7'p- - खाद्य और सार्वजनिक वितरण...

15
No.D-21 019/0112014-Genl. Government of India Ministry of Consumer Affairs, Food & Public Distribution (Department of Food & Public Distribution) Krishi Bhawan, New Delhi Date: 241hFeb, 2016 e-Tender Notice Sub: Invitation for online 2 bid tender for Audio Conferencing Systems for Conference Room from open market in Department of Food & Public Distribution. {Accepting Officer Under Secretary to the Government of India Department of Food & Public Distribution (DFPD) (ON BEHALF OF THE PRESIDENT OF INDIA) } For and on behalf of the President of India, the undersigned is directed to invite quotations from interested Firms for supply, installation & testing of Audio Conferencing Systems for Conference Room in Department of Food & Public Distribution prescribed as 'Annexure - 1'. The firm which fulfils the following minimum criteria may only apply:- (i) The firm should be registered with relevant authorities [Registration with Sales Tax/TIN No./Service Tax/T AN No. etc.]. (ii) The firm should have similar work experience in executing contract for the last five Financial Years in the Government Sector/PSl.I. 2. Authorized Dealers/vendors may view and download the tender document containing the detailed terms & conditions, free of cost from the website from the Central Public Procurement Portal https eprocure.gov.inieprocureiapp or Department of Food & Public Distribution Website: httQ/ldfpQ,-rli~jlJ..They must submit Manufacturer Authorization Form (MAF) of Original Equipment Manufacturer (OEM) letterhead in the name of tender calling authority as per Annexure-6 without that the uploaded bid will be rejected. 3. The online bids can be submitted till 15.00 hours on 15.03.2016 and the Technical Bid of the tender will be opened at 15.30 hours on 15.03.2016. After evaluation of Technical Bids, Financial Bid of Successful Bidders will be opened at 15.30 hours on 18.03.2016 Critical Date Sheet: Tender Publish Date/time 24.02.2016/17.30 hrs. Pre-Bid Meeting Date/time - Document Download Start Date/time 24 02.2016/17 30 hrs Document Download End Date/time 1503.2016/15.00 hrs Bid Submission Start Date/time 240220 16il7.30 hrs Bid Submission End Date/time 15.0320161500 hrs. Technical Bid Opening Date/time 15.03 2016/15.30 hrs Financial Bid Opening Date/time I8.03.20I6 il 5.-'0 hrs 7'P-

Upload: phamminh

Post on 04-Apr-2018

218 views

Category:

Documents


3 download

TRANSCRIPT

No.D-21 019/0 112014-Genl.Government of India

Ministry of Consumer Affairs, Food & Public Distribution(Department of Food & Public Distribution)

Krishi Bhawan, New DelhiDate: 241hFeb, 2016

e-Tender Notice

Sub: Invitation for online 2 bid tender for Audio Conferencing Systems forConference Room from open market in Department of Food & PublicDistribution.

{Accepting OfficerUnder Secretary to the Government of IndiaDepartment of Food & Public Distribution (DFPD)(ON BEHALF OF THE PRESIDENT OF INDIA) }

For and on behalf of the President of India, the undersigned is directed toinvite quotations from interested Firms for supply, installation & testing of AudioConferencing Systems for Conference Room in Department of Food & PublicDistribution prescribed as 'Annexure - 1'. The firm which fulfils the followingminimum criteria may only apply:-

(i) The firm should be registered with relevant authorities [Registration withSales Tax/TIN No./Service Tax/T AN No. etc.].(ii) The firm should have similar work experience in executing contract for thelast five Financial Years in the Government Sector/PSl.I.

2. Authorized Dealers/vendors may view and download the tender documentcontaining the detailed terms & conditions, free of cost from the website from theCentral Public Procurement Portal https eprocure.gov.inieprocureiapp orDepartment of Food & Public Distribution Website: httQ/ldfpQ,-rli~jlJ.. They mustsubmit Manufacturer Authorization Form (MAF) of Original EquipmentManufacturer (OEM) letterhead in the name of tender calling authority as perAnnexure-6 without that the uploaded bid will be rejected.3. The online bids can be submitted till 15.00 hours on 15.03.2016 and theTechnical Bid of the tender will be opened at 15.30 hours on 15.03.2016. Afterevaluation of Technical Bids, Financial Bid of Successful Bidders will be openedat 15.30 hours on 18.03.2016

Critical Date Sheet:

Tender Publish Date/time 24.02.2016/17.30 hrs.Pre-Bid Meeting Date/time -

Document Download Start Date/time 24 02.2016/17 30 hrsDocument Download End Date/time 1503.2016/15.00 hrsBid Submission Start Date/time 240220 16il7.30 hrsBid Submission End Date/time 15.0320161500 hrs.Technical Bid Opening Date/time 15.03 2016/15.30 hrs

Financial Bid Opening Date/time I8.03 .20 I6il5.-'0 hrs

7'P-

4. The rates quoted of the required items must be all inclusive (Le. inclusiveof taxes, levies, transportation charges, etc.).

5. Original Equipment Manufacturer (OEM) should have fulfilled thefollowing criteria:

(i) They should have their own website and quoted product should be listed ontheir website.

(ii) DiscontinuedlEnd of lifelEnd of service items should not be quoted.

(iii) System should be upgradable.

(iv) System should be connected with minimum wiring and will replace existingsystem on the existing table and there should be no damage to the existing table.In case of damage, vender will pay the penalty as per actual.

(v) System should have inbuilt function to filter all kind of feedback noise &mobile/telephone interference.

(vi) OEM should have five years experience in India and also should have theirservice centre in Delhi & NCR (India).

(vii) Similar five work orders details in Govt. offices of last two years of morethan 10 lakhs (each) should be submitted by the vendor/OEM includingsatisfactory report from the respective Departments.

6. Buy-back offer for the existing system as per Annexure 2.

7. The Department reserves the right to cancel the tender at any time/stage orrelax/amend/withdraw any of the terms & conditions contained in the TenderDocument without assigning any reason, thereof. Any enquiry, after submission ofthe bid shall not be entertained. In case of withdrawal of bid, the EMD will standforfeited.

8. Earnest Money Deposit : An Earnest Money Deposit (EMD) ofRs.40,000/- (Rupees forty thousand only) in the form of Demand DraftlBankersCheque drawn in favour of DDO (Cash), Department of Food & PublicDistribution shall accompany the quotation payable at Delhi. The scanned copy ofthe EMD of Rs.40,000/- (Rupees forty thousand only) must be uploaded as part ofonline bid submission and original in a sealed envelope be deposited inDepartment of Food & Public Distribution as per instructions.

9. Bid Security known as earnest money deposit will be obtained from thebidder except those who are registered with the Central Purchase Organization andNational Small Industries Corporation as per rule. A certificate of registration inthis regard must be uploaded for exemption.

10. Performance Bank Guarantee (PBG) - The successful tenderers will have todeposit Performance Bank Guarantee (pBG) for amount of Rs. 1,00,000/- (Rupeesone lakh only) in the form of DD/Pay OrderIFDR within 15 days from the receiptby him of notification of acceptance of his tender and the PBG must have validityof 01 year from the date of successful installation.

11. The Bid securitylEMD will be forfeited in the following conditions - a) if atany stage, any of the information/declaration given by the bidder is found false. b)if a bidder withdraws his bid during the period of bid validity specified in the termsand conditions of tender. c) In case of any lapse/default in honouring of the termsand conditions at any state after submitting the tender. d) In case of final selection

~.

of bidder, if he fails to furnish Performance Bank Guarantee and other releveantdocuments in accordance with the terms and conditions of the tender

OTHER TERMS & CONDITIONS

12. The bidder shall submit the price bid in the prescribed format enclosed atAnnexure-2 of the tender documents in BOQ_XXXX.xls format. The rates soquoted should be inclusive of all taxes and transportation charges and no request ofother charges would be entertained. No transportation charges, delivery chargesetc. will be paid to the successful bidder and the same should be borne by thesuccessful bidder.

13. The rates quoted in response to the quotations will remain in force for threemonths from the date of finalization of rates without any change whatsoever.

14. Tenderers is advised to follow the instructions provided in the tender forthe e-submission of the Bid online through the Central Public Procurement Portalfor e-Procurement at https/ieprocure gOV in/eprocureiapp. Tender must beelectronically submitted (on-line at https//eprocure gov.in/eprocure/app throughinternet) within the prescribed date and time as mentioned in the e-Procurementportal. Hard copy of the Tender documents will not be accepted.

15. If the date fixed for opening of the Tender is declared as holiday, the tenderwill be opened on the next working day.

16. The offers submitted would be governed by all the terms & conditions aslaid down in the prescribed Tender form and terms & conditions indicated herein.

17. Neither Department of Food & Public Distribution nor NIC shall beresponsible for non-accessibility of e-Procurement Portal due to technical glitchesor internet connectivity issues at Tenderers end.

18. In case of any clear indication of cartelization or express or implied anti­competitive agreements amongst the Tenderers at the time of finalization of Tenderor thereafter, which at any time i.e. before or after award of the Contract comes tothe notice of the Department of Food & Public Distribution, the TenderingAuthority may reject the relevant Tenders, forfeit their EMD/Security Deposit,recover the losses as assessed by the authority arising out of such anti-competitivepractice of the Tenderer (s) and also recommend the case to the Ministry ofFinancelRegistrar of Companies/NSIC/Competition Commission of India or anyother Department having appropriate jurisdiction or Authority, for initiatingnecessary action including, but not restricted to, cancellation of license.

19. Department of Food & Public Distribution may, at its discretion, seek fromany or all tenderers clarification(s) in respect of any particulars furnished in theiroffer. The request for such clarifications and the response will be in writing.

20. The L-l rate would be decided against the net rate quoted for unit rate ofthe same specification in the price bid.

21. The firms intending to participate in the tender process with their offer oftender are expected and also advised to read and understand carefully the terms &conditions of the contract as detailed out in the foregoing paragraphs beforesending in their tender, as no change or violation of the aforesaid terms &conditions shall be permissible once the tender is accepted by this Department.

22. Department will not pay separately for the transport insurance etc. Supplierwill be responsible for the safe arrival of the items at Krishi Bhawan. ~

23. One set of printed user guide/technical manuals for all the equipments are to beprovided on non returnable basis along with the tender to facilitate the technicalevaluations, otherwise the tender is liable to be ignored. The successful bidder willhave to supply one set of printed user guide/technical manuals in respect to eachequipment.

24. The bidder should be a reputed supplier of said items with experience of fiveyears for installation of mike system in Govt. OfficeslPSU and also having soundfinancial standing with annual turnover of not less than Rs.50 lakh. Bidder shouldindicate their yearly turnover, PAN NO.lService TaxNat registration No. etc.Copy of these documents must be uploaded. Original will be verified later.

25. The articles should be in original/standard quality with one yearreplacement Guarantee & price should be inclusive of three years warranty whichcovers all spares, wear & tear.

26. Order for items will be placed on requirement basis and payment will bereleased only after it is ensured that the items /quantity/quality of items suppliedare to the entire satisfaction of this Office.

27. Any items which is found to be defective, or not of the desired quality, etc.shall be returned by this office and the order placed therefore shall stand cancelled.

28. Contract shall be awarded to the firm offering the lowest / net bundled priceand not with reference to the lowest prices quoted for the sub-items. However, ifprice for each & every items is not quoted, Net-bundled price offered shall not beaccepted.

29. The payment for supply of Audio Conferencing will be released only afterreceiving installation reports from the user and it is the responsibility of thesuccessful bidder to ensure that all the prescribed items as per Annexure 1 may besupplied and installed.

30. The tenderer should enclose a signed copy of the terms andconditions stipulated for award of the contract, conveying his acceptance of thesame.

31. In the event of any dispute relating to items of work shall be referred to theAccepting Officer. Appeal against the decision of the Accepting Officer in thisregard shall lie with the Joint Secretary (Admn.), Department of Food & PD andthe decision given by him shall be final and binding.

32. The Technical Bid of the tender will be opened at 15.30 hours on 15.03.2016.After evaluation of Technical Bids, Financial Bid of Successful Bidders will beopened at 15.30 hours on 18.03.2016. Both bids will be opened in the room ofundersigned (Room No.44-B), Krishi Bhawan, New Delhi. The tenderers or hisrepresentative may, if they so desire, be present at the time of opening ofquotations.

33. The Department of Food & Public Distribution reserves the right to accept orreject any or all quotation in full or part without assigning any reason thereof. Thedecision of this Department in this regard shall be final and binding on the firm.

34. Incomplete or conditional tenders will not be entertained.

35. The unrealistic rates shall not be entertained and reasonability of rates shallbe ascertained according to the item of work.

36. The awardee firm will be required to install the Audio Conferencing at theirquoted rates within 2 weeks and hand over the installation report etc. to the users.

~/

The number of units may increase or decrease and the total number of units to beinstalled would be finalized by the Department.

37. PENALTY:In case of delay in completion of work within the stipulated time, the following

rates of penalties shall be imposed on the contractor:-

Vi) 1F0r1 to 2 days delay 10% deduction from the overall paymentii) IFor 3 days delay 15% deduction from the overall payment.iii) For 4 to 5 days delay ~O%deduction from the overall payment.iv) For delay above 5 days rrender will be cancelled and EMD will be

forfeit.

38. The Technical & Financial Bids are at Annexure 1& 2.

39. The foremost requirement of participation in e-tender is to have a digitalsignature. Instructions to the Bidders to submit the bids online are also enclosedherewith as Annexure-3.

40. The firm will be required to submit the tender acceptance letter as Annexure-4 and details of bidders as Annexure-5.

41. The firm must be attached PAN, VAT, Service Tax, Incorporation certificate,last 3 year ITR along with CA certified Certificate.

42. All disputes are subject of Delhi jurisdiction only.

THE DEPARTMENT ON THE BEHALF OF PRESIDENT OF INDIA DOESNOT BIND HIMSELF TO ACCEPT THE LOWEST OR ANY TENDER.

(Rajesh l'f!:p;"deer)Under Secretary to the Government of India

Tele: 23097040

Annexure-l

Format of Technical Bid

Specification for Digital audio conference systemSystem required feature:-System should be fully digital and should have inbuilt function to destroy any kind offeedback noise and mobile interference. Further system should have the upgraded facilitylike camera control for look at me feature and audio, video recording of conference.Microphone should be connected in daisy chain manner (Connection should ensure flowlesscommunication of sound). Incase the first M/c phone fails then it should not disrupt thecommunication. Microphone should have LED lights for on/off indications.Special feature: - Microphone should be fitted flush to table top so no wires will be visibleon the table.

Items Descriptions Qty Mak !Model Compliance Anye Deviation

Central Control unit feature: - 01Control Controller should be able tounite- provide the power supply and

Control of30 Nos. of mike.Auto mic shut off:-l0 secondwithout speaking, microphonewill be automatically shut -off.System should have the RS-232 interface for theprogramming purpose.

Chairmen Flush mount chairman unit 01microphon with push to talk and prioritye unite- speak button, pluggable

gooseneck microphone easilyto remove when not in use.Microphone length should be17" to 22". Microphone shouldbe auto off when not in use(voice activated)

Delegate Flush mount Delegate unit 19microphon with push to talk and,e unite- pluggable gooseneck

microphone easily to removewhen not in use. Microphonelength should be 17" to 22".Microphone should be auto offwhen not use (voice activated)

Audio 120watt mixing amplifier 01Mixer comparative with the system.Amplifier: It should have four aux Imike- input

Ceiling 15watt 1OOVline ceiling 08speakers- speaker

~

Wirelesslapelmicrophone:

Wireless lapel microphoneshould be Omni-directional.

01

Wirelesshandheldmicrophone:

Good quality Wirelesshandheld microphone

02

HDMIMatrixswitcher

Video Input 01Interface 8 x HDMIVideo OutputInterface 8 x HDMIVideoMax. Resolution Up to 1080pControlRS-232 Connector

HDMIAudio De­embedded

Video InputInterface 1x HDMIVideo OutputInterface 1x HDMIMax. Resolution1920x 1080AudioOutputHDMI

RCA

Up to

1 x

1 x

01

HDMI Video InputExtender:- Interface

HDMITypeVideo OutputAudioInp~ IxHDMI Output1xHDMI

1x02

HydraulicPop UPBox:

2 HDMI Input, 2 LAN, 2power input.

04

HDMICABLE:-

High Speed full HD or 4kresolution supported HDMICABLE

12

HDMIPatchcord:-

High speed Good quality 1.5 04mtr. HDMI patch cord

17uEquipmentRack

Front Glass DoorRear Steel DoorMeshCastor Wheels with FrontBrake (Set of 4 Nos)Fan 90CFM 230VAC (DirectlyMounted on Top Panels)19" Stationary Shelf350mm(D) 4 nosAc Distribution Box 8 Points 5Amp Socket

17U17U

01

Annexure-2

Price bid

S. Item description Qty Units Basic price VA ~ount TotalNo. (in. Rs.) T (in Rs) amount

(in Rs)1 Central control 01

Unit2 Chairmen Unit 013 Delegate Unit 194 Audio Mixer 01

Amplifier5 Ceiling Speaker 086 Wireless lapel 01

microphone7 Wireless Hand 02

Held Microphone8 HDMI Matrix 01

switcher9 HDMI Audio De- 01

embedded10 HDMI Extender:- 0211 Hydraulic Pop UP 04

Box:12 HDMI CABLE:- Per

meter13 HDMI Patch Per

cord:- meter14 17u Equipment 01

RackTotal in FiguresTotal in words

Note: The Company should be capable of providing after sale service support for minimumeight years.

Annexure-2(A)

Price bid

S. Item description Qt Units Basic VAT IAmount TotalNo. y pnce (in Rs) amount

(in. Rs.) (in Rs)1 Buy Back pnce for

below mention item(Bosch Flusmount LBDSeries:

Central Control Unit: 01

Chairman Unit: 01

Chairmen Delegate: 19

Amplifier: 01

2 Buy Back offer price infigures & words

3 Rate of AMC for 03years beyond warrantyperiod

4 Total Net Price OfferTotal in FiguresTotal in words

Instructions for Online Bid SubmissionAnnexure-3

The bidders are required to submit soft copies of their bids electronically on the CPPPortal, using valid Digital Signature Certificates. The instructions given below are meant toassist the bidders in registering on the CPP Portal, prepare their bids in accordance with therequirements and submitting their bids online on the CPP Portal.

More information useful for submitting online bids on the CPP Portal may be obtainedat: https://eprocllre.gov.in/eprocure/app.

REGISTRA TION

1) Bidders are required to enroll on the e-Procurement module of the CentralPublic Procurement Portal (URL: https:/ieprocure gov.in/eprocllre/app) by clickingon the link "Online bidder Enrollment" on the CPP Portal which is free of charge.

2) As part of the enrolment process, the bidders will be required to choose aunique usemame and assign a password for their accounts.

3) Bidders are advised to register their valid email address and mobile numbersas part of the registration process. These would be used for any communication fromthe CPP Portal.

4) Upon enrolment, the bidders will be required to register their valid DigitalSignature Certificate (Class II or Class illCertificates with signing key usage) issuedby any Certifying Authority recognized by CCA India (e.g.Sify/TCS/nCode/eMudhra etc.), with their profile.

S) Only one valid DSC should be registered by a bidder. Please note that thebidders are responsible to ensure that they do not lend their DSC's to others whichmay lead to misuse.

6) Bidder then logs in to the site through the secured log-in by entering theiruser ID/ password and the password of the DSC/e-Token.

SEARCHING FOR TENDER DOCUMENTS

1) There are various search options built in the CPP Portal, to facilitate biddersto search active tenders by several parameters. These parameters could includeTender ID, Organization Name, Location, Date, Value, etc. There is also an optionof advanced search for tenders, wherein the bidders may combine a number of searchparameters such as Organization Name, Form of Contract, Location, Date, Otherkeywords etc. to search for a tender published on the CPP Portal.

2) Once the bidders have selected the tenders they are interested in, they maydownload the required documents/tender schedules. These tenders can be moved tothe respective 'My Tenders' folder. This would enable the CPP Portal to intimate thebidders through SMS/ e-mail in case there is any corrigendum issued to the tenderdocument.

3) The bidder should make a note of the unique Tender ID assigned to eachtender, in case they want to obtain any c1arification/helpfrom the Helpdesk.

PREPARATION OF BIDS

1) Bidder should take into account any corrigendum published on the tenderdocument before submitting their bids.

2) Please go through the tender advertisement and the tender documentcarefully to understand the documents required to be submitted as part of the bid.

Please note the number of covers in which the bid documents have to be submitted,the number of documents - including the names and content of each of the documentthat need to be submitted. Any deviations from these may lead to rejection of~e bid.

3) Bidder, in advance, should get ready the bid documents to be submitted ~indicated in the tender document/schedule and generally, they ~an be I~PDF/XLSIRARlDWF/JPG formats. Bid documents may be scanned With 100 dPIwith black and white option which helps in reducing size of the scanned document.

4) To avoid the time and effort required in uploading the s~e set of s~~ndarddocuments which are required to be submitted as a part of every bid, a provision ofuploading such standard documents (e.g. PAN card copy, annual reports, auditorcertificates etc.) has been provided to the bidders. Bidders can use "My Space" or"Other Important Documents" area available to them to upload such documen.ts.These documents may be directly submitted from the "My Space" area whilesubmitting a bid, and need not be uploaded again and again. This will lead to areduction in the time required for bid submission process.

SUBMISSION OF BIDS

1) Bidder should log into the site well in advance for bid submission so thatthey can upload the bid in time i.e. on or before the bid submission time. Bidder willbe responsible for any delay due to other issues.

2) The bidder has to digitally sign and upload the required bid documents oneby one as indicated in the tender document.

3) Bidder has to select the payment option as "offline" to pay the tenderfeelEMD as applicable and enter details of the instrument.

4) Bidder should prepare the EMD as per the instructions specified in the tenderdocument. The original should be posted/courieredlgiven in person to the concernedofficial, latest by the last date of bid submission or as specified in the tenderdocuments. The details of the DD/any other accepted instrument, physically sent,should tally with the details available in the scanned copy and the data enteredduring bid submission time. Otherwise the uploaded bid will be rejected.

5) Bidders are requested to note that they should necessarily submit theirfinancial bids in the format provided and no other format is acceptable. If the pricebid has been given as a standard BoQ format with the tender document, then thesame is to be downloaded and to be filled by all the bidders. Bidders are required todownload the BoQ file, open it and complete the white coloured (unprotected) cellswith their respective financial quotes and other details (such as name of the bidder).No other cells should be changed. Once the details have been completed, the biddershould save it and submit it online, without changing the filename. If the BoQ file isfound to be modified by the bidder, the bid will be rejected.

6) The server time (which is displayed on the bidders' dashboard) will beconsidered as the standard time for referencing the deadlines for submission of thebids by the bidders, opening of bids etc. The bidders should follow this time duringbid submission.

7) All the documents being submitted by the bidders would be encrypted usingPKI encryption techniques to ensure the secrecy of the data. The data entered cannotbe viewed by unauthorized persons until the time of bid opening. The confidentialityof the bids is maintained using the secured Socket Layer 128 bit encryptiontechnology. Data storage encryption of sensitive fields is done. Any bid documentthat is uploaded to the server is subjected to symmetric encryption using a systemgenerated symmetric key. Further this key is subjected to asymmetric encryptionusing buyers/bid openers public keys. Overall, the uploaded tender documentsbecome readable only after the tender opening by the authorized bid openers.

8) The uploaded tender documents become readable only after the tenderopening by the authorized bid openers.

9) Upon the successful and timely submission of bids (i.e. after Clicking"Freeze Bid Submission" in the portal), the portal will give a successful bid

submission message & a bid summary will be displayed with the bid no. and the date& time of submission of the bid with all other relevant details.

10) The bid summary has to be printed and kept as an acknowledgement of thesubmission of the bid. This acknowledgement may be used as an entry pass for anybid opening meetings.

ASSISTANCE TO BIDDERS

1) Any queries relating to the tender document and the terms and conditionscontained therein should be addressed to the Procuring entity/Tender InvitingAuthority for a tender or the relevant contact person indicated in the tender.

2) Any queries relating to the process of online bid submission or queriesrelating to CPP Portal in general may be directed to the 24x7 CPP Portal Helpdesk.The contact number for the helpdesk is 180030702232. Foreign bidder can get helpat +91-7878007972& 7878007973.

TENDER ACCEPTANCE LETTER(To be given on Company Letter Head)

Annexure-4

Date:To,

Sub: Acceptance of Terms & Conditions of Tender.

Tender Reference No: Name of Tender/Work:------------------

Dear Sir,

1. II We have downloaded/obtained the tender document(s) for the above mentioned'Tender/Work' from the web site(s) namely:

as per your advertisement, given in the above mentioned website(s).

2. I1We hereby certify that I1we have read the entire terms and conditions of the tenderdocuments from Page No. To (including all documents like annexure(s),schedule(s), etc.), which form part of the contract agreement and I1we shall abide hereby by theterms/conditions/clauses contained therein.

3. The corrigendum(s) issued from time to time by your department/organization too have alsobeen taken into consideration, while submitting this acceptance letter.

4. I1We hereby unconditionally accept the tender conditions of above mentioned tenderdocument(s)/ corrigendum(s) in its totality/entirety.

5. I1We do hereby declare that our Firm has not been blacklisted/debarred by any Govt.DepartmentlPublic sector undertaking.

6. I1Wecertify that all information furnished by the our Firm is true & correct and in the eventthat the information is found to be incorrect/untrue or found violated, then your department/organization shall without giving any notice or reason therefore or summarily reject the bid orterminate the contract, without prejudice to any other rights or remedy including the forfeiture of thefull said earnest money deposit absolutely.

7. I1Wehereby submit all the Annexure i.e (1, (2 Price Bid), 3, 4, 5 & 6)

8. AMC after expiry of the validity of all the supply goods may be continuing with thesupplier. (So, kindly give declaration for the same on company letterhead).

9. The contractor shall indemnify the Govt. from and against any loss, damage, cost charge,expenses, etc., for no fault of the Division and shall ensure that Government's interest is protectedand safeguarded at any cost.

10. The contractor shall not avoid or delay or slow down or postpone or refuse any order forlifting the consignment for any reason whatsoever. Any avoidance or delay or slow down orpostpone/refusal, will tantamount to violation of the contract.

Yours faithfully,

(Signature of the Bidder, with Official Seal)

Annexure-5

Details of Bidders

s. Particulars To be filled by BidderNo.1 Whether Original Equipment Manufacturer2. Composition of the firm (whether

~artnership/proprietorshiplPublic Ltd.)3. Names of the proprietor/partnerslDirectors of

the firm4. TIN and VAT details with supporting

documents5. Address of the Firm

TelephoneEmailFax

6. Work experience in years

Annexure-6

ORIGINAL EQUIPMENT MANUFACTURER AUTHORIZA nON FORM

Date: .Ref. No .

To,

The Under Secretary (General)Department of Food & Public DistributionKrishi Bhawan, New Delhi-llOOOl

Ref: Tender No...............•........Dated .••...........•....... for ......................................••......

Dear Sir,

We (Manufacturer Name) having our office at '" (Address) aremanufacturer of.. (Product Name) do hereby confirm that Mls................... (Bidder name) having its office at authorized distributor cum service provider orauthorized distributor cum warranty service provider or authorized vender. And isauthorized to quote, negotiate and conclude the aforementioned tender specification.

Yours fuithfully,

(Authorized Signatory Name)Designation:

Company Name:EmailID:Mobile:Phone:

Fax: