+ All Categories
Home > Documents > W UW W U price.pdf3HUIRUPDQFH %DQN JXDUDQWHH LV WR EH VXEPLWWHG E\ DOO WKH VXFFHVVIXO HPSDQHOOHG...

W UW W U price.pdf3HUIRUPDQFH %DQN JXDUDQWHH LV WR EH VXEPLWWHG E\ DOO WKH VXFFHVVIXO HPSDQHOOHG...

Date post: 23-Sep-2020
Category:
Upload: others
View: 0 times
Download: 0 times
Share this document with a friend
23
Notice fo r Advertiseme nt De part me nt of Agr ic ul t ur e, Gover nme nt of AndhraPradesh Request fo r proposal (RFP) Department of agriculture , AP invites information in prescribed formats in sealed covers from the interested manufacturers and MoU Holder for Supply of Tarpaulins for empanelment towards supply of 250 GSM Black colour HDPE Tarpaulins Conforming to IS:7903/2017 (Type –II) of Size (8x6) Mts in Andhra Pradesh State. For other details please visit www.apagrisnet.gov.in Special Commissioner of Ag r ic ul t ur e S.No. Item Date Time a RFP Published date 19/12/2019 b Bid Document Download from 20/12/2019 c Pre- Bid meeting 03 /01/2020 d Last date for submission Technical Bid closing /opening 06/01/2020 3 PM e Price Bid closing 09 /01/2020 Through e- procurement pl atform only for all bidders who are technically qualified informed through mail on 07-01-2020 f Reverse Tendering 09 /01/2020 1 3152354/2019/AD.FM-AGRHOD 27
Transcript
Page 1: W UW W U price.pdf3HUIRUPDQFH %DQN JXDUDQWHH LV WR EH VXEPLWWHG E\ DOO WKH VXFFHVVIXO HPSDQHOOHG ELGGHUV DIWHU WKH ILQDQFLDO ELG 3$57 , ± *(1(5$/ ,1)250$7,21 & U L W LFDO 'D W HV

Notice for Advertisement

Department of Agriculture, Government of AndhraPradesh

Request for proposal (RFP)

Department of agriculture , AP invites information in prescribed formats in sealed covers from

the interested manufacturers and MoU Holder for Supply of Tarpaulins for empanelment towards

supply of 250 GSM Black colour HDPE Tarpaulins Conforming to IS:7903/2017 (Type –II) of

Size (8x6) Mts in Andhra Pradesh State. For other details please visit www.apagrisnet.gov.in

Special Commissioner of Agriculture

S.No. Item Date Time

a RFP Published date 19/12/2019

b Bid Document Download from 20/12/2019

c Pre- Bid meeting 03 /01/2020

d Last date for submission Technical Bid closing

/opening

06/01/2020 3 PM

e Price Bid closing 09 /01/2020 Through e- procurement platform only for all bidders who are technically qualified informed through mail on 07-01-2020

f Reverse Tendering 09 /01/2020

1

3152354/2019/AD.FM-AGRHOD27

Page 2: W UW W U price.pdf3HUIRUPDQFH %DQN JXDUDQWHH LV WR EH VXEPLWWHG E\ DOO WKH VXFFHVVIXO HPSDQHOOHG ELGGHUV DIWHU WKH ILQDQFLDO ELG 3$57 , ± *(1(5$/ ,1)250$7,21 & U L W LFDO 'D W HV

Request for Proposal (ONLY THROUGH E- TENDERING MODE)

for

Empanelment of Manufacturers/ MoU Holder for Supply of Tarpaulins

at the lowest price arrived

Government of Andhra Pradesh Department of Agriculture

Guntur

2

3152354/2019/AD.FM-AGRHOD28

Page 3: W UW W U price.pdf3HUIRUPDQFH %DQN JXDUDQWHH LV WR EH VXEPLWWHG E\ DOO WKH VXFFHVVIXO HPSDQHOOHG ELGGHUV DIWHU WKH ILQDQFLDO ELG 3$57 , ± *(1(5$/ ,1)250$7,21 & U L W LFDO 'D W HV

Key Dates

S.No. Item Date Time

a RFP Published date 19/12/2019

b Bid Document Download from 20/12/2019

c Pre- Bid meeting 03 /01/2020

d Last date for submission Technical Bid closing

/opening

06/01/2020 3 PM

e Price Bid closing 09 /01/2020 Through e- procurement platform only for all bidders who are technically qualified informed through mail on 07-01-2020

f Reverse Tendering 09 /01/2020

3

3152354/2019/AD.FM-AGRHOD29

Page 4: W UW W U price.pdf3HUIRUPDQFH %DQN JXDUDQWHH LV WR EH VXEPLWWHG E\ DOO WKH VXFFHVVIXO HPSDQHOOHG ELGGHUV DIWHU WKH ILQDQFLDO ELG 3$57 , ± *(1(5$/ ,1)250$7,21 & U L W LFDO 'D W HV

REQUEST FOR PROPOSAL (Department of Agriculture, Government of Andhra Pradesh

Short Term Invitation of bids for empanelment of Manufacturers/ MoU holder for supply at the lowest price arrived in the tender for 250 GSM Black colour HDPE Tarpaulins Conforming to IS:7903/2017 (Type –II) of Size 8x6 Mts in Andhra Pradesh State.

Request for Proposal (RFP):No. AP/FM/Tarpaulin/ RfP/2019-20.Dt. /12/2019

1. The online Bids under RFP is being invited for empanelment of manufacturers/MoU holder for supply at the lowest price arrived in the tender for 250 GSM Black colour HDPE Tarpaulins Conforming to IS:7903/2017 (Type-II) of Size 8x6 Mts as per part II of this RFP. The RFP reference can be viewed and downloaded at https://apeprocurement.gov.in/

2. The address and contact numbers for sending Bids or seeking clarifications regarding this RFP are given below :

a Bids/queries to be addressed to Special Commissioner of Agriculture , Department of Agriculture, Adj. to Rythu Bazar,Chuttugunta, Guntur

b Postal address for physical submission of documents as per this REP

Special Commissioner of Agriculture , Department of Agriculture, Old Mirchi Yard Adj. to Rythu Bazar,Chuttugunta, Guntur

C. Telephone numbers of the contact personnel

0863-2216461

d. E-mail ids of contact personnel [email protected], [email protected]

3. This RfP is divided into five Parts as follows : a) Part I – Contains General Information and Instructions for the Bidders about the RFP b) Part II – Contains essential details of the items/services required, such as the Schedule of

Requirements (SoR), Technical Specifications, Delivery Period, Mode of Delivery c) Part III – Contains Standard Conditions of RFP d) Part IV – Contains Special Conditions applicable to this RFP e) Part V – Contains EvaluationCriteria and format for Technical and Commercial Bids.

4. Important Instructions – Please note the following : ---

a. The bidders who wish to submit their proposal for empanelment for supply of HDPE Tarpaulins should be the Original Tarpaulin Manufacturer (OTM) who holds a valid BIS License of IS : 7903/2017 (Type II) or MoU holder with Original Tarpaulin Manufacturer (OTM) who holds a valid BIS license of IS:7903/2017 (Type II).

b. If the Bidders are not the OTM of Tarpaulins, but have MoU with the OTM for marketing/supply of the Tarpaulins on or before the date of publication of this Request for Proposal are only eligible for submission of proposal by duly submitting the

4

3152354/2019/AD.FM-AGRHOD30

Page 5: W UW W U price.pdf3HUIRUPDQFH %DQN JXDUDQWHH LV WR EH VXEPLWWHG E\ DOO WKH VXFFHVVIXO HPSDQHOOHG ELGGHUV DIWHU WKH ILQDQFLDO ELG 3$57 , ± *(1(5$/ ,1)250$7,21 & U L W LFDO 'D W HV

attested/certified copies of MoU. In the event of the concerned OTM/Manufacturer submits the proposal, then the proposal of the concerned MoU holder (who is not OTM) shall stand suo moto mutatis mutandis render into disqualification/rejection.

c. Each OTM can enter MoU with only one firmonly.and each MoU holder can have MoU with 03 OTM only. Accordingly, each MoU holder shall be eligible to participate on behalf of 03 OTM/Manufacturer in the Request of Proposal. If any Firm.MoUs is found with more than 03 OTM will suo moto mutatis mutandis render into disqualification/rejection. If any Manufacturer/OTM has entered into MoU with more than 03 firms, only such Manufacturer’s brand shall stand suo moto mutatis mutandis render into disqualification/rejection in the concerned MoU holders RFP and such MoU holders will be eligible for remaining Manufactures brand.

d. The copy of the specification Print/Emboss : The manufacturers/bidders shall provide permanent print/emboss in both Telugu and English on both the faces of the tarpaulin but along opposite diagonals a strip stating “Provided through Agricultural Department,GoAP along with Labelling/Embossing with indelible ink or laser marking showing the Name of Manufacturer, Batch number and CM/L number of BIS License.

e. The empanelled bidders should submit a 13 pieces of HDPE tarpaulin with eyelets and Labelling/Embossing with indelible ink or laser marking about Name of Manufacturer, Batch number and CM/L number of BIS License of 1xl mt size for all the offices of District JDA,.

f. The amount shall be payable only to the Empanelled successful bidder based on the bills/Invoices they raise giving details of each supply.

g. All quotations must indicate unconditional acceptance of all terms and conditions of this RFP, failing which it is liable to be rejected. The bidders, however, may indicate desired terms and conditions which may be accepted/rejected at the sole discretion of the Department. A certificate with respect to unconditional acceptance must be put in Technical Bid as per format attached as Appendix A.

5. This RFP is being issued with no financial commitment and the Department of

Agriculture, Government of Andhra Pradesh reserves the right to change or vary any part thereof at any stage. The Department also reserves the right to withdraw the RFP, should it become necessary at any stage.

6. No subsidy is allowed from the Department on the procurement of tarpaulins to the farmers. Department of Agriculture only facilitates the farmers in empanelling the firms which are interested to supply at the lowest costs arrived through this tender

6. Earnest Money Deposit (EMD): The Proposals for Tarpaulins would need to be

accompanied by a bid security in the form of Bank Guarantee for an amount of Rs.5.00 Lakhs (Rupees Five Lakhs Only) valid up to 31st August 2020

7. Performance Bank Guarantee : The Successful bidders (Manufacturers / OTM/MoU

Holder as the case maybe) should submit revocable and extendable Performance Bank Guarantee from any of the Nationalized Banks for an amount equal to Rs.15.00 Lakhs for Tarpaulins valid up to 31/08/2022 at the time of signing of Agreement (Annexure).

5

3152354/2019/AD.FM-AGRHOD31

Page 6: W UW W U price.pdf3HUIRUPDQFH %DQN JXDUDQWHH LV WR EH VXEPLWWHG E\ DOO WKH VXFFHVVIXO HPSDQHOOHG ELGGHUV DIWHU WKH ILQDQFLDO ELG 3$57 , ± *(1(5$/ ,1)250$7,21 & U L W LFDO 'D W HV

Performance Bank guarantee is to be submitted by all the successful empanelled bidders after the financial bid

PART I – GENERAL INFORMATION 1. Critical Dates :- The critical dates with respect to the Tender / Rfp are as follows :-

S.No. Item Date Time

a RFP Published date 19/12/2019

b Bid Document Download from 20/12/2019

c Pre- Bid meeting 03 /01/2020

d Last date for submission Technical Bid closing

/opening

06/01/2020 3 PM

e Price Bid closing 09 /01/2020 Through e- procurement platform only for all bidders who are technically qualified informed through mail on 07-01-2020

f Reverse Tendering 09 /01/2020

(If due to any exigency, the due date for opening of the Bids is declared a holiday, the Bids will be opened on the next working day at the same time or on any other day / time, as intimated by the Department) 2. Mode of Tender –e Procurement 3. Manner of Depositing the Bids :

Department of Agriculture, Government of Andhra Pradesh invites Original

Tarpaulin Manufacturer (OTM) or MoU holder with OTM submit proposals for supply of 250 GSM Black colour HDPE Tarpaulins Conforming to IS : 7903/2017 (Type-II) of Size 8x6 Mts electronically through unified e – Procurement platform of Government of Andhra Pradesh viz., www.apeprocurement.gov.in. The bids will be submitted in the following manner:-

(a) e – Bid Cover – I – Technical Submission (Off Line) : Cover – I will contain the

Technical Bids mandatorily consisting of following Documents :- (i) The bidders who wish to participate in this RfP are required to submit current

1. Valid BIS Certificate to manufacture the specified tarpaulin. 2.Details of the Manufacturing machinery 3. Photograph of the installed machinery

(ii) Valid Industry Registration / Renewal of registration Certificate (MSME Certificate) . The status of Bidder will be considered as existing on the date of Technical bid opening.

(iii) An attested / certified copy of MoU between the bidder and the OTM or Manufacturer (In case the bidder is not the OTM).

6

3152354/2019/AD.FM-AGRHOD32

Page 7: W UW W U price.pdf3HUIRUPDQFH %DQN JXDUDQWHH LV WR EH VXEPLWWHG E\ DOO WKH VXFFHVVIXO HPSDQHOOHG ELGGHUV DIWHU WKH ILQDQFLDO ELG 3$57 , ± *(1(5$/ ,1)250$7,21 & U L W LFDO 'D W HV

(iv) Status of the firm Document (Private, Private Limited or Public limited or Proprietorship).

(v) Earnest Money Deposit (EMD) : The Proposals for Tarpaulins would need to be accompanied by a bid security in the form of Bank Guarantee for an amount of Rs. 5.00 Lakhs (Rupees Five Lakhs Only) valid up to 31st August2020

(vi) Copy of the PAN Card. (vii) Copy of the GSTIN Registration. (viii) Tender Conditions Acceptance Certificate : Unconditional acceptance of all the

tender conditions of online RfP as per Appendix ‘A’ on Firm’s letter head. If the Certificate is signed by legally authorized signatory, a copy of the authorization letter to be enclosed.

(ix) The copy of the specification Print/Emboss : The Manufacturers / bidders shall provide permanent print /emboss in both telugu and English on both faces of the tarpaulin but along opposite diagonals a strip starting “Provided through Agriculture Department, GoAP” / along with Labelling / Embossing with indelible ink or laser marking showing the Name of Manufacturer, Batch number and CM/L number of BIS License.

(x) Declaration Certificate of warranty : The Manufacturers will provide warranty on the tarpaulins for a period of 02 months effective from the date of supply.

(viii) Technical Proposals should be submitted as per Annexure –I (Please note the bidder to input the required information which is complete).

(ix) Declaration Certificate of warranty should be submitted as per Annexure – II (x) Check list as per Annexure – III duly completed in all aspects.

(b) e – Bid Cover – II (ON-LINE) : The Bidder to quote the price of the specified Tarpaulin inclusive of GST in the e – Procurement Platform as per Annexure – IV. If there is a discrepancy between the numbers and the words with respect to price quoted, whichever is low shall be considered.

4. Time & Date of opening of Bids : The opening of technical bids will be carried out at 3

PM on Dt. 06/01/2020. 5. Location of the RfP / Tender Box :Special Commissioner of Agriculture,Department of

Agriculture, Chuttugunta Circle, Guntur 6. Place of opening of the Bids : O/o Special Commissioner of Agriculture, Department of

Agriculture, Chuttugunta Circle, Guntur 7. Two – Bid system :

(a) The Technical Bids shall be opened as per critical data sheet mentioned in this RfP / tender document. Evaluation of Technical Bid along with requisite documents received in physical form by the bidders will be carried out off line by Technical Evaluation Committee (TEC). The TEC will confirm that the item being offered meet the requirement as asked in the RfP and the offers comply with the RfP Terms and Conditions.

(b) The Commercial Bids of only those Bidders whose technical bids meet all the stipulated (Technical) requirements (Technically eligible / qualified bidders) shall be opened.

7

3152354/2019/AD.FM-AGRHOD33

Page 8: W UW W U price.pdf3HUIRUPDQFH %DQN JXDUDQWHH LV WR EH VXEPLWWHG E\ DOO WKH VXFFHVVIXO HPSDQHOOHG ELGGHUV DIWHU WKH ILQDQFLDO ELG 3$57 , ± *(1(5$/ ,1)250$7,21 & U L W LFDO 'D W HV

8. Forwarding of Bids : Bids should be forwarded by Bidders under their original memo /

letter pad inter alia furnishing details like complete postal, e – mail address, Fax No &Telephone no. and name of the contact person of their office. (a) The technical bids shall be accepted up to 12 Noon on 06/01/2020

9. Commercial is acceptable only those bidders offering item which is RfP complaint and whose item is found acceptable after technical evaluation as mentioned in above. The Bidders shall quote the supply rates in Rupees.

10. Clarification regarding contents of the RfP : However, clarifications (If any) can be sought on – line before the submission of technical bid.

11. Modification and Withdrawal of Bids :

(a) The Bidder may modify (resubmit) / Withdraw his/her bid after submission and before deadline, as per the provisions available on the portal. No bid shall be modified / withdrawn after the deadline for submission of bids.

(b) In order to promote wider participation and ease of bidding, no cost of tender / RfP document may be charged for the tender / RfP documents downloaded by the bidders.

( c) No bid may be withdrawn in the interval between the deadline for submission of bids and expiry of the period of the specified bid validity. Withdrawal of a bid during this period will result in forfeiture of Bidder’s Bid Security / EMD / Performance Bank Guarantee.

12. Rejection of Bids : Canvassing by the Bidder in any form, unsolicited letter and post – tender correction may invoke summarily rejection with forfeiture of EMD. Conditional tenders will be rejected. In addition, it may be noted that incomplete Technical and or

Commercial Bid in any form will be out rightly rejected. Care must be taken to fill the form and details be provided as asked for. 13. Clarification regarding contents of the Bids : During evaluation and comparison of

bids, the Department may, at its own discretion, may seek clarifications from the bidder with respect to the bid submitted by firm. The request for clarification will be given in writing and no change in prices or substance of the bid will be sought, offered or permitted. No post – bid clarification on the initiative of the bidder will be entertained.

14. Unwillingness to quote : Bidders unwilling to quote should ensure that intimation to this

effect reaches before be the due date and time of opening of the Bid, failing which the defaulting Bidder may be delisted for the given item as mentioned in this RFP.

15. Validity of Bids & Empaneled Rates : The accepted price shall be valid upto

31stAugust 2022 from the date of empanelment and any further extension of the agreement period / validity period thereof.

16. Earnest Money Deposit : Bidders are required to submit Earnest Money Deposit (EMD)

of Rs. 5.00/- lakhs (Five Lakhs) in the form of Bank Guarantee as per clause 3a(v) of this

8

3152354/2019/AD.FM-AGRHOD34

Page 9: W UW W U price.pdf3HUIRUPDQFH %DQN JXDUDQWHH LV WR EH VXEPLWWHG E\ DOO WKH VXFFHVVIXO HPSDQHOOHG ELGGHUV DIWHU WKH ILQDQFLDO ELG 3$57 , ± *(1(5$/ ,1)250$7,21 & U L W LFDO 'D W HV

RfP through e- Procurement Portal along with their bids.. EMD is to remain valid for a 31st August 2020. EMD of the unsuccessful bidders will be returned to them whatsoever at the earliest after expiry of the final bid validity. The Bid Security EMD of the successful bidder would be returned, without any interest whatsoever, after the receipt of Performance Security in the form of Bank guarantee from them as called for in the contract. The EMD will be forfeited if the bidder withdraws or amends impairs or derogates from the tender in any respect within the validity period of the tender.

17. It may be noted that all subsequent Notifications, changes and amendments if any, on the

Request for Proposal would be intimated / posted on the e – procurement website.

PART – II – ESSENTIAL DETAILS OF ITEMS / SERVICES REQUIRED 1. Product Specification & Requirement :

Sl. No. Item Specification Eligible

Participants 1. Tarpaulin 05 layers having 250 GSM, Black colour,

HDPE tarpaulins confirming to IS : 7903/2017 (Type –II) of 8m x 6m size

Manufacturers / MoU Holder with

OTM 2. Technical Details : -

(i) Specifications as mentioned above. (ii) Technical details with technical parameters – As per Annexure – I (iii) Requirement of Technical documentation – As per Rfp- details of the machinery,

valid license to manufacture the specified tarpaulin (iv) Nature of Assistance required before & after completion of warranty – timely

supply of tarpaulins. (v) Any other details, as considered necessary.

The specification of the Tarpaulins should conform to the specification as indicated in the Part – II(1). The conformity of specification will be examined with reference to the valid BIS Test Report submitted with the proposals.

3. Delivery Period – Delivery period for supply of tarpaulins shall be within 20days from

the date of issue of indent / work order by the concerned District JDA of Agriculture. If the delivery in at least 10 cases are delayed beyond contracted delivery period, the empanelment may be cancelled unilaterally by the Department, in case the Tarpaulins are not delivered within the specified delivery period in the indent.

7. The empaneled firms who do not supply the tarpaulins as per the indent placed from the District JDAs or concerned department officers during the validity period of the current RfP will be disqualified for this tender and subsequent 03 years.

In any case even if there is aprice hike in the middle of the year for the raw material the empanelled firms have to supply at the price arrived/fixed in the tender

PART – III – STANDARD CONDITIONS OF RFP

The Bidder is required to give confirmation of their acceptance of the Standard

Conditions of the Request for Proposal mentioned below which will automatically be

9

3152354/2019/AD.FM-AGRHOD35

Page 10: W UW W U price.pdf3HUIRUPDQFH %DQN JXDUDQWHH LV WR EH VXEPLWWHG E\ DOO WKH VXFFHVVIXO HPSDQHOOHG ELGGHUV DIWHU WKH ILQDQFLDO ELG 3$57 , ± *(1(5$/ ,1)250$7,21 & U L W LFDO 'D W HV

considered as part concluded with the successful Bidder (i.e., Bidder in the Contract) as selected by the Department, Failure to do so may result in rejection of the Bid submitted by the Manufacturer / MoU Holder.

1. Law : The empanelment shall be considered and made in accordance with the laws of the Government of Andhra Pradesh / India. The supplies shall be governed by and interpreted in accordance with the laws of the Government of Andhra Pradesh / India.

2. Effective Date of the empanelment : The empanelment shall come into effect on the date of signatures of both the parties on the Acceptance agreement (effective Date) and shall remain valid until the completion of the obligations of the parties. The deliveries, supplies and performance of the services shall commence from the effective date of the empanelment.

I. The empanelled firm shall submit letter of acceptance (LoA) within 07 days from the issue of notice to perform the obligations as stipulated and shall enter in to an agreement within 15days from the date of submission of LoA.

II. The empaneled firm shall execute an Agreement covering the terms and conditions of Request for Proposal on Rs.200/- Non – Judicial Stamp paper or as per the existing procedure at his cost at the time of acceptance of RfPs.

3. Arbitration : Any dispute or difference or claim arising out of, or in connection with, or relating to the present contract or the breach, termination or invalidity thereof, shall be referred and settled under the Arbitration Center, Andhra Pradesh (domestic and international) rules 2012. Arbitrator in this case will be Director of Agriculture, Department of Agriculture, AP. Arbitration proceedings shall be held in Guntur and the language of the arbitration proceedings and that of all documents and communications between the parties shall be English.

4. Penalty for use of Undue influence: The bidder undertakes that he has not given, offered or promised to give, directly or indirectly, any gift, consideration, reward, commission, fees, breakage or inducement to any person in service of the Department or otherwise in procuring the Contracts or forbearing to do or for having done or forborne to do any act in relation to the obtaining or execution of the present Contract or any other Contract with Government of Andhra Pradesh for showing or forbearing to show favour or disfavor to any person in relation to the present Contract or any other Contract with the Government of Andhra Pradesh. Any breach of the aforesaid undertaking by the Bidder or any one employed by him or acting on his behalf (Whether with or without the knowledge of the Bidder) or the commission of any offers by the Bidder or anyone employed by him or acting on his behalf, as defined in Chapter IX of the Indian Penal Code, 1860 or the Prevention of Corruption Act,1986 or any other Act enacted for the prevention of corruption shall entitle the Department to cancel the contract and all or any other contracts with the Bidder and recovery from the Bidder the amount of any loss arising from such cancellation. A decision of the Department or his nominee to the effect that a breach of the undertaking had been committed shall be final and binding on the Bidder, Giving or offering of any gift, bride or inducement or any attempt at any such act on behalf of the Bidder towards any officer/employee of the Department or to any other person in a position to influence any officer/employee of the Department for showing any favour in relation to this or any other contract, shall render the bidder to such liability/penalty as the Department may deem proper, including but not limited to termination of the contract, imposition of

10

3152354/2019/AD.FM-AGRHOD36

Page 11: W UW W U price.pdf3HUIRUPDQFH %DQN JXDUDQWHH LV WR EH VXEPLWWHG E\ DOO WKH VXFFHVVIXO HPSDQHOOHG ELGGHUV DIWHU WKH ILQDQFLDO ELG 3$57 , ± *(1(5$/ ,1)250$7,21 & U L W LFDO 'D W HV

penal damages, forfeiture of the Performance Bank Guarantee and refund of the amounts paid by the Department. 7. Non-disclosure of Contract documents: Except with the written consent of the Department/Bidder, other party shall not disclose the contract or any provision, specification, plan, design, pattern, sample or information thereof to any third party. 8.Liquidated Damages: In the event of the Bidder’s failure to submit the Bonds, Guarantees and Documents, deliver Tarpaulins as per this Rfp within the contracted delivery period, etc., as specified in this contract, the Department may, at its discretion, withhold any payment until the completion of the contract. 9. Termination of Contract: The Department shall have the right to terminate this Contract in part or in full in any of the following cases:-

(i) The delivery of the material is delayed for cases not attributable to Force Majeure for more than 011(one) months after the scheduled date of delivery.

(ii) The Bidder is declared bankrupt or becomes insolvent. (iii) The delivery of material is delayed due to causes of force Majeure by more that 01 (one)

months provided force Majeure clause is included in contract. (iv) As per decision of the Arbitration Tribunal. (v) If the bidder/empaneled firm is found to be BLACKLISTED in other States, such firms

are not eligible to participate in the RFP. During evaluation period or even after empanelment if they found that the firm is BLACKLISTED in other States will be duly disqualified/rejected/removed as applicable.

10. Notice : Any notice required or permitted by the contract shall be written in the English language and may be delivered personally or may be sent by registered pre-paid mail/airmail, addressed to the last known address of the party to whom it is sent. 11. Transfer and Sub-letting: The Bidder has no right to give, bargain, sell, assign or sublet or otherwise dispose of the Contract or any part thereof, as well as to give or to let a third party take benefit or advantage of the present Contract or any part thereof. 12. Patents and other Industrial Property Rights: The prices stated in the present Contract shall be deemed to include all amounts payable for the use of patents, copyrights, registered charges, trademarks and payments for any other industrial property right. The Bidder shall indemnify the Department against all claims from a third party at any time on account of the infringement of any or all the rights mentioned in the previous paragraphs, whether such claims arise in respect of manufacture or use. The bidder shall be responsible for the completion of the supplies, irrespective of the fact of infringement of any or all the rights mentioned above. 13. Amendments: No provision of present Contract shall be changed or modified in any way (including this provision) either in whole or in part except by an instrument in writing made after the date of this Contract and signed on behalf of both the parties and which expressly states to amend the present Contract. 14. Taxes and Duties:

11

3152354/2019/AD.FM-AGRHOD37

Page 12: W UW W U price.pdf3HUIRUPDQFH %DQN JXDUDQWHH LV WR EH VXEPLWWHG E\ DOO WKH VXFFHVVIXO HPSDQHOOHG ELGGHUV DIWHU WKH ILQDQFLDO ELG 3$57 , ± *(1(5$/ ,1)250$7,21 & U L W LFDO 'D W HV

(i) If Bidder desire to ask for Goods and Service Tax extra, the same must be specifically stated. In the absence of any such stipulation, it will be presumed that the prices include

all such charges and no claim for the same will be entertained. (ii) If reimbursement of any Duty/Tax is intended as extra over the quoted prices, the Bidder

must specifically say so. In the absence of any such stipulation it will be presumed that the prices quoted are firm and final and no claim on account of such duty/tax will be entrained after the opening of tenders.

(iii) If a Bidder chooses to quote a price inclusive of any duty/tax and does not confirm

inclusive of such duty/tax so included is firm in the price. Failure to do so may result in ignoring of such offers summarily.

(iv) If a Bidder is exempted from payment of any duty/tax up to any value of supplies from

them, he should clearly state that no such duty/tax will be charged by him up to the limit of exemption which he may have. If any concession is available in regard to rate/quantum of any Duty/tax. It should be brought out clearly Stipulations like, the said duty/tax was presently not applicable but the same will be charged if it becomes leviable later on, will not be charged by him even if with this requirement, their quoted prices shall be loaded with the quantum of such duty/tax which is normally applicable on the item in question for the purpose of comparing their prices with other Bidders.

(v) Any changes in any duty /tax upward/downward as a result of any statutory variation in

excise taking place within contract terms shall be allowed to the extent of actual quantum of such duty/tax paid by the Manufacturer/MoU holder. Similarly, in case of downward revision in any duty/tax, the actual quantum of reduction of such duty/tax shall be reimbursed to the Buyer (farmer) by the Bidder. All such adjustments shall include all reliefs, exemptions, rebates, concession etc. if any obtained by the Bidder.

(vi) Goods and Services Tax(GST)

(a) Where the GST is payable on advalorem basis, the Bidder should submit along with

the tender, the relevant form and the Manufacturer’s price list showing the actual assessable value of the stores as approved by the Excise authorities.

(b) Bidders should note that in case any refund of GST is granted to them by Excise

authorities in respect to Tarpaulins supplied under the contract, they will pass on the credit to the Buyer(farmer) immediately along with a certificate that the credit so passed on related to the GST, originally paid for the Tarpaulins supplied under the contract

(vii) Octroi Duty & Local Taxes.

(a) In case where the Municipality or other local body insists upon payment of these duties or taxes the same should be paid by the Bidder to avoid delay in supplies and possible demurrage charges.

PART-IV-SPECIAL CONDITION OF RFP

The Manufacturer is required to give confirmation of their acceptances of Special Conditions of the RFP mentioned below which will automatically be considered as part of the Contract conducted with the

12

3152354/2019/AD.FM-AGRHOD38

Page 13: W UW W U price.pdf3HUIRUPDQFH %DQN JXDUDQWHH LV WR EH VXEPLWWHG E\ DOO WKH VXFFHVVIXO HPSDQHOOHG ELGGHUV DIWHU WKH ILQDQFLDO ELG 3$57 , ± *(1(5$/ ,1)250$7,21 & U L W LFDO 'D W HV

successful Manufacturer (i.e. Bidder in the Contract) as selected by the Department, Failure to do so may result in rejection of Bid submitted by the Manufacturer.

1. Performance Guarantee: (a) The Successful Bidder will be required to furnish a revocable and extendable Performance

Guarantee of Rs. 15.00(Fifteen lakhs(lakhs by way of Bank Guarantee from Nationalized Bank from an amount as indicated above on the date of signing of Agreement as per the format in Annexure –VI. Performance Bank Guarantee should be valid up to 31.08.2021 or Agreement Period whichever is later.

The performance bank guarantee will be forfeited in the events of following:

(i) Violation of any of the conditions of the RfP document. (ii) Non-supply of Tarpaulins as per standard BIS specification. (iii) Not providing the after sales service to the customers within 48 hours during the

warranty period. (iv) If the bidder/empaneled firm is found to be BLACK LISTED in other States during

any time before the end of the bank guarantee validity period such firms will be Blacklisted in the State also for hiding the facts and EMD, Performance Bank Guarantees furnished will be invoked.

2. Payment Terms : it will be mandatory for the Bidder to indicate their bank account numbers and

other relevant payment through through cheques, wherever feasible. The supply bill/on voice should be in the name of empaneled firms only.

3. Process of procurement of Tarpaulins:

The Buyer (farmer) has to submit application to the Mandal Agrl Officer duly mentioning the name of the supplier from whom they are interested to buy.

The farmer, should enclose the DD favouring the selected manufacturer/ supplier by him/her equivalent to the number of the tarpaulins that are required by him/ her. There is no subsidy allowed to the farmer . They shall buy as many number as required, by paying the full cost of the tarpaulin.

The applications received at MAO office will be compiled once in 15 days and sent to ADA , for processing

ADA has to consolidate the indents received from different MAOs in his/ her division once in 15 days and send it to JDA office requesting JDA to place Indent on the manufacturers/ suppliers as desired by farmers.

JDA has to mention the delivery points to the supplier in the indent along with the list of beneficiary names.

Destination places should be finalized by JDA at the time of placing the indent , after discussing with the supplier concerned.

JDA shall release the DDs received after receiving the delivery acknowledgement from the MAO, ADA.

No stock should be kept in advance at MAO, ADA offices by any of the suppliers. Department of Agriculture shall only facilitate the supply of tarpaulins to the farmers

4. Advance Payments: No advance payment(s) will be made.

5. Paying Authority:The Joint Director of Agriculture office shall release/ handover the payments/

DDs Collected from MAOs/ ADAs to the firm on receipt of delivery acknowledgement from MAO, ADAs against their indents.

13

3152354/2019/AD.FM-AGRHOD39

Page 14: W UW W U price.pdf3HUIRUPDQFH %DQN JXDUDQWHH LV WR EH VXEPLWWHG E\ DOO WKH VXFFHVVIXO HPSDQHOOHG ELGGHUV DIWHU WKH ILQDQFLDO ELG 3$57 , ± *(1(5$/ ,1)250$7,21 & U L W LFDO 'D W HV

9. SPECIFICATION : The following specification clause will form part of the contract placed on successful Manufacturer/The Bidder guarantees to meet the specifications as per Part II of RFP and to incorporate the modifications to the existing design configuration to meet the specific requirement of the Buyer (farmer) Services as per modifications/requirements recommended after the Maintenance Evaluation Trails. 10. OTM Certificate : In case the Manufacturer is not the Original Tarpaulin Manufacturer (OTM), the agreement certificate with the OTM for sourcing the tarpaulin shall be mandatory. 11. Earliest Acceptable Year of Manufacturer : All Tarpaulin should be brand new and manufactured during the current year of contract or thereafter. Quality Certificate /Test Report /BIS Certificate will need to be enclosed with the Bill. 12. TRANSPORTING : The following Transportation clause will form part of the contract placed on successful Bidder : --- a. The date of receipt of Tarpaulins shall be considered as the date of delivery against the indent from JDA. 13. QUALITY : The quality of the Tarpaulins delivered accordingly to the present contract shall correspond to the technical conditions and standards/specifications enumerated as per RFP suggested by the Department. Such modifications shall be mutually agreed to. The manufacturer/MoU holder should submit valid BIS license from designated testing centers. Department at its discretion would send tarpaulins to the competent authority for testing & quality confirmation that the tarpaulins are as per the required specification. The relevant fee has to be borne by the empaneled firm. 14. QUALITY ASSURANCE : The item should be of the latest manufacture, conforming to the current production standard and having 100% defined life at the time of delivery. 15. INSPECTION AUTHORITY : The inspection will be carried out on 100% deliverables by representatives of the Department. The mode of Inspection will be self certification by the Bidder at the time of dispatch of tarpaulins have been successfully tested before dispatch . 16. CLAIMS : The following claims clause will form part of the contract placed on successful Bidder. a. The claims may be presented either (i) on quantity of the stores, where the quantity does not

correspond to the quantity shown or (ii) on quality of the Tarpaulins where quality does not correspond to the quality mentioned in the contract.

b. The quantity claims for deficiency of quantity shall be presented within 45 days of completion of

inspection and acceptance of goods. The quantity claim shall be submitted to the manufacturer/Manufacturer.

c. The quality claim for defects or deficiencies in quality noticed during the inspection shall be

presented within 10 days of completion of inspection and acceptance of Tarpaulin. Quality claims shall be presented for defects or deficiencies in quality noticed during warranty period earliest but not later than 10 days after expiry of the guarantee period.

d. THE Supplier shall collect the defective or rejected tarpaulins from the location nominated by the

Buyer (farmer) and deliver the repaired or replaced goods at the same location under Bidder’s arrangement.

14

3152354/2019/AD.FM-AGRHOD40

Page 15: W UW W U price.pdf3HUIRUPDQFH %DQN JXDUDQWHH LV WR EH VXEPLWWHG E\ DOO WKH VXFFHVVIXO HPSDQHOOHG ELGGHUV DIWHU WKH ILQDQFLDO ELG 3$57 , ± *(1(5$/ ,1)250$7,21 & U L W LFDO 'D W HV

17. WARRANTY : The following Warranty will form part of the contract placed on the successful

Biddeer:

a. Except as otherwise provided in the invitation tender, the Bidder hereby declares that the Tarpaulins supplied to the Buyer (farmer) under this contract shall be of the best quality and workmanship and new in all respects and shall be of the best quality and workmanship and new in all respects and shall be strictly in accordance with the specification and particulars contained/mentioned in contract. The Bidder hereby guarantees that the said Tarpaulins would continue to conform to the description and quality aforesaid for a period of 2 months from the date of acceptance of Tarpaulins after inspection. If during the aforesaid period of 2 months the said Tarpaulins be discovered not to conform to the description and quality aforesaid not giving satisfactory performance or have deteriorated, and the decision of the Buyer (farmer) in that behalf shall be final and binding on the Bidder and the Buyer (farmer) shall be entitled to call upon the Bidder to rectify the tarpaulins found to be defective by the Buyer (farmer) within a reasonable period, or such specified period as may be allowed by the Buyer (farmer) in his discretion on application made thereof by the Bidder, and in such an event, the above period shall apply to the tarpaulin rectified from the date of rectification mentioned in warranty thereof, otherwise the Bidder shall pay to the Buyer (farmer) such compensation as may arise by reason of the breach of the warranty therein contained.

15

3152354/2019/AD.FM-AGRHOD41

Page 16: W UW W U price.pdf3HUIRUPDQFH %DQN JXDUDQWHH LV WR EH VXEPLWWHG E\ DOO WKH VXFFHVVIXO HPSDQHOOHG ELGGHUV DIWHU WKH ILQDQFLDO ELG 3$57 , ± *(1(5$/ ,1)250$7,21 & U L W LFDO 'D W HV

PART – V

EVALUATION CRITERIA & PRICE BID ISSUES

1. Evaluation Criteria . The broad guidelines for evaluation of Bids will be as follows :

a. TECHNICAL EVALUATION : i. Only those Bids will be evaluated which are found to be fulfilling all the eligibility and

qualifying requirements of the RfP. ii. Technical Bids forwarded by the Bidders will be evaluated by the Technical Evaluation

Committee with reference to the technical characteristics of the tarpaulin as mentioned in the RfP. The compliance of Technical Bids (which would include the trial of one) would be determined on the basis of the parameters specified in the RfP. The Commercial Bids of only those Bidders will be opened whose Technical Bids would clear the technical evaluation.

iii. The Department will inspect all relevant documents, conduct company inspection after the price bid, if necessary and quality of tarpaulins being manufactured. The successful bidders of the technical bid will be intimated to participate in financial bid online.

b. COMMERCIAL EVALUATION : The financial bid is to be entered on line on www.apeprocurement.gov.in/ by firms who are qualified in technical bid. Reverse tendering will take place on the same day of opening of financial bid to arrive at the lowest price of the specified tarpaulin. The price shall be valid for two years.

Special Commissioner of Agriculture

&

Tender Inviting Authority

16

3152354/2019/AD.FM-AGRHOD42

Page 17: W UW W U price.pdf3HUIRUPDQFH %DQN JXDUDQWHH LV WR EH VXEPLWWHG E\ DOO WKH VXFFHVVIXO HPSDQHOOHG ELGGHUV DIWHU WKH ILQDQFLDO ELG 3$57 , ± *(1(5$/ ,1)250$7,21 & U L W LFDO 'D W HV

APPENDIX - A

TENDER/RfP CONDITIONS ACCEPTANCE LETTER

(To be given on Company Letter Head) Date : To _________________________ __________________________ SUB : -- ACCEPTANCE OF TERMS AND CONDITIONS OF TENDER. Tender/RtP Reference No. __________________________________ Name of Tender/Work ___________________________________ Dear Sir,

1. I/We have downloaded/obtained the Tender/RtP document(s) for the above mentioned Tender/RtP/Work from the website (s) namely :

_____________________________________________________________________

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

2. I/We hereby certify that I/We have read entire terms and conditions of the tender/RfP documents from Page No. to (including all documents like annexure(s), schedule(s) etc., which form part of the contract agreement and I/We shall abide hereby the terms/conditions/clauses contained therein.

3. The addendum/corrigendum(s) issued from time to time by your department/organization too

have also been taken into consideration, while submitting this acceptance letter.

4. I/We hereby unconditionally accept the tender conditions of above mentioned tender/RtP document(s)/corrigendum(s) in its totality/entirety.

5. The Technical Bid and its enclosures as submitted in physical form as mentioned in Part I of RfP

is the true copy of the documents.

6. In case any provisions of this tender/RtP are found violated, your department/organization shall be at liberty to reject this tender/bid including the forfeiture of the full said Performance Security absolutely and we shall not have any claim/right against Department in satisfaction of this condition.

Yours faithfully, Signature of the Bidder with Official Seal.

17

3152354/2019/AD.FM-AGRHOD43

Page 18: W UW W U price.pdf3HUIRUPDQFH %DQN JXDUDQWHH LV WR EH VXEPLWWHG E\ DOO WKH VXFFHVVIXO HPSDQHOOHG ELGGHUV DIWHU WKH ILQDQFLDO ELG 3$57 , ± *(1(5$/ ,1)250$7,21 & U L W LFDO 'D W HV

ANNEXURE – I

TECHNICAL PROPOSAL

Empanelment/RfP reference No. :

1. Name of the Item : 1. Name and Address of the

OTM/Manufacturer/MoU holder (Participthe RtP)

M/s. ……………………………….. …………………………………….. ……………………………………..

2. BIS License details of OTM/Manufacturer

No. ____________________ Valid upto _______________ For manufacture of Tarpaulin.

3. a) Status of the Bidder (If MoU holder, submit true copy of the authorized document of MoU)

OTM/MoU holder

b) Status of the firm (Please tick the appropriate and furnish documentary proof)

i) Registered Firm ii) Sole Proprietorship Firm iii) Partnership Firm iv) Private Limited Company v) Public Limited Company

4 GST Number of OTM/Manufacturer/MoU holder ( Enclose attested photo copy of GST Certificate)

5. PAN Number of OTM/Manufacturer/MoU holder (Enclose attested photo copy of PAN Certificate)

6. OTM/Manufacturer/MoU holder bank details in which subsidy has to be remitted.

Bank Name : Bank Branch : Account Type : Account Number : IFSC Code : MICR Code :

7. Name, Designation, Telephone, Mobile, Fax No. and E mail of the authorized of the contact person who deals with this RfP matters and Local Address in Andhra Pradesh (if any).

Name : Designation : Telephone No. Mob : Fax No. : E mail : Local Address :

8. Details of EMD – Bank Guarantee

18

3152354/2019/AD.FM-AGRHOD44

Page 19: W UW W U price.pdf3HUIRUPDQFH %DQN JXDUDQWHH LV WR EH VXEPLWWHG E\ DOO WKH VXFFHVVIXO HPSDQHOOHG ELGGHUV DIWHU WKH ILQDQFLDO ELG 3$57 , ± *(1(5$/ ,1)250$7,21 & U L W LFDO 'D W HV

II. Technical Details :

1. Location and Address of the

Production Unit.

2. Manufacturing capacity of HDPE Tarpaulins as per IS : 7903/2017 (Type – II)

III. Quantity of Tarpaulins supplied in numbers of size 8x6 or its equivalent in Sq. mts.

by the OTM or MoU holder or Combined together of IS : 7903/2017 or IS : 7903/2011

in the Country in the Last 3 Financial Years.

S.No. Year Agriculture

dept/Other Government /Government undertaking Departments

Other than Government Departments

State Numbers (8x6 mtr)/Quantity in Sq. Mtrs.

Remarks if any

1 16-17

2 3 17-18 4. 5 18-19 6

DECLARATION BY THE BIDDERS :

1. I have ready and understood the RtP Terms and Conditions relevant to RtP Notification No. as contained in RtP Document and I have submitted the Technical Proposal in accordance with the Terms and Conditions of the above referred notification and RtP document.

2. The information furnished in the Technical Proposal are true and factual, if any information furnished is found to be not true and not factual at any point of time Department will have right to initiate action deemed fit.

Place : Date : Seal & Signature of the Bidder along with name

Note:

19

3152354/2019/AD.FM-AGRHOD45

Page 20: W UW W U price.pdf3HUIRUPDQFH %DQN JXDUDQWHH LV WR EH VXEPLWWHG E\ DOO WKH VXFFHVVIXO HPSDQHOOHG ELGGHUV DIWHU WKH ILQDQFLDO ELG 3$57 , ± *(1(5$/ ,1)250$7,21 & U L W LFDO 'D W HV

ANNEXURE II

Declaration Certificate of Warranty

To Whom So Ever concerned

This is to certify that the warranty of the Tarpaulins has been quoted as per the terms and conditions of this Request for Proposal is 02 months. It is further certified that during the warranty/agreement period (whichever is later), service/replacement will be available.

I/We being OTM/Manufacturer/MoU holder on behalf of Manufacturer/OTM shall abide by all the terms and conditions of this Request for Proposal with respect to Warranty and Services. Place : Date : Seal & Signature of the Bidder along with name.

20

3152354/2019/AD.FM-AGRHOD46

Page 21: W UW W U price.pdf3HUIRUPDQFH %DQN JXDUDQWHH LV WR EH VXEPLWWHG E\ DOO WKH VXFFHVVIXO HPSDQHOOHG ELGGHUV DIWHU WKH ILQDQFLDO ELG 3$57 , ± *(1(5$/ ,1)250$7,21 & U L W LFDO 'D W HV

ANNEXURE – III

CHECK LIST OF ENCLOSURES TO THE TECHNICAL PROPOSAL (TICK THE ITEMS)

S.No. Items Details 1. Valid Manufacturing License as per IS : 7903/2017

(Type II)

Enclosed/Not Enclosed

2. Authorised MoU with OTM (in case the Bidder is MoU

holder)

Enclosed/Not Enclosed

3. Supply details of last 3 financial years Enclosed/Not Enclosed

4. EMD details Enclosed/Not Enclosed

5. Copy of Certificate of Registration of the Firm Enclosed/Not Enclosed

6. Status of the firm documents Enclosed/Not Enclosed

7. PAN Enclosed/Not Enclosed

8. GST Certificate Enclosed/Not Enclosed

9. Bank Details of the Bidder Enclosed/Not Enclosed

10 Letter of Authorisation for the Participating Representative

from the concerned firm.

Enclosed/Not Enclosed

11. Appendix A – Tender Conditions Acceptance Certificate Enclosed/Not Enclosed

12. Annexure – I : Technical Proposals (Duly filled and

completed in all aspects for each item separately)

Enclosed/Not Enclosed

13. The copy of the Specification Sticker or Market along with

Labelling/embossing with Indelible ink or Laser Printing.

Enclosed/Not Enclosed

14. Declaration Certificate of warranty and services

(Annexure – II)

Enclosed/Not Enclosed

15. Details of Production Units Enclosed/Not Enclosed

16. Annexure IV : Financial Proposals Enclosed/Not Enclosed

17. Annexure V : RC Copies/Work order copies of the

neighbouring states.

Enclosed/Not Enclosed

18. Annexure VII : Non-Blacklisting declaration Enclosed/Not Enclosed

19. Any other information asked in the RFP document. Enclosed/Not Enclosed

21

3152354/2019/AD.FM-AGRHOD47

Page 22: W UW W U price.pdf3HUIRUPDQFH %DQN JXDUDQWHH LV WR EH VXEPLWWHG E\ DOO WKH VXFFHVVIXO HPSDQHOOHG ELGGHUV DIWHU WKH ILQDQFLDO ELG 3$57 , ± *(1(5$/ ,1)250$7,21 & U L W LFDO 'D W HV

ANNEXURE IV : FINANCIAL PROPOSAL – Online only

ANNEXURE – V

State wise details of rates in Rs. Per Unit of 8X6 size empaneled for IS: 7903/2017 (Type II) to be furnished along with Technical Proposal (Latest Relevant document – RC Copy or Work Order Copies of the other states should be uploaded)

S.No. State Unit

(8x6 Mtrs) Basic Price Per Unit (Rs.)

GST (Rs.) Total (Rs.)

1.

2.

3.

4.

5.

6.

7.

8.

.

22

3152354/2019/AD.FM-AGRHOD48

Page 23: W UW W U price.pdf3HUIRUPDQFH %DQN JXDUDQWHH LV WR EH VXEPLWWHG E\ DOO WKH VXFFHVVIXO HPSDQHOOHG ELGGHUV DIWHU WKH ILQDQFLDO ELG 3$57 , ± *(1(5$/ ,1)250$7,21 & U L W LFDO 'D W HV

ANNEXURE VII

SELF DECLARATION ABOUT NON-BLACKLISTING This is to notify that our Firm/Company/Organization/OTM./MoU Holder ___________ _______________________________________________________________________ Intends to submit a proposal in response to short term invitation for RtP No. __________ __________________ Dated ________________ called for empanelment of Manufacturers/MoU Holder for supply of 250 GSM Black colour HDPE Tarpaulins Conforming to IS:7903/2017 (Type II) of Size 8x6 Mts. In accordance to the above I/We hereby declare that :

1. I/We are not involved in any litigation that may have an impact of affecting or compromising the

delivery of services as required under this RtP.

2. We are not blacklisted/debarred and not declared ineligible for reasons other than corrupt &

Fraudulent practices by any Central/State Government/agency of Central/Stte Government of

India/PSU/Autonomous Body/Public Sector Undertaking/any Regulatory Authorities in India for

the last 03 years.

3. If this declaration is found to be incorrect then without prejudice to any other action that may be

taken, my/our security/EMD/Bank Guarantee may be forfeited in full and the tender/RtP if any to

the extent accepted may be cancelled.

Sincerely,

Date : Bidders Name :

Place : Seal of the Company/Organisation :

Signature :

23

3152354/2019/AD.FM-AGRHOD49


Recommended