC (Digital Signature Certificate) for secured bidding For any further details on e-tendering & Digital Signature Certificate (DSC), following are the contact details eproc-support@gov.in, global support number / , Mobile No Page 6 of 85

7 Tender no For uploading the tender details, DSCs issued by the following are acceptable: i) n-code ii) MTNL iii) TCS iv) SIFY 4.5. For mapping of DSC, representative of National Informatics Centre may be contacted Bidders who had earlier participated in MDL tenders on e-procurement portal need to register again on the current e-procurement portal 5. द ण ल म ऑनल इन त व त त कर /ONLINE SUBMISSION OF OFFER IN TWO-BID SYSTEM: 5.1. Offer must be submitted in Two parts i.e. Part-I (Techno-Commercial Bid) and Part-II (Price Bid) as appearing online on the portal Techno-Commercial (Part-I) Bid: Bidders shall submit the following: - a) Scanned copy of Tender Enquiry Form (TEF) at Enclosure-15 stating Accepted OR Not Accepted as applicable for each of the clause to be uploaded duly filled in, signed & stamped. b) Scanned copy of Standard Terms & Conditions Form (STACS) at Enclosure-17 stating Accepted OR Not Accepted as applicable for each of the clause to be uploaded duly filled in, signed & stamped. c) Scanned copy of General Terms & Conditions Form (GT&C) at Enclosure-19 stating Accepted OR Not Accepted as applicable for each of the clause to be uploaded duly filled in, signed & stamped. d) Deviations, if any, from Terms, Conditions & Technical requirements specified in the Tender Enquiry, GT&C and STACS with reasons thereof shall be clearly indicated against the relevant clause(s) in Enclosure-20 and scanned copy of the same shall be uploaded duly filled in, signed & stamped. e) Documentary evidence in support of Past experience and Performance on Similar work(s) during the last 7 years, stipulated under TEF Clause No. 7, as applicable shall be uploaded in online Part-I bid. f) CA certified Average Audited Annual financial turnover during the last 3 years ending 31 st March, 2019 for at least Rs 0.56 Cr., duly self attested and stamped with their company seal. g) Bidders shall upload scanned copies of Audit certified Balance Sheets & Profit/Loss Accounts for the last 3 years in Part-I bid. Draft Audited Reports are not acceptable. h) Bidders shall furnish Working Bid Capacity as required in TEF Clause No and Enclosure-11 & Enclosure-12 duly certified by Charted Accountant and scanned copy of the same shall be uploaded in online Part-I bid. i) Bidder s Undertaking at Enclosure-1 shall be duly filled in, signed & stamped with company seal and scanned copy of the same shall be uploaded in online Part-I bid. j) Scanned copy of Bank details for payment by NEFT/RTGS/ECS at Enclosure-3, duly filled in, signed & stamped by the bidder and authenticated by the Banker shall be uploaded in online Part-I bid. k) Scanned copy of GST Registration Certificate & Permanent Account Number (PAN) duly signed & stamped with company seal shall be uploaded in online Part-I bid. l) Bidders registered with Mazagon Dock Shipbuilders Limited shall upload scanned copy of Valid Registration Certificate issued by MDL, for the items/services for which the offer is being submitted, in online Part-I bid. m) Bidder shall submit Declaration for Banned or delisted Tenderer/firms/Vendors as per TEF Clause No. 39 and Enclosure-9 duly filled in, signed & stamped with company seal and scanned copy of the same shall be uploaded in online Part-I bid. Page 7 of 85

8 Tender no n) Bidder shall submit Declaration certificate for Local Content as per TEF Clause No. 41 at Enclosure-13 duly filled in, signed & stamped with company seal and scanned copy of the same shall be uploaded in online Part-I bid. o) Bidders not registered with Mazagon Dock Shipbuilders Limited shall submit the following in addition to the above. a) Upload a scanned image of Bidder s company profile duly self attested and stamped with their company seal in online Part-I bid. b) Upload a scanned image of Valid Bidder s Shop & Establishment Registration Certificate or Certification of Incorporationself attested and stamped with their company seal in online Part-I bid. c) Upload List of Equipment with its Model / Year / working status along with details of manufacturing facilities duly self attested and stamped with their company seal in online Part-I bid. d) Upload List of Personnel with their designations, Qualification & Experience duly self attested and stamped with their company seal in online Part-I bid. e) Key Personnel available for this Project, refer Enclosure-21 p) Bidders registered with NSIC in the relevant category as defined in the similar work shall upload scanned copy(s) of Valid Registration Certificate along with the list of items / services for which they are registered with NSIC. Similarly, Bidders registered as Micro / Small Enterprises (MSEs) in the relevant category as defined in the similar work shall upload scanned copy(s) of Valid Registration Certificate, issued by the Competent Authority, along with the list of items / services for which they are registered. q) The scanned image of BG towards Earnest Money Deposit (EMD) / BID BOND as stipulated in TEF Clause No. 9 shall be uploaded. The original of the above BG towards Earnest Money Deposit (EMD) / BID BOND shall be sent by Registered Post/Speed Post/Courier in a sealed envelope super scribing Tender Enquiry No. and Due date, so as to reach within 07 Days from the closing date of the tender during office working hours i.e. up to 1730 hrs, addressed to, अपर मह ब धक / बभ ग म ख (व ण य), तकन क स व ए वभ ग, पहल म ज़ल, श स नक ब ड ग, अ क क य ड, म झग व ड क शप ब डस ल मट ड, ड कय ड र ड, म बई ४०००१० (भ रत) Addl. Gen. Manager/Head of the Department (Commercial), Technical Services Department, 1 st Floor, Admin Building, Alcock Yard, Mazagon Dock Shipbuilders Limited, Dock Yard Road, Mumbai (INDIA) The address label of the addressee is at Enclosure 25 on the envelope r) CHECKLIST OF SUBMITTALS attached along with online Technical Bid as per format at Enclosure-24. s) Schedule of Plant & Equipment (Enclosure-22) t) Scanned copy of Method Statement & Work Plan duly typed company's letterhead, duly self-attested and stamped with their company seal in online Part-I bid. Notes: i) MDL has a right to verify / cross verification of authenticity of the scanned documents with respect to original submitted against this tender. Page 8 of 85

9 Tender no ii) The bidder is requested to ensure that all the documents asked for are submitted and are clear, legible & duly signed (i.e. self-attested), as it would save considerable time without necessitating the need for furnishing of the documents again by them. The bidder is also requested not to submit unnecessary documents not asked for, like signed & stamped copy of this Tender document, etc. iii) The bidder is required to compulsorily select ACCEPTED or DEVIATION from the choices available against the relevant Para no. /Clause no. of TEF/STACS/GT&C (as applicable). In case DEVIATION is selected against a particular Para no. /Clause no., it would be mandatory to explain the deviation proposed by the bidder in the Deviation form at Enclosure-20. Any deviation(s) mentioned elsewhere in the Offer/Bid, other than in the said forms, will not be considered. iv) Scanned copy of EMD instrument and Enclosure-2, duly filled in with sign & stamp, as applicable shall be uploaded म य ह स (भ ग-२) /Price Bid (Part-II): a) Price Bid as appearing in the format is to be filled ONLINE ONLY by the Bidder. b) The estimated rates for various items in the Bill of Quantities (BOQ) are as appearing online in the Price Bid (Part-II). c) The quantities of individual items in the BOQ are approximate and may vary. d) Bidders after considering the estimated rates of individual items in the BOQ and the total estimated value shall quote their overall percentage at par, below or above the estimated rates. e) The percentage quoted/agreed by the Bidder shall be applied to the estimated rates of individual items in the BOQ, trunking off to two decimal places, to arrive at the order value. f) The Lowest Bidder (L1) shall be evaluated based on the overall cost quoted by the bidder including applicable Goods & Service Tax, which is 18% at present and loading parameters, as applicable. 6. ब लय म स श धन /MODIFICATION TO THE BIDS: 6.1. Bidders desirous of modifying their bids prior to the closing date & time may do so online in the e-procurement Portal prior to the tender closing date & time. 7. प व य यत म पद ड/ PRE-QUALIFICATION CRITERIA: 7.1. न वद ज र दन क क प व म ह क अ तम दवस क सम तक प छल स त वष क द र न सम प क य क सफलत प व क प र करन क अन भव कस भ न न ल खत क अ तग त ह न च हए: Bidder s experience of having successfully completed similar works during last 7 years ending May 2020 should be either of the following: त न सम प स प न क य जसक य क क ल गत Rs कर ड स कम न ह Three similar* completed works each costing not less than Rs Cr. OR द सम प स प न क य जसक य क क ल गत Rs कर ड स कम न ह Two similar* completed works each costing not less than Rs Cr. OR एक सम प स प न क य जसक य क क ल गत Rs कर ड स कम न ह One similar* completed work costing not less than Rs Cr. *Similar Work: Repair/Renovation of building/shed including Electrical Works". In case work submitted for qualification ceriteria does not have Electrical work, the bidder shall submit another work for ELectrical costing not less than Rs Lakhs. Page 9 of 85

10 Tender no AND 7.2. Working Bid Capacity: The Working Bid Capacity of the Bidder should be equal to or more than Rs Crore. The Working Bid Capacity shall be calculated as under: a) Working Bid Capacity = [2xAxN]-B, where b) A = Average Annual Turnover of the bidder for the last Three Years (ending 31 st March, 2019) from Contruction activities. c) N = Number of years prescribed for completion of work for which bids have been invited. d) B = Value of existing commitments and ongoing works to be completed (for all the Clients of the Bidder) during the period of Completion of Work for which bids have been invited, duly certified by chartered Accountant The details submitted by the bidders will be evaluated also considering the Working Bid Capacity of the Bidder apart from other requirements stated in the tender documents to determine bidder s eligibility for the work. In case, the Working Bid Capacity of the Bidder is less than of Rs 1.40 Crore, the bid shall not be considered for opening of Price Bid (Part- II), even if the bidder meets the other pre-qualification criteria The Bidder shall submit the details as required in TEF Clause No above in proforma at Enclosure-11 & Enclosure Similar completed works referred above means each work and not all works put together. It is clarified that the work executed by the bidders for their in-house or capital use will not be considered for the purpose of bidder s experience of completion of similar works. The work executed under labour rate where input materials which are supplied by client shall not be considered as experience in similar completed works 7.6. Documentary evidence in support of similar completed works viz., copies of Work Order(s)/Contract Agreement(s) indicating contract amount, Project/Work value, Scope of Work etc. & Work Completion Certificate(s) issued by the Client(s) indicating proper reference of the Work Order/Contract Agreement & date of Completion, duly signed & stamped with company seal shall be scanned and uploaded online. Bidder shall submit scanned copies of TDS certificate/ Copies of Certified invoices of relevant projects when/if asked for by MDL during tendering period Bids from Joint Venture / Consortium are not acceptable. Note: MDL reserves the right to demand hard copy(s) of any of the above documents along with originals to verify / cause verification of authenticity of the same, whenever felt necessary Start-ups are exempted from submission of prior turnover details and prior experience/po copies. This exemption will be granted only for the services identified and displayed on MDL website under Start-up icon which can be rendered / outsourced from Startups without compromising on quality and technical specifications. 8. थल म आयन /SITE VISIT: 8.1. The site for the work is located at South Yard, MDL, Mumbai It is considered necessary that the Bidder(s) shall visit the site and get clear idea about the work involved, before quoting. The Bidder(s) are therefore advised to visit the site and study all the particulars of the site and the nature of the work Bidder(s), if required, may contact on telephone no / 4229 or tscomm@mazdock.com for any doubts /clarifications / site visits. Page 10 of 85

11 Tender no बय न र श/ ब ल त प / EARNEST MONEY DEPOSIT (EMD) / BID BOND: 9.1. Bidders shall furnish EMD of Rs. 2,80,000/- (Rupees Two Lakh Eighty Thousand Only) against this tender EMD can be paid online through the link mazagondock.in/onlinepayment.aspx Or following the steps listed below: Go to Click on Online Payment Tab available on the home page Click on the Tender Tab. Make the payment online using Debit Cards, Credit cards, Net Banking, BHIM/UPI etc. after filling the required details The EMD can also be remitted directly to MDL Bank Account as per details given below: Beneficiary s Name Mazagon Dock Shipbuilders Limited Name of Bank State Bank of India Branch Mazgaon Br. Branch Code 9054 Bank Address Mazgaon Branch, Mazgaon, Mumbai Telephone No. of Bank Account No Account Type Current Account IFSC/RTGS/NEFT Code SBIN MICR / NECS Code Income Tax PAN No. AAACM8029J 9.4. In case bidders pay EMD online or remit the same directly to MDL Bank account through NEFT, they should specifically mention the details of company name as well as nature of remittance, tender number/order number etc in the text/narration fields of Bank s NEFT remittance in order to identify the same. The format at Enclosure-2 is required to be filled up by the bidder and scanned copy of the same is to be uploaded along with Techno-commercial bid (Part-I) EMD can also be submitted in the form of Bank Guarantee in the prescribed format at Enclosure-5.The Bank Guarantee should be valid for 04 more weeks beyond the offer validity period indicated in the Tender and should be drawn from any of the banks in the list of approved Banks by SBI/Canara Bank published on MDL website: Vendors Bills/EMD Status List of First Class Bank approved by CPC on 23 February Bidders submitting EMD by way of Bank Guarantee are requested to inform their issuing Bank to provide complete details viz., address, telephone / fax number(s) and id on their cover letter enclosing the BG The Scanned Copy of the Bank Guarantee towards EMD shall be uploaded in the Techno-commercial bid (Part-I) Bidder shall send the original of the Bank Guarantee towards Earnest Money Deposit (EMD) by Registered Post/Speed Post/Courier/In Person so as to reach the designated addressee within 07 Working Days from the closing date of the tender during office working hours i.e. up to 1730 hrs. Timely submission of the original EMD instrument is the responsibility of the bidders and no reasons / excuses in this regard will be entertained by MDL. The Address Label of the Designated Addressee is at Enclosure If the original of EMD instrument is NOT RECEIVED within the stipulated period of 07 Days from the closing date of the tender, the Bids / Offers will be liable for rejection. Page 11 of 85

12 Tender no EMD of unsuccessful bidders will be returned after finalization of the tender and shall be interest free EMD of successful bidder will be returned after submission of Performance Bank Guarantee and shall be interest free The Earnest Money Deposit shall be forfeited by MDL in the following events: If the bidder withdraws, amends, impairs or derogates from the tender, agreed conditions of Technical Negotiation Committee (TNC) /Commercial Negotiation Committee (CNC)/Price Negotiation Committee (PNC) in any respect within the period of validity of his offer If the successful bidder declines acceptance of order. 10. बय न र श जम करन स छ ट /EXEMPTION FROM SUBMISSION OF EMD: State & Central Government of India Departments & Public Sector Undertakings Firms registered with MDL. To qualify for EMD exemption, firms should necessarily submit valid copy of the Registration Certificate issued by MDL, for the items for which the offer is being submitted, in Part-I offer/bid. Firms in the process of obtaining MDL registration will not be considered for EMD exemption Firms registered with NSIC under its Single Point Registration Scheme (Exemption will apply only to items/services & value up to which bidders are registered with NSIC). To qualify for EMD exemption, firms should necessarily submit valid copy of the Registration Certificate along with the list of items / services for which they are registered, as issued by NSIC, in Part-I offer / bid. Firms in the process of obtaining NSIC registration will not be considered for EMD exemption All Micro & Small Enterprises (MSEs) subject to their submitting the Registration Certificate from the Competent Authority regarding their Micro/Small Industry status in Part-I offer / bid Common/Deemed DPSU registered vendors qualify for EMD exemption. Such firms shall submit valid copy of the registration certificate issued by DPSUs (other than MDL) for the items/services for which the offer is being submitted in Part-I offer/bid. Firms in process of obtaining registration in other DPSUs will not be considered for EMD exemption Green Channel Status vendors qualify for EMD exemption. Such firms shall submit valid copy of the Green channel certificate issued by MoD for the items for which the offer is being submitted in Part-I offer/bid. Firms in process of obtaining this certificate will not be considered for EMD exemption 11. अख ड त स झ त /INTEGRITY PACT: (NOT APPLICABLE FOR THIS TENDER). 12. व धत अव ध /VALIDITY PERIOD: Bids / Offers shall remain valid for a period of not less than 120 Days after the deadline date of submission Technically accepted bidder shall be given opportunity to accept validity as per the tender in case of shorter validity quoted by him. Non-acceptance thereafter shall be rejected by MDL as non-responsive. 13. न वद ए ख लन क य /OPENING OF BIDS: Part-I (Techno-commercial Bid): Part-I bid will be opened online on the due tender opening date from 1430 hrs onwards in Technical Services Department. Bidder(s), who wish to remain present during the tender (Part-I) opening, should nominate on their Page 12 of 85

13 Tender no company letterhead the name and designation of one person authorised to remain present at the time of opening the bid and send this letter so as to reach the undersigned at least one working day prior to the closing date of the tender. However, the bidder can view the tender online by logging their user ID on the portal Part-II (Price Bid): After completion of Technical scrutiny, intimation for opening of Part-II bid will be communicated only to technically accepted bidders. Such intimation may be given at a short notice by Fax, or even by telephone, only to the technically accepted bidder(s). If any such technically accepted bidder wishes to remain present at the time of opening the Price Bid, he may depute one representative with proper authorization letter on their company letterhead. Alternatively, bidders can view the price bids online from their location by logging on to the portal their Class- III B digital signature certificate. 14. ब लय क म य कन/EVALUATION OF BIDS: The bids shall be evaluated on all inclusive basis considering the rates quoted by the bidders in the Price Bid (Part-II) & applicable GST, which is 18% and loading parameters, as applicable. In this context please refer TEF Clause No. 20 of Tender Enquiry Form (TEF) for detailed information. 15. ब ल अ व क त करन क म पद ड /BID REJECTION CRITERIA: Following bids shall be categorically rejected: Bids received after tender closing date and time Bids received without EMD (other than those who are exempted from payment of EMD), or relevant documents in respect of exemption from submission of EMD as specified in the tender In case of e-tenders, if the date of issue of EMD (BG) is later than the tender closing date Bidders not accepting Public Procurement (preference to Make in India) Order 2017 (Enclosure-13) Bidder who is found debarred based on the information uploaded on GeM/ CPPP Portals as on tender due date & time Bidders not agreeing to provide assistance for installation of equipment supplied by them Following bid rejection criteria may render the bids Liable for Rejection: Bidder s failure to submit sufficient or complete details for evaluation of the bids within the given period which may range in between two to three weeks depending on the deficiencies noticed in the drawings / technical data which shall not however conflict with validity period. However, over all time allowed in respect of normal procurement shall not exceed 3 weeks and one week in case of emergency procurement, unless accepted by MDL Incomplete / misleading / ambiguous bids in the considered opinion of TNC Bids with technical requirements and or terms not acceptable to MDL / Customers / External agency nominated as applicable Bids received without pre-qualification documents where required as per the tender Bids not meeting the pre-qualification parameters stipulated in the tender enquiry Unreasonably longer delivery period quoted by the firm Validity period indicated by bidders is shorter than that specified in the tender enquiry Bidders not agreeing to furnish required Security Deposit / Required Contract Performance Guarantee till completion of the supplies / services as per contract In case of e-tenders, the original of the uploaded copy of EMD (BG) if received after seven days of the tender closing date. Page 13 of 85

14 Tender no In case of blacklisted or banned or de-listed by any Government or quasi Government agencies or PSUs as mentioned in TEF Clause No. 39, MDL reserves the right to accept or reject the bid based on the ground/reasons of blacklisted or banned or de-listed In case, Bidder not meeting Working Bid Capacity as mentioned in TEF Clause No ब लय क ण ब करन ह त भ र ल दन क म पद ड /LOADING CRITERIA FOR RANKING OF BIDS: It is desirable that the bidders accept the tender terms & conditions without any deviation. In case of deviations sought by bidders against Payment Terms/other Commercial Terms, the Price Bids of such bidders shall be loaded for ranking of bids to judge the Lowest (L1) bidder as detailed below: It is desirable that the bidder accepts the Terms of Payments indicated in the tender enquiry above. Varied payment terms quoted by indigenous bidders as compared to the terms stated in the Tender document shall be normalized by adopting the Prime Lending Rate of State Bank of India plus 2% thereon on the amount (s) at variation and / or for the period (in no. of days) at variation For the additional delivery period sought by the bidder over the stipulated date of delivery as per Tender, 0.50% per completed week may be loaded to the quoted price Deviations sought in respect of rate per week and / or maximum ceiling in respect of liquidated damages shall be loaded to the quoted price. For example, the maximum ceiling towards liquidated damages stipulated in the Tender is 5% and the bidder seeks to limit it to, say 3.50% then the price quoted will be loaded by 1.5%. If the rate of LD per week is 0.50% per week or part thereof as per tender and the bidder seeks it as, say, 0.40% per week or part thereof, the maximum ceiling on LD as per tender will first be equated to weeks (10 weeks in this case) and the rate proposed by the bidder i.e. 0.40% will be multiplied by the so equated maximum period (which works out to 4%) and the quoted price will be loaded accordingly by 1%. Delivery being the essence of the contract, it is desirable that the bidder(s) adhere to the stipulated clause Bidder(s) are advised to peruse the loading criteria thoroughly and understand the same. In case of doubt, bidders are required to get clarification on the same prior to submission of their bid(s). Revision of price bids due to reason of lack of clarity on loading factors shall not be allowed. 17. सम पन अव ध /DELIVERY PERIOD/COMPLETION SCHEDULE: The Completion period for entire work shall be 09 (NINE) MONTHS from the date of Placement of Purchase Order which includes mobilization period and monsoon period The Contractor shall submit a Detailed Bar Chart/Work Schedule indicating activities, milestones, deployment of resources/manpower for execution of the work, within 02 Weeks after receipt of the Purchase Order. 18. ल मब ध / MOBILIZATION: The successful bidder/contractor shall deploy his manpower within 10 (Ten) days from the placement of LOI/ Order whichever is earlier. 19. म य नध रण /PRICING: All materials shall be procured by the contractor as specified in the Technical Specification/Bill of Quantities, at his own cost and the price quoted shall be deemed to be inclusive of all applicable taxes, transportation, storage, royalties, handling, etc. Page 14 of 85

15 Tender no The contractor should produce challans / Invoices of the materials and its quantity brought to the site as and when required by the Client. 20. कर और श क /TAXES AND DUTIES: GST as per GST Laws shall be payable extra as quoted and agreed In case of purchases of goods/services from unregistered dealers under GST Laws, GST will be paid by MDL under reverse charge mechanism Benefits from reduction in rate of tax/itc are required to be passed on to consumer. Where applicable GST has been quoted as extra, Goods and service providers (except un-registered dealers under GST Law) have to submit declaration that they have complied with Anti-profiteering clause under GST Law. Such declaration be given in technical bid If the vendor is registered under GST, vendor shall mention the HSN code for goods &/or SAC for services in their tax invoice, etc. These codes must be in accordance with GST Laws and responsibility of specifying correct HSN codes for goods &/or SAC for services is that of the vendor. MDL shall not be responsible for any error in HSN code for goods &/or SAC for services specified by supplier / contractor. Supplier /Contractor shall pay penalty and/ or interest imposed on MDL or any loss due to delay in availing ITC by MDL or any loss of ITC to MDL due to errors by vendors at any stage. MDL reserves right to recover any such interest, penalty or loss from any amount due to Supplier /Contractor or otherwise In case, MDL is unable to avail ITC, supplier/contractor at their own cost shall rectify the shortcoming in the returns to be filed immediately thereafter. Further, if the ITC is delayed / denied to MDL / reversed subsequently as per GST Laws due to non / delayed receipt of goods and / or services and / or tax invoice or expiry of timelines prescribed in GST Laws for availing ITC, non-payment of taxes or non-filing of returns or any other reason not attributable to MDL, Supplier /Contractor shall pay any loss of amount along with interest and penalty on MDL under GST Laws for the number of days the ITC was delayed. If the short coming is not rectified by supplier/contractor and MDL ends up in reversal of credits and / or payments, supplier /contractor is fully liable for making good all the loss incurred by MDL. MDL reserves right to recover any interest, penalty or loss from any amount due to Supplier /Contractor or otherwise If the vendor is registered under GST, the GST registration number (15 digit GSTIN) issued by GOI shall be mandatorily provided by the vendor. Vendor having multiple business verticals within state / at multiple states with separate GST registration numbers shall forward GSTIN of only that vertical which is involved in supply of goods and/or services. MDL GSTIN is 27AAACM8029J1ZA and vendor shall mention the same while invoicing and avoid any data entry error on GST portal If the vendor is registered under GST, Vendor shall ensure timely submission of invoice as per the provisions / requirement / timeline promulgated by GOI in relation to GST Law with all required supporting documents to enable MDL to avail input tax credit promptly. The vendors invoice inter alia should contain GSTIN of vendor, GSTIN of MDL (i.e. 27AAACM8029J1ZA), GST tax rate separately, HSN code wise goods or services, place of supply, signature of vendor, etc. Original invoice needs to be submitted to Bill Receipt Centre at MDL gate, and a copy of the invoice should be given to the goods receiving section (GRS) If the vendor is registered under GST, vendor shall file all applicable returns under GST Laws in the stipulated time & any losses of tax credit to MDL arising due to delay in filing will be recovered from their invoice wherever MDL is eligible to avail tax credit. Any default towards payment of tax and / or uploading of monthly returns by Page 15 of 85

16 Tender no supplier/contractor, MDL retains right to withhold payments towards tax portion until the same is corrected & complied by the supplier/contractor with the requirement of GST along with satisfactory evidence The rate sheet enclosed with the tender will indicate the rates to be entered under each head wherever applicable. Bidders must clearly mention the applicable Taxes & Duties unless otherwise stated in tender. The item-wise rates (i. ebasic+p&f+f&i) quoted in the Rate Sheet should exclude Taxes & Duties. Bidder should indicate GST rates as applicable separately under each of the head in the same Rate sheet, which will be paid extra based on tax invoice to the extent applicable. The GST will be applicable on total basic rate of each item (i.e Basic + P&F + F&I) Stamp Duty: It shall be incumbent on the Contractor to pay Stamp duty on the contract. As per the provision made in article 63, Schedule-I, read with section 30, of the Maharashtra Stamp Act (Bombay Act LX of 1958), Stamp duty is payable by the Contractor for works contract that is to say, a contract for works and labour or services involving transfer of property in goods (whether as goods or in some other form) in its executions and includes a sub-contract, as under: Contract Value a. Where the amount or value said forth in work contract does not exceed Rs. 10 Lakhs. Rs Stamp Duty b. Where it exceeds Rs. 10 Lakhs Rs % of the amount above ten lakhs subject to maximum of Rs. 25 lakhs Bidder(s) will not be entitled to any increase in rate of taxes occurring during the period of extended delivery schedule, if there is delay in supply / completion attributed to him. However, if there is a decrease in taxes, the same must be passed on to MDL Wherever all inclusive prices are quoted by the Bidder(s) without bifurcation of tax elements, no escalation can be considered in respect of any variations in statutory levies arising subsequently because of the absence of the required base figures in the purchase order / contract Taxes and other levies shall be deducted at source, wherever applicable, from the invoices of the Contractor/Bidder as per statutes Any increase/decrease in taxes, duties & levies or introduction of new taxes due to change in the legislation shall be subject to adjustment LABOUR CESS: Deduction towards Labour Cessshall be made from invoices of contractor in line with Building & Other Construction Workers (BOCW) Act, भ गत न क शत /TERMS OF PAYMENT: MDL payment terms shall be as under: The payment for work done will be made through RTGS/NEFT/ECS as per the actual quantities of the work executed by way of running account invoices per item basis (R. A.) on monthly basis The invoices must be submitted in four copies (1-Original + 3 copies) along with the joint measurements taken at site duly approved by the designated representatives of the Technical Services department. Page 16 of 85

17 22. व /ESCALATION: Tender no The payment against invoices will be made between 15 to 20 days of its receipt in MDL along with all the necessary documents including measurement sheets, SAP generated work completion certificate indicating deduction if any duly signed & stamped by EIC, copy(s) of invoices of materials, wherever applicable as per Enclosure-25, etc. required for processing the invoices Before submission of the final bill of each Purchase Order, the Contractor should sign and submit a "No Claim Certificate" indicating that he has no claim against the company under the contract except as included in the final bill Electronic Invoicing System (EIS): Successful Bidder(s) whose turnover is more than Rs. 100 Crores on award of Purchase order, need to issue Einvoice to MDL, which has an Invoice Registration Number (IRN) and a Quick Response (QR) code. An invoice without an IRN and QR code will be treated as an invalid invoice and ITC cannot be availed by MDL against such invalid invoices & shall be governed by Government directives time to time Alternate MSME vendor payment through TReDS: In order to address the financial needs of MSME firms, GoI has introduced a platform for facilitating the financing of trade receivables of MSMEs from buyers, through multiple financiers which is termed as Trade Receivables Discounting System (TReDS). At TReDS, auctioning of invoices at competitive & transparent environment is done by financers based on Buyer s credit profile. MDL is registered on the "Invoicemart" TReDS platform and M1xchange of M/s Mynd Solutions Pvt Ltd. MSME bidders desirous to receive payments through TReDS platform may avail the facility if they are already registered on 1."Invoicemart" TReDS platform or by registering on it. Contact details at "Invoicemart" TReDS platform are as below: and a new mail id service@invoicemart.com. 2. "M1xchange" TReDS platform or by registering on it. Contact details at "M1xchange" TReDS platform are as below: MsAshwathiJayandran id ashwathi.jayandran@m1xchange.com MsPrinyaka Shah id prinyaka.shah@m1xchange.com If the prices of materials (not being materials supplied or services rendered at fixed prices by MDL and/or wages of labour required for execution of the work) increase, the Contractor shall be compensated for such increase as per provisions detailed below and the amount of the contract shall accordingly be varied, subject to the condition that such compensation in prices shall be available only for the work done during the stipulated period of the contract including such period for which the contract is validly extended under the provisions of the contract. Such compensation for escalation in the prices of materials and labour, when due shall be worked out based on the following provisions The base date for working out such escalation shall be the last date on which tenders were stipulated to be received Thecost of work on which escalation will be payable shall be reckoned as 85% of the cost of work as per the bills, running or final, and from this amount the value of materials supplied or services rendered at fixed charges shall be deducted before the amount of compensation for escalation is worked out. In the case of materials brought to site for which any secured advance is Page 17 of 85

18 Tender no included in the bill the final value of such materials as assessed by the Engineer-In-Charge (and not the reduced amount for which secured advance has been paid) shall be included in the cost of work done for operation of this clause. Similarly, when such materials are incorporated in the work and the secured advance is deducted from the bill, the full assessed value of the materials, originally considered for operation of this clause, should be deducted from the cost of the work shown in the bill, running or final. Further the cost of the work shall not include any work for which payment is made at prevailing market rates The compensation for escalation for materials, labour and P.O.L. shall be worked out as per the formula given below. i) Vm = W x 0.70 x (Mi Mio)/Mio Where V m : Variation in material cost i.e. increase or decrease in the amount in rupees to be paid or recovered. W : Cost of work done worked out as per para above. Mi& M io : All India Wholesale Price Index for All Commodities, for the period under reckoning as published by the Economic Advisor to Government of India, Ministry of Industry and Commerce, for the period under consideration and that valid at the time of receipt of tender, respectively. ii) V l = W x 0.25 x (L i-l io)/l io Where V l : Variation in labour cost i.e. increase or decrease in the amount in rupees to be paid or recovered. W : Cost of work done worked out as per para above. L i& Lio : Consumer Price Index for Industrial Labour (All India) declared by Labour Bureau, Govt. of India) as applicable for the period under consideration and that valid at the time of receipt of tenders, respectively. iii) Vf = W x 0.05x (Fi-Fio)/Fio Where V f : Variation in cost of fuel, oil and lubricants, increase or decrease in the amount in rupees to be paid or recovered. W : Cost of work done worked out as per para above. F i& F io : Average index number of whole sale price for group (fuel, power, light and lubricants) - as published by the Economic Adviser to Govt. of India, Ministry of Industry & Commerce for the period under reckoning and that valid at the time of receipt of tenders, respectively The following principles shall be followed while working out the indices mentioned in sub para above. i) The index relevant for any month will be the arithmetical average of the indices relevant to the three calendar months preceding the month in question. ii) The base index will be the one relating to the month in which the tender was stipulated to be received. iii) The compensation for escalation shall be worked out at quarterly intervals and shall be with respect to the cost of work done during the previous three months. The first such payment will be made at the Page 18 of 85

19 Tender no end of six months excluding the month in which the tender was submitted and thereafter at three months interval In the event the price of materials and/or wages of labour required for execution of the work decrease/s, there shall be downward adjustment of the cost of work so that such price of materials and/or wages of labour shall be deductible from the cost of work under this contract and in this regard the formula herein before stated under this para shall mutatis mutandis apply. 23. प र नध रत हज न /LIQUIDATED DAMAGES: Time is the essence of the contract and therefore the job, as ordered, should be completed on the dates mutually agreed upon in accordance with the delivery schedule. In cases of delay not attributable to MDLbeyond the agreed schedule, the Contractor shall pay liquidated damages, a sum representing 0.5% (Half percent) per week or part thereof, subject to maximum of 5% of the undelivered/ unfinished portion of the order/ contract If the Contractor fails to complete the works within the time or extended time as per the Order, then the contractor shall pay to MDL the sum stated above as liquidated damages for such default and not as a penalty for every day or part of a day which shall elapse between the time prescribed or extended time as the case may be and the date of completion of works. MDL may without prejudice to any other method of recovery deduct the amount of such damages from any monies in his hands due or which may become due to the contractor. The payment or deduction of such damages shall not relieve the contractor from his obligation to complete the works or from any other of his obligations and liabilities under the contract If before the completion of the whole of the works, any part of the works has been certified by MDL as completed and occupied or used by MDL, the liquidated damages for delay shall for any period of delay after such certification be reduced in the proportion of which the value of the part so certified bears to the value of the whole of the works. 24. द ष द य व अव ध/DEFECT LIABILITY PERIOD (DLP): The defect liability period shall be One Year from the date of actual completion of entire work Defect Notification Period is 15 days from the last date of Defect Liability period. The contractor shall have to rectify any defects noticed in the work either by way of bad material or workmanship during the Defect Liability Period at no extra cost to MDL, on priority. 25. अन ब ध न प दन ग र ट /CONTRACT PERFORMANCE GUARANTEE: Within 21 days after placement of order, the Contractor shall submit PERFORMANCE BANK GUARANTEE as per MDL format at Enclosure-7 for 10% of contract value (excluding Taxes) valid till 30 days beyond the stipulated Defect Liability Period of One years from actual completion of entire work In case of Contract value increases more than 10% during exution of the work, within 21 days after issue of Amendment of Purchase order, the contractor shall submit the additional PERFORMANCE BANK GUARANTEE of 10% of additional contract value valid till 30 days beyond the stipulated Defect Liability Period of One years from actual completion of entire work. Page 19 of 85

20 Tender no The Bank Guarantee shall be only from banks as per list approved by SBI / Canara Bank published on MDL website. Bank Guarantee from banks not mentioned in the aforesaid approved list shall NOT be accepted In case of non-submission of PBG within 21 days of Placement of Purchase Order, the EMD shall be forfeited and likelihood of cancellation of the order In case of delays in submission of the Performance Bank Guarantee, MDL reserves the right to charge SBAR+2% from the firm for such period of delays The Performance Bank Guarantee will be returned only after expiry of the 30 Days beyond the stipulated Defect Liability Period of One years from actual completion of entire work, provided there are no pending defects for rectification, already notified to the contractor. However, in cases where rectification of defects notified are not likely to be completed by the Contractor before expiry of the DLP, the Contractor will have to extend the Performance Bank Guarantee suitably or as requested by MDL. 26. जल रस व क खल फ ब क ग र ट / BANK GUARANTEE AGAINST WATER LEAKAGE: (NOT APPLICABLE FOR THIS TENDER). 27. जलर ध ग र ट /WATERPROOFING GUARANTEE: (NOT APPLICABLE FOR THIS TENDER) 28. ब म / INSURANCE: The Contractor has to keep MDL indemnified against any claims by purchasing CONTRACTOR S ALL RISK insurance policy for the full value of the Contract from any Insurance Company of repute The policy shall be obtained in the joint names of MDL and the Contractor, with MDL s name appearing first. The Policy should be of full value of the Contract and shall be valid till the completion of the works. Contractor shall submit the policy within 21 days from the date of placement of order Contractor shall submit the original policy to the Engineer-In-charge and a copy to HOD(TSCommercial) before commencement of work at site or within 21 days from the date of placement of order; whichever is earlier In case Contract value increases more than 10% from Original Contract value during exution of the work, within 21 days, the contractor shall submit the additional CONTRACTOR S ALL RISK insurance of additional contract value The original of policy shall be lodged with MDL Designated Engineer-In-Charge to ensure the availability of valid CAR Policy during execution of work. In case Contractor fails to submit valid CAR policy of full value of contract, their workmen shall not be allowed to enter inside MDL premises/ working areas and Engineer-In-Charge shall issue prior Notice for Stoppage of work. 29. ठ क द र क द य व /CONTRACTOR S OBLIGATION: Bidder shall abide by all Terms of Tender Enquiry (TEF), Standard Terms and Conditions (STACS) for Civil Works, General Terms and conditions (GT and C) for Civil Works and respective acceptance formats are to be filled as appearing online in e- Techno-Commercial (Part-I) bid. The bidder shall also abide by the statutory requirements, Official Secret Acts 1923, Safety Code and Security Procedure, which can be downloaded from Tenders Technical Services. Page 20 of 85

21 Tender no नयम और शत क व क त/ACCEPTANCE OF TERMS AND CONDITION: In case of improper on-line filling of Acceptance Formats for Tender Enquiry Form, General Terms and Conditions (GT and C) and Standard Terms and Conditions (STACS), it shall be presumed that all our tender terms & conditions are acceptable to bidder. 31. क य एव म प क य वयन /EXECUTION OF WORK AND MEASUREMENT: All works shall be carried out and measured as per specifications and standard Engineering practice and mode of measurements, conforming to the relevant IS code. The Contactor shall ensure that skilled workmen in their respective trades are employed. He shall also employ qualified Engineer(s) / Supervisor(s) experienced in similar type of work, as required, for execution of work efficiently Request for permission for working on Saturday / Sunday / holidays if required, should be submitted 3 working days prior to the date of holiday, to Personnel department and Security through Technical Services Department The work is to be carried out in the area where MDL s normal activities are in progress. The Contractor has to plan his work in such a way as not to disturb the normal activities of MDL. The contractor shall not be paid for any compensation for idle period if generated due to any reason whatsoever. Reasonable extension in time, however, may be considered on application in writing along with supporting Documents All the quantities indicated in the Bill of Quantities are indicative only. However, the Contractor shall be paid for the actual work carried out at site in line with the Contract terms and conditions All the works under or in course of execution or executed in pursuance of the contract shall at all times be open to inspection and supervision of the MDL and the Contractor at all times during the usual working hours, offer assistance for the inspection of work. Orders given to the Contractor s agent shall be considered to have the same force as if they had been given to the contractor himself The Contractor shall submit supporting documents such as Delivery Challan(s), Release note from the nominated Inspection Agency, Test reports / Certificates, Packing Lists, Invoice, Performance Guarantee, Storage / Preservation / Installation / Commissioning / Maintenance Procedures & other Technical documentation in requisite sets as relevant along with the invoice for the purpose of certification by MDL Contractor shall be responsible for procuring all the materials required for construction. Contractor shall arrange for testing of materials from approved laboratory and submission of test certificates as per specification in accordance with relevant IS Codes. The cost towards testing is deemed to be included in the quoted rates All construction materials procured by the contractor should be of approved quality and free from defects. MDL has got all the Rights to Test and Reject any material in part or in full at any point of time. MDL reserves the right to take random samples from materials delivered by the Contractor at site and send the same for testing at Govt. approved laboratory(s). Cost towards the same shall be borne by the Contractor Contractor shall arrange for equipments / instruments with valid calibration certificate as required at site. The cost towards the same is deemed to be included in the quoted rates. Page 21 of 85

22 Tender no The Contractor shall comply with the sanitary requirements of the local Medical Health Authorities and bear the cost of any charges levied by such Authorities for the execution of work. 32. ग त रप ट /PROGRESS REPORT: The Contractor shall record; submit to the Engineer daily, progress report for the preceding day showing up to date progress and progress during the previous day on all items of each section of the works in relation to and in consideration of the schedule. In addition, the Contractor shall submit on the second day of every fortnight, a detailed progress report giving the progress of the works during the preceding fortnight and also indicating the up to date progress of the work The Contractor shall appoint the Contractor's Representative with prior written approval from the MDL and shall give him all authority necessary to act on the Contractor's behalf under the Contract The Contractor shall not, without the prior consent of the MDL, revoke the appointment of the Contractor's Representative or appoint a replacement The Contractor's Representative shall, on behalf of the Contractor, receive instructions from the Architect / the MDL The Contractor s Representative may delegate any powers, functions and authority to any competent person, and may at any time revoke the delegation. Any delegation or revocation shall not take effect until the Employer has received prior notice signed by the Contractor s Representative, naming the person and specifying the powers, functions and authority being delegated or revoked. The Contractor shall appoint a team of qualified persons having adequate experience in execution of such works for assisting the Contractor s Representative The Contractor has to co-ordinate with the other specialised agencies so working on the project so as to ensure a proper end product of the work. 33. थ पन, पर ण और कम शन क लए सह यत /ASSISTANCE FOR INSTALLATION, TESTING, COMMISSIONING AND OTHER SUCH TECHNICAL ACTIVITIES: Power: Power, if available and required by the Contractor, may be supplied in single phase or three phases, at a single nearby source free of cost. The contractor shall make his own arrangement for electrical fittings, cables/wires, welding transformers, etc. at his own cost Water: Water, if available, and required by the Contractor, may be supplied by MDL free of cost. However, the contractor shall make his own arrangement for connecting lines, storage etc. at his own cost Equipment/Machinery: The contractor shall make his own arrangement for all equipment, machinery, tools and tackles etc Construction Material: All the materials required for works procured by the Contractor shall be of repute make and as approved by MDL. The rate shall be inclusive of transportation, storage, security, handling etc Consumables: All the consumables required for the works including temporary works, allied/ associated job etc shall be procured by the Contractor including transportation, storage, security, handling etc. Page 22 of 85

23 Tender no अ त र क य /EXTRA ITEMS/VARIATION IN QUANTITY: Extra items of works, if any, shall be determined supported by a rate analysis on the following basis: Rates derived from similar items of this Contract. OR Rates for similar items of work executed through other agencies for MDL recently. OR Rates mutually agreed to MDL reserves the right to conduct price negotiations with the Contractor in the following cases: Finalisation of rates for extra items To seek reduction in the unit rates of the items for the excess quantity, if the total value of growth exceeds 25% of the original order value. 35. ब ध / HINDRANCE: A Hindrance Register as per attached format at Enclosure-8 shall be maintained with the Designated Representative from TS Department. The Contractor shall submit schedule for completion of work and get it signed by MDL Engineer in charge of the project. The Schedule shall list out the major milestones leading to the completion of work as per final delivery date stipulated in the PO/Contract The Hindrance Register shall document the following aspect post placement of the PO/ Contract: Reasons for the delay vis-à-vis the mutually agreed schedule Delay in inputs (Drawings/ Documents/ Site Clearances/ Services/ Inspection Call) Delay by Inspection Agency/ Customer Delay on account of specialist services Non performance by the Contractor Delinquency by the vendor Force Majeure Any other relevant reason All the hindrances with date of occurrence and removal are to be noted in the hindrance register. The Hindrance Register will be signed by the Designated Representatives from Technical Services Department (MDL) and the authorized Signatory from the Contractor side The Contractor may record their observations in the hindrance register. Any objections raised by the contractor shall be attended to and resolved without any delay In case the contractor has a different opinion for hindrance and a dispute arises, then the matter shall be referred to next higher authority in MDL and the decision shall be communicated to the Contractor within 15 days. The Contractor shall note that the decision of the next higher authority from MDL in case of dispute in respect of hindrances during the course of executing an order/ contract shall be final and binding on the contractor In case, MDL is unable to remove the hindrance immediately and if it is likely to take some time, the contractor shall be informed accordingly by the user. In such cases the contractor and MDL s approval may reduce manpower deployed on the work. The Contractor shall also note that Under no circumstances Contractor shall be paid for idle manpower. Page 23 of 85

24 Tender no कचर हट न /DEBRIS REMOVAL/ व छत /HOUSEKEEPING: Debris generated during execution of work shall be promptly disposed off outside MDL. The site will be maintained clean at all times and the Contractor is expected to budget for the same. Also, during dignitary visits, temporary works materials, debris etc shall be shifted suitably without any additional cost to MDL In case debris is not removed within two days, MDL will remove the same and the charges towards debris Rs. 10,000/- per truck shall be deducted from Contractor s RA bills. Engineer-In-charge shall keep the record of the same and forward the details of recoveries in Invoice Certification MDL has Designated Bins separately for Scrap Steel, Wood Scrap & Rubbish. Contractor shall segregate unusable scrap steel, wood, rubbish, if any, and deposit the same in the nearest respective bin In case the debris even in small quantities are not removed/ the site is not maintained clean within 24 hours of verbal/written instruction to the contractor, the clearing job shall be done by MDL at Contractor s risk and cost incurred for the same shall be recovered from the Contractor s Invoices. 37. स र और श ण /SAFETY AND TRAINING: During the Construction Period, Safety Engineers shall be deputed on site as and when required and directed by MDL. This is mandatory requirement All the workers, Engineers of the contractor shall have Safety PPE s (Personnel Protective Equipments) like Safety Helmets, Safety Shoes, Safety Belts, Hand Gloves, and Goggles etc. Contractors shall also have provision for minimum 5 to 10 visitors PPE s. The periphery of the building shall be covered with the Green net. The contractor shall also provide Safety net and Safety Belts for height work All workers on site shall adhere to the best safety practices applicable. All personal, process & material safety procedures shall be planned & implemented on site. Training & regular inspection shall ensure that safety standards are met First Aid kit & First aid training shall be given to all key members of the Site team Proper signages shall be placed on site. Warning in case of any critical/hazardous activity shall be given prior to starting of such activity All workers, supervisor s contractor shall optimum training regarding all aspects of site management prior to commencement of work 38. ठ क द र क कम च रय क प लस स य पन /POLICE VERIFICATION OF CONTRACTOR s EMPLOYEES: TheContractor shall have to obtain Police Verification Report (PVR) of their Employees prior to deployment at MDL site for execution of the work. A Detailed procedure for Entry Passes for Contractor s Employees is displayed on MDL s website Tenders Technical Services. In addition to this for loss of pass, bidders shall refer Enclosure-14. BIDDERS ARE REQUESTED TO NOTE THE SAME. NO RELAXATION SHOULD BE ASKED FOR. 39. तब ध न वद क र/फ़म / व त /BANNED OR DE-LISTED TENDERER/ FIRMS / VENDORS: The Bidder / Contractor declares that they being Proprietors / Directors / Partners have not been any time individually or collectively blacklisted or banned or de-listed by any Government or quasi Government agencies or PSUs. If a Tenderer s entities as stated above have been blacklisted or banned or de-listed by any Government or quasi Page 24 of 85

25 Tender no Government agencies or PSUs, this fact must be clearly stated in the prescribed format online at Enclosure-9. Filling the information in the said format is Mandatory for every Tenderer. MDL reserves the right to ask for additional information and right to accept /reject the bid. 40. म य वर यत /PRICE PREFERENCE: NO PRICE PREFERENCE SHALL BE GIVEN TO ANY BIDDER IRRESPECTIVE OF THEIR STATUS. 41. य वर यत /PURCHASE PREFERENCE: Purchase preference to Local Suppliers (LS)shall be applicable in the manner specified hereunder: Cases where tender value is Rs. 50 Lakhs or less and where Nodal Ministry has communicated that there is sufficient local capacity and local competition, Only local suppliers shall be eligible for participation in the tender and MDL shall have right to place contract / order on local suppliers only. (TEF Clause No Not Applicable for this tender) Cases where tender value is more than Rs. 50 Lakhs, the provisions of subparagraph 41.2 or 41.3, as the case may be, shall apply: Items / goods divisible in nature, the following procedure shall be followed: Among all qualified bids, the lowest bid will be termed as L1. If L1 is formal local supplier, the contract for full quantity will be awarded to L If L1 bid is not from a local supplier, 50% of the order quantity shall be awarded to L1. Thereafter, the lowest bidder among the local supplier will be invited to match the L1 price for the remaining 50% quantity subject to local supplier s quoted price falling within the margin of purchase preference, and contract for that quantity shall be awarded to such local supplier subject to matching the L1 price. In case such lowest eligible local supplier fails to match the L1 price or accepts less than the offered quantity, the next higher local supplier within the margin of purchase preference shall be invited to match the L1 price for remaining quantity and so on, and contract shall be awarded accordingly. In case some quantity is still left uncovered on local suppliers, then such balance quantity may also be ordered on the L1 bidder If in the opinion of MDL, the tender cannot be divided in the manner, as stated above i.e 50:50, MDL, shall have the right to award contract on eligible LS for the quantities as may be divisible & desired in tender Items goods which are not divisible in nature and in procurement of services where the bid is evaluated on price alone, the following procedure shall be followed: Among all qualified bids, the lowest bid will be termed as L1. If L1 is froma local supplier, the contract will be awarded to L If L1 is not from a local supplier, the lowest bidder among the local suppliers will be invited to match the L1 price subject to local supplier s quoted price falling within the margin of purchase preference and contract shall be awarded to such local supplier subject to matching the L1 price In case such lowest eligible local supplier fails to match the L1 price, the local supplier with the next higher bid within the margin of purchase preference shall be invited to match the L1 price and so on and contract shall be awarded accordingly. In case none of the local suppliers within the margin of purchase preference matches the L1 price, then the contract may be awarded to the L1 bidder. Notes: i) Local Supplier means a supplier or service provider whose product or service offered for procurement meets the minimum local content, as prescribed under the said Order Page 25 of 85

26 Page 26 of 85 Tender no or by the competent Ministries / Department in pursuance of said order. A Local Supplier can be an Indian or foreign bidder. ii) Local content means the amount of value added in India, which shall unless otherwise prescribed by Nodal Ministry, be the total value of items procured (excluding net domestic indirect taxes) minus the value of imported content in the item (including all customs duties) as a proportion of the total value in percent. The minimum local content shall ordinary be 50%, which is to be indicated in tender. Nodal Ministry may prescribe a higher or lower percentage in respect of any particular item and may also prescribe the manner of calculating local content. Increase in minimum local content: a) Nodal Ministry may annually review the local content requirements with a view to increasing them, subject to availability of sufficient local competition with adequate quality. b) The local content can be increased through partnerships, cooperation with local companies, establishing production units in India or Joint Ventures (JV) with Indian suppliers, increasing the participation of local employees in services and training them. iii) L1 means the lowest tender or lowest bid or lowest quotation received in tender, bidding process or other procurement solicitation, as adjudged in the evaluation process as per the tender or other procurement solicitation. iv) Margin of Purchase Preference means the maximum extent to which the price quoted by local supplier may be above the L1 for the purpose of purchase preference. The margin of purchase preference shall ordinary be 20%, which is to be indicated in tender. v) Nodal Ministry means the Ministry or Department identified pursuant to the said Order in respect of a particular item of goods or services Declaration of Local content: Participating bidders shall indicate their status on being Local Supplier or not. Local Supplier seeking purchase preference should declare that the item and service offered meets the minimum local content & indicate its percentage in their offer which shall meet (or even offer more) required content as specified in tender. This declaration is necessary even if Custom Duty Exemption and / or ERV (if applicable) are not being sought. Following documents are to be submitted in technical Offer-Part-I bid: a) Local Component list i.e. Items and services which are being procured / produced domestically by supplier in the system / equipment / service offered against tender. This list shall include all the components, raw materials, sub services etc. b) Foreign / Imported Component list i.e. Items and services which are being supplied by bidder from outside India in the system / equipment / service offered against tender. This list shall include all the components, raw materials sub services etc. c) Bidders shall give the details of the location(s) at which the local value addition is made. Additionally, location(s) details from where foreign /imported components are being supplied be also informed. d) Bidders shall give the price break-up in percentage for Local Component and Foreign / Imported Component. e) Custom duty applicable on FE component for all Foreign items. f) The Local Supplier are required to provide self-certification as per Enclosure- 13. Note: In cases of procurement for value in excess of Rs. 10Crores, the local supplier shall be required to provide a certificate from statutory auditor or cost auditor of the company (in case of companies) or from a practicing cost accountant or practicing charted accountant (in respect of supplier other than companies) giving the percentage of local content& applicable item wise custom duty Bidders are required to note that once the declaration/certification is committed at tender submission stage, the same cannot be altered at

27 Tender no technical negotiation stage or after award of contract otherwise would be treated / considered as false declaration by bidder Custom duty issue: Imported / FE content is inclusive of all custom duties which is required for arriving local content, there could be situation where bidders may quote different custom duty. Therefore, following clauses shall be incorporated. a) All bidders should upfront declare line item wise custom duty duly certified. Such declared custom duty percentage will only be considered for arriving local content. b) In the event if the rate of custom duty is found higher than the declared custom duty by bidder, then the bidder s declaration shall be final for arriving L1 bid. Also in such case the difference in custom duty would be to bidders account. In case of foreign bidders, the same would be to bidders account and shall not be borne or reimbursed by Shipyard. c) In the event of rate of custom duty happens to be lower at the time of clearance of goods, then actual custom duty shall be payable. d) Notwithstanding above, local content shall be calculated based on the declared custom duty by the bidder in techno-commercial bid Preference to MSE: a) In case of participation of MSE and Local Supplier against a same tender, MSE bidder will be given preference to match with L1 bidder as per Public Procurement Policy for MSEs Order MSE Vendor will be evaluated with L1 + 20% (Margin of Purchase Preference ordinary) as MSE does not fall under Public Procurement (Preference to Make in India) Order 2017 as per Public Procurement Policy for MSE Order 2012 and Public Procurement (Preference to Make in India) order 2017 is not applicable to MSEs. 42. स व ज नक शक यत क /PUBLIC GREIVANCE CELL: A Public Grievance Cell headed by Executive Director (EY) has been set up in the Company. Members of public having complaints or grievances are advised to contact him on Wednesday between 10:00 hours and 12:30 hours in his office on 4th Floor, D2 Building, East Yard or send their complaints / grievances to him in writing for redressal. His Telephone No. is / वव द सम ध न त /DISPUTE RESOLUTION MECHANISM (DRM) and म य थत /ARBITRATION: Dispute Resolution Mechanism: Any dispute/differences between the parties arising out of and in connection with the contract shall be settled amicably by mutual negotiations In case of non-settlement by (43.1.1) above, if at any time, before, during or after the contract period any unsettled claim, dispute or difference arose between the parties, upon or in relation to or in connection with or in any way touching or concerning this tender/agreement/order/contract, the same shall be referred to the concerned Functional Director. The Functional Director shall then nominate an Executive of the rank of General Manager whom he thinks fit and competent or a Committee of Executives who/which shall then scrutinise the claims/disputes that have been referred to the concerned functional Director and make efforts for amicable settlements by mutual discussions/negotiations In case no amicable settlement is arrived by (43.1.2) above within a period of three months, then the contractor shall approach Public Grievance Cell and address the disputes as per the provisions made under the relevant clause of the contract. Page 27 of 85

28 Tender no In case the issues/disputes do not get settled within a period of six months from the date of submission of the dispute to the Grievance Cell, then the contractor may invoke Arbitration Clause of the contract Arbitration clause applicable to CPSUs: In the event of any dispute or difference between the parties hereto, such disputes or differences shall be resolved amicably by mutual consultation or through the good offices or empowered agencies of the Government. If such resolution is not possible, then the unresolved dispute or difference shall be referred to arbitration by Permanent Machinery of Arbitrators in the Bureau of Public Enterprises in terms of Office Memorandum No.15/9/86 BPE(FIN) dated issued by the Ministry of Industry, Bureau of Public Enterprises and as modified from time to time. The Arbitration and conciliation Act 1996 shall not be applicable to arbitration under this clause. The Arbitrators fee and cost incurred in arbitration shall be borne equally by both the parties The venue of arbitration shall be Mumbai. India The award of Arbitrator (so shall be reasoned award and Arbitrator(s) shall mention his (their) reason of the award The award of Arbitrator(s) shall be binding upon the parties to the dispute provided, however, any party disagree to buy such award may make further reference for setting aside or revision of the award to the Law Secretary Department of Legal Affairs, Ministry of 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 Arbitration clause applicable to non-cpsus: If any dispute, difference or question shall, any time hereafter, arise between the parties hereto in respect of the construction of these presents or concerning anything herein contained or arising out of these presents or as to the rights, liabilities or duties of the said parties hereunder which cannot be mutually resolved by the parties, the same shall be referred to the sole Arbitrator appointed by the CMD, MDL. The Sole Arbitrator shall on matters referred to him / her indicate the reasons for his finding on each and every item of disputes. The venue of the Arbitration shall be Mumbai. Subject to above, The Arbitration will be governed by the provisions of Conciliation and Arbitration Act, 1996, as amended from time to time. 44. अ धक र श / JURISDICTION: All contracts shall be deemed to have been wholly made in Mumbai and all claims there under are payable in Mumbai City and it is the distinct condition of the order that no suit or action for the purpose of enforcing any claim in respect of the order shall be instituted in any Court other than that situated in Mumbai City, Maharashtra State, India i.e. courts in Mumbai shall alone have jurisdiction to decide upon any dispute arising out of or in respect of the contract. 45. सम / TERMINATION: If MDL considers that the services rendered by the firm directly or through their associates are unsatisfactory, MDL reserves the right to terminate the agreement with firm in writing at any stage by giving them 30 days notice. In case MDL decides to part with the services of the firm, the firm fees quoted by them will be restricted to the proportionate work rendered by them upto that stage. Page 28 of 85

29 Tender no एमड एल क अ धक र /MDL s RIGHT: MDL reserves the right to consider placement of Order / Contract in part or in full against the tendered quantity or reject any or all tenders without assigning any reasons thereof. We look forward to your participation in on-line bidding by offering your most competitive and reasonable bid against this tender. Yours faithfully, For MAZAGON DOCK SHIPBUILDERS LIMITED, AGM/HOD (TS-Comm) Technical Services Department Page 29 of 85

30 1. LIST OF ENCLOSURES: 1 Enclosure-1 - Form of undertaking to be furnished by the bidder 2 Enclosure-2 - MDL Bank Account Details for Online Remittance of EMD/Security Deposit 3 Enclosure-3 - RTGS/NEFT/ECS Mandate Authorisation Form 4 Enclosure-4 - Particulars of Experience in Similar Projects 5 Enclosure-5 - Proforma Bank Guarantee format for Bid Bond / EMD 6 Enclosure-6 - Performa for Performance Bank Guarantee 7 Enclosure-7 - Extract of Official Secrets Act, Enclosure-8 - Hindrance Register Format 9 Enclosure-9 - Banned or Delisted of Firm/Vendor 10 Enclosure-10 - Price Bid (Part-II) - to be submitted online 11 Enclosure-11 - Financial Information of Bidder 12 Enclosure-12 - Details of Existing Commitments & Ongoing Works- Calculation of Bid capacity. 13 Enclosure-13 - Declaration Certificate for Local Content (Purchase Preference) 14 Enclosure-14 - Loss of Pass 15 Enclosure-15 - Tender Enquiry Acceptance Form Tender no Enclosure-16 - Standard Terms and Conditions (STACs) ATTACHED SEPERATELY 17 Enclosure-17 - Standard Terms and Condition (Stacs) Acceptance Form 18 Enclosure-18 - General Terms & Conditions (GT&C) ATTACHED SEPERATELY 19 Enclosure-19 - General Terms and Conditions (GT&C) Acceptance Form 20 Enclosure-20 - Deviations from TEF/STACs/GT&C 21 Enclosure-21 - Key Personnel Available with the Contractor for This Project (Qualificalion Criteria) 22 Enclosure-22 - Schedule of Plant & Equipment (To Be Typed on Bidders Letterhead) 23 Enclosure-23 - Address Label 24 Enclosure-24 - Checklist of Submittals Attached Alongwith Online Technical Bid 25 Enclosure-25 - Invoice Certification Format 26 Enclosure-26 - List Approved Make - Electrical 27 Enclosure-27 Technical Specification Electrical Works ATTACHED SEPERATELY 28 Enclosure-28 List of Drawings 29 Statutory requirements & Safety clause 30 Procedure for security passes - To be downloaded from our website - To be downloaded from our website Page 30 of 85

31 Tender no FORM OF UNDERTAKING TO BE FURNISHED BY THE BIDDER (To be typed on Bidder s Letterhead) To, AGM/HOD (Commercial), Technical Services Department, Mazagon Dock Shipbuilders Limited, Dockyard Road, Mumbai Enclosure-1 Sir, Sub: Modernaization of Bond Store Including Civil, Plumbing, Furniture & Electrical Works at South Yard, MDL, Mumbai. Ref: MDL Tender Enquiry No dated 08 June Having visited the site and having examined the General Conditions of Contract, Technical Specifications, Drawings and Bill of Quantities for the above named work, we offer to construct, complete and maintain the whole of the said works in conformity with the said General Conditions of Contract, Technical Specifications, Drawings and Bill of Quantities for the sum stated in Bill of Quantities included in this Tender Document for such other sum as may be ascertained in accordance with the said conditions of Contract. 2. We undertake to complete and deliver the whole of the works comprised in the Contract within the time stated in this tender. 3. We have independently considered the amount of Liquidated damages indicated in the tender and agree that it represents a fair estimate of the loss likely to be suffered by you in the event of the work(s) not being completed in time. 4. If our Tender is accepted, we will, when required, obtain the guarantees from a Bank (to be approved by you) to be jointly and severally bound with us for the sum named in the tender for the due performance of the Contract under the terms of a Bond to be approved by you. 5. The Contractor s All Risk Policy for the full value of the Contract valid till the completion period will be obtained by us in the joint names of Mazagon Dock Shipbuilders Limited and ourselves. 6. We agree to abide by this Tender for the period of 120 days from the date fixed for receiving the same and it shall remain binding upon us and may be accepted at any time before the expiry of this period. 7. Unless and until a formal Agreement or Order is prepared and executed, this tender together with your written acceptance thereof, shall constitute a binding Contract between us. 8. We understand that if our Tender-Bid is accepted, we are to be jointly and severally responsible for the due performance of the Contract. 9. We understand that you are not bound to accept the lowest or any Tender you may receive. 10. We undertake to comply with the Anti profeetering provisions of GST Act 2017 and we will pass on the benefits from reduction in the rate of Tax/input Tax credit if any, to MDL and there will be no liability on MDL on account of GST/Input Tax Credit. Dated this day of (year) Signature in the capacity of duly authorised to sign Tenders for and on behalf of (IN BLOCK CAPITALS) Witness: Signature Address of Witness Name Occupation Page 31 of 85

32 Tender no Enclosure-2 1. MDL S BANK ACCOUNT DETAILS: NAME OF BANK A/C HOLDER BANK AND BRANCH MAZAGON DOCK SHIPBUILDERS LIMITED DOCKYARD ROAD MUMBAI BRANCH CODE : 9054 BANK ACCOUNT NO : : MAZAGON DOCK SHIPBUILDERS LTD : STATE BANK OF INDIA, MAZAGON BRANCH, MUMBAI IFSC CODE SBIN MICR/NECS CODE INCOME TAX PAN NO AAACM8029J 2. DETAILS OF REMITTANCE TO MDL S BANK ACCOUNT: (To be filled in by the vendors/firms making remittance of funds in MDL S Bank Account) Date of Remittance Name of Firm UTR No. MDL tender/po. Ref No. Nature of Remittance viz. EMD/SD etc Amount Remitted (Rs) Signature of Bidder SAP Parked Document No: Date: (To be filled in by MDL s Commercial Executive) Note: Sr. No.2 and 3 above will be filled in by the Bidder and MDL Commercial Executive respectively and the form forwarded to Treasury Section for posting of SAP Document to the respective Bank Account. Page 32 of 85

33 Tender no RTGS/NEFT/ECS MANDATE AUTHORISATION FORM Enclosure-3 1 NAME OF THE FIRM : 2 CONTACT PERSON AND : DESIGNATION 3 PAN NO : 4 VENDOR ADDRESS : 5 VENDOR S TELEPHONE/FAX : 6 ADRESS : 7 BANK NAME : 8 BANK ADDRESS : 9 ACCOUNT NUMBER : 10 ACCOUNT TYPE : 11 NEFT CODE : 12 MICR CODE : 13 GST ID NO. : 14 VAT NO. : 15 CST NO. : 16 EXCISE NO. : 17 SERVICE TAX NO. : We hereby declare that the particulars given above are correct and complete. If the transaction is delayed for reasons of incomplete or incorrect information, we would not hold MDL responsible. Date Vendor s Seal Authorised Signature of the Vendor Certified that the particulars as per Serial No. 1 & 6 to 12 are correct as per our records. Date Bank s Stamp Authorised Signature of the Bank Officer Page 33 of 85

34 FORM (3) PARTICULARS OF EXPERIENCE IN SIMILAR PROJECTS To, AGM/HOD (Commercial), Technical Services Department, 1st Floor, Alcock Yard, Mazagon Dock Shipbuilders Limited, Dock Yard Road, Mumbai , INDIA Sir, Tender no Sub: Modernaization of Bond Store Including Civil, Plumbing, Furniture & Electrical Works at South Yard, MDL, Mumbai. Ref: MDL Tender No dated 08 June 2020 Enclosure-4 1. With reference to the above and after having read the terms & conditions in the Tender Enquiry, we wish to submit our bid for consideration of pre-qualification under Clause 7.1.1/7.1.2/7.1.3 (strike out whichever is not applicable) of the tender. The details of similar projects as stipulated in the tender enquiry form and completed satisfactorily by us are as under: Clause 7.1.1: Three similar completed works each costing not less than Rs 0.56 Cr. Sr. No PO No & Date Completion Cost Work order (Submitted/Not submitted) Page 34 of 85 Completion Certificate (Submitted/Not Submitted) OR Clause 7.1.2: Two similar completed works each costing not less than Rs 0.70 Cr. Sr. No PO No & Date Completion Cost Work order (Submitted/Not submitted) Completion Certificate (Submitted/Not Submitted) 1 2 OR Clause 7.1.3: One similar completed work costing not less than Rs 1.12 Cr. Sr. No PO No & Date Completion Cost Work order (Submitted/Not submitted) 1 Completion Certificate (Submitted/Not Submitted) 2. The brief details of above similar projects are as under: (Use separate sheet for each work) Project Name: Project Location Client: Address of the Client & contact person with Tel No. & Fax No Brief Description of the work Cost of project Contract/Work order No: Completion Certificate details viz, ref. No & date of issue Date of Commencement of Work Date of completion work 3. The following documents in support of the above similar projects are enclosed in our technocommercial bid:

35 Tender no a. Copy of Work Order/Contract Agreement indicating contract amount, Project/Work value, Scope of Work & other details with signature of Both Parties. b. Work Completion Certificates issued by the Client(s) indicating proper reference of Contract Agreement & Date of Completion. c. Any other document (please specify) 4. We further agree to produce originals of the documents submitted in respect of the similar projects detailed above for verification by MDL as and when called for. Signature of Contractor: Place: Date: Name and Address: Official Seal Page 35 of 85

36 PROFORMA BANK GUARANTEE FOR BID BOND / EMD (On Non-Judicial stamp paper of value Rs100/-) Page 36 of 85 Tender no Enclosure-5 1. IN CONSIDERATION OF MAZAGON DOCK SHIPBUILDERS LIMTED, a company incorporated under the Companies Act 1956 and having its registered office at Dockyard Road, Mumbai (hereinafter referred to as the the Company which expression shall, unless it be repugnant or contrary to the subject or context thereof, be deemed to mean and include its successors and assigns) having agreed to accept the Earnest Money Deposit (EMD) of Rs (Rupees only) in the form of Bank Guarantee from Messers... a partnership firm/sole proprietor business/a company registered under the Companies Act, 1956 having its office at...(hereinafter called " the tenderer" which expression shall, unless it be repugnant or contrary to the subject or context thereof, be deemed to mean and include its successors and assigns) for participating in the Tender no...dated... (hereinafter called "the tender" which expression shall include any amendments/alterations to "the tender" issued by "the Company") for the supply, delivery at site, installation and commissioning of certain equipment, item/services/civil works etc., We, Bank having office at... (hereinafter referred to as the Bank which expression shall include its successors and assigns) hereby agree to pay to the Company without any demur on first demand an amount not exceeding Rs... (Rupees...only) against any loss or damage, costs, charges and expenses caused to or suffered by the Company by reason of non performance and non-fulfilment or for any breach on the part of the tenderer of any of the terms and conditions of the said tender. 2. We,... Bank further agree that the Company shall be sole judge whether the said tenderer has failed to perform or fulfil the said tender in terms thereof or committed breach of any terms and conditions of the tender the extent of loss, damage, cost, charges and expenses suffered or incurred or would be suffered or incurred by the Company on account thereof and we waive in the favour of the Company all the rights and defences to which we as guarantors may be entitled to. 3. We,... Bank further agree that the amount demanded by the Company as such shall be final and binding on the Bank as to the Bank 's liability to pay and the amount demanded and the Bank undertake to pay the Company the amount so demanded on first demand and without any demur notwithstanding any dispute raised by the tenderer or any suit or other legal proceedings including arbitration pending before any court, tribunal or arbitrator relating thereto, our liability under this guarantee being absolute and unconditional. 4. We,... Bank further agree with the Company that the Company shall have the fullest liberty without our consent and without affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said tender/or to extend time of performance by the tenderer from time to time or to postpone for any time to time any of the powers exercisable by the Company against the tenderer and to forbear to enforce any of the terms and conditions relating to the tender and we shall not be relieved from our liability by reason of any such variation or extension being granted to the tenderer or for any forbearance, act or omission on the part of the Company or any indulgence by the Company to the tenderer or by any such matter or things whatsoever which under the law relating to sureties would have the effect of relieving us. 5. We,... Bank further undertake not to revoke this guarantee during its currency except with the previous consent of the Company in writing. 6. We,... Bank also agree that the Bank s liability under this guarantee shall not be affected by any change in the constitution of the tenderer or dissolution or winding up of the business of the tenderer.

37 Tender no Notwithstanding anything contained herein above: a. Our liability under this guarantee shall not exceed Rs... b. This Bank Guarantee shall be valid upto and including...; and c. We are liable to pay the guarantee amount or any part thereof under this Bank Guarantee only and only if you serve upon us a written claim or demand on or before (validity weeks from the date of expiry of this guarantee). 8. This Guarantee shall be governed by Indian laws and the Courts at Mumbai, India shall have the exclusive jurisdiction. IN WITNESS WHEREOF the Bank has executed this document on this... day of... For... Bank (by its constituted attorney or the person authorised to sign) (Signature of a person authorised to sign on behalf of "the Bank") Page 37 of 85

38 Tender no Enclosure-6 PROFORMA FOR PERFORMANCE BANK GUARANTEE (On Non-Judicial stamp paper of value 100/-) IN CONSIDERATION OF MAZAGON DOCK SHIPBUILDERS LIMTED (formerly known as MAZAGON DOCK LIMITED, a company incorporated under the Companies Act 1956 and having its registered office at Dockyard Road, Mumbai (hereinafter referred to as the the Company which expression shall, unless it be repugnant or contrary to the subject or context thereof, be deemed to mean and include its successors and assigns) having placed an order on Messers... a partnership firm/sole proprietor business/a company registered under the Companies Act, 1956 having its office at...(hereinafter called " the Contractor" which expression shall, unless it be repugnant or contrary to the subject or context thereof, be deemed to mean and include its successors and assigns) vide order No... dated... (hereinafter called "the order" which expression shall include any amendments/alterations to "the order" issued by "the Company") for the work of as stated in the said Order and the Company having agreed that the Contractor shall furnish a security for the performance of the Contractor obligations and/or discharge of the Contractor liability in connection with the said order and the Company having agreed with the Contractor to accept a performance guarantee, We,... Bank having office at... (hereinafter referred to as the Bank which expression shall include its successors and assigns) hereby agree to pay to the Company without any demur on first demand an amount not exceeding Rs... (Rupees...only) against any loss or damage, costs, charges and expenses caused to or suffered by the Company by reason of non performance and nonfulfilment or for any breach on the part of the Contractor of any of the terms and conditions of the said order. 2. We,... Bank further agree that the Company shall be sole judge whether the said Contractor has failed to perform or fulfill the said order in terms thereof or committed breach of any terms and conditions of the order and the extent of loss, damage, cost, charges and expenses suffered or incurred or would be suffered or incurred by the Company on account thereof and we waive in the favour of the Company all the rights and defences to which we as guarantors may be entitled to. 3. We,... Bank further agree that the amount demanded by the Company as such shall be final and binding on the Bank as to the Bank's liability to pay and the amount demanded and the Bank undertake to pay the Company the amount so demanded on first demand and without any demur notwithstanding any dispute raised by the Contractor or any suit or other legal proceedings including arbitration pending before any court, tribunal or arbitrator relating thereto, our liability under this guarantee being absolute and unconditional. 4. We,... Bank further agree with the Company that the Company shall have the fullest liberty without our consent and without affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said order/or to extend time of performance by the Contractor from time to time or to postpone for any time to time any of the powers exercisable by the Company against the Contractor and to forbear to enforce any of the terms and conditions relating to the order and we shall not be relieved from our liability by reason of any such variation or extension being granted to the Contractor or for any forbearance, act or omission on the part of the Company or any indulgence by the Company to the Contractor or by any such matter or things whatsoever which under the law relating to sureties would have the effect of relieving us. 5. We,... Bank further undertake not to revoke this guarantee during its currency except with the previous consent of the Company in writing. 6. We,...Bank also agree that the Bank s liability under this guarantee shall not be affected by any change in the constitution of the Contractor. Page 38 of 85

39 Tender no Notwithstanding anything contained herein above: i) Our liability under this guarantee shall not exceed Rs... ii) This Bank Guarantee shall be valid upto and including...; and iii) We are liable to pay the guarantee amount or any part thereof under this Bank Guarantee only and only if you serve upon us a written claim or demand on or before. (validity weeks from the date of expiry of this guarantee). 8. This Guarantee shall be governed by Indian laws and the Courts at Mumbai, India shall have the exclusive jurisdiction. IN WITNESS WHEREOF the Bank has executed this document on this... day of... For... Bank (by its constituted attorney) (Signature of a person authorised to sign on behalf of "the Bank") Page 39 of 85

40 EXTRACT OF PROVISIONS OF THE OFFICIAL SECRETS ACT, 1923 Tender no Enclosure-7 SECTION 2(B); PROHIBITED PLACE It is defined as the place of any work of Defence Dockyard and other so belonging or occupied and used for the purpose of building, repairing, making or storing any ammunitions of war. For the purpose of the above definition, sketch includes any photograph or other mode of representing any place or thing. SECTION 3: PENALTIES FOR SPYING If any per unlawfully - a) approaches, inspects, passes over or is in the vicinity of any clear place; or b) make any sketches intended to be directly or indirectly useful to an enemy; or c) obtains, collects, records or communicates to any other person any secret official code. Shall be liable for imprisonment of 14 years in case of Defence Installation. SECTION 4: COMMUNICATION WITH FOREIGN AGENTS If Any person has been in communication with or attempted to communicate with foreign agents regarding the vital information of any PROHIBITED PLACE would be guilty of violating the provisions of this Act. SECTION 5: WRONGFUL COMMUNICATION OF INFORMATION If any person having in his possession or control any official document; a) Willfully communicates to any person, other than a person, who is authorised to communicate it. b) Used the information in his possession for the benefit of any foreign power. c) Retain in his possession when he has no power to retain it d) Fails to take reasonable care of it. Shall be guilty of an offence under this Act. SECTION 6: UNAUTHORISED USE OF UNIFORMS If any person for the purpose of gaining admission or of assisting any other person to gain admission to a PROHIBITED PLACE wears uniforms without lawful authority shall be guilty of offence under this Section. SECTION 7: INTERFERING WITH OFFICERS OF POLICE No person in the vicinity of any PROHIBITED PLACE shall obstruct any Police Officer engaged on guard, sentry or similar duty. If any person move in the provisions of this section, shall be punishable with imprisonment, which may extend up to 3 years. SECTION 8: DUTY OF GIVING INFORMATION It shall be duty of every person to give on demand to a superintendent of Police or any other Police Officer not below the rank of Inspector, any information in his power relating to an offence under this Act. If any person fails to give such information, shall be punishable with imprisonment to 3 years or fine or with both. SECTION 9: INCITEMENT Any person who attempts to commit or debate the commission of an offence under this Act shall be punishable with the same punishment and be liable to be proceeded against in the same manner as if he had committed such offence. Page 40 of 85

41 Tender no SECTION 10: PENALTY FOR HARBOURING SPIES If any person whom he knows or has reasonable grounds for supposing to be person who is about to commit or who has committed offence under this Act shall be guilty of offence under this Section. SECTION 11: SEARCH WARRANTS If a presidency Magistrate, Magistrate First Class or Sub-Divisional magistrate is satisfied with the information that there is reasonable ground for suspecting that an offence under this Act has been or is about to be committed, he may grant search warrant to any Police Officer to enter at any time any premises to force to search premises or the places. -***********- Page 41 of 85

42 Tender no Enclosure-8 Page 42 of 85

43 PARTICULARS OF BANNED OR DE-LISTED TENDERER/FIRM/VENDORS To, AGM/HOD (Commercial), Technical Services Department, 1st Floor, Alcock Yard, Mazagon Dock Shipbuilders Limited, Dock Yard Road, Mumbai , INDIA Sir, Enclosure-9 Sub: Modernaization of Bond Store Including Civil, Plumbing, Furniture & Electrical Works at South Yard, MDL, Mumbai. Ref: MDL Tender No dated 09 June 2020 With reference to TEF Clause No. 37 (Banned or De-Listed Tenderer/ Firms / Vendors), referred Tender Enquiry, we declare the Information as below. A. In case of Banned / Blacklisted by the client. Sl Name of Government/ quasi Government agencies/or PSUs who has Banned/Black listed Name of Project value which firm is Banned/ Blacklisted Banned/ Black listed for the Duration Reasons B. In case of penal Action Proceeding / Show Cause notices initiated/issued by the Government or quasi Government agencies or PSU s including Pending in Judicial proceedings: Sl Name of Client Name of Project / Work Status C. The bidding firm to enclose / submit all relevant documents pertaining to Sr. no. A & Sr no. B above. Signature of Contractor: Name and Address: Place: Date: Official Seal Page 43 of 85

44 PRICE BID (PART-II) BILL OF QUANTITIES (To be submitted online) Enclosure-10 Sub: Modernaization of Bond Store Including Civil, Plumbing, Furniture & Electrical Works at South Yard, MDL, Mumbai. Ref: MDL Tender No dated 09 June 2020 Sr. No. Item Description. Unit Qty 100 OFFICE & TOILET Section 10 Dismantalling : Demolishing R.B. work manually/ by mechanical means including stacking of steel bars and disposal of unserviceable material within 50 metres lead as per direction of Engineer-in- charge. 20 Excavation: Earth work in rough excavation, banking excavated earth in layers not exceeding 20cm in depth, breaking clods, watering, rolling each layer with ½ tonne roller or wooden or steel rammers, and rolling every 3rd and top-most layer with power roller of minimum 8 tonnes and dressing up in embankments for roads, flood banks, marginal banks and guide banks or filling up ground depressions, lead upto 50 m and lift upto 1.5 m : 30 Soling : Providing and laying dry rubble stone soling/ packing handset thickness 150 mm to 200 mm including interstices being filled in with small pieces of stones, thoroughly rammed, consolidated and watered complete as directed. Rate (Rs.) Amount (Rs.) CuM , , CuM , CuM , PCC 1:2:4: Providing and laying in position cement concrete of specified grade excluding the cost of centering and shuttering - All work up to plinth level : 1:2:4 (1 cement : 2 coarse sand (zone-iii) : 4 graded stone aggregate 20 mm nominal size) 50 Full Brickwork: Providing second class Burnt Brick masonry with conventional/ I.S. type bricks in cement mortar 1:5 in superstructure including striking joints, raking out joints, watering and scaffolding etc. Complete 60 Half Brickwork: Providing second class Burnt Brick masonry with conventional/ I.S. type bricks in cement mortar 1:4 in half brick thick wall including mild steel longitudinal reinforcement of 2 bars of 6 mm diameter / 2 hoop iron strips 25 mm X 1.6 mm placed at every third course, properly bent and bonded at ends scaffolding, racking out joints and watering etc. complete. 70 Internal Plaster: Providing and applying plastering on RCC/brick masonry work with 12 mm thick cement mortar (1:4) including curing & including scaffolding etc; all complete as directed. CuM , , CuM , , SqM , SqM , Page 44 of 85

45 80 Wall Putty : Providing and applying white cement based putty of average thickness 1 mm, of approved brand and manufacturer, over the plastered wall surface to prepare the surface even and smooth complete. 90 Marble: Providing and fixing 18 mm thick gang saw cut, mirror polished,premoulded and prepolished, machine cut for kitchen platforms, vanity counters, window sills, facias and similar locations of required size, approved shade, colour and texture laid over 20 mm thick base cement mortar 1:4 (1 cement : 4 coarse sand), joints treated with white cement,mixed with matching pigment, epoxy touch ups, including rubbing, curing, moulding and polishing to edges to give high gloss finish etc. complete at all levels. 100 Doors: Providing and fixing panelling or panelling and glazing in panelled or panelled and glazed shutters for doors, windows and clerestory windows (Area of opening for panel inserts excluding portion inside grooves or rebates to be measured). Panelling for panelled or panelled and glazed shutters 25 mm to 40 mm thick Second class teak wood including all fittings like handle, tower bolt, hinges, stopper etc. complete 110 Providing and laying vitrified floor tiles in different sizes (thickness to be specified by the manufacturer) with water absorption less than 0.08% and conforming to IS: 15622, of approved make, in all colours and shades, laid on 20mm thick cement mortar 1:4 (1 cement: 4 coarse sand), jointing with grey cement 3.3 kg/ sqm including grouting the joints with white cement and matching pigments etc., complete. Size of Tile 600x600 mm 120 Glazed tiles: Providing and laying Ceramic glazed floor tiles of size 300x300 mm (thickness to be specified by the manufacturer) of 1st quality conforming to IS : of approved make in colours such as White, Ivory, Grey, Fume Red Brown, laid on 20 mm thick cement mortar 1:4 (1 Cement : 4 Coarse sand), Jointing with grey cement 3.3 kg/sqm including pointing the joints with white cement and matching pigment etc., complete. 130 Kotah partition : Kota stone slabs 20 mm thick in risers of steps, skirting, dado and pillars laid on 12 mm (average) thick cement mortar 1:3 (1 cement: 3 coarse sand) and jointed with grey cement slurry mixed with pigment to match the shade of the slabs, including rubbing and polishing complete. SqM , SqM , , SqM , , SqM , ,96, SqM , SqM , , Page 45 of 85

46 140 Indian WC with cistren : Providing and fixing water closet squatting pan (Indian type W.C. pan ) with 100 mm sand cast Iron P or S trap, 10 litre low level white P.V.C. flushing cistern, including flush pipe, with manually controlled device (handle lever) conforming to IS : 7231, with all fittings and fixtures complete, including cutting and making good the walls and floors wherever required White Vitreous china Orissa pattern W.C. pan of size 580x440 mm with integral type foot rests Nos , , European WC with cistren : Providing and fixing white vitreous china pedestal type water closet (European type W.C. pan) with seat and lid, 10 litre low level white P.V.C. flushing cistern, including flush pipe, with manually controlled device (handle lever), conforming to IS : 7231, with all fittings and fixtures complete, including cutting and making good the walls and floors wherever required W.C. pan with ISI marked white solid plastic seat and lid Nos , , Urinals : Providing and fixing white vitreous china flat back half stall urinal of size 580x380x350 mm with white PVC automatic flushing cistern, with fittings, standard size C.P. brass flush pipe, spreaders with unions and clamps (all in C.P. brass) with waste fitting as per IS :2556, C.I. trap with outlet grating and other couplings in C.P. brass, including painting of fittings and cutting and making good the walls and floors wherever required Note : Range of four half stall urinals with 10 litre P.V.C. automatic flushing cistern Nos , , Wash basin : Providing and fixing wash basin with C.I. brackets, 15 mm C.P. brass pillar taps, 32 mm C.P. brass waste of standard pattern, including painting of fittings and brackets, cutting and making good the walls wherever require: White Vitreous China Wash basin size 550x400 mm with a pair of 15 mm C.P. brass pillar taps mm CPVC exposed wall: Providing and fixing Chlorinated Polyvinyl Chloride (CPVC) pipes, having thermal stability for hot & cold water supply, including all CPVC plain & brass threaded fittings, including fixing the pipe with clamps at 1.00 m spacing. This includes jointing of pipes & fittings with one step CPVC solvent cement and testing of joints complete as per direction of Engineer in Charge. 20 mm nominal outer dia Pipes Nos , , Rmt , Page 46 of 85

47 190 40mm CPVC exposed wall: Providing and fixing Chlorinated Polyvinyl Chloride (CPVC) pipes, having thermal stability for hot & cold water supply, including all CPVC plain & brass threaded fittings, including fixing the pipe with clamps at 1.00 m spacing. This includes jointing of pipes & fittings with one step CPVC solvent cement and testing of joints complete as per direction of Engineer in Charge. 40 mm nominal outer dia Pipes mm PVC wc to IC: Supplying, assembling, lowering and fixing in vertical position in bore well unplasticized PVC medium well screen (RMS) pipes with ribs, conforming to IS: 12818, including hire & labour charges, fittings & accessories etc. all complete, for all depths, as per direction of Engineer-in-charge. 100 mm nominal size dia dia SW/CI pipes : Providing, laying and jointing glazed stoneware pipes class SP-1 with stiff mixture of cement mortar in the proportion of 1:1 (1 cement : 1 fine sand) including testing of joints etc. complete : 100 mm diameter dia SW/CI pipes : Providing, laying and jointing glazed stoneware pipes class SP-1 with stiff mixture of cement mortar in the proportion of 1:1 (1 cement : 1 fine sand) including testing of joints etc. complete : 200 mm diameter 230 Bib cock : Providing and fixing C.P. brass bib cock of approved quality conforming to IS:8931 : 15 mm nominal bore 240 Stop cock: Providing and fixing C.P. brass stop cock (concealed) of standard design and of approved make conforming to IS: mm nominal bore 250 Angle cock : Providing and fixing C.P. brass angle valve for basin mixer and geyser points of approved quality conforming to IS:8931, 15mm nominal bore mm Nahani trap : Providing and fixing 10 cm PVC nahani trap with grating etc. complete 270 Gully Trap/Inspection Chamber : Providing and fixing square-mouth S.W. gully trap class SP-1 complete with C.I. grating brick masonry chamber with water tight C.I. cover with frame of 300 x300 mm size (inside) the weight of cover to be not less than 4.50 kg and frame to be not less than 2.70 kg as per standard design:: For pipes 100 to 250 mm diameter 280 RCC Precast cover :Providing and fixing in position pre-cast R.C.C. manhole cover and frame of required shape and approved quality Rectangular shape 600x450x100 mm internal dimensions Rmt , Rmt , Rmt , Rmt , Nos , Nos , Nos Nos , Nos , , Nos , , Page 47 of 85

48 290 Internal Painting: Finishing walls with 100% Premium acrylic emulsion paint having VOC less than 50 gm/litre and UV resistance as per IS 15489:2004, Alkali & fungal resistance, dirt resistance exterior paint of required shade (Company Depot Tinted) with silicon additives. New work (Two or more coats 1.43 litre/ 10 sqm. Over and including priming coat 0.90 litre/10 sqm. SqM , Mirror : Providing and fixing 600x450 mm beveled edge mirror of superior glass (of approved quality) complete with 6 mm thick hard board ground fixed to wooden cleats with C.P. brass screws and washers complete. 310 Structural steel Box: Steel work in built up tubular (round, square or rectangular hollow tubes etc.) trusses etc., including cutting, hoisting, fixing in position and applying a priming coat of approved steel primer, including welding and bolted with special shaped washers etc. complete. Hot finished welded type tubes. The cost of Anchor fastner required for anchorahe to floor will be paid in this item in kg 320 Structural steel work in single section, fixed with or without connecting plate,including cutting, hoisting, fixing in position and applying a priming coat of approved steel primer all complete. 330 Providing and fixing aluminium work for doors, windows, ventilators and partitions with extruded built up standard tubular sections/appropriate Z sections and other sections of approved make conforming to IS: 733 and IS: 1285, fixing with dash fasteners of required dia and size, including necessary filling up the gaps at junctions, i.e. at top, bottom and sides with required EPDM rubber/neoprene gasket etc. Aluminium sections shall be smooth, rust free, straight, mitred and jointed mechanically wherever required including cleat angle, Aluminium snap beading for glazing / paneling, C.P. brass / stainless steel screws, all complete as per architectural drawings and the directions of Engineer-in-charge. (Glazing, paneling and dash fasteners to be paid for separately) Anodised aluminium (anodised transparent or dyed to required shade according to IS: 1868, Minimum anodic coating of grade AC 15) 340 Glazed Partitions: Providing and fixing fully glazed partition for External/Internal, using 8mm-12mm thick toughened glass, fixed with aluminium 'U' channel in the floor and partition, as per detailed drawings, etc complete in all respects. Nos Kg 1, ,02, Kg 2, ,73, Kg 1, ,60, SqM , ,54, Page 48 of 85

49 350 D3-FLUSH DOOR WITH VISION PANEL-50 mm solid core marine shutter, with 25X40X1.5mm thick aluminium box section with 12mm thick marine plywood on both side with 50mm x12 mm tw beading and vision panel made of 8mm thk float glass slid from the top,finished with 1.5mm thick laminate on both side, working on floor spring and pivot with door closure locking arrangement,ss finished handle of DORMA make 316 SS TGDID 300X22 S Satin,Concealed Door closure-dorma ITS-96 EN 3-6, automatic door drop down seal, Concealed hinges, DORMA door stopper 4012 etc. complete. (Type DR 03) (Basic Rate of Laminate of Rs. 647/- Sq.mt.) 360 Providing and fixing double action hydraulic floor spring of approved brand and manufacture conforming to IS : 6315, having brand logo embossed on the body / plate with double spring mechanism and door weight upto 125 kg, for doors, including cost of cutting floors, embedding in floors as required and making good the same matching to the existing floor finishing and cover plates with brass pivot and single piece M.S. sheet outer box with slide plate etc. complete as per the direction of Engineer-in-charge. With stainless steel cover plate minimum 1.25 mm thickness SqM , ,37, Each , , Page 49 of 85

50 370 Providing and fixing false ceiling at all heights with integral densified calcium silicate reinforced with fibre and natural filler false ceiling tiles of Size 595x595mm of approved texture, design and patterns having NRC (Noise Reduction coefficient) of 0.50 (minimum) as per IS 8225:1987, Light reflectance of 85% (minimum). Non combustible as per BS:476 (part-4), fire performance as per BS:476 (part 6 &7), humidity resistance of 100%, thermal conductivity < W/m K as per ASTM 518:1991,in true horizontal level suspended on interlocking metal T-Grid of hot dipped galvanised iron section of 0.33mmthick 120 grams per sqm including both sides)comprising of main-t runners of size 24x38 mm of length 3000 mm, cross - T of size 24x32 mm of length 1200 mm and secondary intermediate cross-t of size 24x32 mm of length 600mm to form grid module of size 600 x 600 mm, suspended from ceiling using galvanised mild steel items 80 grams per sqm) i.e. 50 mm long, 8 mm outer diameter M-6 dash fasteners, 6 mm dia fully threaded hanger rod upto 1000 mm length and L-shape level adjuster of size 85x25x25x2 mm. Galvanised iron perimeter wall angle of size 24x24x0.40 mm of length 3000 mm to be fixed on periphery wall / partition with the help of plastic rawl plugs at 450 mm center to center and 40 mm long dry wall S.S screws. All materials manufacturer shall be Amstrong/Gyproc/Saint Gobian or equivalent as approved by EIC. The work shall be carried out as per specifications, drawing and as per directions of the Engineer-in-Charge. 380 Providing and erecting 600mm deep Pantry counter in shape and design as directed. With approved 20mm thk granite top of approved shade, including 18MM cement mortar and LOCAL marble base, with LOCAL marble verticals and shelves as indicated, making cutouts for sink, plumbing fixtures, gas cylinder pipes, etc, cost to include for all granite vertical patties, facias, splash - back patties, granite skirting etc. Polishing including edge polishing, washing, cleaning, and finishing the wall surface below the counter with 200mm x 200mm ceramic white colour tile including necessary cement mortar backing complete details as directed. running length of counters to be measured along their centre lines and paid for. (Basic cost of granite Rs. 2000/- Sq.mt.) 390 Providing and fixing Stainless Steel A ISI 304 (18/8) kitchen sink as per IS : with C.I. brackets and stainless steel plug 40 mm, including painting of fittings and brackets, cutting and making good the walls wherever required : Kitchen sink with drain board- Size 510x1040 mm bowl depth 250 mm" SqM , ,21, Rmt , , Each , , Page 50 of 85

51 400 Providing and fixing P.V.C. waste pipe for sink or wash basin including-p.v.c. waste fittings complete. Size : 40 mm dia, Semi rigid pipe 410 Providing and fixing PTMT Waste Coupling for wash basin and sink, of approved quality and colour. Waste coupling 38 mm dia of 83 mm length and 77mm breadth, weighing not less than 60 gms" 420 Providing and fixing PTMT Bottle Trap for Wash basin and sink. Bottle trap 38 mm single piece moulded with height of 270 mm, effective length of tail pipe 260 mm from the centre of the waste coupling, 77 mm breadth with 25 mm minimum water seal, weighing not less than 263 gms 430 Poviding, Fixing, Testing and Commissioning of Pantry Tap. Make : Jaguar 5357 N 440 Providing & fixing approved type of Roller Blinds with imported mechanism, approved make on windows. (Basic cost of Rs. 1200/- Sqmt) 450 Supplying & fixing in position, Aquaguard water purifier of Eureka forbes make including making necessary inlet and outlet, electrical connection etc complete. (Model No. Aquaguard Enhance UV+UF Water Purifier)/Dr. Aquaguard magma NXT HD RO + UV + MTDS, 7 LTRS 460 Providing and fixing stainless steel ( Grade 304) railing made of Hollow tubes, channels, plates etc., including welding, grinding, buffing, polishing and making curvature (wherever required) and fitting the same with necessary stainless steel nuts and bolts complete, i/c fixing the railing with necessary accessories & stainless steel dash fasteners, stainless steel bolts etc., of required size, on the top of the floor or the side of waist slab with suitable arrangement as per approval of Engineer-incharge, (for payment purpose only weight of stainless steel members shall be considered excluding fixing accessories such as nuts, bolts, fasteners etc.). Each Each Each , , Each , , SqM , , Each , , Kg ,95, Page 51 of 85

52 470 Name Plate : Providing and fixing of retroreflectorised informatory sign board rectangular/square in shape having area less than 0.9 square meter made out of 2mm aluminum sheet bonded with whiteretro reflective sheeting of Class B( Type IV High intensity micro-prismatic grade sheeting-hip) having pressure sensitive/heat activated adhesive retoreflective specified back ground, border and back side retoreflctive symbols, letters, numerals, arrow as per IRC: Table No 8.3, supported with back support frame 25mm x 25mm x3mm, duly painted on back side with two coats of grey stove enamel paint and supported on one no. mild steel angle iron post 75 mm x 75 mm x 6 mm, 3.5 mt long firmly fixed to the ground by means of properly designed foundation with M25 grade cement concrete 45 cm x 45 cm x 60 cm, 60 cm below ground level as per approved drawing The angle iron post shall be duly painted with one coat of epoxy primer and two coats of epoxy finish paints having alternate black andwhite bands of 25 cm width including GI fixures and transportation etc.complete.the nut bolts of board with angle iron post/supporting structure after fixing at site has to be electrically welded. Class B (Type IV High intensity micro-prismatic grade sheeting- HIP) sheetingshall have 7 years written warranty from the manufacturer andauthorised distributor/convertor issued for field performanceincluding the screen printed areas and cut-out sheeting and cut-out durable transparent overlay film and this warranty certificate in original should be submitted to the Engineer in charge by thecontractor/supplier. 200 MISCELLANEOUS WORK Section 10 Providing and fixing double scaffolding system (cup lock type) on the exterior side, upto Ten story height/40m made with 40 mm dia M.S. tube 1.5 m centre to centre, horizontal & vertical tubes joining with cup & lock system with M.S. tubes, M.S. tube challies, M.S. clamps and M.S. staircase system in the scaffolding for working platform etc. and maintaining it in a serviceable condition for the scaffolding system shall be stiffened with bracings, runners, connection with the building etc wherever required for inspection of work at required locations with essential safety features for the workmen etc. complete as per directions and approval of Engineerin- charge.the payment will be made once irrespective of duration of scaffolding.note:- (1) The elevational area of the scaffolding shall be measured for payment purpose. (2) The payment will be made once only for execution of all items for such works. SqM , SqM 1, ,89, Page 52 of 85

53 20 Chipping the RCC surface and cleaning the rusted reinforcement and exposed surface by wire brush mechanical device or any other established method and applying rust removing solution of approved make and quality with cotton waste swab to reinforcement and allowing to dry the same for 24 hours, brushing of loose particle and applying first coat of Rust preventive coating of polymker and cement slurry in 1:1:5 proportion with soft brush without adding water including applying another coat of Rust preventing after 4 hours allowing air curing for 48 hours etc including scaffolding etc complete. 30 Providing and appying Polymer Modified Crack filler of Dr. Fixit/Sunanda Conchem /Krishna Conchem or equivalent approved make including surface preparation like chiseling the existing cracks to form a V groove, cleaning the groove to remove all loose materials and washing with water before applying the crack filler at any height/location etc all complete as directed. 40 Providing and applying Bonding coat between concrete members like RCC slabs, columns, beams, Chajjas, pardis etc and cement mortar plaster using HACK AID PLAST of M/s. Sunanda Speciality Coatings Pvt. Ltd. or equivalent as per the instructions of manufacturer or Engineer Incharge; including cleaning the concrete surface thoroughly to remove dust, dirt, grime, deshuttering oils and rub down to a clean surface at all heights/ levels and locations and as directed by Engineer Incharge 50 Providing and applying POLYMER MODIFIED MORTAR(PMM) in proportion of 1(Polymer) : 5(Cement) : 15 (Quartz sand) by weight with water cement ratio of 0.35 including application of bond coat of Krishna Conchem or equivalent approved make using brush in ratio of 1 (Polymer) :1 (Cement) : 0.35 (water) by weight including cleaning of surface with air mixed with water under pressure, and subsequent layer upto 10mm after hardening curing; all complete.(polymer manufactured by sunanda, pidilite, fosroc, acro- chem, build core or equivalent) 60 Repairs to plaster of thickness 12 mm to 20 mm in patches of area 2.5 Sq.M. and under, including cutting the patch in proper shape, raking out the joints and prepering and plastering the surface of the walls complete including disposal of rubbish to the dumping ground. With Cement mortar 1 : 4 (1 cement : 4 Coarse sand ) 70 Carriage of excavated earth/debris/building rubbish by mechanical transport including loading, unloading and carting away up to Municipal Dumping Ground. SqM Rmt , SqM , Kg 1, , SqM , CuM , Page 53 of 85

54 80 Removing dry or oil bound distemper, water proofing cement paint and the like by scrapping, sand papering and preparing the surface smooth including necessary repairs to scratches etc. complete. 90 wall care puttey 2mm: Providing and applying instant mix of neeru plus cement paste for filling the undulation due to scraping, to make the surface smooth and in plumb and providing and applying wall care puttey 2mm thick of approved brand and manufacture (Birla, JK, Nerolac, Asian, wallpast or equivalent as approved by MDL) over finished surface to prepare the surface even and smooth including application of bonding coat of cement paste as well as prewetting, scaffolding, curing etc. complete as directed. 100 Providing and applying one coat of water thinnable cement primer of approved brand and manufacture on wall surface ( Sherwinwilliams, or Asian Paint/ Nerolac/Berger or equivalent as approved by MDL) on existing paint 110 Providing & Applying walls paint with Premium Acrylic Smooth exterior paint of required shade on Old work (Two or more coat 1.43 ltr/ 10 sqm) on existing cement paint surface including primer if required, complete. Note : The cost includes the work to be carried out upto Ten story height/40m. No additional payment will be made for floor rise for entire work. 120 Painting with synthetic enamel paint of approved brand and manufacture of required colour to give an even shade : Two or more coats on new work over an under coat of suitable shade with ordinary paint of approved brand and manufacture SqM 1, , SqM ,18, SqM , SqM 1, ,58, SqM , Dismantling aluminium/ms steel/ Gypsum partitions, doors, windows, fixed glazing and false ceiling including disposal of unserviceable material and stacking of serviceable material with in 50 meters lead as directed by Engineerin-charge. 140 New French windows: Supply, providing and fixing of french Casement window madeup of GI sheet profile frame and shutter, 5mm thk clear glass shutter openable to outside and Internal shutter for bird protection madeup of 6mm dia MS bar grill having clear opening of 50mmx50mm. The Grill shutter openable inside. All the window section powder coated (Off white colour). Complete with all fitting and fixtures. The weight of complete window including glass will be calculated for payment. No seperate payment for glass and accessarries. SqM , Kg 5, ,99, Page 54 of 85

55 150 GI Sheet Chajja: Providing and fixing precoated galvanised iron profile sheets (size, shape and pitch of corrugation/plane as approved by Engineer-in-charge) 0.50 mm ( %) total coated thickness with zinc coating 120 grams per sqm as per IS: 277, in 240 mpa steel grade, 5-7 microns epoxy primer on both side of the sheet and polyester top coat microns. Sheet should have protective guard film of 25 microns minimum to avoid scratches during transportation and should be supplied in single length upto 12 metre or as desired by Engineerin- charge. The sheet shall be fixed using self drilling /self tapping screws of size (5.5x 55 mm) with EPDM seal, complete upto any pitch in horizontal/ vertical or curved surfaces, excluding the cost of purlins, rafters and trusses and including cutting to size and shape wherever required. 160 Cutting holes up to 15x15 cm in R.C.C. floors and roofs for passing drain pipe etc. and repairing the hole after insertion of drain pipe etc. with cement concrete 1:2:4 (1 cement : 2 coarse sand : 4 graded stone aggregate 20 mm nominal size), including finishing complete so as to make it leak proof. 170 Painting with aluminium paint of approved brand and manufacture Two or more coats to give an even shade. 180 Fabrication, supply and Installation of backgrund ACP sheet fabricated out of 3mm ACP sheet. The sheet will be cladded on aluminium sq. pipes. The complete assembly of the letters and ACP will be installed at site using proper brackets etc. complete as directed by Engineer in charge. 190 Stainless Steel 18 gauge304 Grade Name Fabrication, supply and Installation of "Building names" are as below. The letters will be fabricated out of using 18 gauge 304 grade SS sheet. The letters will have side depth of 1.5 inches. The finish of the ss letters will be Matt finish. Complete as directed by Engineer in charge. SqM , Each , SqM , SqFt , Inch , Page 55 of 85

56 200 Epoxy Flooring : Supply & Proving Epoxy Flooring with following procedure:1) Drying the Surface.Removing complete moisture.2) Fill uneven surfaces & holes with mortar3) 0.5mm Primer Coat to Hard/fix the surface without loops.4) 25 mm Radius Coving Mixture of Sand hardner & white cement. to avoid the deposits of the dust.5) Base Coat 2mm for the smoothness & toughness.6) Color / Pigment Coat (mixture of Resin, Hardner & PIJ paint).7) Painting Coving as per design supplied by EIC for better durabilityt of color shade. Note: Warranty of one year for wear & Tear, colour shade. 5 years warranty for bubble formation & sign of peel off only. 5 % retention in terms of PBG/BG for 5 years warranty. SqM 1, , ,51, ELECTRICAL Section CABLE Supplying, erecting & Terminating XLPE armoured cable 3-1/2 core 400 sq mm aluminium conductor with continuous sq mm (8 SWG) G.I. earth wire complete erected with glands & lugs, on wall/ trusses/pole or laid in provided trench/ pipe as per specification no. 1 CB-LT/AL Note: 1) Rate of all cables includes cost of lugs, glands, etc. required for erection and connection of cable. 2) For all type of cables instead of reading supplying and erecting read as a supplying, erecting and terminating. Main incomer Panel Providing & erecting floor / wall mounting, MCCB panel board with door suitable for four pole incoming 400 A, 6 ways four pole outgoing upto 100 A MCCB's on iron frame, as per specification no SW-SWR/MCCBPB. (Excluding MCCB'S) Providing & erecting 3 Pole MCCB of 315/400A, 415V capacity with short circuit rating 36 ka (Ics=100% of Icu), adjustable thermal (overload) setting and fixed magnetic setting with provided leads, provision for installation of shunt/ UV/ trip alarm contact and MCCB should have phase barriers both sides, in provided enclosure on iron /GI frame as per specification no. SW- SWR/MCCB Providing & erecting 3 Pole MCCB upto 100A, 415V, with short circuit rating 25 ka (Ics=100% of Icu ),adjustable thermal (overload) setting and fixed magnetic setting with provided leads, provision for installation of shunt/ UV/ trip alarm contact and MCCB should have phase barriers both sides, in provided enclosure on iron /GI frame as per specification no. SW- SWR/MCCB TOTAL CIVIL BOQ (Rs) 87,96, M , ,86, AU , , AU , , AU , , Page 56 of 85

57 Supplying and erecting extended rotary handle 5 for MCCB with adjustable telescopic rod suitable for upto 100A MCCB. Supplying and erecting extended rotary handle 6 for MCCB with adjustable telescopic rod suitable for 800A MCCB. Ground floor MCCB DB Providing & erecting 3 Pole MCCB upto 100A, 415V, with short circuit rating 25 ka (Ics=100% of Icu ),adjustable thermal (overload) setting and fixed magnetic setting with provided leads, provision for installation of shunt/ UV/ trip alarm contact and MCCB should have phase barriers both sides, in provided enclosure on iron /GI frame as per specification no. SW- SWR/MCCB Supplying & erecting triple pole and neutral distribution board (TPNDB) with door surface/ flush mounted suitable for 3 Pole MCCB as Incommer & outgoing SP MCB (24 Poles) or TP MCB of 8 ways (24 Poles), on iron frame. (Vertical Busbar type) as per specification No. SW- SWR/MCBDB1 Supplying, erecting & marking SPMCB 6A to 32A, C-series (for motor/power) in provided distribution board as per specification No. SWSWR/MCB Note:1)For lighting load 'B' series MCBs are to be provided and for motive power load 'C' series MCB s are to be provided 2)For heavy duty motors, welding transformers and machines having heavy surge current MCB of 'D' type series should be provided for which rates are to be taken by increasing 10% on the material cost of rates of 'C' series AU , , AU , , AU , , AU , , AU , Supplying, erecting & marking SPMCB 6A to 32A, B- series (for lighting) in provided distribution board as per specification No. SW- SWR/MCB Note:1)For lighting load 'B' series MCBs are to be provided and for motive power load 'C' series MCB s are to be provided 2)For heavy duty motors, welding transformers and machines having heavy surge current MCB of 'D' type series should be provided for which rates are to be taken by increasing 10% on the material cost of rates of 'C' series AU , Supplying, erecting & marking TPMCB 6 A to 32A in provided distribution board as per specification No. SW-SWR/MCB series AU Page 57 of 85

58 First floor Lighting DB Supplying & erecting triple pole and neutral distribution board (TPNDB) surface/ flush mounted, suitable for SPMCB of 12 ways, on iron frame/wooden board.(horizontal type) as per specification No. SW-SWR/MCBDB Note:- 1) All MCB's shall have breaking capacity not less than 10 ka. 2) Above rates are applicable only to factory made enclosures. 3) Reduce overall rates by 5% if angle iron frame / wooden board is not required. 4) MCB's ( double pole, four pole or triple pole & neutral) & isolators for single phase circuits shall not be incorporated for outgoing circuits of three phase distribution board. 5) For more than 5 kw load RCCB shall invariably be provided & erected preferably on the same distribution board. (RCCB+MCB) or (RCCB+MCCB etc,) separate box for RCCB/ELCB is not permissible. 6) Above rates are for branded DB's with provision of same brand interior switchgears and if other than branded are used reduce material rate by 10%. 7) The MCBDB is exclusive of incoming MCB/MCCB and outgoing SP/TP MCB's and the same should be preferably of the same make Supplying, erecting & marking TPN MCB 6A to 32A, C- series in provided distribution board as per specification No. SW-SWR/MCB Note: 1)For lighting load 'B' series MCBs are to be provided and for motive power load 'C' series MCB s are to be provided. 2)For heavy duty motors, welding transformers and machines having heavy surge current MCB of 'D' type series should be provided for which rates are to be taken by increasing 10% on the material cost of rates of 'C' series Supplying, erecting & marking SPMCB 6A to 32A, B- series (for lighting) in provided distribution board as per specification No. SW- SWR/MCB AU , , AU AU , Note:1)For lighting load 'B' series MCBs are to be provided and for motive power load 'C' series MCB s are to be provided 2)For heavy duty motors, welding transformers and machines having heavy surge current MCB of 'D' type series should be provided for which rates are to be taken by increasing 10% on the material cost of rates of 'C' series Page 58 of 85

59 First floor MCCB DB 15 Supplying, erecting & Terminating XLPE armoured cable 4 core 25 sq mm copper conductor with continuous 5.48 sq mm (12 SWG) G.I. earth wire complete erected with glands & lugs, on wall/ trusses/pole or laid in provided trench/ pipe as per specification no. CB-LT/CU Note: 1) Rate of all cables includes cost of lugs, glands, etc. required for erection and connection of cable. M , , Providing & erecting 3 Pole MCCB upto 100A, 415V, with short circuit rating 25 ka (Ics=100% of Icu ),adjustable thermal (overload) setting and fixed magnetic setting with provided leads, provision for installation of shunt/ UV/ trip alarm contact and MCCB should have phase barriers both sides, in provided enclosure on iron /GI frame as per specification no. SW- SWR/MCCB Supplying & erecting triple pole and neutral distribution board (TPNDB) with door surface/ flush mounted suitable for 3 Pole MCCB as Incommer & outgoing SP MCB (24 Poles) or TP MCB of 8 ways (24 Poles), on iron frame. (Vertical Busbar type) as per specification No. SW- SWR/MCBDB1 Supplying, erecting & marking SPMCB 6A to 32A, C-series (for motor/power) in provided distribution board as per specification No. SWSWR/MCB Supplying, erecting & marking SPMCB 6A to 32A, B- series (for lighting) in provided distribution board as per specification No. SW- SWR/MCB Supplying, erecting & marking TPMCB 6 A to 32A in provided distribution board as per specification No. SW-SWR/MCB Note: 1)For lighting load 'B' series MCBs are to be provided and for motive power load 'C' series MCB s are to be provided. 2)For heavy duty motors, welding transformers and machines having heavy surge current MCB of 'D' type series should be provided for which rates are to be taken by increasing 10% on the material cost of rates of 'C' series Supplying, erecting & marking TPMCB 40A to 63A in provided distribution board as per specification No. SW-SWR/MCB Note: 1)For lighting load 'B' series MCBs are to be provided and for motive power load 'C' series MCB s are to be provided. 2)For heavy duty motors, welding transformers and machines having heavy surge current MCB of 'D' type series should be provided for which rates are to be taken by increasing 10% on the material cost of rates of 'C' series AU , , AU , , AU , AU , AU , AU Page 59 of 85

60 First floor lighting DBs Supplying, erecting & Terminating XLPE armoured cable 4 core 6 sq mm copper conductor continuous 5.48 sq mm (12 SWG) G.I. earth wire complete erected with glands & lugs, on wall/ trusses/pole or laid in provided trench/pipe as per specification no. CB-LT/CU Supplying and erecting single pole and neutral distribution board (SPNDB) surface/flush mounted with 2 ways for incoming and 10 ways for outgoing SP MCB s on iron frame/wooden board as per specification No. SW-SWR/MCBDB M , AU , , Supplying, erecting & marking TPN MCB 6A to 32A, C- series in provided distribution board as per specification No. SW-SWR/MCB Note: 1)For lighting load 'B' series MCBs are to be provided and for motive power load 'C' series MCB s are to be provided. 2)For heavy duty motors, welding transformers and machines having heavy surge current MCB of 'D' type series should be provided for which rates are to be taken by increasing 10% on the material cost of rates of 'C' series AU , Supplying, erecting & marking SPMCB 6A to 32A, B- series (for lighting) in provided distribution board as per specification No. SW- SWR/MCB Note: 1)For lighting load 'B' series MCBs are to be 25 provided and for motive power load 'C' series MCB s are to be provided. 2)For heavy duty motors, welding transformers and machines having heavy surge current MCB of 'D' type series should be provided for which rates are to be taken by increasing 10% on the material cost of rates of 'C' series Second floor MCB DB Supplying, erecting & Terminating XLPE armoured cable 4 core 10 sq mm copper conduct or with continuous 5.48 sq mm (12 SWG) G.I. earth wire complete erected with glands & lugs, on wall/ trusses/pole or laid in provided trench/ pipe as per specification no. CB-LT/CU Supplying, erecting & marking TPN MCB 40A to 63A, C- Series in provided distribution board as per specification No. SW-SWR/MCB AU , M , AU , , Supplying & erecting triple pole and neutral distribution board (TPNDB) surface/ flush mounted suitable for SPMCB of 24 ways, on iron frame/wooden board.(horizontal type) as per specification No. SW-SWR/MCBDB Supplying, erecting & marking SPMCB 6A to 32A, C-series (for motor/power) in provided distribution board as per specification No. SWSWR/MCB AU , , AU , Page 60 of 85

61 Supplying, erecting & marking SPMCB 6A to 32A, B- series (for lighting) in provided 30 distribution board as per specification No. SW- SWR/MCB Cargo Lift Power Supply 31 Providing & erecting 3 Pole MCCB upto 100A, 415V, with short circuit rating 25 ka (Ics=100% of Icu ),adjustable thermal (overload) setting and fixed magnetic setting with provided leads, provision for installation of shunt/ UV/ trip alarm contact and MCCB should have phase barriers both sides, in provided enclosure on iron /GI frame as per specification no. SW- SWR/MCCB Note: For use of 4 pole MCCB in place of 3 pole MCCB add 30% in overall rate of 3 pole MCCB AU , AU , , Supplying, erecting & Terminating XLPE armoured cable 4 core 25 sq mm copper conductor with continuous 5.48 sq mm (12 SWG) G.I. earth wire complete erected with glands & lugs, on wall/ trusses/pole or laid in provided trench/ pipe as per specification no. CB-LT/CU Supplying and erecting SS enclosure for MCCB suitable for 100 to 200A MCCB. Main shutter Motor 34 Supplying, erecting & Terminating XLPE armoured cable 4 core 4 sq mm copper conductor continuous 5.48 sq mm (12 SWG) G.I. earth wire complete erected with glands & lugs, on wall/ trusses/pole or laid in provided trench/pipe as per specification no. CB-LT/CU AU , ,14, AU , , M , Supplying & erecting CRCA sheet metal one way enclosures suitable for D.P.M.C.B. /T.P. M.C.B. /F.P M.C.B. complete erected on angle iron frame. Supplying, erecting & marking TPMCB 6 A to 32A in provided distribution board as per specification No. SW-SWR/MCB series AU AU , POINT WIRING: Wiring for plug on board with Switch socket concealed type with copper wiring, earthing and with moduler accessaries as per specification No.WG-PW/CW Point wiring for light/fan/bell hybrid type (Surface type under false ceiling and concealed type for drops & switch boards on walls) in min 20 mm PVC conduit / casing n capping with 1.5 sq.mm. (2+1E) FR grade copper wires, modular type switch, earthing and required accessories as per specification No: WGPW/HW P P , Page 61 of 85

62 WIRES Supplying & erecting mains with 2x1.5 sq.mm F.R solid copper PVC insulated wire laid in provided conduit/trunking/inside pole/bus bars or any other places as per specification No: WG- MA/BW Supplying & erecting mains with 2x2.5 sq.mm F.R stranded/solid copper PVC insulated wire laid in provided conduit/trunking/inside pole/bus bars or any other places. as per specification No: WG-MA/BW Supplying & erecting mains with 2x 4 sq.mm F.R. stranded/solid copper PVC insulated wire laid in provided conduit/trunking/inside pole/bus bars or any other places. as per specification No: WG-MA/BW Supplying, erecting & Terminating XLPE armoured cable 3 core 2.5 sq mm copper conductor continuous 5.48 sq mm (12 SWG) G.I. earth wire complete erected with glands & lugs, on wall/ trusses/pole or laid in provided trench/pipe as per specification no. CB-LT/CU Note: 1) Rate of all cables includes cost of lugs, glands, etc. required for erection and connection of cable. LIGHT FIXTURES Supplying & erecting ready to use retrofit T8 LED 20W tube light with heat sink, integrated HF electronic driver complete & compatible to T8 (36W) / T12 (40W) luminaire by disconnecting starter & ballast if necessary. Supplying & erecting decorative pre-wired box type fitting/batten suitable for 4' T8 LED tube light (Excluding tube light). M , M , M , M 3, ,22, AU ,17, AU , Supplying and erecting LED square / circular 9 to 12W downlighter having pressure die-cast aluminium housing, opal translucent cover, mounting arrangement with board for surface type or spring loaded mounting clips for flush type complete. Supplying and erecting LED square / circular 16 to 20W downlighter having pressure die-cast aluminimum housing, opal translucent cover, mounting arrangement with board for surface type or spring loaded mounting clips for flush type complete. Supplying and erecting square shaped CRCA /die-cast aluminium powder coated housing LED Panel light (slim edge-lit) 600X600mm suitable for 36 W-40W with provision for plane front frame with translucent cover fixed to the housing complete. Supplying and erecting LED Flood light fitting of W, including lamp, with PF > 0.95,class IP 65 and above class IP 65 and above Housing of pressure die cast alluminium alloy and heat sink extruded alluminium complete per specification No FG-ODF AU , AU , , AU , , AU , ,05, Page 62 of 85

63 FANS Supplying and erecting LED Flood light fitting of 70-80W, including lamp, with PF > 0.95,class IP 65 and above class IP 65 and above Housing of pressure die cast alluminium alloy and heat sink extruded alluminium complete per specification No FG-ODF Supplying and erecting LED Mirror Light with integrated driver including 7W to 9W lamp with polycarbonate housing and opal diffuser to be fixed above mirror or as required on clamps complete. SITC of motion sensors for light & AC contol inside the closed cabin of approved make. Providing and erecting bracket fan 400 mm. sweep A. C. 230 volts 50 cycles 1350 R.P.M. Oscillating type, plastic or metal blades chrome plated guard with regulator and moisture proof treatment to winding and with E class insulation and marking Sr. No. and date of erection. Supplying and erecting fresh air cum Exhaust fan of light duty 250 V A.C. 50 cycles 300mm RPM metallic body, plastic blades, wire mesh, duly erected in an approved manner and marking Sr. No. and date of erection. Supplying and erecting Exhaust fan heavy duty 230 V A.C. 50 cycles 450 mm RPM complete erected in position as per specifcation no. FG- FN/EXF Providing and erecting air circulator 600 mm. sweep oscillating type, wall mounting 1440 RPM without speed regulator, overheat protection unit, totally enclosed, flame proof motor suitable for 230/250 Volts single phase, 50 cycles A.C. supply, with one metre of 3 core lead wire and with moisture proof treatment to winding and with E class insulation and marking Sr. No. and date of erection. Supplying & erecting CRCA sheet metal one way enclosures suitable for D.P.M.C.B. /T.P. M.C.B. /F.P M.C.B. complete erected on angle iron frame. Supplying, erecting & marking SPMCB 6A to 32A, C-series (for motor/power) in provided distribution board as per specification No. SWSWR/MCB Supplying & erecting 22 guage G.I sheet metal CAWL sector shaped with 25 mm x 25mm x 3mm angle iron frame, metal mesh to avoid birds entry with necessary material, suitable for exhaust fan of 400 mm as per specification no FG-FAS/MSC Providing recess in brick wall suitable for erection of exhaust fan up to 450mm. sweep complete with grouting of nut, bolts, plastering and colour washing to match the colour of the wall for the wall thickness of 375 mm. AU , ,41, AU , AU , , AU , , AU , , AU , ,10, AU , ,41, AU , AU , AU , , AU , Page 63 of 85

64 CONDUIT Supplying and laying PVC trunking (PVC casing-n-capping) of size 25 mm. with 60 accessories on wall/ceiling as per specification No: WG-MA/CON, para no Supplying and laying HMS PVC conduit 25 mm dia. with PVC accessories on 61 wall/ceiling as per specification No: WG- MA/CON, para no Supplying and erecting UPVC reinforced flexible conduit 20 mm in dia. 62 conforming to I.S. and approved make with required number of couplings, PVC bushes, check nuts etc. complete. SWITCHES Supplying and erecting modular type switch 6A / 10A ISI mark approved 63 make duly erected on provided plate and box with wiring connections complete. Supplying and erecting modular type switch 16A ISI mark approved make 64 duly erected on provided plate and box with wiring connections complete. Supplying and erecting modular type 3 pin 6A multi socket with safety shutter 65 ISI mark approved make duly erected on provided plate and box with wiring connections complete. Supplying and erecting modular type 3 pin 6 / 16A multi socket with safety 66 shutter ISI mark approved make duly erected on provided plate and box with wiring connections complete. Supplying and erecting PVC Surface modular switch box with double 67 mounting plate for 3 module duly erected in an approved manner. Supplying and erecting PVC Surface modular switch box with double 68 mounting plate for 6 module duly erected in an approved manner. Supplying & erecting original 1.25 mm CRCA sheet metal enclosures with 20A. 2 pin plug & earth socket and 20A pin plug top with 20A/30A single pole MCB complete erected on angle iron frame. Supplying & erecting original 1.25 mm CRCA sheet metal enclosures with 30 A, 70 3 pin plug & earth socket and 30 A 3 pin plug top with 30 A. triple pole MCB complete erected on angle iron frame. Data & Telephone Supplying & installing UTP networking Cat-6 cable suitable for LAN / WAN Computer net-working as per specification No. WG-COC/NC Supplying and fixing 3 meter length, UTP Patch cord of Cat 6 type in position as per specification No. WG-COC/PC M , M , M , AU , AU AU , AU AU , AU , AU , AU , , M , AU , Page 64 of 85

65 Supplying and erecting modular type computer Jack RJ 45 with safety 73 shutter ISI mark approved make duly erected on provided plate and box with wiring connections complete. Supplying and erecting PVC Surface modular switch box with double 74 mounting plate for 2 module duly erected in an approved manner. Supplying, erecting & commissioning 75 Junction Box suitable for 10 pairs as per specification no. WG-TW. Supplying and erecting modular type telephone socket one gang with safety 76 shutter ISI mark approved make duly erected on provided plate and box with wiring connections complete. Supplying, erecting & commissioning 77 Krone module of 10 pairs as per specification No. WG-TW Earthing Providing earthing with Copper earth plate size 60 x 60 x cm with funnel with a wire mesh for watering and brick masonry block C.l. cover with 78 minimum 25 kg of maintenance free earth conductivity enhancing mineral earthing compound complete with all materials, testing & recording the results as per specification no ESE -LA Supplying and erecting copper strip of required size used for earthing on wall and/or any other purpose with 79 necessary copper clamps fixed on wall painted with bituminous paint in an approved manner with joints required. as per specification No (EA-EP). Miscellaneous Providing & erecting Hot dipped galvanized perforated type cable tray manufactured from 16 swg (1.6 mm thick) GI sheet of 300 mm width & 75 mm height complete with necessary coupler plates & hardware in approved manner Providing & erecting Cable tray- 75mm W x 25mm H (18 SWG-1.2 mm) complete with necessary coupler plates & hardware in approved manner Supplying and erecting iron, sheet metal work consisting of CRCA sheets, various sections of iron, plates, chequered plates,rods, bars, MS pipes, etc. for panel board or any other purpose with bending, cutting, drilling and welding complete erected at the position with necessary materials duly painted with one coat of red oxide and two coats of enamel paint to match the switchgears or as per directions by the authority. AU , AU , AU AU AU AU , , Kg , M ,30, M ,03, KG , Page 65 of 85

66 Dismantling Dismantling the existing light, fan, bell, clock, independent plug point, wiring with mains of all types alongwith accessories etc.complete as per specification No: WGPW/DM Dismantling the existing Aluminium/copper mains,submains wiring upto 10 sq.mm. along with accessories etc.complete as per specification No: WG-DM/PW Dismantling of existing fluorescent fittings of any type & size. Dismantling the existing ceiling fan/exhaust fan/cabin fan/bracket fan complete with accessories, G.I. down rod, frame etc. and making the site clear. Dismantling the existing switchgears, DB, and Bus bar of any size complete with/ without board or angle iron frame Dismantling the existing cables of all types & size upto 10 sq mm. Dismantling the existing cables of all types & size above 10 sq mm upto 50 sq.mm. Dismantling the existing cables of all types & size above 50 sq mm. Note:- The rates are for dismantling and handing over to office inclusive of transportation upto 25 km, between site and MDL office. AU M 1, , AU , AU , AU , M 1, , M , M , Total Electrical BOQ (Rs) 30,57, Total Civil & Electrical BOQ (Rs) 1,18,53, Add (Rs) 21,33, Total incl. (Rs) 1,39,87, Note: Bidder required to quote percentage above or below or at par in online price bid (Part- II) Page 66 of 85

67 Enclosure-11 Financial Information of Bidder (To be typed on Bidders Letterhead & submitted) Description FY Rs. (in Cr.) FY Rs. (in Cr.) FY Rs. (in Cr.) Average Annual Turnover Rs. (in Cr) X Y Z (A) =(X+Y+Z)/3 Gross Annual Turnover of Construction Works Only Note: The figures for Gross Annual Turnover filled in by the bidder should be as per the audited Balance Sheets and Profit & Loss Account for the relevant Financial Year. Signature of Chartered Accountant with Seal Signature and Seal of the Bidder Page 67 of 85

68 Details of Existing Commitments & Ongoing Works (To be typed on Bidders Letterhead & submitted) Enclosure-12 Sr. No. Name of the Work/Pro ject Contract Value Rs. (in Cr) Date of start as per PO/Contract Date of Completion as per PO/Contract Work Done up to the preceding Month of submission of Bid Rs. (in Cr) Value of existing commitments and ongoing Construction Works to be completed (for all the Clients of the Bidder) during the period of completion of work for which bids have been invited (i.e. Balance value of Work) Rs. (in Cr) (B) Note: The bidder shall also include the value of all such Construction Works which are awarded to bidder but yet not started up to the last day of preceeding month of submission of bid. CALCULATION OF WORKING BID CAPACITY Working Bid Capacity = [AxNx2]-B, where A = Average Annual Turnover of the bidder for the last Three Years (ending 31st March, 2019) from Construction Activities. N = Number of years prescribed for completion of Construction Works for which bids have been invited = 0.75 (09 Months). B = Value of existing commitments of Construction Works and ongoing Construction Works to be completed (for all the Clients of the Bidder) during the period of Completion of Work for which bids have been invited, duly certified by chartered Accountant. Working Bid Capacity = Rs. Crore Note: The bidder should attach the proof for A & B mentioned above. Signature and Seal of the Bidder Page 68 of 85

69 DECLARATION CERTIFICATE FOR LOCAL CONTENT Enclosure-13 This declaration must form part of all tenders & it contains general information andserves as a declaration form for local content for bidders. (Before completing thisdeclaration, bidders must study the General Conditions, Definitions, Govt Directivesapplicable in respect of Local Content & prescribed tender conditions). 1. General Conditions 1.1. The local content (LC) as a percent must be calculated in accordance with thedefinition provided at clause 2 of Public Procurement (preference to Make inindia) Order 2017.i.e. Local content is the amount of value added in India which shall be total value of items procured (excluding net domestic indirect taxes) minus the value of imported content in the items (including all customs duties) as a proportion ofthe total value in percent A bid will be disqualified if: the bidder fails to achieve the stipulated minimum threshold for local content indicated in tender; and. this declaration certificate is not submitted as part of the bid documentation. (This is applicable only for tenders below Rs. 50Lakhs) (Not Applicable for this Tender) 2. Definitions: 2.1. Imported content means that portion of the bid price represented by the costof components, parts or materials which have been or are still to be imported (whether by the supplier or its subcontractors) and whose costs are inclusive ofthe costs abroad, plus freight and other direct importation costs, such as landingcosts, dock duties, import duty, sales duty or other similar tax or duty at the portof entry in India i.e Mumbai in case of MDL; 2.2. local content means that portion of the bid price which is not included in theimported content, provided that local manufacture does take place; 3. The stipulated minimum threshold(s) for local content for this bid is/are as follows: Description of services, works or goods Local Content Custom Duty % % % % % % 4. Does a bidder seeks benefit of Public Procurement Policy for YES / NO MSEs Order If yes, bidders should not seek benefits against this policy & should categorically seek benefits of only one policy which cannot be modified subsequently. 4.1 Does any portion of the services, works or goods offered have any imported content? YES / NO 4.2 If yes, the rate(s) of exchange to be used in this bid to calculate the localcontent. Indicate the rate(s) of exchange against the appropriate currency in thetable below: Currency US Dollar Euro Others Rates of exchange Page 69 of 85

70 LOCAL CONTENT DECLARATION BY CHIEF FINANCIAL OFFICER OR OTHERLEGALLY RESPONSIBLE PERSON NOMINATED IN WRITING BY THE CHIEFEXECUTIVE OR SENIOR MEMBER/PERSON WITH MANAGEMENT RESPONSIBILITY (CORPORATION, PARTNERSHIP OR INDIVIDUAL) IN RESPECT OF BID / TENDER No.... ISSUED BY: (Name of Firm):... NB: The obligation to complete, duly sign and submit this declaration cannot be transferred to an external authorized representative, auditor or any other third party acting on behalf of the bidder. I, the undersigned,... (full names), do hereby declare, in my capacity as... of...(name of bidderentity), the following: (a) The facts contained herein are within my own personal knowledge. (b) I have satisfied myself that the goods/services/works to be delivered in terms of theabovespecified bid comply with the minimum local content requirements as specified in thetender, and as measured in terms of Public Procurement (preference to Make in India) Order2017. (c) The local content has been calculated using the definition given in clause 2 of PublicProcurement (preference to Make in India) Order 2017, the rates of exchange indicated inparagraph 4.1 above and the following figures: Bid price, excluding net domestic indirect taxes Imported content including all custom duties Stipulated minimum threshold for Local content (paragraph 3 above) Local content %, as calculated NB: If the bid is for more than one product or the product offered has components / rawmaterial / sub assemblies, a schedule of the local content by product or product break-upincluding applicable custom duties of shall be attached. (d) I accept that the Procurement Authority / Institution / MDL has the right to request that the local content be verified in terms of the requirements of Public Procurement (preference tomake in India) Order (e) I understand that the awarding of the bid is dependent on the accuracy of the information furnished in this application. I also understand that the submission of incorrect data, or data that are not verifiable as described in Public Procurement (preference to Make in India) Order 2017, may result in the Procurement Authority / Institution / MDL imposing any or all of the remedies as provided for in Clause 9 of the Public Procurement (preference to Make inindia) Order SIGNATURE: 1 DATE: WITNESS No. 1 DATE: WITNESS No. 2 DATE: Page 70 of 85

71 Enclosure-14 Mazagon Dock Shipbuilders Ltd. Loss of Pass - Contractor/Vendors Penalties will be imposed towards loss of passes/ non renewal of passes apart from warning as deemed necessary for contractors, vendors & their workers. This is in addition to cost of the pass prescribed from time to time. Loss: First loss Rs. 250/- Second loss - Rs. 500/- Third loss - Rs. 1000/- and permanent cancellation Non-Renewal: Upto 4 days- No Penalty 5-10 days- Rs. 5/- per day 11 days & beyond- Rs. 50/- + Rs. 10/- per day Procedure for duplicate pass due to loss: The loss has to be immediately reported to the concern Police Station. Thereafter a statement narrating circumstances of the loss, countersigned by the contractor and Project Officer shall be submitted to security office along with the prescribed penalty. Page 71 of 85

72 TENDER ENQUIRY (TEF) ACCEPTANCE FORM To, AGM/HOD(Commercial) Technical Services Department Mazagon Dock Shipbuilders Ltd Enclosure-15 TENDER ENQUIRY No dated 09 June 2020 TEF CLAUSE NO. TENDERER S REMARK TEF CLAUSE NO. TENDERER S REMARK TEF CLAUSE NO. ACCEPTED/ ACCEPTED/ DEVIATION DEVIATION TENDERER S REMARK ACCEPTED/ DEVIATION COMPANY S NAME & ADDRESS : SIGNATURE: DATE: NAME: DESIGNATION: TENDERER S COMPANY SEAL: NOTES: 1. Bidder(s) should carefully read the Tender Enquiry Terms & Conditions (TEF) included in the tender prior to filling up this acceptance format. 2. Bidder(s) should indicate Accepted/ Deviation Taken for each clause number in the above table. 3. Bidder(s) to attach Separate Sheet indicating all relevant details such as Number & description of the Clause, Reasons for Deviation and Alternative suggested for any deviations taken by them in the prescribed format indicated at Enclosure TEF clause numbers shown in the above format also includes the sub-clauses under these clauses. For example, 8 means clause nos. 8, 8(i), 8(ii) etc. Page 72 of 85

73 STANDARD TERMS AND CONDITIONS (STACS) ACCEPTANCE FORM To, AGM/HOD(Commercial) Technical Services Department Mazagon Dock Shipbuilders Ltd TENDER ENQUIRY No dated 09 June 2020 Enclosure-17 STACS CLAUSE NO. TENDERER S REMARK STACS CLAUSE NO. TENDERER S REMARK ACCEPTED/ DEVIATION ACCEPTED/ DEVIATION STACS CLAUSE NO. TENDERER S REMARK ACCEPTED/ DEVIATION COMPANY S NAME & ADDRESS : SIGNATURE: DATE: NAME: DESIGNATION: TENDERER S COMPANY SEAL: NOTES: 1. Bidder(s) should carefully read the Standard Terms & Conditions (STACS) included in the tender prior to filling up this acceptance format. 2. Bidder(s) should indicate Accepted/ Deviation Taken for each clause number in the above table. 3. Bidder(s) to attach Separate Sheet indicating all relevant details such as Number & description of the Clause, Reasons for Deviation and Alternative suggested for any deviations taken by them in the prescribed format indicated at Enclosure STACS clause numbers shown in the above format also includes the sub-clauses under these clauses. For example, 8 means clause nos. 8, 8(i), 8(ii), 8(ii)a, 8.1 etc. Page 73 of 85

74 Enclosure-19 ACCEPTANCE FORM FOR GENERAL TERMS AND CONDITIONS (GT&C) To, AGM/HOD(Commercial) Technical Services Department Mazagon Dock Shipbuilders Ltd TENDER ENQUIRY No dated 09 June 2020 GT&C CLAUSE No. TENDERER S REMARK GT&C CLAUSE No. TENDERER SR EMARK ACCEPTED/ ACCEPTED/ DEVIATION DEVIATION A301 A330 A359 A302 Deleted A331 A360 A303 A332 A361 A304 A333 A362 A305 A334 A363 A306 A335 A364 A307 A336 A365 A308 A337 A366 A309 A338 A367 A310 A339 A368 A311 A340 A369 A312 A341 A370 A313 A342 A371 A314 A343 A372 A315 A344 A373 A316 A345 A374 A317 A346 A375 A318 A347 A376 A319 A348 A377 A320 A349 A378 A321 A350 A379 A322 A351 A380 A323 A352 A381 A324 A353 A382 A325 A354 A383 A326 A355 A384 A327 A356 A385 GT&C CLAUSE No. A328 A357 A386 A329 A358 TENDERER SR EMARK ACCEPTED/ DEVIATION COMPANY S NAME & ADDRESS : SIGNATURE: DATE: NAME: DESIGNATION: TENDERER S COMPANY SEAL: NOTES: Bidder(s) should carefully read the General Terms & Conditions (GT&C) of the Tender Enquiry prior to filling up this acceptance format. Bidder(s) should indicate Accepted/ Deviation Taken for each clause number in the above table. Bidder(s) to attach Separate Sheet indicating all relevant details such as Number & description of the Clause, Reasons for Deviation and Alternative suggested for any deviations taken by them in the prescribed format indicated at Enclosure-20. Clause numbers shown in the above format also includes the sub-clauses under these clauses. For example, Clause no. A356 means Clause nos. A356, A356 i), A356 a) etc. Page 74 of 85

75 DEVIATIONS FROM CONDITIONS OF TEF/GT&C/STACS Enclosure-20 All deviations from the Conditions of TEF/ STACs / GT&Cs shall be filled in by the bidder clause by clause in this Schedule. If deviations are discussed in the covering Letter of Tender, then reference to the said letter shall be made below. Clause Contractual Deviation proposed by the Reason for proposed No. requirement Bidder deviation (1) (2) (3) (4) The Bidder hereby certifies that the above mentioned are the only deviations from the Conditions of Contract. SIGNATURE NAME DESIGNATION COMPANY COMPANY SEAL DATE Abbreviation: Tender Enquiry Form TEF General Terms & Conditions - GT&C Standard Terms & Conditions STACs Page 75 of 85

76 Enclosure-21 QUALIFICATION CRITERIA KEY PERSONNEL AVAILABLE WITH THE CONTRACTOR FOR THIS PROJECT Bidders should provide information of personnel of relevant discipline (Engineers & Supervisors) including Safety Officer(s)who will be deployed for this Project in the following prescribed format. Sl No. Designation of the Personnel with Discipline No of Personnel to be deployed Month wise Duration of Deployment for this project No of Years of Relevant Experience Signature of the Bidder Company Seal Page 76 of 85

77 Enclosure-22 SCHEDULE OF PLANT & EQUIPMENT (to be typed on bidder s letterhead) 1. The details of the plant and equipment owned by the Bidder and considered suitable and available for the proposed work. Name of plant/equip ment No. of units Description (type, make, model, capacity) Condition Year of Service Present Location Validity of Insuran ce with Policy Number 2. The details of plant and equipment bidder intend to purchase, or procure on hire-rent basis or on lease for use on the proposed work. Name of plant/equip ment No. of units Description (type, make, model, capacity) Condition Year of Service Present Location Validity of Insuran ce with Policy Number With regard to equipment and floating crafts, absolute ownership, disponent ownership, time charter and bare-boat charter can be considered. However, in case of chartering the dredger, an irrevocable letter of authority from the owner (on owner s letter head) to be produced by the bidder to the effect that the dredger so chartered shall not be withdrawn till completion of the work. Note: Idle time on account of tide limitation, machinery breakdown etc. are included in the quoted rates. Signature of the Bidder with Official Seal Page 77 of 85

78 Address Label Enclosure-23 Please cut & Affix Address label given below on the envelope for sending EMD, IPBG & Integrity Pact ================================= ====================================== Sub: Modernization of Bond Store Including Civil, Plumbing, Furniture & Electrical Works at South Yard, MDL, MUMBAI Ref: MDL Tender No dated 09 June 2020 To, From, EARNEST MONEY DEPOSIT AGM/HOD - Commercial, Technical Services Department, 1st Floor, Admin Building, Alcock Yard, Mazagon Dock Shipbuilders Limited, Dock Yard Road, Mumbai ================================= ====================================== Page 78 of 85

India Meteorological Department Mausam Bhawan, Lodi Road New Delhi Notice Inviting Tender (NIT) Tender Enquiry No. CPU/54/0218/57 Dated

India Meteorological Department Mausam Bhawan, Lodi Road New Delhi Notice Inviting Tender (NIT) Tender Enquiry No. CPU/54/0218/57 Dated India Meteorological Department Mausam Bhawan, Lodi Road New Delhi-110003 Notice Inviting Tender (NIT) Tender Enquiry No. CPU/54/0218/57 Dated 23.02.2018 1. Director General of Meteorology (DGM) of India

अधिक जानकारी

Microsoft Word - towelduster12.docx

Microsoft Word - towelduster12.docx हम र स दभ : य/3:1/ट ड 08 08 2012 वषय : र ग न त लय तथ ट बल ड टर क आप त क लए क ट शन/क ट शन मह दय, न च दए गय य र क अन स र र ग न त लय त थ ट बल ड टर क आप त क लए स लब द क ट शन आम त क ज त ह 0 व त क न म दर क अ

अधिक जानकारी

हम र स दभ : ज एसड /10/61/ वषय: ट बल ड टर व र ग न त लय क आप त ह त क ट शन मह दय, न च दए गए य र क अन स र र ग न त लय और ट बल-ड टर क आप त क

हम र स दभ : ज एसड /10/61/ वषय: ट बल ड टर व र ग न त लय क आप त ह त क ट शन मह दय, न च दए गए य र क अन स र र ग न त लय और ट बल-ड टर क आप त क हम र स दभ : ज एसड /10/61/2014 19.01.2015 वषय: ट बल ड टर व र ग न त लय क आप त ह त क ट शन मह दय, न च दए गए य र क अन स र र ग न त लय और ट बल-ड टर क आप त क लए स लब द क ट शन आम त क ज त ह म स. व त क न म दर क अ

अधिक जानकारी

TENDER NOTICE

TENDER NOTICE ANNEXURE - III TENDER NOTICE NO: GLK/TE16/071, Dated : 7.06.16. PRE-QUALIFICATION BID 1.0 PARTICULARS OF COMPANY : 1.1 Type of company : (Partnership / Private Ltd. / Public Ltd. Please enclose certificate

अधिक जानकारी

उ तर द श श सन क म क अन भ ग-1 स य -1/2016/13/2/1997-क लखनऊ :: दन क 17 फरवर, 2016 अ धस चन क ण स वध न क अन छ द, 309 क पर त क र द त श क य ग करक, र

उ तर द श श सन क म क अन भ ग-1 स य -1/2016/13/2/1997-क लखनऊ :: दन क 17 फरवर, 2016 अ धस चन क ण स वध न क अन छ द, 309 क पर त क र द त श क य ग करक, र उ तर द श श सन क म क अन भ ग-1 स य -1/2016/13/2/1997-क -1-2016 लखनऊ :: दन क 17 फरवर, 2016 अ धस चन क ण स वध न क अन छ द, 309 क पर त क र द त श क य ग करक, र यप ल, ''उ तर द श सरक र स वक प रव नयम वल, 2013'' म

अधिक जानकारी

Tender no 1857

Tender no 1857 E Tender No 1857 MALEGAON MUNICIPAL CORPORATION GARDEN DEPARTMENT E-TENDER --------------------------------------------------- NOTICE NO 1/201 /2017 TENDER FORM म ल ग व मह नगरप लक,म ल म ल ग व उ न वभ ग

अधिक जानकारी

Microsoft Word - Recruitment

Microsoft Word - Recruitment Bihar School Examination Board बह र व लय पर स म त User Manual For Recruitment (Contract Basis) मह वप ण त थय म स य ववरण त थ 1 ऑनल इन आव दन और श क जम करन क त थ 03.01.2017 12.01.2017 Email ID: recruitment.bseb@gmail.com

अधिक जानकारी

Microsoft Word - Appendix 22.3 proforma for waterproofing bank guarantee.docx

Microsoft Word - Appendix 22.3 proforma for waterproofing bank guarantee.docx प र श ट - 22.3 जलसह क य क ब क ग र ट क प (इल टव फ म ट) (100 पय म य क न म ज डस यल ट प पर फर भ एमड एल क व ध वभ ग स ट प प पर म य क प ट कर ल ) म झग व ड क शप ब डस ल मट ड, क य न रखत ह ए भ रत य क पन अ ध नयम 1913

अधिक जानकारी

Microsoft Word - 340gi

Microsoft Word - 340gi jftlvªh laö Mhö,yö&33004@99 REGD. NO. D. L.-33004/99 vlk/kj.k EXTRAORDINARY Hkkx II [k.m 3 mi&[k.m (i) PART II Section 3 Sub-section (i) izkf/dkj ls izdkf'kr PUBLISHED BY AUTHORITY la- 33] ubz fnyyh] cq/okj]

अधिक जानकारी

MergedFile

MergedFile A GOVERNMENT RECOGNISED MINORITY INSTITUTION Dated: 19-07-2019 ADMISSION NOTICE The selected candidates of U.G. Part I (B.A. I, B.Sc. (Bio.) I, B.Sc. (Maths) I & B.Com. I) in First list are informed that

अधिक जानकारी

Microsoft Word gi

Microsoft Word gi jftlvªh laö Mhö,yö&33004@99 REGD. NO. D. L.-33004/99 vlk/kj.k EXTRAORDINARY Hkkx II [k.m 3 mi&[k.m (i) PART II Section 3 Sub-section (i) izkf/dkj ls izdkf'kr PUBLISHED BY AUTHORITY la- 332] ubz fnyyh]

अधिक जानकारी

jftlvªh laö REGD. NO. D. L /99 vlk/kj.k EXTRAORDINARY Hkkx II [k.m 3 mi&[k.m (ii) PART II Section 3 Sub-section (ii) izkf/dkj ls

jftlvªh laö REGD. NO. D. L /99 vlk/kj.k EXTRAORDINARY Hkkx II [k.m 3 mi&[k.m (ii) PART II Section 3 Sub-section (ii) izkf/dkj ls jftlvªh laö Mhö,yö&33004@99 REGD. NO. D. L.-33004/99 vlk/kj.k EXTRAORDINARY Hkkx II [k.m 3 mi&[k.m (ii) PART II Section 3 Sub-section (ii) izkf/dkj ls izdkf'kr PUBLISHED BY AUTHORITY la- 2930] ubz fnyyh]

अधिक जानकारी

भ त क अन स ध न प रय गश ल Physical Research Laboratory (भ र सरक र, अ ररक ष व भ ग क य तनट) (A Unit of Dept. of Space, Govt. of India) तनर ण ए अन रक षण स

भ त क अन स ध न प रय गश ल Physical Research Laboratory (भ र सरक र, अ ररक ष व भ ग क य तनट) (A Unit of Dept. of Space, Govt. of India) तनर ण ए अन रक षण स भ त क अन स ध न प रय गश ल Physical Research Laboratory (भ र सरक र, अ ररक ष व भ ग क य तनट) (A Unit of Dept. of Space, Govt. of India) तनर ण ए अन रक षण सर ह, Construction and Maintenance Group न र गप र Navrangpura,

अधिक जानकारी

To No.M-11014/2(45)/ /MSS(IM) Government of India Ministry of Textiles Office of Development Commissioner (Handicrafts) Block No.7, R.K.Puram Ne

To No.M-11014/2(45)/ /MSS(IM) Government of India Ministry of Textiles Office of Development Commissioner (Handicrafts) Block No.7, R.K.Puram Ne To No.M-11014/2(45)/2016-17/MSS(IM) Government of India Ministry of Textiles Office of Development Commissioner (Handicrafts) Block No.7, R.K.Puram New Delhi-110066 Dated: - 30. 10. 2017 The Regional Director

अधिक जानकारी

Microsoft Word gi

Microsoft Word gi jftlvªh laö Mhö,yö&33004@99 REGD. NO. D. L.-33004/99 vlk/kj.k EXTRAORDINARY Hkkx II [k.m 3 mi&[k.m (ii) PART II Section 3 Sub-section (ii) izkf/dkj ls izdkf'kr PUBLISHED BY AUTHORITY la- 5005] ubz fnyyh]

अधिक जानकारी

jftlvªh laö REGD. NO. D. L /99 vlk/kj.k EXTRAORDINARY Hkkx II [k.m 3 mi&[k.m (i) PART II Section 3 Sub-section (i) izkf/dkj ls i

jftlvªh laö REGD. NO. D. L /99 vlk/kj.k EXTRAORDINARY Hkkx II [k.m 3 mi&[k.m (i) PART II Section 3 Sub-section (i) izkf/dkj ls i jftlvªh laö Mhö,yö&33004@99 REGD. NO. D. L.-33004/99 vlk/kj.k EXTRAORDINARY Hkkx II [k.m 3 mi&[k.m (i) PART II Section 3 Sub-section (i) izkf/dkj ls izdkf'kr PUBLISHED BY AUTHORITY la- 281] ubz fnyyh]

अधिक जानकारी

Microsoft Word gi

Microsoft Word gi jftlvªh laö Mhö,yö&33004@99 REGD. NO. D. L.-33004/99 vlk/kj.k EXTRAORDINARY Hkkx II [k.m 3 mi&[k.m (i) PART II Section 3 Sub-section (i) izkf/dkj ls izdkf'kr PUBLISHED BY AUTHORITY la- 145] ubz fnyyh]

अधिक जानकारी

Microsoft Word gi

Microsoft Word gi jftlvªh laö Mhö,yö&33004@99 REGD. NO. D. L.-33004/99 vlk/kj.k EXTRAORDINARY Hkkx II [k.m 3 mi&[k.m (ii) PART II Section 3 Sub-section (ii) izkf/dkj ls izdkf'kr PUBLISHED BY AUTHORITY la- 1314] ubz fnyyh]

अधिक जानकारी

Microsoft Word - 229gi

Microsoft Word - 229gi jftlvªh laö Mhö,yö&33004@99 REGD. NO. D. L.-33004/99 vlk/kj.k EXTRAORDINARY Hkkx II [k.m 3 mi&[k.m (i) PART II Section 3 Sub-section (i) izkf/dkj ls izdkf'kr PUBLISHED BY AUTHORITY la- 33] ubz fnyyh] 'kqøokj]

अधिक जानकारी

Microsoft Word GI

Microsoft Word GI jftlvªh laö Mhö,yö&33004@99 REGD. NO. D. L.-33004/99 vlk/kj.k EXTRAORDINARY Hkkx II [k.m 3 mi&[k.m (i) PART II Section 3 Sub-section (i) izkf/dkj ls izdkf'kr PUBLISHED BY AUTHORITY la- 342] ubz fnyyh]

अधिक जानकारी

Microsoft Word - ADVERTISEMENT

Microsoft Word - ADVERTISEMENT UNION TERRITORY ADMINISTRATION OF DADRA & NAGAR HAVELI Department of Survey & Settlement, SILVASSA. E-mail:lro2.dnh@nic.in No1-12(B-42)/2012-ADM/201 Dated: 24/03/2015 ADVERTISEMENT Applications are invited

अधिक जानकारी

Microsoft Word gi

Microsoft Word gi jftlvªh laö Mhö,yö&33004@99 REGD. NO. D. L.-33004/99 vlk/kj.k EXTRAORDINARY Hkkx II [k.m 3 mi-[k.m (i) PART II Section 3 Sub-section (i) izkf/dkj ls izdkf'kr PUBLISHED BY AUTHORITY la- 428] ubz fnyyh]

अधिक जानकारी

Hkkjr ljdkj] Je vksj jkstxkj ea=ky; dkj[kkuk lykg lsok,oa Je lalfkku egkfuns kky; {ks=h; Je lalfkku Government of India, Ministry of Labour & Employme

Hkkjr ljdkj] Je vksj jkstxkj ea=ky; dkj[kkuk lykg lsok,oa Je lalfkku egkfuns kky; {ks=h; Je lalfkku Government of India, Ministry of Labour & Employme Hkkjr ljdkj] Je vksj jkstxkj ea=ky; dkj[kkuk lykg lsok,oa Je lalfkku egkfuns kky; {ks=h; Je lalfkku Government of India, Ministry of Labour & Employment Directorate General Factory Advice Service & Labour

अधिक जानकारी

ब क ऑफ बड़ द - म र द ब द क ष त र क अपन श ख, ई ल ब व ए. ट. एम. ह त भ तल पर त य र भवन क आवश यकत ह भवन म ख य म ग प ग त दशग न य ह भवन क आवश यकत न न न र ह क

ब क ऑफ बड़ द - म र द ब द क ष त र क अपन श ख, ई ल ब व ए. ट. एम. ह त भ तल पर त य र भवन क आवश यकत ह भवन म ख य म ग प ग त दशग न य ह भवन क आवश यकत न न न र ह क ब क ऑफ बड़ द - म र द ब द क ष त र क अपन श ख, ई ल ब व ए. ट. एम. ह त भ तल पर त य र भवन क आवश यकत ह भवन म ख य म ग प ग त दशग न य ह भवन क आवश यकत न न न र ह क र.. स थ न क रप ट क ष त र (व ग फ ट) 1 आ शय न क ठ र

अधिक जानकारी

Restitution Program: Information for Offenders Brochure - Chinese

Restitution Program: Information for Offenders Brochure - Chinese क षत प र प र ग र म: अपरर धक र त ओ क ल ए जर नकर र RESTITUTION PROGRAM: Information for Offenders [Hindi] यद आप पर क स क षत प र ऑर डर (Restitution Order) क प स क द नदर र ह, र सहर र र उपलब ध ह क षत प र क

अधिक जानकारी

ज स ओ/अ य रक क र ज़ग र सह यत उपल ध करव न क लए आरएसब /ज डएसब क व र अ सर प छ ज न व ल न एव उ र न: ड ज आर क म यम स र ज़ग र सह यत क लए आव दन करन क य य ह? उ र

ज स ओ/अ य रक क र ज़ग र सह यत उपल ध करव न क लए आरएसब /ज डएसब क व र अ सर प छ ज न व ल न एव उ र न: ड ज आर क म यम स र ज़ग र सह यत क लए आव दन करन क य य ह? उ र ज स ओ/अ य रक क र ज़ग र सह यत उपल ध करव न क लए आरएसब /ज डएसब क व र अ सर प छ ज न व ल न एव उ र न: ड ज आर क म यम स र ज़ग र सह यत क लए आव दन करन क य य ह? उ र: ड ज आर व र त सभ र त पद स स ब धत ज नक र ड ज आर क व

अधिक जानकारी

5306gi

5306gi jftlvªh laö Mhö,yö&33004@99 REGD. NO. D. L.-33004/99 5306 GI/2016 (1) vlk/kj.k EXTRAORDINARY Hkkx II [k.m 3 mi&[k.m (i) PART II Section 3 Sub-section (i) izkf/dkj ls izdkf'kr PUBLISHED BY AUTHORITY la-

अधिक जानकारी

F. No. P.29-1/NSS/DTE/2016 Government of India Ministry of Youth Affairs & Sports DIRECTORATE OF NSS 12/11, Jamnagar House, New Delhi

F. No. P.29-1/NSS/DTE/2016 Government of India Ministry of Youth Affairs & Sports DIRECTORATE OF NSS 12/11, Jamnagar House, New Delhi F. No. P.29-1/NSS/DTE/2016 Government of India Ministry of Youth Affairs & Sports DIRECTORATE OF NSS 12/11, Jamnagar House, New Delhi-110011 13.10.2016 To Sub: Interested firms Quotation for transportation

अधिक जानकारी

PowerPoint Presentation

PowerPoint Presentation The Vice-President Of India (Articles 63-73) Part V of the Constitution of India under Chapter I (Executive) discusses about the office of the Vice-President of India. The Vice-President of India is the

अधिक जानकारी

वित्तीय प्रबंधन प्रणाली (FMS) मे डाटा एंट्री करने के लिए महत्वपूर्ण निर्देश

वित्तीय प्रबंधन प्रणाली (FMS) मे डाटा एंट्री करने के लिए महत्वपूर्ण निर्देश Index 1. व त य ब धन ण ल (FMS) 1 2. व त य ब धन ण ल (FMS) म क य करन क व ध PMU क लय 2-6 3. व त य ब धन ण ल (FMS) म क य करन क व ध DMU क लय 7-10 4. व त य ब धन ण ल (FMS) म ड ट ए करन क लए मह वप ण नद श 11-47 4.1

अधिक जानकारी

Microsoft Word gi

Microsoft Word gi jftlvªh laö Mhö,yö&33004@99 REGD. NO. D. L.-33004/99 vlk/kj.k EXTRAORDINARY Hkkx II [k.m 3 उपख ड (i) PART II Section 3 Sub-section (i) izkf/dkj ls izdkf'kr PUBLISHED BY AUTHORITY la- 293] ubz fnyyh] ब

अधिक जानकारी

Restitution Program: Information for Victims Brochure - Hindi

Restitution Program: Information for Victims Brochure - Hindi क षत प र प र ग र म: प ड र क ल ए जर नकर र RESTITUTION PROGRAM: Information for Victims [Hindi] यद आप भ ग र न न क यर गयर क षत प र ऑर डर (Restitution Order) ल न कर प यर स कर रह ह, र सहर य र उपलब ध ह र स ट

अधिक जानकारी

र ष ट र य फ शन ट क न ल ज स स थ न, भ प ल {वस र म र लय, भ रत सरक र} ननफ ट प रभ ग, म. प र. भ ज म क त ववश वववध लय पररसर, क ल र र ड, भ प ल (म.प र.)

र ष ट र य फ शन ट क न ल ज स स थ न, भ प ल {वस र म र लय, भ रत सरक र} ननफ ट प रभ ग, म. प र. भ ज म क त ववश वववध लय पररसर, क ल र र ड, भ प ल (म.प र.) र ष ट र य फ शन ट क न ल ज स स थ न, भ प ल {वस र म र लय, भ रत सरक र} ननफ ट प रभ ग, म. प र. भ ज म क त ववश वववध लय पररसर, क ल र र ड, भ प ल-462016 (म.प र.) द रभ ष 2493385/3736/3667 व बस ईट:www.nift.ac.in/bhopal

अधिक जानकारी

Microsoft Word gi

Microsoft Word gi jftlvªh laö Mhö,yö&33004@99 REGD. NO. D. L.-33004/99 vlk/kj.k EXTRAORDINARY Hkkx II [k.m 3 mi&[k.m (i) PART II Section 3 Sub-section (i) izkf/dkj ls izdkf'kr PUBLISHED BY AUTHORITY la- 816] ubz fnyyh]

अधिक जानकारी

Microsoft Word - Hindi_Asstt_2014.doc

Microsoft Word - Hindi_Asstt_2014.doc RITES LIMITED (A Govt. of India Enterprise) RITES Bhawan, Plot No. 1, Sector 29, Gurgaon 122001 REQUIRES: Hindi Assistant on contract basis RITES Ltd. a premier consultancy organization is in urgent need

अधिक जानकारी

PowerPoint Presentation

PowerPoint Presentation Fundamental Rights (Part-III) ARTICLE 21 : PROTECTION OF LIFE AND PERSONAL LIBERTY No person shall be deprived of his life or personal liberty except according to procedure established by law. Article

अधिक जानकारी

3803gi

3803gi jftlvªh laö Mhö,yö&33004@99 REGD. NO. D. L.-33004/99 vlk/kj.k EXTRAORDINARY Hkkx II [k.m 3 mi&[k.m (i) PART II Section 3 Sub-section (i) izkf/dkj ls izdkf'kr PUBLISHED BY AUTHORITY la- 529] ubz fnyyh]

अधिक जानकारी

Microsoft Word gi

Microsoft Word gi jftlvªh laö Mhö,yö&33004@99 REGD. NO. D. L.-33004/99 vlk/kj.k EXTRAORDINARY Hkkx II [k.m 3 mi&[k.m (i) PART II Section 3 Sub-section (i) izkf/dkj ls izdkf'kr PUBLISHED BY AUTHORITY la- 573] ubz fnyyh]

अधिक जानकारी

PowerPoint Presentation

PowerPoint Presentation Indian Banking System Banking In India Structure of banking sector in India. Co-operative bank anyonya cooperative bank in vadodura in Gujarat. Works on No profit no loss basis Monetary policy refers to

अधिक जानकारी

ओब ह 1 1 ओब ह 5 ओब ह एद म द ण डत ह ग 1 यह ओब ह क दश न ह म र स व म यह व एद म क ब र म यह कहत ह : हमन यह व परम र स एक सन द श प र कय ह र ष ट र क एक द त भ

ओब ह 1 1 ओब ह 5 ओब ह एद म द ण डत ह ग 1 यह ओब ह क दश न ह म र स व म यह व एद म क ब र म यह कहत ह : हमन यह व परम र स एक सन द श प र कय ह र ष ट र क एक द त भ ओब ह 1 1 ओब ह 5 ओब ह एद म द ण डत ह ग 1 यह ओब ह क दश न ह म र स व म यह व एद म क ब र म यह कहत ह : हमन यह व परम र स एक सन द श प र कय ह र ष ट र क एक द त भ ज गय ह उसन कह, हम एद म क व लड़न चल यह व एद म स कहत ह

अधिक जानकारी

03_0549_01_2017_ indd

03_0549_01_2017_ indd Cambridge International Examinations Cambridge International General Certificate of Secondary Education *0084715162* HINDI AS A SECOND LANGUAGE 0549/01 Paper 1 Reading and Writing February/March 2017 2

अधिक जानकारी

_2018 puzzle pdf hindi.xps

_2018 puzzle pdf hindi.xps SUCCESSKEY98 FOR PDF : www.successkey98.in FOR MOCK TEST : www.successkey98.org TELEGRAM LINK https://bit.ly/2pbwlc9 HIGH LEVEL PUZZLE FOR IBPS PO AND IBPS CLERK PRELIMS 2018 EXPECTED PUZZLE PDF IN HINDI

अधिक जानकारी

jftlvªh laö REGD. NO. D. L /99 vlk/kj.k EXTRAORDINARY Hkkx I [k.m 1 PART I Section 1 izkf/dkj ls izdkf'kr PUBLISHED BY AUTHORITY

jftlvªh laö REGD. NO. D. L /99 vlk/kj.k EXTRAORDINARY Hkkx I [k.m 1 PART I Section 1 izkf/dkj ls izdkf'kr PUBLISHED BY AUTHORITY jftlvªh laö Mhö,yö&33004@99 REGD. NO. D. L.-33004/99 vlk/kj.k EXTRAORDINARY Hkkx I [k.m 1 PART I Section 1 izkf/dkj ls izdkf'kr PUBLISHED BY AUTHORITY la- 92] ubz fnyyh] cq/okj] ekpz 30] 2016@pS=k 10]

अधिक जानकारी

(स एस आई आर - क य व त र एव वक स क REGIONAL CENTRE FOR EXTENSION & DEVELOPMENT य चम अन स ध न स थ न CSIR Central Leather Research Institute) ल दर क पल स

(स एस आई आर - क य व त र एव वक स क REGIONAL CENTRE FOR EXTENSION & DEVELOPMENT य चम अन स ध न स थ न CSIR Central Leather Research Institute) ल दर क पल स (स एस आई आर - क य व त र एव वक स क REGIONAL CENTRE FOR EXTENSION & DEVELOPMENT य चम अन स ध न स थ न CSIR Central Leather Research Institute) ल दर क पल स, कप तल र ड Leather Complex, Kapurthala Road ज ल धर

अधिक जानकारी

त र य वस त र एव वक स क न द र REGIONAL CENTRE FOR EXTENSION & DEVELOPMENT (स एस आई आर - क न द र य चमर अन स ध न स स थ न CSIR Central Leather Research In

त र य वस त र एव वक स क न द र REGIONAL CENTRE FOR EXTENSION & DEVELOPMENT (स एस आई आर - क न द र य चमर अन स ध न स स थ न CSIR Central Leather Research In त र य वस त र एव वक स क न द र REGIONAL CENTRE FOR EXTENSION & DEVELOPMENT (स एस आई आर - क न द र य चमर अन स ध न स स थ न CSIR Central Leather Research Institute) ल दर क म पल क स, कप रथल र ड Leather Complex,

अधिक जानकारी

jktLFkku uxjikfydk fof/k;ka ¼fujlu vkSj iqu%izorZu½

jktLFkku uxjikfydk fof/k;ka ¼fujlu vkSj iqu%izorZu½ 2019 क व ध यक स. 5 र जस थ न स स क रस स स स स ध धनव व ध यक2 2019 ज स कक र जस थ न स व ध न स स प र:र स थ वरक ककय ज य व र जस थ न क र रस क क स न यन स, 2 011क र र क श न त ररन र ल ए व,र भ रत गणर ज, र नन तरर ष

अधिक जानकारी

भ रत य कप स नगम ल मट ड THE COTTON CORPORATION OF INDIA LTD. (भ रत सरक र क उप म/A Government of India Undertaking) श ख क य लय "कप स भवन" 27-ए, र सक स र

भ रत य कप स नगम ल मट ड THE COTTON CORPORATION OF INDIA LTD. (भ रत सरक र क उप म/A Government of India Undertaking) श ख क य लय कप स भवन 27-ए, र सक स र भ रत य कप स नगम ल मट ड THE COTTON CORPORATION OF INDIA LTD. (भ रत सरक र क उप म/A Government of India Undertaking) श ख क य लय "कप स भवन" 27-ए, र सक स र ड, इ द र 452003 Branch Office: Kapas Bhavan, 27-A,

अधिक जानकारी

jftlvªh laö REGD. NO. D. L /99 vlk/kj.k EXTRAORDINARY Hkkx II [k.m 3 mi&[k.m (i) PART II Section 3 Sub-section (i) izkf/dkj ls i

jftlvªh laö REGD. NO. D. L /99 vlk/kj.k EXTRAORDINARY Hkkx II [k.m 3 mi&[k.m (i) PART II Section 3 Sub-section (i) izkf/dkj ls i jftlvªh laö Mhö,yö&33004@99 REGD. NO. D. L.-33004/99 vlk/kj.k EXTRAORDINARY Hkkx II [k.m 3 mi&[k.m (i) PART II Section 3 Sub-section (i) izkf/dkj ls izdkf'kr PUBLISHED BY AUTHORITY ubz fnyyh] 'kqøokj]

अधिक जानकारी

NATIONAL COMMODITY & DERIVATIVES EXCHANGE LIMITED Circular to all trading and clearing members of the Exchange Circular No. : NCDEX/MEMBERSHIP-009/201

NATIONAL COMMODITY & DERIVATIVES EXCHANGE LIMITED Circular to all trading and clearing members of the Exchange Circular No. : NCDEX/MEMBERSHIP-009/201 NATIONAL COMMODITY & DERIVATIVES EXCHANGE LIMITED Circular to all trading and clearing members of the Exchange Circular No. : NCDEX/MEMBERSHIP-009/2017/213 Date : August 30, 2017 Subject : Amendment to

अधिक जानकारी

11_0549_02_2017_ indd

11_0549_02_2017_ indd Cambridge International Examinations Cambridge International General Certificate of Secondary Education *6695939798* HINDI AS A SECOND LANGUAGE 0549/02 Paper 2 Listening October/November 2017 Approx. 35

अधिक जानकारी

PowerPoint Presentation

PowerPoint Presentation Pie chart given below shows total number of workers in three different companies. Table given below shows ratio between officers and workers working in these companies. Study the data carefully and answer

अधिक जानकारी

उ तर द श श सन क म क अन भ ग-2 स य -9/2016/2/1/97/क -2/2016 लखनऊ :: दन क 12 सत बर, 2016 अ धस चन स य -9/2016/2/1/97/क -2/2016, दन क 12 सत बर, 2016 क र य

उ तर द श श सन क म क अन भ ग-2 स य -9/2016/2/1/97/क -2/2016 लखनऊ :: दन क 12 सत बर, 2016 अ धस चन स य -9/2016/2/1/97/क -2/2016, दन क 12 सत बर, 2016 क र य उ तर द श श सन क म क अन भ ग-2 स य -9/2016/2/1/97/क -2/2016 लखनऊ :: दन क 12 सत बर, 2016 अ धस चन स य -9/2016/2/1/97/क -2/2016, दन क 12 सत बर, 2016 क र य पत उ तर द श (उ तर द श ल क स व आय ग क क ब हर) सम ह 'ग'

अधिक जानकारी

kond\iya tul }m su m, lgu EvN mîxm aöog mnzwlx. Bwrq srkwr जर र : न न द कर न न द पत रक क स ध प क पढ च न ए; न न द प रस र र कर क मर लब य नक न न द कर न य

kond\iya tul }m su m, lgu EvN mîxm aöog mnzwlx. Bwrq srkwr जर र : न न द कर न न द पत रक क स ध प क पढ च न ए; न न द प रस र र कर क मर लब य नक न न द कर न य जर र : न न द कर न न द पत रक क स ध प क पढ च न ए; न न द प रस र र कर क मर लब य नक न न द कर न यम और शर क पढ और समझ नलय ओर स मर भ न न द दस र ज क सभ प ष ठ क न न द कर द व र स र क षर नकए ज च न ए और ऑ ल इ जम कर

अधिक जानकारी

4197gi

4197gi jftlvªh laö Mhö,yö&33004@99 REGD. NO. D. L.-33004/99 vlk/kj.k EXTRAORDINARY Hkkx II [k.m 3 mi&[k.m (i) PART II Section 3 Sub-section (i) izkf/dkj ls izdkf'kr PUBLISHED BY AUTHORITY la- 597] ubz fnyyh]

अधिक जानकारी

2 थस सल न कय 1:1 1 2 थस सल न कय 1:10 2 थस सल न कय 1 प ल स, सलव न स और त म थय स क ओर स हम र परम पत परम र और प रभ य श मस ह म स थत थस सल न कय क कल सय क न

2 थस सल न कय 1:1 1 2 थस सल न कय 1:10 2 थस सल न कय 1 प ल स, सलव न स और त म थय स क ओर स हम र परम पत परम र और प रभ य श मस ह म स थत थस सल न कय क कल सय क न 2 थस सल न कय 1:1 1 2 थस सल न कय 1:10 2 थस सल न कय 1 प ल स, सलव न स और त म थय स क ओर स हम र परम पत परम र और प रभ य श मस ह म स थत थस सल न कय क कल सय क न म: 2 त म ह परम पत परम र और य श मस ह क ओर स अन ग रह

अधिक जानकारी

Hkkjr ds jkti= ds vlk/kkj

Hkkjr ds jkti= ds vlk/kkj REGD. NO. D. L.-33004/99 EXTRAORDINARY II (i) PART II Section 3 Sub-section (i) PUBLISHED BY AUTHORITY ] No. 578] NEW DELHI, FRIDAY, JUNE 30, 2017/ASADHA 9, 1939 व त त म त र लय (र जस व भ ग) अव स चन नई

अधिक जानकारी

Microsoft Word - FAQonCustomDutyePayment.doc

Microsoft Word - FAQonCustomDutyePayment.doc स म - श ल क क ई भ गत न पर अक सर प छ ज न व ल श न (एफ़एक य ) 1. आइसग ट (आईस ईज एट ई) एव आईड ब आई ब क क ज रए स म श ल क क ई भ गत न करन ह त क न स उज़र क प टबल ह? उत तर: इन टरन ट एक सप ल रर 8 और इसस उच च वजर न

अधिक जानकारी

Microsoft Word gi

Microsoft Word gi jftlvªh laö Mhö,yö&33004@99 REGD. NO. D. L.-33004/99 vlk/kj.k EXTRAORDINARY Hkkx II [k.m 3 mi&[k.m (i) PART II Section 3 Sub-section (i) izkf/dkj ls izdkf'kr PUBLISHED BY AUTHORITY la- 275] ubz fnyyh]

अधिक जानकारी

Microsoft Word GI

Microsoft Word GI jftlvªh laö Mhö,yö&33004@99 REGD. NO. D. L.-33004/99 vlk/kj.k EXTRAORDINARY Hkkx II [k.m 3 mi-[k.m (i) PART II Section 3 Sub-section (i) izkf/dkj ls izdkf'kr PUBLISHED BY AUTHORITY la- 344] ubz fnyyh]

अधिक जानकारी

60gi

60gi jftlvªh laö Mhö,yö&33004@99 REGD. NO. D. L.-33004/99 vlk/kj.k EXTRAORDINARY Hkkx II [k.m 3 mi&[k.m (i) PART II Section 3 Sub-section (i) izkf/dkj ls izdkf'kr PUBLISHED BY AUTHORITY la- 08] ubz fnyyh] c`glifrokj]

अधिक जानकारी

Process of filling Application Form 1. First of all download and read carefully the Application Brochure from website. lcls igys osclkbv ij fn;s Appli

Process of filling Application Form 1. First of all download and read carefully the Application Brochure from website. lcls igys osclkbv ij fn;s Appli Process of filling Application Form 1. First of all download and read carefully the Application Brochure from website. lcls igys osclkbv ij fn;s Application Brochure ij fdyd dj vkosnu funszf kdk dks MkmuyksM

अधिक जानकारी