+ All Categories
Home > Documents > MAHARASHTRA ANIMAL & FISHERY SCIENCES UNIVERSITY COLLEGE...

MAHARASHTRA ANIMAL & FISHERY SCIENCES UNIVERSITY COLLEGE...

Date post: 20-Mar-2018
Category:
Upload: vantu
View: 223 times
Download: 3 times
Share this document with a friend
33
1 MAHARASHTRA ANIMAL & FISHERY SCIENCES UNIVERSITY COLLEGE OF VETERINARY & ANIMAL SCIENCES, UDGIR, DIST. LATUR-413517 TENDER NOTICE FOR SUPPLY OF “HIGH PERFORMANCE LIQUID CHROMATOGRAPH” FOR “FEED TESTING LABORATORY” AT COVAS, UDGIR, DIST. LATUR No.VCU /ANN/FTLAB/TENDER/01/04 / 2015 Date: 30/07/2015 TENDER NOTICE 1. The Associate Dean, College of Veterinary & Animal Sciences, Udgir, Dist. Latur intends to call online tenders from the intending manufacturers / authorized dealers / authorized suppliers for the supply of “ High Performance Liquid Chromatograph” under Central Government sponsored scheme entitled Strengthening of Feed Testing Laboratory” at Dept. of Animal Nutrition, COVAS, Udgir. 2. The blank tender form can be downloaded from website https ://maharashtra.etenders.in through Sub Portal https://adf.maharashtra.etenders.in 3. The tender will be opened as per schedule in presence of intending Suppliers / bidders / their representatives. 4. All the rights to accept or reject whole or part of the tender without assigning any reason thereof is reserved by the undersigned. Place: College of Veterinary & Animal Sciences, Udgir, Dist. Latur Date: 30/07/2015 Associate Dean College of Veterinary & Animal Sciences Udgir, Dist. Latur
Transcript

1

MAHARASHTRA ANIMAL & FISHERY SCIENCES UNIVERSITYCOLLEGE OF VETERINARY & ANIMAL SCIENCES, UDGIR,

DIST. LATUR-413517

TENDER NOTICE FOR SUPPLY OF “HIGH PERFORMANCE LIQUIDCHROMATOGRAPH” FOR “FEED TESTING LABORATORY” AT COVAS,

UDGIR, DIST. LATUR

No.VCU /ANN/FTLAB/TENDER/01/04 / 2015 Date: 30/07/2015

TENDER NOTICE

1. The Associate Dean, College of Veterinary & Animal Sciences, Udgir, Dist. Laturintends to call online tenders from the intending manufacturers / authorizeddealers / authorized suppliers for the supply of “High Performance LiquidChromatograph” under Central Government sponsored scheme entitled

“Strengthening of Feed Testing Laboratory” at Dept. of Animal Nutrition,COVAS, Udgir.

2. The blank tender form can be downloaded from website https://maharashtra.etenders.inthrough Sub Portal https://adf.maharashtra.etenders.in

3. The tender will be opened as per schedule in presence of intending Suppliers / bidders /their representatives.

4. All the rights to accept or reject whole or part of the tender without assigning anyreason thereof is reserved by the undersigned.

Place: College of Veterinary & Animal Sciences, Udgir, Dist. LaturDate: 30/07/2015

Associate DeanCollege of Veterinary & Animal Sciences

Udgir, Dist. Latur

2

DETAILS OF TENDER NOTICE

Tender Reference no. No.VCU/ANN/FTLAB/TENDER/ 01/04 /2015

Name of Work / Item Supply of High Performance Liquid

Chromatograph

Cost of blank tender document &

Mode of Payment

Rs.1000/- (Rupees One Thousand Only)

(Non Refundable) to be paid through

Online Payment Modes only i.e. Net

Banking, Debit Card and Credit Card

during Tender Document Download Stage.

EMD Amount & Mode of Payment

Rs. 1,20,000/- (Rupees One Lakh Twenty

Thousand Only) to be paid through Online

Payment Modes only i.e. Net Banking,

Debit Card, Credit Card and NEFT/RTGS

during Bid Preparation Stage.

Date, Time and Place for Training on

e-Tendering Process

14/07/2015 (11.00-13.00Hrs)

Office of The Associate Dean,

College of Veterinary & Animal Sciences,

Udgir, Dist. Latur (Maharashtra)

Date, Time and Place of Pre Bid Meeting

14/07/2015 (16.00-18.00Hrs)

Office of The Associate Dean,

College of Veterinary & Animal Sciences,

Udgir, Dist. Latur (Maharashtra)

Venue for online opening of tender

Office of The Associate Dean,

College of Veterinary & Animal Sciences,

Udgir, Dist. Latur (Maharashtra)

Address for Communication

The Associate Dean,

College of Veterinary & Animal Sciences,

Udgir, Dist. Latur (Maharashtra)

Contact Telephone & Fax Numbers Tel: 02385-256630; Fax: 02385257448

e-Tendering Helpline Support:

Monday to Friday - 09:00 AM - 08:00 PM

Saturday - 09:00 AM - 06:00 PM

Telephone: 020 - 3018 7500

Email: [email protected]

3

e-TENDER TIME SCHEDULE

Please Note: All bid related activities (Process) like Tender Document Download, BidPreparation and Bid Submission will be governed by the time schedule given under KeyDates mentioned below:

Sr.No Activity

Performedby Start Expiry Duration

Date Time Date Time1 Tender

release Department 30.06.15 11.00 30.06.15 16.00 01 day

2 Tenderdownload

Bidders 30.06.15 16.01 20.07.15 23.00 21 days3 Bid

preparation

4 Technicalbid closing

Department 21.07.15 11.00 21.07.15 17.00 01 day5 Price bid

closing

6 Bidsubmission Bidders 21.07.15 17.01 24.07.15 17.00 04 days

7 Technicalbid opening

Department 28.07.15 11.00 29.07.15 17.00 02 days8 Price bid

opening

Dates mentioned here, are scheduled dates for Bid Opening Activities. Anychanges in dates of opening of technical and commercial bids shall be notified in'Press Notice /Corrigendum' section on the e-Tendering sub portal of thedepartment before opening of the same.

4

INSTRUCTIONS TO BIDDERS

GENERAL INSTRUCTIONS:

The bidders are requested to familiarize themselves with the use of the e-Tendering portalof Government of Maharashtra well in advance.

To view- Tender Notice, Detailed Time Schedule, Tender Document for this Tender andsubsequently purchase the Tender Document and its supporting documents, kindly visitfollowing e-Tendering website of Government of Maharashtra:https://maharashtra.etenders.in

The bidders participating first time for e-Tenders on GoM e-tendering portal will have tocomplete the Online Registration Process for the e-Tendering portal. A link forenrollment of new bidders has been provided on https://maharashtra.etenders.in

All bidders interested in participating in the online e-Tendering process are required toprocure Class II or Class III Digital e-Token having 2 certificates inside it, one forSigning/Verification purpose and another for Encryption/Decryption purpose. The tendershould be prepared & submitted online using individual’s Digital e-Token.

e-Tendering Tool Kit for Bidders (detailed Help documents, designed for bidders) hasbeen provided on e-Tendering website in order to guide them through different stagesinvolved during e-Tendering such as online procedure for Tender Document Purchase,Bid Preparation, Bid Submission.

Bidders will have to pay cost of Tender Document (Rs.1000/-) through online modes ofpayment only such as Net Banking, Debit Card and Credit Card during TenderDocument Download stage. This payment will not be accepted by the departmentthrough any offline modes such as Cash, Cheque or Demand Draft.

Similarly, Bidders will have to pay Earnest Money Deposit through online modes ofpayment such as Net Banking, Debit Card, Credit Card and NEFT/RTGS during BidPreparation stage. This payment will not be accepted by the department through anyoffline modes such as Cash, Cheque or Demand Draft.

The interested bidders will have to make online payment (using credit card/debit card/netbanking) of Rs. 1054/- (inclusive of all taxes) per bid per tender to online service providerof e-Tendering system (Sify NexTenders) at the time of entering Online Bid Submissionstage of the tender schedule.

If any assistance is required regarding e-Tendering (registration / upload / download)please contact GoM e-Tendering Help Desk on number: 020 – 3018 7500 (PuneHelpline), Email: [email protected]

For a bidder, online bidding process consists of following 3 stages:1. Online Tender Document Purchase and Download2. Online Bid Preparation3. Online Bid Submission

5

All of 3 stages are mandatory for bidders in order to successfully complete OnlineBidding Process.

TENDER DOCUMENT PURCHASE AND DOWNLOAD:

The tender document is uploaded / released on Government of Maharashtra, (GOM) e-tendering website https://maharashtra.etenders.in. Tender document and supportingdocuments may be purchased and downloaded from following link of AnimalHusbandry, Dairy Development and Fisheries Department on e-Tenderingwebsite of Government of Maharashtra, https://adf.maharashtra.etenders.in bymaking payment (Rs.1000/-) through Online Payment Modes i.e. Net Banking, DebitCard and Credit Card.

If for any reason a bidder fails to make this payment through online modes, systemwon't allow the bidder to proceed further for next stage resulting in his/herelimination from Online Bidding Process.

This payment will not be accepted by the department through any offline modes such asCash, Cheque or Demand Draft.

Subsequently, bid has to be prepared and submitted ONLINE ONLY as per the schedule.

The Tender form is available online only. Tender forms shall not be sold / issuedmanually from “College of Veterinary & Animal Sciences, Udgir” office.

The bidders are required to download the tender document within the prescribed date &time mentioned in online tender schedule. After expiry of the date and time for tenderdocument download, the bidders would not be able to download the tender form andDepartment / Corporation will not be responsible for any such failure on account ofbidders for not downloading the document within the schedule even though they havepaid the cost of the tender to the Department / Corporation. In such case the cost of thetender paid by the bidders will not be refunded under any circumstances.

PREPARATION & SUBMISSION OF BIDS

Both the Bids (Technical as well as Commercial) shall have to be prepared andsubsequently submitted by the bidder online only. Bids not submitted online will not beentertained.

6

Online Bid Preparation

EARNEST MONEY DEPOSIT (EMD)

Bidder having registration with C.S.P.O., N.S.I.C., DGS & D will be exempted frompaying EMD (Relevant authentic document must be enclosed).Rest of the bidders are required to pay Earnest Money Deposit through Online Paymentmodes i.e. Net Banking, Debit Card, Credit Card and NEFT/RTGS during BidPreparation Stage. Offers made without EMD shall be outright rejected.

This payment will not be accepted by the department through any offline modes such asCash, Cheque or Demand Draft.

If for any reason a bidder fails to make this payment through online modes, system won'tallow the bidder to complete Bid Preparation stage resulting in his/her elimination fromOnline Bidding Process.

In Bid Preparation stage, bidders get access to Online Technical and CommercialEnvelopes where they are required to upload documents related to technical eligibilitycriteria and quote commercial offer for the work / item in respective online envelopes.

7

TECHNICAL BID

Following documents should be uploaded in Online Technical Envelope (T1) in PDFformat, if required can be zipped as well and then uploaded. These documents need to bedigitally signed by individual bidder’s digital signature and uploaded during Online BidPreparation stage. The list of documents for Technical Envelope is as follows:

Sr.No.

List of Documents Compulsory/Additional

1 Product Literature / leaflets consists of detailed description ofgoods essential technical and performance characteristics.

Compulsory

2 Manufacturer's Authorization Certificate in case the bidder isquoting as an agent on behalf of a manufacturer.

Compulsory

3 The Documentary proof by Authorized Agent / Dealer statingthat they have facility of the after sales service, repairing of theequipment, machinery at the site / shop.

Compulsory

4 Duly completed Questionnaires. Compulsory5 Certified copy of PAN Card. Compulsory6 Certified copy of ITCC issued by Department of Income Tax

(Last three years)Compulsory

7 Documents showing capability to carry out supplier’smaintenance, repair & spare parts stocking obligations alongwith commitment to attend the system within 24hrs and offerstandby system along with probe within 48hrs after receiving thebreakdown complaint.

Compulsory

8 Certified copy of Sales Tax / CST clearance certificate. Compulsory9 Users list, Performance certificate and Photocopies of the P.O.

received from government institutes for similar units during lastfive years.

Compulsory

10 A clause-by-clause commentary on the purchaser Technicalspecification.

Compulsory

11 Certificate regarding enlistment of Indian Agents with theCentral Purchase Organization (e.g. DGS & D) if the Indianagent desires to quote directly on behalf of their foreignprinciples.

Compulsory

12 Certificate of Sturdiness test. Additional13 Document giving details of clearing of equipment. Compulsory14 Certificate of Warranty of the equipment for 1 years. Compulsory15 Certificate stating that Prices are valid at least for 180 days from

the date of opening of bid.Compulsory

16 Schedule of Requirements. Compulsory17 Manufacturers authorization forms. Compulsory18 Declaration 1 Compulsory19 Declaration 2 Compulsory20 Covering letter for submission of tender with witnesses

signatures.Compulsory

8

COMMERCIAL BID

All commercial offers must be prepared online (An online form is provided for thispurpose in Online Commercial Envelope (C1), during Online Bid Preparation stage).

Any bidder should not quote his offer any where directly or indirectly in TechnicalEnvelope (T1), failing which the Commercial Envelope (C1) shall not be opened and histender shall stand rejected.

Note: During Online Bid Preparation stage, bidders are allowed to make any changes ormodifications in the bid data uploaded by them in Technical (T1) as well as Commercial(C1) envelope.

Towards the end of Bid Preparation, once verification of EMD payment is successful,bidder completes the Bid Preparation stage by generating the Hash Values for T1 andC1. Post this, system won’t allow him/her to make any further changes ormodifications in the bid data. The list of documents for Commercial Envelope is asfollows:

Sr. No. List of Documents Compulsory/Additional

1 Proforma Invoice from foreign principal in case of importeditem.

Compulsory

2 BID form and prices schedule. Compulsory3 Bank Guarantee form for bid securities. Compulsory4 Details regarding taxes. Compulsory5 Details regarding bank. Compulsory6 Document showing Exemption from EMD (if applicable). Compulsory7 Covering letters for financial BIDs. Compulsory

Online Bid Submission

In this stage, bidders who have successfully completed their Bid Preparation stage arerequired to transfer the data, already uploaded by them during Bid Preparation stage, fromtheir custody to department’s custody.

Note: During this stage, bidders won’t have any capability to make any kind of changesor editing into technical as well as commercial data.

9

INSTRUCTION TO BIDDERS FOR ONLINE BID PREPARATION & SUBMISSION

Bidders are required to pay Earnest Money Deposit (if applicable to them) through OnlinePayment modes i.e. Net Banking, Debit Card, Credit Card and NEFT/RTGS duringBid Preparation Stage.

If for any reason a bidder fails to make this payment through online modes, system won'tallow the bidder to complete Bid Preparation stage resulting in his/her elimination fromOnline Bidding Process.

Hence, it is strongly recommended to bidders to initiate this payment well in advanceprior to expiry of Bid Preparation stage in order to avoid elimination from Online BiddingProcess on grounds of failure to make this payment.

During the activity of Bid Preparation, bidders are required to upload all the documentsof the technical bid by scanning the documents and uploading those in the PDF format.This apart, bidders will have to quote commercial offer for the work / item, for which bidsare invited, in an online form made available to them in Commercial Envelope. Thisactivity of Bid Preparation should be completed within the pre-scribed schedule givenfor bid preparation.

After Bid Preparation, the bidders are required to complete Bid Submission activitywithin prescribed schedule without which the tender will not be submitted.

Interested contractors / bidders will have to make online payment (using credit card/debitcard/net banking/Cash Card) of Rs. 1054/- (inclusive of all taxes) per bid per tender toonline service provider of e-Tendering system (Sify NexTenders) at the time ofcommencing Online Bid Submission stage of the tender schedule.

Non-payment of processing fees will result in non submission of the tender andDepartment will not be responsible if the bidder is not able to submit their offer due tonon- payment of processing fees to the e-tendering agency.

Detailed list of different modes of online payment to e-tendering service provider (E-Payment Options) has been provided under E-Tendering Toolkit for Bidders sectionof https://maharashtra.etenders.in

The date and time for online preparation followed by submission of envelopes shallstrictly apply in all cases. The bidders should ensure that their tender is prepared onlinebefore the expiry of the scheduled date and time and then submitted online before theexpiry of the scheduled date and time. No delay on account of any cause will beentertained. Offers not submitted online will not be entertained.

If for any reason, any interested bidder fails to complete any of online stages during thecomplete tender cycle, department shall not be responsible for that and any grievanceregarding that shall not be entertained.

Any amendment to the tender will be placed on sub portal of the Department, who haveinvited the bids, on e-tendering portal of the Govt. of Maharashtra. The bidder will not becommunicated separately regarding the amendment.

10

OPENING OF BIDS:

The bids that are submitted online successfully shall be opened online as per date andtime given in detailed tender schedule (if possible), through e-Tendering procedure onlyin the presence of bidders.

Bids shall be opened either in the presence of bidders or it’s duly authorizedrepresentatives. The bidder representatives who are present shall sign a registerevidencing their attendance. Only one representative per applicant shall be permitted tobe present at the time of opening the tender.

TECHNICAL BID (T1):

First of all, Technical Bid of the bidder will be opened online through e-Tenderingprocedure to verify its contents as per requirements.

At the time of opening of technical bid the bidder should bring all the original documentsthat have been uploaded in the Online Technical bid (T1) so that same can be verified atthe time of opening of technical bid.

If the bidder fails to produce the original documents at the time of opening of technicalbid then the decision of the committee taken on the basis of document uploaded will befinal and binding on the bidder.

If the various documents contained in this envelope do not meet the requirements, a notewill be recorded accordingly by the tender opening authority and the said bidder’sCommercial Envelope will not be considered for further action but the same will berecorded.

Decision of the tender opening authority shall be final in this regard.

The commercial bids shall not be opened till the completion of evaluation of technicalbids.

The commercial Bids of only technically qualified Bidders as mentioned above will beopened.

COMMERCIAL BID (C1):

This bid shall be opened online as per the date and time given in detailed tender schedulethrough e-Tendering procedure only.

11

COVERING LETTER FOR SUBMISSION OF TENDER

To,The Associate Dean,College of Veterinary & Animal Sciences,Udgir, Dist: Latur-413517.

Subject: Tender for purchase of High Performance LiquidChromatograph under “Strengthening of Feed TestingLaboratory, COVAS, Udgir” …

Sir,

In accordance with the advertisement appeared in _______________on ____ and

as per terms and conditions of the tender, I am submitting herewith my tender quoting

therein minimum rates for the supply of High Performance Liquid Chromatograph.

Yours sincerely,

Signature of the Bidder with Date

WI TNES S

1st 2nd

Signature ………………………………. Signature…………………………..

Name ……………………………….. Name …………………………..

Address ……………………………….. Address …………………………..

..……………………………… …………………………..

……………………………….. …………………………..

………………………. ……… …………………………..

12

MAHARASHTRA ANIMAL AND FISHERY SCIENCES UNIVERSITY, NAGPUR

COLLEGE OF VETERINARY & ANIMAL SCIENCESUDGIR, DIST: LATUR (413517)

TERMS AND CONDITIONS

1. The tender will be opened on As per online Time schedule in the presence ofBidder’s representative who choose to attend at the time, date and place specifiedin the schedule of requirements. Change in the place of opening of tender, if any,will be communicated in advance.

2. The technical details in T1 will be opened on As per schedule at first instance. Acompetent committee will evaluate the same. If the technical specifications are asper the tendered specifications, tender will be accepted. Otherwise, in case wherethe technical details (T1) fails to meet the requirements, the Financial details (C1)will not be opened and the tender will stand rejected. At the Second stage,financial details of only technically qualified offers shall be opened for furtherevaluation and ranking before awarding the contract.

3. No tender will be considered without earnest money deposit. Conditional tenderwill not be accepted except for bidders who are exempted from earnest moneydeposit as per the government rules.

4. The bidder has to pay Rs.1,20,000/- as Earnest Money Deposit through onlinemodes of payment only using any one online pay mode as RTGS, NEFT orpayment gateway.

5. The Earnest Money deposited by the bidder shall remain in the safe custody of theAssociate Dean, College of Veterinary & Animal Sciences, Udgir, until theacceptance of the tender is made known to the bidder and in case, his tender isaccepted until the bidder signs the contract and gives the necessary securitydeposit as per condition below.

6. The intending supplier shall also have to mention the name of manufacture /make, model of the article and has to enclose the pamphlets / pictures /information brochures of the appliances for which the rates are quoted. In theabsence of the above, the items offered may not be considered. The preferencewill be given to (a) Manufacturer, (b) Authorized Dealers of manufacturer or (c)authorized suppliers. Such agencies must enclose adequate documents to provetheir claims. The preference will be given to the items bearing ISI/ISO 9000quality control mark.

7. Successful bidder will have to furnish security deposit to the extent of 3% of totalcost of the item accepted by the College authority as offered in the tender in theform of demand draft drawn on State Bank of India, Udgir branch in favor of thePay & Account Officer, MAFSU, COVAS, Udgir. The successful bidder shouldhave to pay the security deposit within 10 days from date of receipt of confirmedorder, failing which his / her earnest money deposit is liable to be forfeited and he

13

/ she shall cease to be a successful bidder. Thereafter, the Associate Dean shall befree to enter into contract with any other bidder.

8. All the Equipments / Instruments / Machinery / Furniture must be as per the detailspecifications given and subject to the approval of the Associate Dean, College ofVeterinary & Animal Sciences, Udgir.

9. The Tenders as furnished should remain open and should be valid for 180 daysfrom the date of opening of tender.

10. Successful bidder has to sign MoU of terms and conditions between institute andbidder.

11. Any infringement of the terms and conditions of the Contract will make the bidderliable for cancellation and further any earnest money or security deposit paid willbe forfeited by the Associate Dean, College of Veterinary & Animal Sciences,Udgir.

12. Bidder will not be allowed to withdraw his tender after opening the same withoutforfeiting his earnest money deposited.

13. The tendering authority reserves the full rights to open/consider the secondenvelope (C1) only if it is satisfied with information contained in envelope (T1).The decision of the tendering authority regarding this will be final and shall bebinding on bidder.

14. The security deposit of the bidder shall be returned to him / her after one yearonly on the completion of the contract and on their furnishing the usual demandcertificate, subject to the clearance of all outstanding dues, issues or points ofdispute to the satisfaction of the Associate Dean, College of Veterinary &Animal Sciences, Udgir.

15. If required, at the time of opening the tender the Associate Dean or TenderOpening Committee can ask for extra specific documents and /or originals ofuploaded documents to confirm its authenticity which will have to be called for /provided at that time. Failing which the decision taken by committee will be finaland binding to the bidder.

16. The goods should be dispatched at suppliers risk; however, the supplier will beresponsible until the entire items are installed in good condition at the destination.

17. It is within the discretion of the concerned College/ University authorities toincrease or decrease the quantity to be purchased and/ or to relax the conditions inexceptional circumstances.

18. Installation / fitting and demonstration of Equipments with satisfactoryperformance should be given before the payment is made to the supplier. Paymentwill be made after satisfactory report is received from the concerned Indenter /Principal Investigator / Officer In charge.

14

19. The Associate Dean reserves right to accept or reject supplies in full or in partwhich do not strictly stick up to the specifications or to accept the materialssupplied with slight variations in specifications or with a condition that the ratesaccepted shall be reduced at such rates as the competent authority of the Collegemay deem fit, looking to variations and such rates shall be binding on the bidder.

20. Tendering authority reserves the right to accept or reject – higher / lower version ofequipment etc. or any other items under the same terms and conditions quoted bybidder.

21. The credit bill / invoice should be presented in triplicate in the name of AssociateDean, College of Veterinary & Animal Sciences, Udgir, after receiving thesupply/ purchase order. The College authority will not be liable for any delay inpayment of bill(s). Payment for goods supplied will be effected through cheque oronline only. The payment of the goods to successful bidder will be released up to80% on delivery, installation and successful demonstration of machine with realtime running of machine for 15 days period. Remaining 20 % will be releasedafter availing the training and performance evaluation report from the end user.

22. Even though the tender is technically accepted but after receiving of the saidequipment /instruments etc., if it is found that the technical specifications given inthe tender document do not match with supplied equipment, the Associate Deanreserves the right to reject the purchase order and the purchase order will be givento the next bidder after negotiations.

23. The Associate Dean, College of Veterinary & Animal Sciences, Udgir, reservesthe right to accept or reject any or all the tenders or part thereof without assigningany reason.

24. Delivery period quoted should be firm & supply to be made accordingly.

25. All the disputes whatsoever in connection with the tender notice,accepting/rejecting tender in full or part thereof, award of contract etc. is subjectto the Udgir jurisdiction.

26. The firm quoting for the above mentioned equipments should have pastexperience of having supplied and installed including work of the similarequipment to any reputed organizations like Government Veterinary Institution /College / Research Institutes etc.

27. The firm will have to give successful demonstration of the equipments at Collegeof Veterinary & Animal Sciences, Udgir.

28. The firm will arrange to impart training / familiarization in operating theequipment to assigned staff of College of Veterinary & Animal Sciences, Udgir.

29. The terms and conditions herein contained shall form part of and shall take effectsas if they were included in the contract agreement to be entered into by asuccessful bidder.

15

30. No extra payment will be made on and above the final price quoted by bidder.There should not be any hidden charges.

31. Warranty period for which claim of failure of system due to voltage fluctuationsshall be entertained by the supplier. All such rectifications should be done free ofcost during warranty period.

Specifications for High Performance Liquid Chromatograph:

It should have following specifications:

An automated High Performance Liquid Chromatography system with quaternarygradient pump capable of pumping four solvents at a time with a wide range of flow rateand with minimum dead volume. The system should have reliable and stable solventdelivery over a wide range of flow rate. The HPLC system should comprise of followingmodules with desired specifications.

A) Quaternary Solvent Delivery System:

• It should have Quaternary Gradient pump.• It should have a flow rate resolution of 3 ml/min.• The flow rate should be set between 0.01 to 10 ml/min from micro to semi-

preparative flow rates without any hardware changes.• Flow rate accuracy should be ±1% or ±0.5 μl/min of set value whichever is larger.• Flow rate precision should be less than ±0.1% RSD• Pressure setting range should be 1-40 MPa.• System should be able to deliver organic solvents like hexane.• It should be capable of stand alone operation.• Operating temperature range 0-400C.• Maintenance kit, reservoir tray (with 4 solvent bottles complete with fittings) &

automatic rinsing kit must be supplied.• It must have a leak sensor as safety feature.• It should have functions for maintenance and validation which are accessible by a

dedicated operation button.

B) Degassing Unit• Membrane degassing unit up to five flow lines.• Maximum operating flow rate up to 10ml/min per flow line.• Operating temperature range 0-400C.• It should include a drain-pan.• The liquid contact surfaces of the degasser should employ special synthetic

polymers designed for all solvents

16

C) Manual Injector• Should be standard Rheodyne injector with accessories• Standard loop: 20 μl 50 µl, 100 µl , Microsyringe: 25 μl (Hamilton)

D) Photodiode Array (PDA) UV-Vis Detector• Detector must be diode array detector with 512 elements or more & wavelength

range must be 190-790 nm.• Lamp should have tags for all flow cells and UV lamp to provide new levels of

data traceability by recording parameters, cell dimensions, lamp usage, etc.• Signal noise should be < 0.5 x 10-5 AU or better.• Wavelength accuracy must be at least ±1.0 nm.• Detector should have grating-based dispersion device & should not need manual

intensity adjustments if flow cells or lamps are changed.• The flow cells must include a heat exchanger to minimize potential noise caused

by thermal gradient existing between heated column and unheated cell.• It should have a leak sensor as a safety feature.

E) Column Oven:• Peltier Cooling for analysis with temperature range of 100C below ambient

to 900C.• Stability: ±0.10C• Accuracy: ±10C• Column identification accessory should be included. Capacity to hold 2-3 columns

of 30 cm length simultaneously with guard columns.• Must be a stackable, self-contained module with solvent resistant material

used in all areas which may have contact with the mobile phase.• The design of the column compartment must use thermal convection and

radiation between the heat exchanger fins to ensure that the column and thesolvent flowing through it, are almost at the same temperature.

• The oven must contain all the necessary accessories as tubing, connections,column clip, column identification module etc.• It should have a leak sensor as a safety feature.

F) Chromatography Software:• The data can be converted to other formats. Spread Sheet software and

word- processing software can be readily employed to provide data intables or graphs through industry standard protocols

• Automated peak purity evaluation using peak spectra and peak signalinformation

• Extensive reporting capabilities with built-in calculations.• Single Keyboard control of entire system; Parameter validation

management.• Compatibility with diode array, UV/Vis, RI and Fluorescence detectors• Compatibility to import and export the data.• Automated spectra library searches

17

G) Additional items to be supplied

1) Suitable 2KVa Online UPS for uninterruptable running of HPLC in case of powerfailure.

2) Compatible Computer system with printer to run the software.3) System must be quoted with extra lamps for the detector.4) Columns: C18 - 5μ, 250 x 4.6 mm 5 Nos. with guard columns.

C8 - 5μ, 250 x 4.6 mm 5 Nos. with guard columns.• Other essential minimum consumables required to run application.

e.g. syringe, tubings, trays etc. should be supplied free of cost.

Technical Bid ( Envelop-T1):

1. Technical Bid consisting of all technical details along with commercial terms &

conditions.

2. Product Literature / leaflets consists of detailed description of goods essential

technical and performance characteristics.

3. Manufacturer’s Authorization Certificate in case the bidder is quoting as an agent on

behalf of a manufacturer.

4. The manufactures/Authorized Agent / Dealer should have facility of the after

sales service, repairing of the equipment, machinery at the site / shop.

5. Certified copy of PAN / TAN / ITCC issued by Department of Income Tax.

6. Documents showing capability to carry out supplier’s maintenance, repair & spare

parts stocking obligations.

7. Certified copy of Sales Tax / CST clearance certificate.

8. Users list and photocopies of the P.O. received during last five years.

9. A clause-by-clause commentary on the purchaser Technical specification.

10. Certificate regarding enlistment of Indian Agents with the Central Purchase

Organization (e.g. DGS & D) if the Indian agent desires to quote directly on behalf

of their foreign principles.

11. Duly completed Questionnaire.

18

Financial Bid (Envelop-C1):

1. Financial bid indicating price for the item mentioned in the Technical Bid.

2. Prices: Be quoted on FOR College of Veterinary & Animal Sciences, Udgir, Dist.

Latur (Maharashtra).

3. Prices shall be quoted in Indian Rupees otherwise it shall be treated as nonresponsive

and rejected.

4. Rates quoted should be inclusive of all taxes like “C.S.T./ V.A.T./ S.T./ G.T./ L.B.T./

Octrai/ etc. wherever applicable.

5. The institute will issue Customs duty exemption certificate issued by competent

authority.

6. Being educational institute Excise duty is exempted as per Govt. Rule.

7. Warranty of the instrument/equipment should be at least one year.

8. The bidder will have to provide 2 year Annual Maintenance free of cost after expiry of

warranty period.

9. Prices should be valid for 180 days from date of opening of the tender.

PART – 1: Schedule of Requirements.

Sr. No. Brief Descriptionof Goods

AccountingUnit

Quantity DeliverySchedule

1. Inspection and Tests:-

(i) Certificate showing country of origin______________

(ii) Test certificate / inspection certificate with date, name of Issuing Agency

content of specifications (To be filled by bidder)

2. Insurance: Rates should be quoted FOR destination College of Veterinary & Animal

Sciences, Udgir. Insurance shall be arranged by the bidder / contractor.

3. Warranty: Minimum 1 year from the date of installation.

4. Installation: As per terms and conditions of purchase order, failing which Liquidated

Damage clause shall apply.

5. Prices: Be quoted on FOR College of Veterinary & Animal Sciences, Udgir.

Prices shall be quoted in Indian Rupees otherwise it shall be treated as non-responsive

and rejected.

19

PART – 2: Manufacturer’s Authorization Form

To,The Associate Dean,College of Veterinary & Animal Sciences, Udgir.Dist. Latur-413517.

Dear Sir,

Ref: Your Bidding Documents No………………………………..

We wish……………………………………………………………who areestablished and reputable manufactures of ……………………(name and description ofthe goods offered in the bid) having factories at …………………………………. herebyauthorize M/s.…………………………………………….(Name and address of the agent)to submit a bid, negotiate (as and if necessary) and conclude the contract with you againstyour above mentioned Bidding Documents for the above goods manufactured by us.

No company or firm or individual other than M/s………………………(name andaddress of the above agent) is authorized to bid, negotiate and conclude the contractagainst this specific Bidding Documents for the above mentioned goodsmanufactured by us.

We hereby extend our full guarantee and warranty of the General Conditions ofContract, read with modification, if any, in the Special Conditions of Contract for thegoods and services offered for supply against this Bidding Document by the above firm.

Yours faithfully,(Signature, name and designation)

For and on behalf ofM/s………………………………

(Name & address of the manufactures)

Note: This letter of authorization should be on the letter head of the manufacturing firmand should be signed by a person competent and having the power of attorney to legallybind the manufacture.

20

PART – 3: Bid Form and Prices Schedules

Date: ………………..

To,The Associate Dean,College of Veterinary & Animal Sciences, Udgir.Dist. Latur-413517.

Ref: Your bidding documents No. …..……………… Dated: ……………

Having examined the above mentioned bidding documents, including agenda Nos.(if any), the receipt of which is hereby duly acknowledge, we the undersigned, offer tosupply and deliver……………. (description of goods and services) in conformity with thesaid bidding documents for the sum as shown in the price schedules, attached herewithand made part of this bid.

We undertake, if our bid is accepted, to deliver the goods and complete theservices in accordance with the delivery schedule specified in the schedule ofRequirements after fulfilling all the applicable requirements incorporated in the abovereferred bidding documents.

If our bid is accepted, we will provide you with performance security as per theinstructions specified in Terms & Conditions (Sr. No.7) and in a form acceptable to youfor a sum equivalent to 3% (three percent) of the contract price for the due performanceof the contract.

We agree to abide by this bid for the bid validity period of 180 days or for thesubsequently extended period, if any agreed to by us and it shall remain binding up on usand may be accepted at any time before the expiration of that period.

Until a formal contract is prepared and executed, this old bid together with yourwritten acceptance thereof and your notification of award, shall constitute a bindingcontract between us.

We understand that you are not bound to accept the lowest or any bid you mayreceive. Dated this……………………….day of …………….2015.

Signature(in the capacity of)

Duly authorized to sign bid for and on behalf of

21

DECLARATION – I

(The following declarations shall be made herein by the bidder)

I) Associate Dean, College of Veterinary & Animal Sciences, Udgir, may rescind allcontracts by two weeks notice to me / us writing:

a) If I / We assign or subject my/our contract without their approval or if I / Weattempt to do so.

b) If I / We decline, neglect or delay to comply with any demand or requisition orin any other was fails to perform or observe any condition of the contract or am/are in the opinion of the Associate Dean, College of Veterinary & AnimalSciences, Udgir, which shall be final not likely to carry out contractsatisfactorily.

c) If I / We or any of my / our partner become insolvent or apply for relief as aninsolvent, debtor(s) or make any composition with my / our creditors or attemptto do so.

d) If I / We or any of my / our agents or servants shalli) be guilty of fraud in respect of the contract, or any other contract entered

into by me / us with the Associate Dean, College of Veterinary &Animal Sciences, Udgir or

ii) directly or indirectly given promise or offer any kind of bribe gratuitygift, loan requisite, reward of advantage pecuniary or otherwise to anyofficer or person in the employment of the Govt. in any way relating tosuch officer’s or persons in office or employment or attempt to do so.

e) If any such officer or persons nominated in Clause become in any way directlyor indirectly interested in the contract.

f) In case of such rescission / my / our security deposit, with (Associate Dean,College of Veterinary & Animal Sciences, Udgir) shall stand forfeited.

This letter of declaration should be on the letter head of the bidder and should be signedby a person competent and having the power of attorney to legally bind the bidder

22

DECLARATION - II

(The following declarations shall be made herein by the bidder)

1) I / We hereby declare that the terms and conditions of this tender and that contractagreement form have been seen and read by me / us (or read translated and explained tome / us) and I/We accept the said terms and conditions as mentioned in tender.

2) I / We hereby bind myself / ourselves to the Associate Dean, College of Veterinary &Animal Sciences, Udgir for any on behalf of the Maharashtra Animal and FisheriesScience University to provide during the period under contract, the security services attheir own rates tendered herewith by me/us.

3) The Associate Dean, College of Veterinary & Animal Sciences, Udgir reserves therights to add, alter and delete any of the condition mentioned in this document.

4) The Associate Dean, College of Veterinary & Animal Sciences, Udgir reserves therights to reject the lowest or any or all tenders without assigning any reasonwhatsoever.

(Signature)Name of the signatory in Block Letters

Address :………………………………………………………Email Address :………………………………………………..Telephone No. :………………………………………………..Sales Tax Registration No…………………………………….

NOTE:

1) The signatory of the declaration above and of the tender must be duly authorizedExecutive of the firm or company on whose behalf he may acting and must indicate hisofficial designation.

2) The terms and conditions of tender as laid down above are without prejudice toand exclusive of such additional once or such features as may be indicated in the tenderform itself.

23

PART 4: Bank guarantee form for bid security

Whereas………………………………………………………………….. (name of bidder)(hereinafter called " the bidder") has submitted his bid dated………………..(date) for thesupply of………………………(brief description of the relevant goods and services)(hereinafter called "the bid").

KNOW ALL PEOPLE by these presents that WE …………………… (name of the bank)having registered office at ………………………………………………….. (full address)(hereinafter called "the bank") are bound unto………………………………. (name of thepurchaser (hereinafter called " the purchaser") in the sum of ……………………………..(amount in figures and in words) for which payment well and truly to be, made to the saidpurchaser, the bank binds itself, its successors and assigns by these presents.Sealed with the Common Seal of the said bankthis……………………………………..Day of………………………………2015.

THE CONDITIONS of these obligations are:

1. If the bidder(i) Withdraws its bid during the period of bid validity specified by the bidder on

the bid form; or

(ii) Does not accept the correction of errors in accordance with the instruction toBidders

OR

2. If the bidder, having been notified of the acceptance of its bid by the purchaser duringthe period of bid validity:

(i) fails or refuses to execute the contract form, if required: or

(ii) fails or refuses to furnish the performance security, in accordance with theinstructions to Bidders:

We undertake to pay to the purchaser up to the above amount upon receipt of itsfirst written demand, without the purchaser having to substantiate its demand, providedthat in its demand the purchaser will note that the amount claimed by it is due to it, owingto the occurrence of one or both of the above mentioned two conditions, specifying theoccurred condition or conditions.

This guarantee will remain in force up to and including 60 (sixty) days after theperiod of bid validity and any demand in respect thereof should reach the bank not laterthan the above date.

Date…………………….. Signature of the BankPlace……………………. SEAL of the Bank

24

Details regarding Taxes:

Sr. No. Taxes Details of Taxes

1 PAN No.

2 Local Sales tax No.

3 Central Sale tax No.

4 Excise No.

5 VAT No.

6 Warranty certificate for 1 year

from date of purchase and installation.

7 Questionnaire enclosed Yes / No

8 Declarations enclosed Yes / No

Note: Related certificates may please be attached in support of above documents.Details regarding Bank:

Sr. No. Details Details of Information of Bank1 Bank Name

2 Branch

3 A/c. No.

4 IFSC No.

5 NEFT No.

6 MICR No.

7 Email

8 Address

9 City

10 State

25

Questionnaire:

Bidders should furnish specific answers to all the questions given below. In case aquestion does not apply to a bidder it should be clearly mentioned, the same may pleasenote that if the answers so furnished are not clear and / or are evasive, the bid is liable tobe ignored.

1. Bid No_________________ Date for bid opening on______________

2. Offer is open foracceptance

3. Brand of goods offered:

4. Name & address ofmanufacturer

5. Station of Manufacturer

6. What is your permanentIncome Tax A/C No.

7. Confirm whether you haveattached your latest /current ITCC or certifiedphotocopy thereof.

8. Status:(a) Are you currently

registered with theDirectorate General ofsupplies & Disposals(DGS&D) for theitems(s) quoted? If so,indicate the date up towhich you are registeredand whether there is anymonetary limit onyour registration.

(b) Are you a small scaleunit currentlyregistered with theNational SmallIndustries Corporation(NSIC) UNDER

Single PointRegistration Schemefor the item(s)quoted? If so,indicate the date up towhich you are

26

registered andwhether there is anymonetary limit onyour registration.

(c) If you are notregistered either withNSIC or DGS & D,please state whetheryou are currentlyregistered withDirectorate ofIndustries of the StateGovernmentconcerned. If so,indicate the date up towhich you areregistered andwhether there is anymonetary limit onyour registration.

(d) Are you registeredunder the IndianCompanies Act 1956or any other Act?

Please attach certified copy (copies) of the relevant registration certificate(s) inconfirmation to your above answer(s).

9. Please indicate:Name & full address of yourBanker (s) :

10. Whether you are(i) Manufacture of the goods

quoted; or

(ii) Manufacture's authorized agentfor those goods

11. State whether business dealings withyou have been currently banned byany Ministry / Dept. Of CentralGovt. or any State Govt.

Signature, Name and address of Signature of BidderWitness1.2.

Full name, designation & Address of the personsigning above For and on behalf of Masers

(Name and address of the bidding firm)

27

Schedule of Requirements:

(Technical BID)

Sr.No.

Requirements (Specifications) Technical Details

1. Quaternary Solvent Delivery System:

• It should have Quaternary Gradientpump.

• It should have a flow rate resolution of3 ml/min.

• The flow rate should be set between0.01 to 10 ml/min from micro to semi-preparative flow rates without anyhardware changes.

• Flow rate accuracy should be ±1% or±0.5 μl/min of set value whichever islarger.

• Flow rate precision should be less than±0.1% RSD

• Pressure setting range should be 1-40MPa.

• System should be able to deliver organicsolvents like hexane.

• It should be capable of stand aloneoperation.

• Operating temperature range 0-400C.• Maintenance kit, reservoir tray (with 4

solvent bottles complete with fittings) &automatic rinsing kit must be supplied.

• It must have a leak sensor as safetyfeature.

• It should have functions for maintenanceand validation which are accessible by adedicated operation button.

2. Degassing Unit• Membrane degassing unit up to five flow

lines.• Maximum operating flow rate up to

10ml/min per flow line.• Operating temperature range 0-400C.• It should include a drain-pan.• The liquid contact surfaces of the

degasser should employ special syntheticpolymers designed for all solvents

28

3. Manual Injector

• Should be standard Rheodyne injectorwith accessories

• Standard loop: 20 μl 50 µl, 100 µl ,Microsyringe: 25 μl (Hamilton)

4. Photodiode Array (PDA) UV-Vis Detector

• Detector must be diode array detectorwith 512 elements or more & wavelengthrange must be 190-790 nm.

• Lamp should have tags for all flow cellsand UV lamp to provide new levels ofdata traceability by recording parameters,cell dimensions, lamp usage, etc.

• Signal noise should be < 0.5 x 10-5 AU orbetter.

• Wavelength accuracy must be at least±1.0 nm.

• Detector should have grating-baseddispersion device & should not needmanual intensity adjustments if flow cellsor lamps are changed.

• The flow cells must include a heatexchanger to minimize potential noisecaused by thermal gradient existingbetween heated column and unheatedcell.• It should have a leak sensor as asafety feature.

5. Column Oven:

• Peltier Cooling for analysis withtemperature range of 100C belowambient to 900C.

• Stability: ±0.10C• Accuracy: ±10C• Column identification accessory should

be included. Capacity to hold 2-3columns of 30 cm length simultaneouslywith guard columns.

• Must be a stackable, self-containedmodule with solvent resistant materialused in all areas which may have contactwith the mobile phase.

• The design of the column compartmentmust use thermal convection and

29

radiation between the heat exchanger finsto ensure that the column and thesolvent flowing through it, are almost atthe same temperature.

• The oven must contain all the necessaryaccessories as tubing, connections,column clip, column identificationmodule etc.• It should have a leak sensor as asafety feature.

6. Chromatography Software:

• The data can be converted toother formats. Spread Sheetsoftware and word- processingsoftware can be readily employedto provide data in tables or graphsthrough industry standardprotocols

• Automated peak purity evaluationusing peak spectra and peaksignal information

• Extensive reporting capabilitieswith built-in calculations.

• Single Keyboard control of entiresystem; Parameter validationmanagement.

• Compatibility with diode array,UV/Vis, RI and Fluorescencedetectors

• Compatibility to import andexport the data.

• Automated spectra librarysearches

7. Additional items to be supplied

1) Suitable 2KVa Online UPS foruninterruptable running of HPLC in case ofpower failure.

2) Compatible Computer system with printer torun the software.

3) System must be quoted with extra lamps forthe detector.

30

4) Columns: C18 - 5μ, 250 x 4.6 mm 5 Nos.with guard columns.C8 - 5μ, 250 x 4.6 mm 5 Nos.with guard columns.

• Other essential minimum consumablesrequired to run application. e.g. syringe,tubings, trays etc. should be supplied freeof cost.

Signature with seal of the Bidder with Date

WITNESS

1st 2nd

Signature___________________________ Signature__________________________Name ____________________________ Name_____________________________Address___________________________ Address_____________________________________________________________ ___________________________

31

Covering Letter for Financial Bid

To,The Associate Dean,College of Veterinary & Animal Sciences,Udgir, Dist. Latur-413517

Subject : Tender for purchase of …………………..…(name of the instrument/equipment) under “Strengthening of Feed testing Laboratory”….

Sir,

I am pleased to submit the rates for Tender for purchase of ……………..…(name

of the instrument/ equipment) under “Strengthening of Feed testing Laboratory” as per

your Tender Notice published in the ……………… viz. _____________, dated _______.

The rates quoted are inclusive of all Levies and Taxes etc. of Central / State

Government or any authorities.

I/We read all the conditions mentioned in your Tender enclosed to this form and

these conditions are acceptable to me / us.

If there is any increase in Levies or Taxes imposed by any authority (Central /

State Government or Local authorities ) or any other liabilities, I/We agree to pay it and

College of Veterinary & Animal Sciences, Udgir will not be responsible for any such

payment or liabilities.

Yours faithfully,(Name of Agency/Company & Seal)

32

Bid Price Details

Note: Commercial Offer has to be entered online only. An Online Form, similar to theCommercial format given below, will be available to the bidders in CommercialEnvelope (C1) during Online Bid Preparation stage where bidders would quote theiroffer.

Sr.No.

Description oftheItem/Product

BasePrice(INR)

ST/VAT(INR)

Othercharges/Taxes ifany(INR)

FinalPrice(INR)

Final List of Documents to be uploaded Online:

The following documents should be uploaded by the bidders in the form of PDF Files inthe same order as mentioned below, on the e-Tendering website during Online BidPreparation stage.

Technical and commercial Envelope

TECHNICAL BID

Following documents should be uploaded in Online Technical Envelope (T1) in PDFformat, if required can be zipped as well and then uploaded. These documents need to bedigitally signed by individual bidder’s digital signature and uploaded during Online BidPreparation stage. The list of documents for Technical Envelope is as follows:

Sr.No.

List of Documents Compulsory/Additional

TECHNICAL ENVELOPE1 Product Literature / leaflets consists of detailed description of

goods essential technical and performance characteristics.Compulsory

2 Manufacturer's Authorization Certificate in case the bidder isquoting as an agent on behalf of a manufacturer.

Compulsory

3 The Documentary proof by Authorized Agent / Dealer statingthat they have facility of the after sales service, repairing of theequipment, machinery at the site / shop.

Compulsory

4 Duly completed Questionnaires. Compulsory5 Certified copy of PAN Card. Compulsory6 Certified copy of ITCC issued by Department of Income Tax

(Last three years)Compulsory

7 Documents showing capability to carry out supplier’smaintenance, repair & spare parts stocking obligations alongwith commitment to attend the system within 24hrs and offer

Compulsory

33

standby system along with probe within 48hrs after receiving thebreakdown complaint.

8 Certified copy of Sales Tax / CST clearance certificate. Compulsory9 Users list, Performance certificate and Photocopies of the P.O.

received from government institutes for similar units during lastfive years.

Compulsory

10 A clause-by-clause commentary on the purchaser Technicalspecification.

Compulsory

11 Certificate regarding enlistment of Indian Agents with theCentral Purchase Organization (e.g. DGS & D) if the Indianagent desires to quote directly on behalf of their foreignprinciples.

Compulsory

12 Certificate of Sturdiness test. Additional13 Document giving details of clearing of machine. Compulsory14 Certificate of Warranty of the machines for 1 year. Compulsory15 Certificate stating that Prices are valid at least for 180 days from

the date of opening of bid.Compulsory

16 Schedule of Requirements. Compulsory17 Manufacturers authorization forms. Compulsory18 Declaration 1 Compulsory19 Declaration 2 Compulsory20 Covering letter for submission of tender with witnesses

signatures.Compulsory

COMMERCIAL BID Compulsory/Additional

21 Proforma Invoice from foreign principal in case of importeditem.

Compulsory

22 BID form and prices schedule. Compulsory23 Bank Guarantee form for bid securities. Compulsory24 Details regarding taxes. Compulsory25 Details regarding bank. Compulsory26 Document showing Exemption from EMD (if applicable). Compulsory27 Covering letters for financial BIDs. Compulsory

Note: During Online Bid Preparation, apart from the above mentioned documents, if anyneed arises to upload additional documents in Technical Envelope, an option of ‘UploadAdditional Documents’ has been provided in the e-Tendering software which will beavailable to bidders during Online Bid Preparation stage.


Recommended