Upload
others
View
0
Download
0
Embed Size (px)
Citation preview
OFFICE OF THE PRINCIPAL,RUHS.COLLEGE OF MEDICAL SCIENCES,
Sector - I l, Kumbha Marg, Pratap Nagar, Jaipur - 302033
Ph. : 0 l4l -2795624, 634 Email ; [email protected]
No. RUHS CMS/Storel20r9-201.2-J { $l- Date: 28.03.2020
Notice InYitine oDen tenderTwo envelope seated bids are invited up to 02.00 pm of 15-04-2020 (Received bids will
be opened at 03.00 pm of same date) fo! procuring Stationary ltems for RUIIS College o1'
Medical Sciences, Jaipur, & RUHS CMS Hospital. (Total Estimated Cost Rs. 3,60,000.00)
. Details may be seen in the Bidding Document at https://sppp.rajasthar.sov.in or on
RIJHS CMS website: www.ruhscms.org
-=-/ Principal.RUHS Collese of Medical Sciences. JaiDur
(:
'"a'.,a::: -: :.,...
,:.r,
Il
OF'F'ICE OT' THE PRINCIPALRUHS COLLEGE OF'MEDICAL SCIENCES, JAIPUR
Bidding DocumentTable of Contents
Notice Inviting Bid....................... _.'..........
1 Tender X'orm
2. Instruction to Bidder........
3. Evaluation and Qualification Criteria (Technical & Financial),
4. Special Conditions of Contracl."...
5. Annexure-ooAtt to t.D".......
6. Annexure 1to 6
Signature of Tenderer with seal
/-\)
i--
V$.'
Page 1of 29 -fu.: *d*u
OFFICE OF THE PRINCIPAL,RUHS COLLEGE OF MEDICAL SCIENCES, JAIPUR
Sector - I l, Kurnbha Marg, Pratap Nagar, Jaipur 302033Ph. 0t 4t -2795624.2i95634.
E-mail - [email protected]
No. RUHS CMS/Storei20 19-20 t t:l 5 I 2-OPEN TENDERNOTICE
Two envelope sealed bids are hereby invited for award of Annual Rate Contract for one year up ro02.00 pm of I S"04.2020 (Received technical bids will opened at 03.00 pm of same dare) under two-bid system i.e. Technical Bid and Financial Bid from reputed, experienced and financially soundSuppliers for the procurement of Stationary Items listed below from for RUIIS Collese of Medical
Date:2-?.03 .2020
Sciences, Jaipur & its associated RUHS Hospitat of Medical Sciences, Jaipur.Cat.No.
Description of Worlii/Service Qty. Total Est.Cost in Rs.
TenderFces in
Rs.
204 BidSecurity
in Rs,I 2 3 4 5 6t iadous Stationary Material As per List 3.60.000.00 500.00 1,200.00l.SeparateTeclrnicalandFinancialbidalongwithTende'iffio'5 & 6 should be submitted for Category no. l.
2. Rates should be mentioned in financial bid separately.3. In case, any holiday is declared by the government on the day ofopening, the bid will be opeled 1r rhc
next working day at the same time.4. Office reserves the right to accept or reject any or all the bid without assigning any reason thqr.eof.
PrincipalRUHS College of Medical Sciences, Jaipur
<-') ,/ L
Signature of Tenderer with seal
)
Page 2 of 26 6, (&u
n)
Tender DocumentFor award of Annual Rate Contract for Providing
Station-ary Items,tt'rom reputed, experienced and financially sound Suppliers
to RUIIS College of Medical Sciences, Jaipur & itsassociated RUHS Hospital of Medical Sciences, Jaipur.
Total Est. Cost Rs. 3"60.000.00
* Please Read the Tender Document carefully and ensure the eligibility criteiia for Biddersto panicipate in the bid.
tZ.<
Signature of Tenderer with seal
\y'u'utot's EtB & A'k/
I)
RUHS COLLEGE OF'MEDICAL SCIENCES. JAIPURJAIPUR (RAJASTHAN)
. TENDERFORMl. Tender for Procurement of Stationary Items ................
' )*':::::::l:y': :::T *
::: ::::'::o'0"'*u*""" """""" j-'
3. Addressed to the PRINCIPAL, RI,HS COLLEGE OF MEDICAL SCIENCES, JAIPUR4. Reference: Tender Notice No.. .............................Dale.......................5. The Tender Form Fee Rs.500 /- has been deposited vide Demand Draft No. .........................This should
be in the name of Principal, RUHS College of Medical Sciences, Jaipur otherwise tender will not be
considered.
6. We agree to abide by all the conditions mentioned in tender notice No . dated ................. issued by the RUHS CMS, Jaipur and also agree to further terms and conditions of the said tender noticegiven in attached sheets (all the pages of which has been signed with stamp by us in token of our acceptance
ofthe tems & conditions mentioned therein.){Jnsigned tender will be rejected.
7. Goods/Services will be delivered in stipulated delivery period at RUHS CMS, Jaipur or RUHS HMS, Jaipur.
8. The Bid Security has been deposited vide Bank Draft No Dated................. Drawn on (Name
of Bank) .............. ...... This should be in the name of Principal, RUHS College of
Medical Sciences, Jaipur otherwise tender will not be considered.
9. Bank Detail of Firm as, Bank Name ............... Account No.
Branch Name Address
.IFSC Code
10. G.S.T. Registration, Copy ofPAN Card are submitted herewith.11.. Bona-fide Declaration (Annexure-l) and Price Charging Certificate (Annexure-2) and Declaration by bidder
regarding qualification (Annexure-B) are enclos€d on Letter Head.
12. Technical Bid Compliance sheet (Amexure-3) is enclosed.
13. Price Preference and/or Purchase Preference as per RTPP Act 2012 and Rules 2013 shall be admissible in
evaluation ofBids and award ofContract.14. The Quantity can be divided among more than one Bidder at the price and condition of the lowest evaluated
Bid.15. Financial Bid should be submitted in Separate sealed Envelope duly superscripted as "Financial Bid" with
Tender Name and No.16. The Bid is for One Year Rate Contact.17.'Bids received after scheduled date & time shall not be considered under any circumstances.
18. All the said Demand Drafts along with documents certificated, declarations and annexure as required andmentioned in evaluation and qualification criteria (if any) has to be submitted physically in an envelope, atRUHS College of Medical Sciences, Jaipur within stipulated time period.
19. The procuring entity is not bound to accept the lowest Bid and may reject any or all Bids without assigningany reason thereof.
Signature of Tenderer with seal
\-\ n Pas.e 4 of 26v ry
RUHS COLLEGE OF MEDICAL SCIENCES, JAIPUR (RAJASTHAN)CONDITIONS OF TENDER AND CONTRACT FOR OPEN TENDER
Note: Tenderer should read these conditions carefully and comply strictly while sending their tenders.1. Tenders must be enclosed in a properly sealed envelope according to the directions given in the
tender notice.
{I
2. "Tenders by Bona-fide dealers"- Tenders shall be given only by bona-fide manufacturer/Authorized Dealer- Disftibutor in the goods and also price charging certificate. They shall,therefore, fumish a declaration in the Annexure-l(SR FORM-ll)
3. (i) Any change in the constitution ofthe firm, etc., shall be notified forth with by the contractor inwriting to the purchase officer and such change shall not relive any former member ofthe fi1n,etc., from any liability under the contract.(ii) No new partner/partners shall be accepted in the firm by the contractor in respect of thecontract unless he/ they agree to abide by all its terms, conditions and deposit witli the purchaseofficer a written agreement to this effect. The contractors receipt for acknowledgement or that ofany partners subsequently accepted as above shall bind all of them and will be sufficie|r rodischarge for any ofthe purpose ofthe contract.
4 G.S.T. Registration Certificate-The GST Registration Number and Copy of PAN Card should bementioned in Technical Bid. Dealer who is not registered under the GST Act will not be eligiblefor participating in tender. In case Firm has opted Composition scheme under GST thel firmshould also submit relevant document/s regarding Registration in Composition Scheme underGST.
5. Tender forms shall be filled in ink or typed. No tender filled in pencil shall be considered. Thetenderer shall sign the tender form at each page and at the end in token of acceptance of all theterms and conditions of the tender.
6' Rate shall be written both in words and figures. There should not be errors and/or over-writingsCorrections if any, should be made clearly and initialed with dates. The rates should mentronelement ol the (is | .
7. All rates quoted must be F.O.R (free on rail and road) destination and should include all incidentalcharges octroi, SGST/CGST which should be shown separately. In case of local supplies the ratesshould include all taxes, etc. The delivery of the goods shall be given at the premises of RUHSCollege of Medical Sciences, Jaipur / as per work order.
8. Validity. - Tenders & Rates shall be valid for a period of 90 days frorn the date of opening oftender.
9. The approved firm shall be deemed to have carefully examined the conditions, specification, size,make and drawings, etc. ofthe goods to be supplied. Ifhe has any doubts as to the meaning of anypodion of these conditions or of the specification, drawings, etc. he shall, before signing thecontract, refer the same to the purchase Officer and get clarifications.
l0 The contractor shall not assign or sublet his Contract or any substantial pafi thereof to any otheragency.
11. (i) The time specified for delivery in the tender form shall made be deemed to be the essence ofthe contract and the successful tenderer shall arrange supplies within the period on receipt of thefirm order from the Purchase Officer.(ii) Liquidated damages:- In case ofextension in the delivery period with liquidated damages therecovery shall be made 9n the basis of following percentage of value of store whiclr the ten6er.erhas failed to supply ;-
0 A- '7n'"
signature of Tenderer with seal
,Ln---- y1 V"u""
-qn>* e di*'
f',
(1) (a) Delay up to one fourth period ofthe prescribed delivery period 2.s%(b)Delay exceeding in one fourth but not exceeding halfofthe prescribed period 5%(c) Delay exceeding half,but not exceeding three fourth ofthe prescribed period 7.5%(d) Delay exceeding three fourth ofthe prescribed period 10%
(2) Fraction of a day in reckoning period of delay in supplies shall be eliminated if it is less thanhalfa day.
(3) The Maximum amount of liquidated darnages shall be l0%(4) If the supplier requires an extension of time in completion of contractual supply on account ofoccurence of any hindrance he shall apply in writing to the authority that placed the order, for thesame immediately on occurrence ofthe hindrance but not after the stipulated date of completion ofsupply.
(5) Delivery period may be extended with or without liquidated damages if the delay in the supplyofgoods is on account ofhindrances beyond the control ofthe tenderer.
12. Bid Security: - (a) Tender shall be accompanied by a Bid Security without which tenders will notbe considered. The amount should be deposited in either of the following forms in favor ofPrincipal, RUHS College of Medical Sciences, Jaipur(i) Bank Drafts/Bankers Cheque/Challan ofthe Scheduled Bank.(ii) Refund of Bid Security: - The Bid Security ofunsuccessful tenderer shall be refunded soon
after final acceptance oftender.(iii) Partial exemption fiom Bid Security: - Firms which are registered with Director of
Industries Rajasthan, shall fumish the amount of Bid Security in respect of items for whichthey are registered as such subject to their fumishing registration cedificate in origilal orPhotostat copy or a copy there of duly aftested by any Gazetted Officer from the Director ofIndustries Rajasthan, at the rate of y2o/o of the estimated value of the tender shown in NIT.Duly attested copy of competency Certificate issued under price preference rules as wellas copy of PMT Registration of SSI unit issued by the depaftment of industries,Rajasthan in respect of stores for which they are registered. Firm will furnish aflidavitworth Rs.100 as per annexure 6 under preference to Industries of Rajasthan Rules inrespect of stores which they are registered (Annexure 6). Firm will submit the attestedcopy of 1. Satisfactory report of inspection conducted by Industries Dept., Govt. ofRajasthan,2. Production capacity certificated and Purchase preference certificate issuedby Industries Dept. Govt. ofRajasthan along with bid.
(iv) The Central Government and Government of Rajasthan Undertaking need not furnish anyamount of Bid Securiry.
.(v) The Bid Security lying with the DepartmenVoffice in respect of other tenders waitilg forapproval or rejected or on account of contract being completed will not be adjusted towardsBid Security for the fresh tenders. The Bid Security may however, be taken into consideration. in case tenders are re-invited.
l3 Forfeiture ofBid Securify:- The Bid Security will be forfeited in the following cases:(i) When tenderer withdraws or modifies the offer after opening of tender but before acceptance
oftender.(ii) When tenderer does not execute the agreement if any, prescribed within the specified time.(iii) when the tenderer does not deposit the performancJ security after the supply order is given.(iv) when he fails to commence the supply of the items as per supply ordir within ihe trme
prescribed.
14. (1) Agreement (Annexure-4) and performance Securitv <1.\
Signature of Tenderer with seal
Paee 6 of 26
\W
&-/ & fr&//
(i) Successful tenderer will have to execute an agreement as per rules with in a period of 15days from issue of LOI and deposit perfomance securiq, equal to 5% of the value of thestores within 15 days frpm issue ofLOL(ii) The Bid Security deposited at the time oftender will be adjusted towards security amount.The security amount shall in no case be less than Bid Security.
. (iii) No interest will be paid by the department on the security money.(iv)The forms of securilr money shall be as below:
(a) Bank Draft,/Bankers chequeiBank Gurantee/s ofa Schedured Bank eLc. as per RTppAct2012 and RTPP Rules 2013.
(v) The security money shall be refunded within one month ofthe final supply ofthe items as perpurchases order in case of one time purchase / two months in case delivery is staggered / after theexpiry of contract on satisfactory completion of the same I after the expiry of the period ofwaranty/after the expiry of the period of CAMC, if any whichever is later and after satisfactionthat there are no dues outstanding against the tenderer.(2) (i) Firms registered with the Director of Industries Rajasthan in respect of stores for which
they are registered, subject to their fiirnishing the registration in original from the Director ofIndustries or a Photostat copy or a copy thereof duly attested by any Gazetted Officer, will bepartially exempted from Bid Security and shall pay Performance Security at the rate of lolo ofthe estimated value oftender.(ii) Central Govemment and Govemment of Rajasthan's Undertakings will be exempted from
fu mishing security amount(3) Forfeiture of Performance Security:-. Security amount in full or part may be forfeited in thefollowing cases:
(a) When any terms and conditions ofthe contract is bieached.
(b) When the tenderer fails to make complete supply satisfactorily
(c) Notice of reasonable time will be given in case of forfeiture of Performance Security. Thedecision ofthe purchase officer in this regard shall be final.
(4) The expenses of completing and stamping the agreement shall be paid by the tenderer and thedepartment shall be furrished free of charge with one executed stamped counter part of theagreement.
15. (D All goods must be sent freight paid through Railways or goods transport. if goods are sentfreight to pay, the freight together with departmental charge 5Yo of the freight will be recoveredfrom the supplier bills.-(ii) R.R. should be sent under registered cover through bank only.(iii) Remittance charges on payment made shall be bome by the tenderer.
16. Insurance(i) The goods will be delivered at the destination godown in perfect condition. The supplier, if heso desires may be insured the valuable goods against loss by theft, destruotion or damage by fireflood, under exposure to whether or otherwise viz. ( war, rebellion, riot, etc.) . The insurancecharges will be borne by rhe supplier and RUHS CMS will not be required ro pay such charges. ifincurred.
(ii) The articles may also be got insured at the cost ofthe purchaser. if so desired by the purchaserin such cases the insurance should invariably be with life Insurance Corporation of India or itssubsidiaries.
f T Payments .-l?,
Signature of Tenderer with seal+, AA-'-' Page 7 of 26 k6V
I)
(i) Payment for the delivery ofthe store will be made on submission of bill in proper form by the
tenderer to the Purchase Officer in accordance with GF & AR & relevant rules all remittance
charges will be borne by thQ tenderer.
(ii) In case of disputed items, the amount shall be withheld and will be paid on settlement ol the
d ispute.
18. Recoveries: - Recoveries of liquidated damages, short supply, breakage, rejected articles shall be
ordinary made from bills. Amount may also be withheld to the extent of short supply, breakage,
rejected articles and in case of failure in satisfactory replacement by the supplier along-with
amount of liquidated damages shall be recovered from his dues and Peformance Security
available with the department. ln case recovery is not possible recourse will be taken under
Rajasthan PDR Act or any other law in force'
19. Tenderers must make their own arrangements to obtain import license necessary.
20. The tenderer shall fumish the following documents at the time of execution of agleement -
(i) Attested copy ofPartnership Deed in case ofPartnership Firm.
(ii) Registration number and year of rggistration in case of partnership fim is'registered with
Registrar of Firms.(iii) Address ofresidence and ofhce, telephone numbers in case ofsole proprietorship'
(iv) Registration issued by Registrar of Companies in case of company.
21. The rate must be quoted including all accessories required for installation of equipment.
22. In case the items are free from custom duty, the tenderer should mention clause under which the
items are free from custom duty. The proofofthis should be attached.
23. Notwithstanding anything contained herein above the Principal, RUHS College of Medical
Sciences, Jaipur reserves the right to alter waives or modifies any of the above condition in any
particular specific case for special reason in accordance with special circumstances/conditions of
the case mutually of otherwise in public interest of senice'
24. 1f any, dispute arise out ofthe contract with regard to the interpretation meaning and breach ofthe
terms of the contract the matter shall be refened to by the parties to Principal, RIJHS College of
Medical Sciences, Jaipur who will appoint his officer as the sole arbitrator of the dispute who
will not be related to this contract and whose decision shall be final.
25. All legal proceedings if necessary arise to institute may be any of the palties (Government or
contractor) shall have to be lodged in court situated at Jaipur and not elsewhere alorrg with the
price for the regular working ofRate Contract. All legal suits, actiors or proceedings relatilg to or
arising out of the agreement shall be subject to jurisdiction of the courts in Jaipur only. If any
dispute arises betlveen the parties about the terms of this contract or arq,thing in relation to or
. arising out of this contract, the parties shall make an effort to solve the same through the
appointment ofan arbitrator by mutual agreement. The arbitrator shall be Principal, RUHS College
. of Medical Sciences, Jaipur. The decision of the arbitrator shall be final in regard to such dispute
or disputes.
26. Principal, RUHS College of Medical Sciences, Jaipur reserve the right to claims as damage from the
bidder to the extent ofthe loss suffered by it is found that due to any non supply of Stationary.
27 . Princlpal, RUHS College of Medical Sciences. Jaipur Reserve the right to tenninate the agreement,
if the bidder fails to canf out any of its obligations/duties in terms ofthe agreement.
28. The Successful bidder shall have to pay all taxes, duties and levies, if any the consideration
indicated in the foregoing paragraphs shall be inclusive of all the prevalent taxes payable by the
Principal, RUHS College of Medical Sciences, Jaipur would be at libefy to make the necessary tax
deduction at source, as required by law.
.nnLSignature of Tenderer with seal
Page 8 of 26
U {i,lJ^/-
29. The Financial bids of only technically qualified bidders shall be opened for the purpose of financialevaluation.
Fall Clause30. The prices charged for the stores supplied under the contract by the contractor shall in no event
exceed the lowest price at which the contractor sells the stores or offers to sell the stores ofidentical description to any person/organization including the purchase of any Dept. of the central
Govt. or any Dept. Of state Govt. or any statutory undertaking of the central or state Govt. as the
case may be during the period till performance of all supply orders placed during the Currency ofthe rate contract is completed.
If at any time during the said period the contractor reduces the sale price, sells or offers to sell such
stores to any organization including the purchase or any Depadment of Central Govt. or any
Department of state Govt. or any statutory undertaking of the Central or State Go\t. as the case
may be at a price lower than the price chargeable under the contract be shall forth with notif such
reduction or sale or offer to sale to the Principal, RUHS College of Medical Sciences, Jaipur and
the price payable under the contract for stores supplied after the date of coming into force of such
reduction ofsale or offer to sales shall stand correspondingly reduced.
3 1. Fitms should quote only their rates, discount may not be considered.
32. Principal, RUHS College of Medical Sciences, Jaipur has the full right to cancel the tender at any
stage without quoting any reason.
33. The bidding process and terms & conditions shall be subjected to the provisions of Rajasthan
Transparency in Public Procurement Act 2012 & Rules 2013.
34. I/We hereby agree all above terms & Conditions & have signed on each page as a token ofacceptance.
Signature of Tenderer with seal
/ u-i
/--"
Page 9 of 26 /r 0U.-"
':
f,t
Evaluation and Oualification criteria (Techno Commercial Bid)
The Prospective bidder should fulfill the following criteria and should submit self-attested copies of the
relevant documents in this regard, failing which the Bid shall not be considered.
l. All the Photostat document should be self-ahested.
2. Bid Security required should be as per terms and condition (in the following manner only) should
be in the name of Principal, RIIHS College-of Medical Sciences, Jaipur otherwise tender will not
be considered.
It will be in fom of Demand Draft/ Banker's cheque ofthe scheduled Bank.
3. G.S.T. Registration & Copy of PAN Card should be enclosed along with the tender.
4. Validity ofrates and tender should be 90 days from the opening date oftender.
5. All the terms and condition are to be accepted by the firm and any counter condition if imposed willnot be considered.
6. Declaration by Bidder regarding Qualification on Original Letter Pad (Annexure-B) should be
enclosed with the Tender.
7. For exemption/discount on Bid Security Amount Attested copy of valid registration made by
manufacturer for quoted items under micro and small scale industries registered as per rules ofState Government of Rajasthan, if applicable. Failing which they shall be treated at par with other
tenders.
8. The bidder should have minimum Annual Average tumover should not be less then Rs.5.00 Lakh
per year in any last three financial year (i.e2016-17,2017-18,2018-19) and copies ofthe audited
balance sheet and profit and Loss Account Statement and trading account of last three relevant year
1.e.2016-17,2017 -18, 2018- 19 should be enclosed in support.
9. The bidder should have minimum experience of 2 (two) years in Similar field. Proof has to be
enclosed. Preference will be given to experienced firm.
10. Technical evaluation of the bid shall be done on the basis of details provided by the bidder in
Annexure- 3 (Techno Commercial bid) and conesponding documents.
11. Technical & Financial Bid should be submitted in two separate sealed envelope duly superscripted
clearly "Techno Commercial Bid or Financial Bid" as the case may be.
FINANCIAL BID
The envelope should conlain:-
a. On the top financial bid envelope Sr. No. Name of items name of Firm should be mentioned on the
envelope itself.
b. This envelope should contain the rate of item in words and figure invariably. The mte should include all
. incidental expenses. Such as freight packing charges Insurances etc. However the rate of taxes to be
charged flom the depatment such as SGST/CGST should be shown separately
g. Conditional tenders are not acceptable and liable to rejected.
12.' Payment will be made on monthly basis in Indian Currency after duly verification olbill with satisfactory
report by the head ofthe department concemed or any authorized officer ofthe RUHS cMS.
13. A price charging certificate (as per Annexure-2) should be fumished to the effects that the rates offered are
reasonable and justified we are not marketing lower rates to other department on conditions of the tender
and contract.
14. In case the firm fails to provide the items as per quantify mentioned in work order within stipulated time
period or the firm supplied the items less than supply order then the purchase office shall be liee to arrange
the supply on firm's risk & cost. Also the tenderer may also be debaned from participating in the tender for
next three years.
<7-\Signature of Tenderer with seal
Page 10 of 25 w &p,,
The special terms & conditions of contract (SCC) shall supplement the general conditions ofConffact (GCC) whenever there is a conflict, the provision ofSSC shall prevail over consent ofboth parties.
1. The Annual Rate Contract for supply of Stationary and Other General lterns shall bceffective and valid for the period of one year (i2 month) from the date of work order.It may be extended by written mutual consent of both parties as per rules. The Supplyorder may be piaced from time to time against the Rate Contract.
2. The tenderer shail guarantee that the stores, articles sold/supplied under this tendershall be ofthe best quality and new (i.e. fresh stock) in all respects and shall be strictlyin accordance with the specification and parliculars contained /mentioned in the tenderenquiry. The items supplied shall be fresh and in no case it shall be beyond the date ofexpiry.
3' The successful tenderer shall ensure that the Items supplied are as per the specificationmentioned in the supplied order and of good quality price from defects. In case theItems/ Articles are not as per the specification and required quality, the same are liableto be rejected. The rejected items must be removed by the successful tenders from storepremises within three days form the date of information of their rejection. The expensesincurred on this account shall be bome by the successful tenderers.
4. TDS/GST will be deducted as per rules.5. The bidder shall not sub-contract the Annual Rate contract to any organization, person
firm or its franchisee. I{ at any time, it comes to the notice of principal, RUHS collegeof Medical Sciences, Jaipur that such sub-letting has been done, principal RUHSMedical college of Medical Sciences, Jaipur at its discretion may terminate thecontract without refening the matter further to the bidder.
Sigriatu re of Tenderer with sealtr*-----,\\Page 11 of 26
6rnon*--'
ANNEXURE- A Compliance with the Code of Integrity and No Conflict of Interest.
Any person partieip4ting in a procurement process shall-
(a) Not offer any bribe, reward or gift or any material benefit either directly orindirectly in exchange for an unfair advantage in procurement process or tootherwise influence the procurement process;
(b) Not misrepresent or omit that:inisleads or attempts to mislead so as 10 obtain a
financial or other benefit or avoid an obligation;(c) Not indulge in any collusion, Bid rigging or anticompetitive behavior to impair
the tra.nsparency, faimess and progtess ofthe procurement process;
(d) Not misuse any information shared between the procuring entity and the bidders
with an intent to gain unfair advantage in the procurement process;
(e) Not indulge in any coercion including impairing or harming or threatening to do
the same, directly or indirectly, to any paxty or to its property to influence the
procurement process;
(f) Not obstruct any investigation or audit of a procurement process;
(g) Disclose conflict of interest, if any; and
(h) Disclose any previous transgressions with any entity in India or any other country
during the last tlree years or any debarment by any other procuring entity.
Conflict of interest.-
The Bidder parlicipating in a bidding process must not have a Conflict of Interest.A Conflict of interest is considered to be a situation in which a parly has interests thatcould improperly influence that parly's performance of official duties orresponsibilities, contractual obligations, or compliance with applicable laws andregulations.
(i) A bidder may be considered to be in conflict of interest with one or more pafiies inthe bidding process if, including but not limited to:
(a) Have controlling parlners/shareholders in common; or(b) Receive or have received any direct or indirect subsidy from any of them; or(c) Have the same legal representative for purposes of the bid; or(d) have a relationship with each other, directly or through common third parties. that
' puts them in a position to have access to information about or influence on the bidof another bidder, or influence the decisions ofthe procuring Entity regarding the
. bidding process; or' (e) The bidder participates in more than one bid in a bidding process. Participation bya bidder in more than one bid will result in the disquaiification of all bids rnwhich the bidder is involved. However, this does not limit the inclusion of thesame subcontractor, not otherwise participating as a bidder, in more than one bid;or
(f) the bidder or any of its affiliates participated as a consultant in the preparation ofthe design or technical specifications of the goods, Works or services that are thesubject ofthe Bid; or
(g) Bidder or any of its affiliates has been hired (or proposed to be hired) by theprocuring entity as engineer-in-charge/consultant for the contract.
+
)2 Signature of Tenderer with seal
tZ of 26Aq.,r
/lf- \ rtlwz $ 6( Page bny-
Annexure B: Declaration by the Bidder regarding Qualification
This should -be typed & signed by the bidder firm on its Original Letter Pad
Declaration bv the Bidder
In relation to my/our Bid submitted to iirr
procuement of .............................in response to their Notice inviting Bids
No...............Dated................I/we hereby declare under Section 7 of Raj asthan Transparency
in Public Procurement Act,2012 that:
1. I/we possess the necessary professional, technical, financial and managerial resoulces
and competence required by the Bidding Document issued by the Procuring Entity;2. Ilwe have fulfilled my/our obligation to pay such of the taxes payable to the union and
the state Govemment or any local authority as specified in the Bidding Document.3. I/we aren't insolvent, in receivership, bankrupt or being wound-up, not have my/our
affairs administered by a court or ajudicial officer, not have my/our business activities
suspended and not the subject oflegal proceedings for any of the foregoing reasons;
4. I/we do not have, and our directors and officers not have, been convicted of any
criminal offence related to my/our professional conductor the making of false
statements or misrepresentations as to my/our qualifrcations to enter in to a
procurement contract within a period of three years preceding the commencement ofthis procurement process, or not have been otherwise disqualified pursuant todebarment proceedings,
5. I/we do not have a conflict of interest as specified in the Act, Rules and the Bidding
Document, Which materially affects fair competition6. The firm and its director/manager/proprietor has not been found guilty of malpractices,
misconduct or blacklisted/debarred for the quoted product by medical & health
Deparlment Govt. of Raj asthan or by any local authority/autonomous body and other
state Govt. /Central Govt. organization in the past tbree years.
Date:
Place:
Signature of bidderName:
Designation:
Address:
),-a
)
Signature of Tenderer with seal
Page 13 of 26n\,//7
4tear.-
Annexure C: Grievance Redressal durif procurement processThe desipiration and address of the Filst Appellate Authority is Pro Vice Chancellor, Rajasthan University ofHealth Sciencas, JaipurThe designation and address oithe Second Appellate Authority Honorable Vice chancellor, Rajasthan Universityof Health Sciences, Jaipur.
(l) Filing an appeal: -If any bidder or prospective bidder is aggrieved that any decision, action or omission of the procuring enrrry rsin contravention to the provisions ofthe Act orthe rules or the guidelines issued there under, he mav file anappeal to First Appellate authority, as specified in the Bidding document with in a period ol tcn dals irom thedate of such deaision or action, omission, as the case may be, clearly giving the specific ground or grounds onwhich he feels aggrieved:ProYided that after $e declaration of a bidder a successful the appeal may be filed only by a bidder who haspafticipated in procurement proceedings;
Provided further that in case a procuring entity evaluates the technical bids befors the opening ofthe financialbids, an appeal related to the matter offinancial bids may be filed only by a bidder whose technical bid is lbundto be acceptable.
@ The officer to whom an appeal is filed under Para (1) shall deal with the appeal as expeditiously as possible andshall endeavor to dispose it ofwithin thirty dais from the date ofthe appeal.
(3) Ifthe officer designated under Para(1) fails to dispose ofthe appeal filed within the period specified in para (2),or if the bidder or prosFective bidder or the procuring entity is aggrieved by the order passed by the firstappellate authorify, the bidder or prospective bidder or the procuring entity, as the case may be, may file asecond appeal to second appellate authority specified in the bidding document in this behalf with in fifteen daysfrom the expiry of the pedod specified in Para (2) or of the date of receipt of the order passed by the firstappellate authority, as the case may be.
(4) Appeals I|ot to lie in certain cases:No appeal shall lie against any decision ofthe procuring entity relating to the foliowing matters, namelyr -a) Determinationofneedofprocurementb) Provisions limiting participation ofbidders in the bid processc) The decision ofwhether or not to enter into neeotiarionsd) Cancellarion ofa procurement process(e) Applicability ofthe provisions of confidentiality
(5) Form ofAppeal: -(a) An appeal under Para (1) or (3) above shall be in the annexed form along with as many copies as therc are
respondents in the appeal.(b) Every appeal shall be accompanied by an order appealed against, if any, affidavit verirying the facts stated in
the appeal and proofofpayment offee,(c) Every appeal may be presented to first appellate authority or second appellate authority, as the case may be,
in person or through registercd post or authorized representative.(6) Fee for filing Appeat: -
(a) Fee for first appeal shall be rupees two thousand five hundred and for second appeal shall be rupees tenthousand, which shall tje non-refundable.
(u; 1u) rne fee shall be paid in the folm ofbank demand draft or banker's cheque of a scheduled bank in lndiapayable in the name ofappellate authority concemed.
(7) P-rocedure for disposal ofAppeal; -(a) The first appellate authority or second appellate authority as the case may be, upon fiJing ofappeal, shall issue
notice accompanied by copy of appeal, affidavit and documents, if any, to the respondents and fix date ofhearing
(b) On the date fixed for hearing, the first appellate authority of second appellate authority, as the case may beshall-(i) Hear all the parties to appeal present before him; and(ii) Peruse or inspect documents, relevant records or copies thereofrclating to the matter.
(c) After hearing the parties, perusal or inspection of documents and relevant rccords or copies thereof relatrng tothe matter, the appellate authority concemed shall pass an order in writing and provide the copy oforder to theparties to appeal fiee ofcost.
(d) The order passed under sub-clause (c) above shall also be placed on the state public procurement portal.
tt
Signature of Tenderer with sealV\\q PaBe !4 of 26
v uflw
j
Annexure D: Additional Conditions of Contract
Correction of arithmetical errorsProvided that a Financial Bid is substantially responsive, the Procuring Entity will corect arithmetical
errors during evaluation ofFinancial Bids on the following basis:
i. If there is a discrepancy between-.the unit price and the total pdce that is obtained by
multiplying the unit price and quantity, the unit price shall prevail and the total price shall be
corrected, unless in the opinion of the Procuring Entity there is an obvious nrisplacernent o1'
the decimal point in the rurit price, in which case the total price as quoted shall govem and the
unit price shall be corected;ii. If there is an error in a total conesponding to the addition or subtraction of subtotals, the
subtotals shall prevail and the total shall be corrected; and
iii. If there is a discrepancy between words and figures, the amount in words shall prevaii, unless
the amount expressed in words is related to an arithmetic error, in which case the amount in
figures shall prevail subject to (i)pnd (ii) above.
If the Bidder that submitted the lowest evaluated Bid does not accept the conection of erors, its Bid
shall be disqualified and its Bid Security shall be lorfeited or its Bid Securing Declaralion shall be
executed.
Procuring Entity's Right to Vary Quantitiesi. If the Procuring Entity does not procure any subject matter of procurement or Procures less
than the quantity specified in the Bidding Document due to the change in circumstances, the
Bidder shall not be entitled for any claim or compensation except otherwise provided in the
bidding document.
ii. Orders for extra items may be placed by the procuring entity in accordance with the Schedule
of Powers as prescribed by the Finance Department, up to 5% of the value of the original
contract, if allowed in the bidding document. The fair market value of such extra items
payable by the procuring entity to the contractor shall be detemined by the procuring entity in
accordance with guidelines presffibed by the administrative deparlment concerned.
iii. Orders for additional quantities may be placed, ol allowed in the bidding document, on the
rates and conditions given in the contract and the original order was given after inviting open
competitive bids. Delivery or completion period may also be proportionately increased. The
limits oforders for additional quantities shall be as under:-
a) 50% ofthe quantity of the individual items and 50% ofthe value of original contract
in case of works; and
b) 50% ofthe value ofgoods or seruices ofthe odginal contract
If the Purchase Officer does not purchase any of the tendered arlicles or purchase less than the
quantity indicated in the tender form, the tenderer shall not be entitled to clairn any compensation.
. Dividing quantities among more than one Bidder at the time of award (in case of procurement of'goods)
As a general rule all the quantities of the subject matter of procurement shall be procured from the
Bidder, whose Bid is accepted. However, when it is considered that the quantity of the subject matter
of procurement to be procured is very large and it may not be in the capacity of the Bidder, whose Bid
is accepted, to deliver the entire quantity or when it is considered that the subject matter ofpfocurement to be procured is of critical and vital nature, in siich cases, the quantity may be divided
between the Bidder, whose Bid is accepted and the second lowest Bidder or even more Bidde$ in that
order, in a fair, transparent and equitable manner at the rate of the Bidder, whose bid is accepted.
Signature of Tenderer with sealtt
4L5 of 26
%/Page STtu/.
(This undertaking should be typed & signed by the bidder on its Original Letter pad)
Annexure-l
(sRFORM 11)
RUHS COLLEGE OF MEDICAL SCIENCES, JAIPUR,SECTOR-I8, KUMBHA MARG, PRATAP NAGAR, TONK ROAD. JAIPUR
BONA-F'IED DECLARATION
We hereby declare that we are Bona-fide Manufacture / Authorized whole sellers / soledistributors/ authorized dealer distributors / sole selling / Marketing agent/Bona-fide dealer/ inthe goods / stores / equipment's / for which we have tendered.
If this declaration is found to be incomect then without prejudice to any other actronthat may be taken, our security may be forfeited in full and the tender if any to the extentaccepted may be cancelled.
Signature of Tenderer with Rubber Stamp
Annexure-2
PRICE CHARGING CEBTIFICATE
The contractor shall furnish the following certificate along with the bill for payment ofsupplies made against the rate conhact.
"IAVe" certify that there has no reduction in sale price of the stores of descriptionidentical to the stores supplied to the Gor..t., under the contract here in a.nd such stores have notbeen offered / sold by me / use to any organization including the purchase or any dept. of StateGor''t., or any statutory underlaking of the central Govt. or state Govt. as the case may be upto the date of bill / the date of completion of supplies against all supply orders placed duringthe .currency of the contract at price lower than the price charged to the Govt. under thccontract except for qty ofstores categories rurder sub-clause 60 (a),(b) (c) and (d)
Signature of Tender With Rubber Starirp
(This undertaking should be typed & signed by the bidder firm on its orisinal Lener pad)
.vlPage 16 of 26
Signature of Tenderer with seal
/-vr /.3- {e,
Check list and the order in which the documents are to be submitted for the Technical BidS.No. Documents Enclosure Details with Pase No.
1 Tender Fee Details2. Bid securitv GMD) Details3. Whether Firm is Registered in Compositidn Scheme under GST
(YES.No) if YES. then enclose relevant document.4. CoDv ofPAN Card5. GST Registration Certificate6. Document proofolAnnual Tumover ofRs.5LakI (Copy of
income tax returns and audited statement of accounts (Profit &Loss, Balance Sheet etc.) for the last three years ending 3l'lMarch, 2019 as per Technical Bid evaluation criteria conditionNo. 8
'7. Bidder should submit self-attested copy ofregisftation under shop
and establishment Act. 1958/Indian Pa$nenhip Act. 1932/lndianComoanv Act. 1956
8. Bona-fide Declaration (Amexure-1) SR Form 11 as perprescribed format (to be submitted on Letter Pad)
9. Price Charging Certificate as per prescribed format Annexure-2(to be submitted on Letter Pad)
10. An unde(aking as per prescribed format (Annexure-B) that the.Bidder has not been blacklisted during last thee years by anyprocuring entity Centraystate Go!.t./Public sectorunits/Autonomous bodies or its conftacts have not beenterminated on account ofDoor Derformance.
ll Schedule of Ratesfinancial Bid12. Copies ofproofofTwo Years' executed rate contract for supply
ofstationary and other related items in any Central/StateCovt./Public sector u ndenak ings/A utonomous bodies as perTechnical Bid evaluation c teria conditionNo. 9. Preference willbe given to experienced firm.
13. Whether MSME, Affidavit should be submitted as per Amexure-6. Duly attested copy ofcompetency certificate issued under pricepreference rules as well as copy of PMT Registration of SSI Unitissued by Department oflndustries, Rajasthan in respect ol storesfor which they are registered.Attested Copy of:
l. Satisfactory repod of inspection conducted by IndushiesDept. ofRajasthan.
2. Production Capacity certificate and purchase preferencecertificate issued by Dept. of Industries, Govt. ofRaiasthan alons with bid.
t4. Duly Sealed and Signed Tender Document (including anyCorrigendum/amendment in technical specifications or tenderterms & conditions)
Annexure-3
Techno-Commercial Bid
Bidders to ensure. Technical Evaluation of the bid shall be done on the basis of details provided by the bidder in checklist and
corresponding documents. Details provided in the checklist shall be deemed as authentic and if anyinformation proyided by the bidder does not commensurate with the document, contingence ofthe same shallnot be entertained and this may lead to disqualification ofthe bid.
. That all pages have stamped and signed by the authorized person(s)
. That all the documents are legible (clearly readable).
t,I of 26
V,u6/'t \ \
4 PaseLT
Siqnature of Tenderer with seal
Annexure - 04
AGREEMENT
1. An agreement made this day of ..........."'.. 20..... Between(hereinafter called "the approved supplier"), which
expression shal1, where the context so admits, be deemed to include his heirs successors,
exicutors and administrators of the one j.rart and RUHS College of Medical Sciences, Jaipur
include his successors in office and assigns ofthe other part.
2. Whereas the approved supplier has agreed with RUHS College of Medical Sciences, Jaipur
to supply to thJ of the State of Rajasthan at its Head Office as well as at branches offices
thoughout Rajasthan, all those articles set forfh in the schedule appcnded hercto in tlrc
malmer set forth in the conditions of the tender and contract appended herewith and al the
rates set fofih in column in work order of said schedule.
3. And whereas the approved supplier has deposited a sum of Rs. .Draft No.
dated.......... . ...against. as Performance Security.
4. Post Office Savings Bank Pass Bo6k duly hypothecated to the Deparlmental authority.
National Savings cerlificatesiDefense Savings cerlificates, Kisan Vikas Patras, or any
other script/instrument under National Saving Schemes for promotion of Small Savings, ifthe saine can be pleased under the relevant rule. (The cerlificates being accepted at
sunender value) as Security for the due performaace of the aforesaid agreement which has
been formaily transfened to the depafimental authority.5. Now these Presents witness:
In consideration of the payment to be made by RUHS College of Medical Sciences, Jaipur
through cheques at the rates set forth in the Schedule hereto appended the approved supplier
will duly supply the said articies set forth in and
-
thereof in
the manner set fodh in the conditions of the tender and contract.
6. The Procuring Entity do hereby agree that if the approved supplier shall duly supply the
said arlicles in the manner aforesaid observe and keep the said terms and conditions, RUHS
College of Medical Sciences, Jaipur will through cheque pay oI cause to be paid to the
approved supplier at the time and the manner set forlh in the said conditions, the amount
payable for each and every consignment7. The conditions ofthe tender and contract for open tender enclosed to the tender notice No.
Dated_ and also appended to this agreement will be deemed to be taken as pafi of this
agreement and are binding on the parties executing this agreement.
As per tender received from tenderer and letters nos.- issued'by the RUHS, Jaipur
ard appended to this agreement shall also form pad ofthis agreement.'
(a) The mode of Pa1'rnent will be as specified below:
1. As Per tender Conditions' 2. As per Bank conversion rate when bill is raised.
The delivery shall be effected and completed within the period noted below hom tire
date of supply order:-
S.No. Name of Item Quantrty Delivery period
t)
(1) (i) In case of extension in the delivery period with liquidated damages, the
recovery shall be made on the basis of following percentages of value of Goods
Signature of Tenderer with seal
N U iln ?aser.orz. z'r.,
Y*/ W/- 6r.,
and Related Services which the Bidder has failed to supply:-
S.No Conditions LDYO
a. Delay up to one fourth period of the prescribed period of delivery,successful installation and completion of subiect matter oforocurement. '
2.5%
b. Delay exceeding one fourth but not exceeding half of the prescribedperiod of delivery, successful installation and completion of subjectmatter of procurement.
5.0%
c. Delay exceeding half but not exceeding three fourth of the proscribedperiod of delivery, successful installation and completion of subjectmatter olprocurement.
'1.5%
10.00 0d. Delay exceeding three fourth of the prescribed period of delivery.successful installation and completion of subiect matter ofprocurement.
Note:i. Fraction of a day in reckoniri! period of delay in supplies shall be eliminated if it
is less than half a day.ii. The maximum amount of agreed liquidated damages shall be 10%.ii. If the supplier requires an extension of time in completion of contractual supply
on account of occurrence of any hindrances, he shall apply in writing to theauthority which had placed the supply order, for the same immediately onocculrence of the hindrance but not after the stipulated date of completion ofsupply.
(2) Delivery period may be extended with or without liquidated damages if the delayin the supply of Goods is on account of hindrances beyond the control of theSupplier.
S.No. Particulars Discount offered in percentage ofPrinted rates
1
2.
3.
4.
Signature for and on behalf ofSignature of the approved RUHS College of Medical Sciences, JaipursupplierDate:
Witness No.1 :
Witness No.2:
Date:
Witness No.1 :
Witness No.2:
Tt Page 19
Y''4 Signature of Tenderer with seal
l"-- vl of 26
E3B ry.-,., ,..(+v
FORM No. I
Memorandum ot appeaiunae. ""
ff;:*:3i"ur,.nu.".,", in public procurementAct,2012
Before the. . . . . . . . . . . . (FirsVSecond Appellate authority)
1- Particulars of appellant:(i) Name of the appellant:(ii) Official address, if any:
l iii) Residential address:
2- Name and address ofthe respondent(s)S
(D
(iD
(iii)3- Number and date ofthe order appealed against
and name and designation ofthe office/authoritywho passed the order (Enclose copy), or astatement of a decision, action or omission ofthe Procuring Entity in contravention to the provisionsofthe Act by which the appellant is aggrieved:
4- Ifthe Appellant propose to be represented
By a representative, the name and postal addressof the representative :
5- Number of affrdavits and documents enclosed with the appeal:
6- Grounds of appeal:
(Supported by an affidavit)7- Prayer:
Date:
Appellant's Signature
Signature of Tenderer with sealI 1^-( N Patroof 26
(2.' ?o,\,.
OFFICE OF THE PRINCIPALRUHS COLLEGE OF MEDICAL SCIENCES. JAIPUR
FOLLOWING POINTS TO BE NOTEP WHILE FILLING FINANCIAL BID:
1 . This Bid should be submitted in ,separate envelope with clear marking that it isFinancial Bid Envelope,
2. The Financial Bid should compulsorily be in this sheet only. Any Financial informationmentioned elsewhere or in different form shall be 1iab1e not to be considered.
3. All rates quoted must be FOR RUHS CMS .Jaipur/as per work order and in IndianRupees.
4. Rates quoted should include all expenditure up to Destination point including Freight.Insurance, ifany, Excise, customs, etc. SGST/CGST should be shown separatelv.
5. Firm should mention clearly & submit relevant document in casc it has optcdComposition Scheme under GST..-' 6. Lr from bids in various items shall be decided for individual/each item wise.
7. Bidders will quote price & applicable tax for each itern/instrument wise.8. No Advance payment will be made under any circumstances.
V We hereby agree to above points.
Signature of Tenderer with Seal
Enclosed: Financial Bid format duly fiIled, signed & sealed,
Signature of Tenderer wlth sealI) Page 21 of
b-
a14
&'pz
I
t\
o.)
c:qJ
Eco)
oc)l
00
6t6NNlq)lbolrol
\
lr/'
lN/t
t=f
xs^Or!
e
xd
()
E
E>-FZo
o
AEErq)o
@o) lf) NN
oz(o
N L()N N
o
EEEV0,o
N roo !(I
LO
(Lo
a,,
Lo ta,
o(I(o
o-L..'
zLa)N
zO
ozOo
oz )a zLa)
O
z
f
zC)II
ozo)L
zC)rI
azq)(!
q)o-
o
oo-
O'
(!)o-
ozoo-
ozdto-
(Ioo-
(rc)o-
zq)II
ozq)o-
zoo-
ozc)o-
oz(Do-
o)Voo-
(L
oo-
o-
o
n ct)-a)t
ozoL
l9
s'
(,
==Ea
|ltID
F(tE
co
c)cC)1lCo
o.)qloo
c)5loo-(g
q)!dlC
om
oorn
o)o-lGIcol
,-}
o-
o
o
c)
EoBaC)E
-o(!(n
o-a)
F=oo
ol^l
I
alolcol
oEo
q)oCgIoN
U)
q)
oo-E
oC)!gmo)
.N(D
o
E
;I9l#l(nl
EEora)
?q)
i5 l
ILL
cl=lq)|rLlXIolml
G
EoOaq)oc!!co:o=l(.) |
(!lOI
o
=-co
=a-G
c)O
o)
=N:o;l=lolOI
o
a-c(.)cN
o
c)
o-oc
o
!q)!cgco
6oOm(.)o-(!o-
6(_)
c(!o-Eooo)rocEg
=sci
o
9)
ci5!
q)'q)(!o-Oa:oEo)ot-c6o-.go
o=c)
FoB.=o6lo
ozo
N (f) La) (o @ o) N to (o f.- @ o) oN N
6L
a
c.
F
l)
c5CJ
o.)!ct--;\o\\g \s\c
.9p
si
(..-,
,^lNI
+\ |R\I
P
4
N
ta, La)
c Io
N io o o)N o @
o Ora)
t!O
o o-o
3 Df, ff, f,
f c La) ()oN |r)
IIq)L
zotI
q)
d)
oz(D
o-
ozq)TI
o-otI
.EEoo-
ozoo-
o-{.)o-
o_
o)L
U)ozo)II
zoo-
zo(I
zq)(I
o-(D
[I
ozoTI
._Etq)o-
.Eto.)o-
.E&oo-
oz0)L
o-laliilo:l6l!lF]ml
Fi/'i I
o'lr=^ |O+? |z*lo- | |
o9 lco.i lurl< ii l()lt Q i. ltlt o_ iola^ l=l<ai t=ltv ilr! o l|il
olol(gl:
=l*lol*l-el
I92 lp
a, l;-t-
(uN6l<l€l(!lo-l:l(l)lolFI_qiI
i+l=--)
t:tj--
IHla-oo
=gEE(oNL-uJ(,
t>talrnt:t;IE
-J
(!
;,Na
,EtoootLcoo)
(,
Fiolo_lP'l
sl3I_qlol
lpt6lc)l--)t-t-lz.
q)oC)'d
Lf)
6o-uico.)a-
.9
v.t!FII-iI
(!
E
Oiolc)IP
mcEo9--'o'v-:;o=z.>s .-:(d(/)s)oo()<.9mQ-+=O\J
=iul ^-tr3
Clola-
l!toIPt!
co
.=E(!!)o6
zoc(!E(.)Io-Io
=lc\l I
^lcl=lpl
co;io_lCo
Fi'-lEo/o-l
lc,INl"'
t=l6
su'(sz.goq):<E.IIJFFlEuo_
tI
{!l/nl:lo',l'6
1
-lolol(olLl
I llE l; IlE ilElEllls l;= l:- ilm I ltr E IlE tt= i>
.E llHlqls ilBl#1,\e? I iY lo lEH H l^lc ls lE
€*" lsl= l= l'E
Fb islg I i=gE l=13 & rd#r lFls Is lpE F l:le le lur 3 lsis l" lF
oo(!EEobo6(I)
oL
c!N N NLa)c!
(oN
t-N
@N
o)N
O N (o OO) N
' )'--''
(u
-a)
CJI:\,o\tr\$o\(,l;rad-F
l
IIr\t'\Jo'N!Joo
o.
-rI t)^y
$'/
F\-,,(o
I
@Q
oN
LON F-
N La) .lf c\ Nt* Nfr
t-@
N@ (0
tt)N |f)
rf)N
oIf) (o o(r) o
LT'oo o ro Ou)
c3 o O
aoz6o-
C)
nat-(Dt
ozorI
zc)(L
c)
z3 E6 '-;(r -' 9;z2
(Iq)
ozc)(!
azq)
ozc)o-
zc)(r
mo.)(I
(n
o)L
t!)
zC)rI
zq)o_
ozoo-
co(Ioo-
ozoo-
zoo_
ozc.)II
oo(!l')c.o)<
.ac0
oEooEo).g(Jc=o
ai:rpo
q)c')(!o-OL)(\o.9o)o(:oq)
ooc)E.
C)
C(5-r.9
oLc)
fc).9
6o)
6I
.9.
ct)
t\
..!2
U)
soFbQ)
oIo.9oa
l=t=l.-l(')lxt:t-
U)
c)c)
ao.(E,ri E;i-6Ez6_q6-Q C)oC.9
oo-c)E.
.964oa
oo
o.9o
l6tololol-ot(Dl-l:IFlr5lrn
L)
(D
.N
oE
;3io@
-cqO$ri
ao-
olnl(!Io-l3l(El6l
q)
co
alflo-lclglU)|
(!oEot:toogm
I(uC,)
(!)<@
N
-eo-oa
(g
F6
E()oE
cooo(!c')oYdo
-9a-oa
t*t-lal=tocO!opo{!ol1(5o)co:<
,.y rD
Ro-(/) a{
lol(!t-ioto-l5
(DotEro
Io(')co\Zo^xc)pxLmoc
L^_
.AO6-NAo
oE
Oao$dlC
Eo
N
-9(!U)bo)
U)
q)q,(5
:p
Eigt€lal
t6.
OEo!c(!m_9o
o
C)
$
oooac)
-c
lc I
t(!to- |
3lFIcololulxl(Jl!/lil
=l(olzlP
E ic*l:.Y to
=l;
(,) loli
sl:l:o1
sl(l)lrl
)o5
L.() (o fr @ o)ro l{) Nlr) () (o lf)
(o Or 6l,b
rl
)
o,i
_c
o)
OJ
,qJ \: r\: r l\Y \\'6.fr
If\l\
N6N(u00
o-
!l
Q
z
Ta>
oo)o(IooN.E
(oN
Annexure-6
Form-tBtForm of Affidavit
(On Non Judicial Stamp Paper of Rs.100/-)
I . . . . . . . . . . . . . . . . . . . ..........S/o...... Age" "" Yrs '
. residing at ............i.................Proprietor,Partner/Director of
M/s............... do hereby solemnly affirm and declare that:
a) My/Our above noted enterpdses N4/s... ' ' '...... .. ..... has been issued
acknowledgement of Entrepreneurial Memorandum Part-II by the Districts Industries
Center ........... The acknowledgement No. is ."'........... '
Dated ............. And has issued for Manufacture of following items.
i.
ii.iii.1V.
b) My/Our above noted acknowledgement
not been cancelled or withdrau'n by the
regularly manufacturing the above items.
c) My/Our enterprise is having a1l the requisite plant and machinery and is fully equipped
to manufacture the above noted items.
of Entrepreneurial Memorandum Parl-II has
Industries Depadment and the enterprise is
Place
Verification
I.....................................Sio ..'............."..... Aged """Yrs"" " '
R6siding at ...... ... ... ... .. Proprietor/PartneriDirector of M/s ... . " " ': '. " "Verify ancl confirm that the contents at (a), (b) & (c) above are true and correct to the best of
my knowledge and nothing has been concealed therein. So help me God.
DEPONENT
Signature of Tenderer with seal
Signature of Proprietor /Director
Authorized Signatory with Rubber
Stamp and date
It
A\
26nV,'
Page 26 of
-4$- 6r4e,