Notice Inviting Tender
Notice Inviting Tender
(A Government of IndiaEnterprise)
Contract, Marketing & Works Division: Corporate Office
67-68, Sector – 25, Faridabad – 121 004
(0129) 4062672, 4064129 Tele Fax- 4064129
An ISO 9001:2008 Organisation Website: www.npcc.gov.in
Note :
• Tenders without requisite EMD shall be rejected out rightly.
• Date of Opening of price bid shall be intimated later-on to the technically
qualified agencies only by Phone/E-mail
Page 1 of 3
PRE-QUALIFICATION CRITERIA
The intending Bidder should fulfill the following minimum pre-qualifying criteria
(a) Three similar completed works each costing not less than the amount equal
to 40% of the estimated cost of each put to tender.
or
(b) Two similar completed works each costing not less than the amount equal
to 50% of the estimated cost of each put to tender.
or
(c) One similar completed work costing not less than the amount equal to 80%
of the estimated cost of each put to tender.
3. Similar works mean: Civil works mean the completion of at least one Hydro
Electric Power House including its excavation & RCC of Turbine foundation
and/or RCC Super structure workof Irrigation Projects.
4. Profitability: The applicant should be a profit (net) making firm and should not
have incurred any loss in the last 2 (two) financial years or any three out of last
five years ending 31st March, 2012 duly certified by Chartered Accountant.
5. EPF Registration: On award of work agency has to obtain EPF registration
failing which NPCC will deduct EPF & deposit as per EPF norms.
6. Joint Venture: Joint Ventures are not permitted.
7. Bid Capacity: Agencies who meet the minimum qualification criteria will be
qualified only if their available bid capacity is more than the total bid value. The
available bid capacity will be calculated as under:-
Assessed available bid capacity = A x N x 2 - B
A = Maximum value of works executed in anyone year during last five years (up
dated to the price level of current financial year with 5% percentage per
annum).
Page 2 of 3
NOTE: The Bidder shall furnish statements showing the value of existing commitments
and ongoing works as well as the stipulated period of completion remaining of
each of the works preferably counter signed by the nodal officer or his
nominee-in-charge in the format available in Tender documents.
8. Credit Facility: Agency shall have Un-utilized credit facility of 10% (minimum)
of Estimated cost put to tender issued on last day of month previous to last date
of submission of tender duly certified by Bank.
9. NPCC reserve the right to reject any or all applications without assigning any
reason thereof.
10. Request for Tender document: The application for issue of Tender Document
is to be submitted along with the following documents without fail.
1) Cost of Tender document as per NIT.
2) Performance certificate in support of experience of similar works as per para
2.0 and 3.0 of NIT.
3) Details of Turn over for last 5 years duly certified by Chartered Accountant
along with Profit and loss Statement of each financial year.
The issuance of tender document on the basis of above documents does not
mean the agency has been technically qualified. Hence agencies/bidders are
advised to submit all the relevant documents/ credentials required in tender for
technical qualification along with their bid.
Tender documents for the above works can be had from the office of General Manager
(CM&W), Corporate Office, Plot no. 67-68, Sector – 25, Faridabad on any working
day from 08.08.2012 to 21.08.2012 between 11.00A.M. to 4.00 P.M. Tender documents
can be viewed at our official website www.npcc.gov.in which is only for viewing not for
quoting and the agencies fulfilling the requirements may submit the application along
with the details/documents stated in para 10 of NIT to purchase the documents on
payment of R 25000.00 (R Twenty Five Thousand only) (Non-refundable) by DD in
favour of NPCC Limited, payable at Faridabad. Tender documents will not be sent by
post or courier.
Tender documents duly completed in all respect shall be received up to 14:30 Hrs on
24/08/2012 in the office of GM (CM&W), C.O. Faridabad and Technical bid shall be
opened at 15.00 Hrs. on the same day and venue (place of submission of tender).
Documents received after the stipulated date & time are liable to be summarily rejected.
General Manager
Contract, Marketing & Works
Page 3 of 3
Tender for the Construction of Surface Power House & Switch Yard
for Hathiari HE Project, Distt. Dehradun
1.0
i. Turnover: Average Audited Annual Financial Turnover on construction works during the last
three years, ending 31st March of the previous financial year i.e. 2011 - 12, should be at least
30% of the estimated cost of tender. Provisional financial statements (Balance Sheet and
Profit & Loss Account) for the year 2011 – 12 would be accepted provided it is certified by
Chartered Accountant (C.A.)
ii. Experience: Bidder should have the experience of completion of similar works during last 7
years ending last day of month previous to the one in which tenders are invited should be
either of the following :
Experience with private sector must be supported with TDS (Form 16A) certificate.
Experience/Performance certificates issued from Private agencies without TDS certificate will
not be considered.
a. Three similar completed works each costing not less than the amount equal to 40% of
the estimated cost,
or
b. Two similar completed works each costing not less than the amount equal to 50% of the
estimated cost,
or
c. One similar completed work costing not less than the amount equal to 80% of the
estimated cost.
iii. Similar works mean: Civil works mean the completion of at least one Hydro Electric Power
House including its excavation & RCC of Turbine foundation and/or RCC Super Structure
work of Irrigation Projects.
iv. Profitability: The applicant should be a profit (net) making firm and should not have incurred
any loss in the last 2 (two) financial years or any three out of last five years ending 31st
March-2012, duly certified by Chartered Accountant.
v. EPF Registration: On award of work agency has to obtain EPF registration failing which
NPCC will deduct EPF & deposit as per EPF norms
vii. Credit Facility: Agency shall have Un-utilized credit facility of 10%(minimum) of
Estimated Cost of Tender issued on last day of month previous to last date of submission of
tender duly certified by Bank.
viii. The applicant must have adequate organizational setup as well as having sufficient number
of experienced personnel, technical know-how, and infrastructure to complete the project
well within time frame.
ix. The applicant must have minimum three years experience preferably working with public
sector enterprises / government / semi government organizations.
x. NPCC is free to get documents verified and agency shall have no objection to it. In case if it
is found at any stage that that the agency has made any false information will be disqualified
and black listed.
xi. Request for Tender document: The application for issue of Tender Document is to be
submitted along with the following documents without fail.
2) Performance certificate in support of experience of similar works as per para 2.0 and
3.0 of NIT.
3) Details of Turn over for last 5 years duly certified by Chartered Accountant along with
Profit and loss Statement of each financial year.
1.1 Bid Capacity: Agencies who meet the minimum qualification criteria will be qualified only if their
available bid capacity is more than the total bid value. The available bid capacity will be calculated
as under :
N = Number of years rounded up to first decimal prescribed for completion of the subject contract.
A = Maximum value of works executed in anyone year during last five years (up dated to the price
level of current financial year with 5 % per annum).
B= Value at current price level of existing commitments and ongoing works to be completed in the
next ‘N’ years.
NOTE : The Bidder shall furnish statements showing the value of existing commitments and ongoing
works as well as the stipulated period of completion remaining of each of the works preferably
counter signed by the nodal officer or his nominee-in-charge in the format available in Tender
documents.
2. Instruction to bidders
2.1 Bidders are required to submit full bio-data giving details about their organization, experience,
technical personnel & manpower available in their organization, Balance sheet and turnover details
for last 3 years duly certified by CA, Litigation history etc. in order to assess their financial and
technical capabilities etc. in the enclosed forms which will be kept confidential. Agencies already in
litigation with NPCC will not be considered.
2.2 While deciding upon the technical qualification of applicant great emphasis will be given on the
ability and competence of applicants to do good quality works within the specified time schedule and
in close coordination with other agencies.
2.3 Each page of the documents shall be signed by power of attorney holder or authorized signatory.
The documents shall be signed by person(s) on behalf of the organization having necessary
authorization/power of attorney to do so (certified copies to be enclosed).
2.4 If the space in the proforma is insufficient for furnishing full details, such information may be
supplemented on separate sheets of paper, stating therein the part of the proforma and serial
number. Separate sheets shall be used for each part. However, the format shall be as per
proforma.
2.5 Applications containing false / incomplete and / or inadequate information are liable to be rejected.
Also mere fulfillment of eligibility criteria does not guarantee for selection.
2.6 Clarification, if any required, may be obtained from the office of the G.M CM&W Faridabad/ G.M
(NW) Zone, Dehradun, 98, Nehru colony,Dehradun-Uttarakhand- Phone No-0135-2675725 or
Officer-in-charge, Hathiari Project, P.O. Vikas Nagar Distt. Dehradun Phone : 01360-250298 Mobile
no. 09760884488.
2.7 Canvassing in any form in connection with pre-qualifications is strictly prohibited and the application
of such persons/organizations that resort to canvassing will be liable to rejection.
Even though the bidders meet the above qualifying criteria, they are liable to be disqualified if they
have
(a) Made misleading or false representation in the forms, statements and attachments in proof of
the qualification requirements;
(b) Records of poor performance such as abandoning the work, not properly completing the
contract, inordinate delays in completion, litigation history or financial failures etc.
(c) their business banned by any Central Govt. Department/Public Sector Undertakings or
Enterprises of Central Govt.
(d) not submitted all the supporting documents or not furnished the relevant details as per the
prescribed format.
Bidder shall submit the general information about bidder as per Proforma No- III.
2.10 Bidder shall submit the list of major Plant and Machinery available with the firm as Proforma No.IV.
2.11.1 The Envelope-1: BID will contain the EMD of Rs. 95.00 lakhs in the form of DD/FDR/BG in
favour of NPCC Limited payable at Faridabad from any of the Bank as per list
annexed as Appendix –1 in the Tender document and the unconditional acceptance letter
on the letter head in respect of the tender conditions as per proforma available in
the tender document. The EMD shall be valid for 150 days from the date of
submission of tender. The EMD in any other form shall not be accepted. This
envelope will also contain the tender document without Price Bid duly
signed without any conditions. This shall contain all information asked vide condition
no. 1.i,ii and Conditional tenders shall be treated as non-responsive and rejected.
The Envelope-2: Price Bid will contain the unconditional Price Bid duly signed by Authorized
Signatory.
All the 2 Envelopes shall be sealed and shall be marked/written as “Tech Bid” & “Price Bid”
respectively. These 2 sealed envelopes shall be submitted in an outer envelope and clearly
mentioning the name of work for which the tender is offered in each envelope/Packets
“Tender for construction of Surface Power House………………..”
The Envelope shall be opened on its due date & time in presence of the bidders or their
representatives who wish to be present. Conditional tenders will be summarily rejected. If the
contents/requirements of Envelope-1 not found in order, Envelope-2 shall not be opened and offer
will be rejected.
The rates for the items are to be quoted both in words & figures in the BOQ enclosed. In case of
discrepancies the rates in words shall supersede the rates in figures and shall be treated as the final
rates quoted.
The envelope thus sealed shall be submitted at the place of submission of tender before the
stipulated time and date fixed for receipt of tender. The tenders received on or after the stipulated
time and date of tender receipt shall not be considered as well as the same shall be returned to the
tenderer un-opened. NPCC shall not be responsible for any kind of communication delays
whatsoever may be. Each and every envelope is to be addressed to the General Manager (CM&W),
NPCC Ltd., Plot no. 67-68, Sector – 25, Faridabad.
2.11.2 Once the bidder has given an unconditional acceptance to the terms and contract conditions,
bidder will not be permitted to put any remark(s)/conditions(s) (except unconditional rebate on
price quoted, if any) in/along with the tender document.
2.11.3 In case the conditions 2.10.2 mentioned above is found violated at any time after opening of tender,
the tender shall be summarily rejected and NPCC shall, without prejudice to any other right remedy,
be at liberty to forfeit the Earnest Money Deposit as specified above.
2.12.2 The Price bid shall be opened on the date and time, which will be intimated later on to the
technically qualified bidders. NPCC will not be responsible for any postal delay or loss of
communication.
2.13.1 Information relating to the examination, clarification, evaluation and comparison of bids, and
recommendations for bid shall not be disclosed to bidders or any other persons not officially
concerned with such process until the process is finalized.
3.1 The Employer shall examine the bids to determine whether they are complete, whether the
documents have been properly signed and whether the bids are generally in order, and all
documents as per Tender document have been submitted.
3.2 Prior to the detailed evaluation, Employer shall determine whether each bid is of acceptable quality,
is generally complete and is substantially responsive to the Tender documents. For purposes of this
determination, a substantially responsive bid is one that conforms to all the documents as specified
in the Tender document without material deviations, objections, Conditionality or reservation. A
material deviation, objection, conditionality or reservation is one;
a) That affects in any substantial way the scope, quality or performance of the contract.
b) That limits in any substantial way, inconsistent with the bidding documents, the Employers’ rights
or the successful Bidder’s obligations under the Tender document or
c) Whose rectification would unfairly affect the competitive position of other Bidders who are
presenting substantially responsive bids.
3.3 If a bid is determined to be not substantially responsive, the Employer shall reject the bid.
5. NPCC reserves the right to reject any or all the tenders in part or full without assigning any reason
whatsoever thereof. NPCC does not bind itself to accept the lowest tender. NPCC also reserves the
right to split up the work among two or more agencies.
6.1 The tenderers should quote in figures as well in words the rates and amounts tenders by them.
The amount for each item should be worked out and the requisite totals and page totals be
given.
6.2 Special care should be taken to write the rates and amounts in figures as well in words in such a
way that any alteration is not possible. The total amount should be written both in figures and in
words. In case of figures; the word ‘Rs.’ Should be written before the figure of Rupees and word ‘P’
after the decimal figure e.g. Rs. 2.15p. Rs. 2.15 shall be written as Rupees two and fifteen paisa
only. Unless the rate/amount is in whole Rupees it should invariably be up to two decimal places.
While quoting the rates in Bill of quantities, the word “only” should be written closely following the
amount and it should not be written in the next line.
6.3 In case of any discrepancy between the rates/percentage quoted in figures and words, , then the
rate/percentage quoted by the contractor in words shall be taken as correct.
7. The tenders shall be strictly as per the conditions of contract. Tenders with any additional
condition(s)/modifications shall be rejected.
8. The witnesses to the Tender/Contract Agreement shall be other than the tenderer/ tenderers
competing for this work and must indicate full name, address, status/occupation with dated
signatures.
9. The tenders for works shall remain open for acceptance for a period of 120 (One hundred twenty)
days from the date of opening of the tenders. If any tenderer withdraws his tender before the said
period or makes any modification in terms and conditions of the tender to his benefit which are not
acceptable to NPCC then NPCC shall without prejudice to any other right or remedy, be at liberty to
forfeit the EMD.
10. The acceptance of tender will rest with NPCC who does not bind itself to accept the lowest tender
and reserves to itself the right to reject any or all the tenders received without assigning any reason
thereof. Tenders in which any of the prescribed conditions are not fulfilled or found incomplete in any
respect are liable to be rejected.
11. Canvassing whether directly or indirectly in connection with tenders is strictly prohibited and the
tenders submitted by the contractors who resort to canvassing will be liable for rejection.
12. Rates should be quoted in percentage rate basis ( Above/At par/Below) of the BOQ.
13. On acceptance of tender, the name of the authorized representative(s) of the contractor who would
be responsible for taking instructions from Engineer-in-charge or his authorized representative shall
be intimated by the contractor within 07 days from the date of issue of telegram/letter/telex/fax of
intents by NPCC.
14. The tenderer shall not be permitted to tender for works if his near relative is posted as an
Accountant or an Assistant Engineer or any higher ranks in the project office or concerned Zonal
office of the NPCC. The contractor shall also intimate the names of persons who are working with
him in any capacity or are subsequently employed by him and who are near relatives to any of the
officers in NPCC. Any breach of this condition by the tenderer would render him liable to the
withdrawal of the work awarded to him and forfeit of Earnest Money and Security Deposit. This may
also debar the contractor from tendering for future works under NPCC.
15. The tenderer shall be deemed to have gone through the various conditions and clauses of the
tender and visited the site before quoting their rates, once they make an offer for this work. No claim
shall be entertained on this account.
16. Tenderer can purchase the tender documents from any of the offices mentioned in NIT. However,
the detailed NIT can be viewed on our website www.npcc.gov.in which is only for viewing not for
quoting.
PROFORMA- I
To,
The …………………………………..
………………………………….
………………………………….
………………………………….
………………………………….
Sir
ACCEPTANCE OF TENDER CONDITIONS
The tender documents for the work “"Construction of Surface Power House & Switch Yard for
Hathiari HE Project in Distt. Dehradun" been sold to me/us by National Project Construction
Corporation Limited and I/We hereby unconditionally accept the tender conditions and tender
documents in its entirety for the above work.
1. The contents of clause 2.10.2 and 2.10.3 of the Tender documents (Instructions to
Tenderer) have been noted wherein it is clarified that after unconditionally accepting the
tender condition in its entirety, it is not permissible to put any remark(s)/conditions(s) (except
unconditional rebate on price, if any) in the tender enclosed in “Envelope-2 and the same
has been followed in the present case. In case this provision of the tender is found violated
at any time after opening of the Envelope 2 , I/we agree that the tender shall be summarily
rejected and NPCC shall, without prejudice to any other right or remedy be at liberty to
forfeit the full said earnest money absolutely.
3. If I/we will not fulfill the minimum qualifying criteria of the tender I/we not lodge any claim for
opening of envelope 2 of the tender.
Yours faithfully,
Dated : _____________
PROFORMA- II
FORM OF TENDER
(On the letterhead of the Tenderer)
To
The …………………………………..
………………………………….
………………………………….
………………………………….
………………………………….
2. I/We hereby declare that we are aware of the site of work and have made ourselves fully
conversant of the conditions therein and including the topography of area, soil strata at site of
work, sources and availability of construction materials, rates of construction materials, water,
electricity, all local taxes, royalties, octrois etc., availability of local labour (both skilled and
unskilled), relevant labour rates and labour laws, the existing road and approaches to the site of
work, requirements for further service roads / approaches to be constructed by me / us, the
availability and rates of private land etc. that may be required by me / us for various purposes,
climatic conditions, law and order situation and availability of working days.
3. I/We hereby tender for execution of "Construction of Surface Power House & Switch Yard for
Hathiari HE Project in Distt. Dehradun" as per tender documents within the time schedule of
completion of work as per separately signed and accepted rates in the bill of quantities quoted by
me/us for the whole work in the accordance with the Notice Inviting Tenders, conditions of Contract.
Specifications of materials and workmanship, bill of quantities. Drawings, time schedule of
completion of jobs and other documents and papers, all as in tender documents.
4. It has been explained to me/ us that the time stipulated for jobs and completion of works in all
respects and in different stages mentioned in the “Time schedule for Completion of jobs and
signed and accepted by me/us is the essence of the contract. I/We agree that in case of failure on
my/our part to strictly observe the time of completion mentioned for jobs or any of them and
the final completion of works in all respects according to the schedule sat out in the said “Time
Schedule for completion of stipulations contained in the contract the recovery being made as
specified therein. In exceptional circumstances extensions of time which shall always being in
writing way, however be granted by the NPCC at its entire discretion for some items and I/we
agree that such extension of time will not be counted for the final completion of work as stipulated
in the said “Time Schedule of Completion of jobs.”
5. I/we agree to pay the earnest Money deposit, performance guarantee and Security Deposit and
accept the terms and condition as laid down in the memorandum below in this respect.
MEMORANDUM
S.No. Description Clause Values/Description to be applicable for
No. relevant clause(s)
1. Name of Work “"Construction of Surface Power House & Switch
Yard for Hathiari HE Project in Distt. Dehradun"
2. Client/Owner UJVN Ltd.
6. Time for completion As per Total work to be completed in 33 (thirty three) months
NIT including monsoon period in accordance with the time
schedule of completion of work in the tender document.
7. Advance Payment Clause No 1.3.07 of Supplementary agreement between
NPCC & Client subject to realization from client.
8. Interest rate on Clause No 1.3.07 of Supplementary agreement between
Advance Payment NPCC & Client.
9 Validity of Tender 4.0 120 (One Hundred Twentyy) days
10. Initial Security Deposit 5% of contract value to be submitted within 15 days from
the date of issue of LOI
11. Security deposit/ To be deducted @ 5% from each Running Account bill.
Retention Money
12. Time allowed for starting Date of start of contract shall be reckoned from the date
the work of issue of letter/FAX/e-mail of letter of intent, or handing
over the site whichever is later.
6. Should this tender be accepted, I/We agree to abide by and fulfill all terms and conditions referred to
above and in default thereof, to forfeit, and pay NPCC or its successors or its authorized nominees
such sums of money as are stipulated in the notice inviting tender documents.
7. If I/We fail to commence the work immediately on issue of LOI, or I/We fail to submit the performance
Guarantee as per Clause 09 of General conditions of contract I/We agree that NPCC shall, without
prejudice to any other right or remedy, be at liberty to forfeit the said earnest money deposited with
NPCC besides any other action as per terms of registration with NPCC. The NPCC shall also be at
liberty to cancel the notice of acceptance of tender if we fail to deposit the performance guarantee as
contained elsewhere in the tender documents.
8. I/We are also enclosing herewith the Acceptance letter on the prescribed pro-forma as referred to in
condition of NIT.
SIGNATURE OF TENDERER
NAME IN CAPITAL LETTERS ___________
ADDRESS ___________________________
___________________________________
TELEPHONE & FAX NO.
E-mail ID ____________________________________
SEAL OF TENDERER
WITNESS
OCCUPATION._______________________
PROFORMA - III
GENERAL INFORMATION
All individual firms and each partner of a joint venture participating in this Bid are requested to complete the
information in this form.
1 Name of Bidder
2 Head Office Address
Tel. No
Mobile no.
Fax No
E-mail address
3 Address on which Correspondence should
be done
Tel. No
Mobile no.
Fax No
E-mail address
4 Place of incorporation / registration
5 Legal status of the applicant (attach copies
of original documents defining the legal
status)
i) Specify, if the bidder is
a) An individual
b) A proprietary firm
c) A firm in partnership
d) A Limited Company or Corporation
e) A group of firms / joint venture N.A.
(if yes, give complete information in respect
of each member)
ii) Attach a copy of Proprietorship or
Partnership Deed or Article of Association or
Incorporation of Company or JV Agreement
as the case may be
6 Name of Proprietor / Partners / Directors
with their addresses, Mobile & Telephone
numbers, Fax no., E-mail address.
12 Bank solvency
13 Turn Over / Net Profit for the years given Turn Over in Lakhs Profit in Lakhs
below
2007-08
2008-09
2009-10
2010-11
2011-12(may be tentative)
14 Other details: (Copies to be enclosed)
a) EPF No. valid up to:
d) PAN No.
PROFORMA - IV
Note:
* Any other equipment if required for completion of work timely will be arranged as per requirement.
** In case of any arrangement for getting the equipment on lease, etc., authenticated proof of the same
is to be submitted.
*** Use separate sheets for providing more information.
**** In case of own equipments, the proof is to be submitted.
PROFORMA-V
Date: __________
Turnover from
S. No. YEAR Engineering Net Profit Remarks
construction works
(In Rs lacs ) (if any)
(In Rs lacs )
1 2011-2012
2 2010-2011
3 2009-2010
4 2008-2009
5 2007-2008
Note:
1 The bidder shall submit the attested copies of the audited balance sheets along with Profit and loss
statements and Auditors report and schedules duly certified by the bidder and Chartered Accountant.
Certificate from the Chartered Accountant, wherever the Annual Turnover is Certified for the relevant
financial year in which the minimum criteria of Annual Turnover is satisfied should also be submitted.
PROFORMA-VI
S. Descrip- Name and Date Stipulated date Date of Value of Reasons Any other
No. tion of address of the of of completion actual completed for relevant
the Work Employer with award completion work delays, information
with Contract No. (In Rs lacs) penalty if
Contract any
No.
1
2
3
4
5
6
Note:
1. The Bidder shall submit the attested Copies of the Completion Certificates from the Client.
2. The value of work executed should be inclusive of the value of free supply items.
PROFORMA - VII
The firm/company is enjoying a fund / non fund based credit facility of Rs ___________ to meet
its working capital requirements.
The firm/company is having un-utilized fund / non-fund based credit facility of Rs …………….as
on last day of month previous to last date of submission of tender.
Signature
Name
Designation
Address of Bank
BANK’S SEAL
PROFORMA-VIII
S. Description Name and Date of Stipulated Value of Value of Anticipated Any other
No. of the address of award date of work as per work date of relevant
Work with the completion order completed completion information
Contract Employer (In Rs. so far of work
No. lacs ) (In Rs.
lacs )
1
2
3
4
5
6
7
8
9
Note:-
The copies of certificates of ongoing-awarded works issued by the owner shall be attached.
Only those works shall be considered for evaluation for which copies of the certificates
issued by the owner are attached.
PROFORMA – IX
i) have not made any misleading or false representation in the forms, statements
and attachments in proof of the qualification requirements;
ii) do not have records of poor performance such as abandoning the work, not
properly completing the contract, inordinate delays in completion, litigation history
or financial failures etc.;
iii) have never been banned by any Central/State Govt. Departments/Public Sector
Undertakings or Enterprises of Central/State Govt. ;
iv) have submitted all the supporting documents and furnished the relevant details as
per the prescribed format.; and
v) have submitted all the information and the requisite documents with the Bid and
further certify that we are fully responsible for the correctness of the information
and documents submitted by us.
Note:
Exceptions of the above, if any, shall be clearly mentioned with details by the bidder for
evaluation/consideration if any.
PERFORMA -X
DECLARATION
"I /We ……………………...………………… do herby solemnly affirm and declare that also
declare the I/We own/leased the following equipments for using on the subject determination of Contract or
blacklisting or any action deemed fit, if the department detects as any stage that I/We do not possess that
equipment listed below.
1 2 3 4 5
Same as Performa- VI
3.0 Site will be handed over on as is where is basis and joint inspection shall be
carried out for the already completed works and damaged/defects found if
any will be made good by agency to the extent agreed by UJVNL and
payment will be released on receipt of the same from Client.
One No Four wheel drive inspection Vehicle Bolero or equivalent with driver
and POL shall be provided by the contractor upto the maximum running of
4000 Km per month. In case of non compliance Rs 40000/ shall be deducted
from Running Account Bill. The vehicle shall be mentioned good at all times.
5.1 Time allowed for carrying out all the works as entered in the tender shall be
as mentioned in the Tender conditions. The Date of start of contract shall
be reckoned from the date of issue of letter/FAX/E-mail of letter of intent or
handing over the site whichever is later. Time shall be the essence of the
contract and contractor shall ensure the completion of the entire work
within the stipulated time of completion.
5.2 The contractor shall also furnish within 10 days of date of receipt of letter of
Intent, a CPM network/ PERT chart/ Bar Chart for completion of work within
stipulated time. This will be duly got approved from Zonal Manager Northern
(West) Zone, NPCC. This approved Network/ PERT Chart shall form a part of
the agreement. Achievement of milestones as well as total completion has to
be within the time period allowed.
5.3 Contractor shall mobilize and employ sufficient resources for completion of
all the works as indicated in the agreed BAR CHART/Network. No additional
payment will be made to the contractor for any multiple shift work or other
incentive methods contemplated by him in his work schedule even though
the time schedule is approved by the Engineer-in-Charge.
5.4 During the currency of the work the contractor is expected to adhere to the
time schedule on miles stone and total completion and this adherence will
be a part of Contractor’s performance under the contract. During the
execution of the work contractor is expected to participate in the review and
updating of the Network/ BAR CHART undertaken by the NPCC. These
reviews may be undertaken at the discretion of NPCC either as a periodical
appraisal measure or when the quantum of work order on the contractor is
substantially changed through deviation orders or amendments. The review
shall be held at site or any of the offices of NPCC/ owner / Department at
the sole discretion of NPCC. The contractor will adhere to the revised
schedule thereafter. The approval to the revised schedule resulting in a
completion date beyond the stipulated date of completion shall not
automatically amount to a grant of extension of time to the contractor.
6.0 All terms & Conditions agreed between Client and NPCC Ltd. shall be binding
to Agencyon back to back basis.
10.0 All payments shall be made to Agency within 10 working days of receipt of
payment by NPCC from Client after necessary deductions as per agreed
terms; the payments for the quantities to Agency shall be restricted to the
quantities paid by Client to NPCC Ltd.
11.0 Agency shall agree that during the execution of the work, if in the opinion of
the NPCC’s site in charge the works in agency’s scope are not progressing
in time or milestones are not being achieved with stipulated time frame or
it is not possible to complete work in the balance period, then NPCC will be
at liberty to terminate their contract partially or in full by giving notice of 10
days in writing and the balance work shall be got completed by NPCC at the
risk & cost of Agency.
Before tendering, the tenderer is advised to visit the site, its surroundings to
assess and satisfy themselves about the local conditions such as the working
and other constraints at site, approach to the site, availability of water &
power supply, application of taxes, cess duties and levies as applicable,
nature of ground, soil and sub-soil condition, underground water table level,
accommodations they may require etc., river regime, river water levels,
other details of river, streams & any other relevant information required by
them to execute complete scope of work.
AMMENDED/SUBSITUTED CLAUSE
“Within 15 days (fifteen days) from the date of issue of letter of intent or
within such extended time as may be granted by NPCC in writing, the
contractor shall submit to NPCC a Initial Security Deposit in the form
appended, from any of the Bank as per list annexed as Appendix-1 in tender
document equivalent to 5% (five percent only) of the contract value for the
due and properexecution of the contract. No interest will be paid under any
circumstances. This I.S.D shall remain valid up to 90 (ninety) days after the
end of defects liability period. An amount is to be deposited equivalent to
0.01%per day of the amount of I.S.D. for delayed period of submission of
I.S.D.(limited to 15 days). In case the contractor fails to submit the I.S.D of
the requisite amount within the stipulated period or extended period, letter
of intent will stand withdrawn and EMD of contractor shall be forfeited.
b)SECURITY DEPOSIT
Appendix – ‘1’
LIST OF APPROVED BANKS
Nationalized Banks:
The BGs shall be accepted from all Nationalized Banks, and in
addition, these can also be accepted from the Scheduled Private
Sector Bank as detailed below:
P A R T –I
1. Name of Contractor
3. Agreement No.
Extension granted
a) First extension vide Engineer-in- charge letter No… ……date Months Days
b) 2nd extension vide Engineer-in- charge letter No……… date Months Days
c) 3rd extension vide Engineer-in- charge letter No………. date Months Days
d) 4th extension vide engineer-in- charge letter No………. date Months Days
9. Reasons for which extension have been previously given (copies of the previous application
should be attached)
11. Hindrances on account of which extension is applied for with dates on which hindrances
occurred, and the period for which these are likely to last.
a) Serial No.
b) Nature of hindrance
c) Date of Occurrence
h) Remarks, if any
SIGNATURE OF CONTRACTOR
DATE
(PART – II)
i) Serial No.
vi) Over lapping period, if any, giving reference to items which over lap
4. Engineer-in-charge recommendations.
(The present progress of the work should be stated and whether the work is likely to be completed
by the date up to which extension has been applied for. If extension of time is not recommended,
what compensation is proposed to be levied under the agreement?
SIGNATURE OF ENGINEER-IN-CHARGE
P A R T –III
To
NAME
SUBJECT:
Dear Sir(s)
Reference your letter No ___________ dated _________ , in connection with the grant of extension
of time for completion of the work…..
The date of completion for the above mentioned work, is ……… ……………… as stipulated in the
agreement, dated …………
Provided that notwithstanding the extension hereby granted, time is and shall still continue to be the
essence of the said agreement.
Yours faithfully,
FOR NPCCLTD.
In consideration of National Projects Construction Corporation Limited, having its Registered Office
at 30-31, Raja House, New Delhi -110019 (hereinafter called “NPCC” which expression shall unless
repugnant to the subject or context include its successors and assigns) having issued Notice Inviting
Tender No…....... and M/s…............ having its Registered Head Office at…....... (Hereinafter called
the “TENDERER”) is to participate in the said tender for….......... Whereas NPCC, as a special case,
has agreed to accept an irrevocable and unconditional Bid Bond Guarantee for an amount of Rs…
valid up to…. from the tenderer in lieu of Cash Deposit of Rs…...... required to be made by the
tenderer, as a condition precedent for participation in the said tender. We the…......(hereinafter
called the “BANK”) having its Registered, Office at…...... . . . ……………………and branch office
at………………………………………. do hereby unconditionally and irrevocably undertake
to pay to NPCC immediately on demand in writing and without demur/protest any amount but not
exceeding Rs…....... Any such demand made by NPCC shall be conclusive and binding on us
irrespective of any dispute or differences that may be raised by the tenderer.
Any change in the constitution of the tenderer or the Bank shall not discharge our liability under the
guarantee.
We, the… Bank, lastly undertake not to revoke this guarantee during its currency without the prior
consent of NPCC in writing and this guarantee shall remain valid upto…....... Unless a claim is made
within three months from the date of expiry i.e.... (Three months after the date of expiry), we shall be
relieved of our liability under this guarantee thereafter.
PLACE :
DATED :
WITNESS.
1.
2.
Whereas the National Projects Construction Corporation Limited (hereinafter called “NPCC” which
expression shall include its successors and assigns) having awarded a work order/contract / supply
order No……….. Dated ………………(hereinafter called the contract) to M/s. …..............
…................................ (Hereinafter called the contractor / supplier) at a total price of Rs…............
subject to the terms and conditions contained in the contract.
WHEREAS, the terms and conditions of the contract require the contractor to furnish a bank
guarantee for Rs…............ (Rupees…................) being ….........% of the total value of the contract
for proper execution and due fulfillment of the terms and conditions contained in the contract.
We, the Bank, (hereinafter called the “Bank”) do hereby unconditionally and irrevocably undertake to
pay to NPCC immediately on demand in writing and without protest/or demur all moneys payable by
the contractor/supplier to NPCC in connection with the execution/ supply of and performance of the
works/equipment, inclusive of any loss, damages, charges, expenses and costs caused to or
suffered by or which would be caused to or suffered by NPCC by reason of any breach by the
contractor/supplier of any of the terms and conditions contained in the contract as specified in the
notice of demand made
by NPCC to the bank. Any such demand made by NPCC on the bank shall be conclusive evidence
of the amount due and payable by the bank under this guarantee. However, the Bank’s liability
under this guarantee, shall be limited to Rs…...........in the aggregate and the bank hereby agrees to
the following terms and conditions:-
(i) This guarantee shall be a continuing guarantee and irrevocable for all claims of NPCC as
specified above and shall be valid during the period specified for the performance of the contract
including the period of maintenance/warranty i.e. up to…........
(ii) We, the said bank further agree with NPCC that NPCCshall have the fullest liberty without our
consent and without affecting in any manner our obligations and liabilities hereunder to vary any of
the terms and conditions of the said contract or to extend time for performance of contract by the
contractor from time to time or to postpone for any time or from time to time any of the powers
exercisable by NPCC against the contractor/supplier under the contract and forbear or enforce any
of the terms and conditions relating to the said contract and we shall not be relieved from our liability
by reason of any such variations or extension being granted to the contractor or for any forbearance,
act or omission on the part of NPCC or any indulgence by NPCC to the contractor or by any such
matter or thing whatsoever, which under the law relating to the sureties would, but for this provision,
have effect of so relieving us.
(iii) This guarantee/undertaking shall be in addition to any other guarantee or security whatsoever
NPCC may now or at any time have in relation to the performance of the works/equipment and the
company shall have full re-course to or enforce this security in performance to any other security or
guarantee which the NPCC may have or obtained and there shall be no forbearance on the part of
the company in enforcing or requiring enforcement of any other security which shall have the effect
of releasing the Bank from its full liability. It shall not be necessary for NPCC to proceed against the
said contractor/supplier before proceeding against the Bank.
(iv) This guarantee/ undertaking shall not be determined or affected by the liquidation or winding up,
dissolution or change of constitution or insolvency of the supplier/ contractor, but shall in all respects
and for all purposes be binding and operative until payment of all moneys payable to NPCC in terms
thereof are paid by the Bank.
(v) The Bank hereby waives all rights at any time inconsistent with the terms of this Guarantee and
the obligations of the bank in terms hereof, shall not be otherwise effected or suspended by reasons
of any dispute or disputes having been raised by the supplier/contractor (whether or not pending
before any Arbitrator, Tribunal or Court) or any denial of liability by the supplier/contractor stopping
or preventing or purporting to stop or prevent any payment by the Bank to NPCC in terms hereof.
We, the said Bank, lastly undertake not to revoke this guarantee during its currency except with the
previous consent of NPCC in writing. Unless a claim is made in writing within three months from the
date of expiry of this guarantee i.e…............ (Three months after the date of expiry) we shall be
relieved from all liabilities under this guarantee thereafter.
WITNESS.
1. _______________
2. _______________
NPCC Limited
________________
________________
2. We ……. Bank further agree that the Corporation shall be the sole judge of and as to whether the
amount claimed has fallen due to the corporation under the said agreement or whether the said
Contractor has not utilized the said advance or any part thereof for the purpose of the Contract and
the extent of loss or damage caused to or suffered by the Corporation on account of the said
advance together with interest not being recovered in full and the decision of the Corporation that
the amount has fallen due from contractor or the said Contractor has not utilized the said advance or
any part thereto for the purpose of the contract and as to the amount or amounts of loss or damage
caused to or suffered by the Corporation shall be final and binding on us.
3. We, the said Bank, further agree that the Guarantee herein contained shall remain in full force
and effect till the said advance has been fully recovered and its claims satisfied or discharged and till
NPCC certify that the said advance has been fully recovered from the said Contractor, and
accordingly discharges this Guarantee subject, however, that the Corporation shall have no claims
under this Guarantee after the said advance has been fully recovered, unless a notice of the claims
under this Guarantee has been served on the Bank before the expiry of the said Bank Guarantee in
which case the same shall be enforceable against the Bank.
4. The Corporation shall have the fullest liberty without affecting in any way the liability of the Bank
under this Guarantee or indemnity from time to time to vary any of the terms and conditions of the
said Contract or the advance or to extend time of performance by the said Contractor or to postpone
for any time and from time to time of the powers exercisable by it against the said Contractor and
either to enforce or forbear from enforcing any of terms and conditions governing the said Contract
or the advance or securities available to the Corporation and the said Bank shall not be released
from its liability under these presents by any exercise by the Corporation of the liberty with reference
to the matters aforesaid or by reasons of time being given to the said Contractor or any other
forbearance, act or omission on the part of the Corporation or any indulgence by the Corporation to
the said Contractor or of any other matter or thing whatsoever which under the law relating to
sureties would but for this provision have the effect of so releasing the bank from its such liability.
5. It shall not be necessary for the Corporation to proceed against the Contractor before
proceeding against the Bank and the Guarantee herein contained shall be enforceable against he
Bank notwithstanding any security which the Corporation may have obtained or obtain from the
Contractor or shall at the time when proceedings are taken against the Bank hereunder be
outstanding or unrealized.
6. We, the said Bank, lastly undertake not to revoke this Guarantee during its currency except with
the previous consent of the Corporation in writing and agree that any change in the constitution of
the said Contractor or the said Bank shall not discharge our liability hereunder.
Dated:
____________________
____________________
In consideration of the National Projects Construction Corporation Ltd., (hereinafter called “the
NPCC”) which expression shall include its successors and assigns having awarded to
M/s…................................................
(hereinafter called “the Supplier/Contractor”) which expression shall wherever the subject or context
so permits includes its successors and assigns) a Contract in terms inter-alia of the company’s letter
No…...................dated….......and the Contract/Purchase Conditions of the Company and upon the
condition of the Supplier/Contractor furnishing Security for the performance of the Supplier’s
obligations and /or discharge of the contractor’s/supplier’s liability under and/or in connection with
the said supply contract up to a sum of Rs…............ (Rupees…....................... only)
We,…................. ((Hereinafter called “The Bank”)
which expression shall include its successors and assigns) hereby undertake and guarantee
payment to NPCC forthwith on the same day on demand in writing and without protest or demur of
any and all moneys payable by the supplier/contractor to the Company under, in respect or in
connection with the said contract inclusive of all the losses, damages, costs , charges and expenses
and other moneys payable in respect of the above as specified in any notice of demand made by the
Company to the Bank with reference to this guarantee up to and aggregate limit of
Rs……...(Rupees…..................only) and the bank hereby
agree with the company that:
1. This Guarantee shall be continuing guarantee and shall remain valid and irrevocable for
all claims of the Company and liabilities of Supplier/Contractor arising upto and until midnight
of….........
2. That Guarantee shall be in addition to any other Guarantee or Security whatsoever that the
Company now or at any time have in relation to the Supplier’s obligations/liabilities under and/ or in
connection with the said supply/contract, and the company shall have full authority to take recourse
or to enforce this Security in preference to any other Guarantee or Security which the Company may
have or obtain and no forbearance on the part of the Company in enforcing or requiring enforcement
of any other Security shall have the effect of releasing the Bank from its liability hereunder.
3. The Company shall be at liberty without reference to the Bank and without affecting the full liability
of the Bank hereunder to take any other security in respect of the Supplier’s/Contractor’s obligations
and/ or liabilities under or in connection with the said supply/contract or to grant time and / or
indulgence to the supplier / contractor or to increase or otherwise vary the prices or the total contract
value or to release or to forbear from enforcement of all or any of the conditions under the said
supply / contract and / or the remedies of the Company under any other security/securities now or
hereafter held by the Company and no such dealings, increase(s) or other indulgence(s) or
arrangement(s) with the supplier / contractor or releasing or forbearance whatsoever shall have the
effect of releasing the Bank from its full liability to the Company hereunder or prejudicing rights of
the company against the Bank.
4. This Guarantee shall not be determined or affected by the liquidation or winding up, dissolution or
change of constitution or insolvency of the supplier / contractor but shall in all respects and for all
purposes be binding and operative until payment of all moneys payable to the company in terms
thereof.
5. The Bank hereby waives all rights at any time inconsistent with the terms of this Guarantee and
the obligations of the Bank in terms hereof shall not be otherwise affected or suspended by reason
of any dispute or disputes having been raised by the supplier / contractor (whether or not pending
before any Arbitrator, Tribunal or Court) or any denial or liability by the supplier/ contractor stopping/
preventing or purporting to stop or prevent any payment by the Bank to the Company in terms
thereof.
6. The amount stated in any notice of demand addressed by the company to the Guarantor as liable
to be paid to the Company by the supplier/contractor or as suffered or incurred by
the Company on account of any losses or damages, costs, charges and / or expenses shall as
between the Bank and the Company be conclusive of the amount so liable to be paid to the
company or suffered or incurred by the company as the case may be and payable by the Guarantor
to the Company in terms hereof subject to a maximum of Rs …........(Rupees ….................only),
7. Unless demand or claim under this Guarantee is made on the Guarantor in writing within three
months form the date of expiry of the Guarantee i.e. up to …....……………………
The Guarantor shall be discharged from all liabilities under this Guarantee there under.
Notwithstanding anything contained herein before our liability under this guarantee is restricted to
Rs. …............ (Rupees….......................………………………………..only).
This guarantee will expire on….……………………….
Any claim under this Guarantee must be received by us within three months from the date of expiry
i.e. ….............. (This Date is, three months after the expiry date) and if no such claim has been
received by us by that date all your rights under this guarantee will cease.
Place
Date
WITNESS:
1.
2.
WHEREAS this agreement is supplementary to a contract (hereinafter called the Contract), dated
………… and made between the GUARANTOR OF THE ONE part and the NPCC of the other part,
whereby the Contractor, inter-alia, undertook to render the buildings and structures in the said
contract recited completely water and leak proof.
AND WHEREAS the Guarantor agreed to give a guarantee to the effect that the said structures will
remain water and leak proof for ten years from the date of handing over of the structure of water
proofing treatment
NOW THE GUARANTOR hereby guarantees that water proofing treatment given by him will render
the structures completely leak proof and the minimum life of such water proofing treatment shall be
ten years to be reckoned from the date after the maintenance period prescribed in the contract
provided that the Guarantor will not be responsible for leakage caused by earthquake or structural
defects or misuse of roof or alteration and for such purpose.
a) Misuse of roof shall mean any operation, which will damage proofing treatment, like chopping of
firewood and things of the same nature, which might cause damage to the roof.
b) Alternation shall mean construction of an additional storey or a part of the roof or construction
adjoining to existing roof whereby proofing treatment is removed in parts
c) The decision of the Engineer-in-Charge with regard to cause of leakage shall be final
During this period of guarantee, the Guarantor shall make good all defects and in case of any defect
being found render the building water proof to the satisfaction of the Engineer-in-Charge at his cost
and shall commence the work for such rectification within seven days from the date of issue of
notice from the Engineer-in-Charge calling upon him to rectify the defects failing which the work
shall be got done by the NPCC by some other Contractor at the guarantor’s cost and risk. The
decision of Engineer-in-Charge as to the cost, payable by the Guarantor shall be final and binding.
That if the Guarantor fails to execute the waterproofing or commits breach thereunder, then the
Guarantor will indemnify the principal and his successors against all laws damage, cost, expense or
otherwise which he may incur by reason of any default on the part of the GUARANTOR in
performance and observance of this supplementary agreement. As to the amount of loss and / or
damage and/ or cost incurred by the NPCC, the decision of the Engineer-in-Charge will final and
binding on the parties.
IN WITNESS WHEREOF these presents have been executed by the Obligator, and by …………. for
and on behalf of the NPCC on the day, month and year first above written.
1.
2.
In presence of:
1.
2.
Sig. of Bidder Page 13 of 16 NPCC LItd.
Forms
Tender for the Construction of Surface Power House & switch Yard for Hathiari HE Project, Distt. Dehradun
AGREEMENT FORM
This agreement made this day of (Month) (Year), between the National Projects Construction
Corporation Limited (NPCC), a company incorporated under the Companies Act, 1956 having its
Registered Office at 30-31,Raja House, Nehru place New Delhi – 110 019 (hereinafter referred to
as the “NPCC” which expression shall include its administrators, successors, executors and
assigns) of the one part and M/s (NAME
OF CONTRACTOR) (hereinafter referred to as the ‘Contractor’ which expression shall unless the
context requires otherwise include its administrators, successors, executors and permitted assigns)
of the other part.
AND WHEREAS (NAME OF CONTRACTOR) had participated in the above-referred tender vide
their tender dated _____ and NPCC has accepted their aforesaid tender and award the contract for
(NAME OF PROJECT) on the terms and conditions contained in its Letter of Intent No. ________
and the documents referred to therein, which have been unequivocally accepted by (NAME OF
CONTRACTOR) vide their acceptance letter dated _______ resulting into a contract.
NPCC has awarded the contract to (NAME OF CONTRACTOR) for the work of (NAME OF WORK)
on the terms and conditions in its letter of intent No. __________ dated ________ and the
documents referred to therein. The award has taken effect from (DATE) i.e. the date of issue of
aforesaid letter of intent. The terms and expressions used in this agreement shall have the same
meanings as are assigned to them in the “Contract Documents” referred to in the succeeding Article.
2.1 The contract shall be performed strictly as per the terms and conditions stipulated herein and in
the following documents attached herewith (hereinafter referred to as “Contract Documents”).
a) NPCC Notice Inviting Tender vide No. ________ date ______and NPCC’ s tender documents
consisting of:
i) Principal & Supplementary agreement between NPCC & Client, amendments/errata to GCC
(if any) issued (Volume-I).
v) ______________________________________________
vi) ______________________________________________
ii) _____________________________________________________
iii) _____________________________________________________
2.2 NPCC ’s detailed Letter of Intent No. _________ dated ____ including Bill of Quantities. Agreed
time schedule, Contractor’s Organisation Chart and list of Plant and Equipments submitted by
Contractor.
2.3 All the aforesaid contract documents referred to in Para 2.1 and 2.2 above shall form an integral
part of this Agreement, in so far as the same or any part thereof column, to the tender documents
and what has been specifically agreed to by NPCC in its Letter of Intent. Any matter inconsistent
therewith, contrary or repugnant thereto or deviations taken by the Contractor in its “TENDER” but
not agreed to specifically by NPCC in its Letter of Intent, shall be deemed to have been withdrawn
by the Contractor without any cost implication to NPCC. For the sake of brevity, this Agreement
along with its aforesaid contract documents and Letter of Intent shall be referred to as the
“Contract”.
3.1 The scope of Contract, Consideration, terms of payments, advance, security deposits, taxes
wherever applicable, insurance, agreed time schedule, compensation for delay and all other terms
and conditions contained in NPCC ’s Letter of Intent No. __________ dated _____ are to be read in
conjunction with other aforesaid contract documents. The contractor shall duly perform the contract
strictly and faithfully in accordance with the terms of this contract.
3.2 The scope of work shall also include all such items which are not specifically mentioned in the
Contract Documents but which are reasonably implied for the satisfactory completion of the entire
scope of work envisaged under this contract unless otherwise specifically excluded from the scope
of work in the Letter of Intent.
3.3 Contractor shall adhere to all requirements stipulated in the Contract documents.
3.4 Time is the essence of the Contract and it shall be strictly adhered to. The progress of work shall
conform to agreed works schedule/contract documents and Letter of Intent.
3.5 This agreement constitutes full and complete understanding between the parties and terms of
the presents. It shall supersede all prior correspondence to the extent of inconsistency or
repugnancy to the terms and conditions contained in Agreement. Any modification of the Agreement
shall be effected only by a written instrument signed by the authorized representative of both the
parties.
3.6 The total contract price for the entire scope of this contract as detailed in Letter of Intent is
Rs._________________ (Rupees _____________________________ only), which shall be
governed by the stipulations of the contract documents.
4.1 Neither the inspection by NPCC or the Engineer-in-Charge or Owner or any of their officials,
employees or agents nor order by NPCC or the Engineer-in-Charge for payment of money or any
payment for or acceptance of, the whole or any part of the work by NPCC or the Engineer-in-Charge
nor any extension of time nor any possession taken by the Engineer-in-Charge shall
operate as waiver of any provisions of the contract, or of any power herein reserved to NPCC, or
any right to damage herein provided, nor shall any waiver of any breach in the contract be held to be
a waiver or any other or subsequent breach.
5.1 The Laws applicable to this contract shall be the laws in force in India and jurisdiction of Delhi
Court (s) only.
Notice of default given by either party to the other party under the Agreement shall be in writing and
shall be deemed to have been duly and properly served upon the parties hereto, if delivered against
acknowledgment due or by FAX or by registered mail duly addressed to the signatories at the
address mentioned herein above.
IN WITNESS WHEREOF, the parties through their duly authorized representatives have executed
these presents (execution whereof has been approved by the Competent Authorities of both the
parties) on the day, month and year first above mentioned at New Delhi.
WITNESS: WITNESS:
1. 1.
2. 2.