Upload
others
View
0
Download
0
Embed Size (px)
Citation preview
Page 1/15
NATIONAL INSTITUTE OF TECHNOLOGY PATNA (An Institute under Ministry of HRD, Govt. of India)
ASHOK RAJPATH, PATNA-800 005 (BIHAR)
Ph. 0612-2371715,2372715,2371929 Fax-061-2660480
Website- www.nitp.ac.in [email protected]
Ref No: NITP/Proc/EMU/15-16/02 Date: 20.5.2015 Sub: Supply of Electrical Materials for EMU Division at NIT Patna. National Institute of Technology Patna, an Institute of National Importance, invites sealed tenders from reputed Original Equipment Manufacturers / Authorised Dealers / Bidders for quality procurement of Supply of Electrical materials for EMU Division at NIT Patna. All interested tenderers are requested to send their sealed quotation as per technical specifications in Annexure – I (a) & (b) and price bid as per Annexure-III (a) or (b) (under two bid system). For general terms & conditions, instructions to bidders etc. please refer Annexure- II. Tender will be accepted by 12.6.2015 upto 5 p.m. Detailed descriptions of the item and instructions for submitting your offer can be downloaded from our website www.nitp.ac.in. However, a cross Demand Draft of Rs. 1000/- (Non-refundable) towards Tender Fee and Rs.15,000/- (Refundable) towards EMD in favour of the Registrar, NIT Patna payable at Patna should be submitted in a separate sealed envelope along with your quotation.
The proposals must be sent in two separate sealed envelopes (Technical Bid and Price Bid) duly subscribed with Reference number and Tender Notice details as appended hereunder:-
The price bid will be opened only of those firms, who will be found technically qualified after evaluation of their technical bids. The technical bids will be opened on 15.6.2015 at 03:00 PM, in the office/department at NIT Patna, in the presence of the Bidders/Vendors or their authorized representative who wish to be present.
Registrar
TENDER FOR Supply of Electrical Materials for EMU Division at NIT Patna
TENDER REF NO: - NITP/Proc/EMU/15-16/02, DATED 20.5.2015 LAST DATE FOR
SUBMISSION. 12.6.2015 UPTO 5 PM.
To,
The Registrar
National Institute of Technology Patna
Bihar, INDIA
From: M/s ____________________
Address:______________________
Contact No.:___________________
Email ID:_____________________
Page 2/15
Annexure – I (a)
DETAILED SPECIFICATIONS S No Particulars Make Unit Qty.
1 28W T5 tube Rod (White) Bajaj/Philips/Anchor/
Havels Nos. 200
2 Electronic ballast suitable for T5/T8 lamp in sleek ABS housing with lead in wires for easy connections 1x28W T5
Bajaj/Philips/Anchor/Havels
Nos. 100
3 3M Cover Plate Anchor/havels Nos. 25
4 6M Cover Plate Anchor/havels Nos. 10
5 8M Cover Plate Anchor/havels Nos. 10
6 S.P. 5/6 amps, one way modular switch, ISI marked
Anchor/havels Nos. 25
7 S.P. 15/16 amps, one way modular switch, ISI marked
Anchor/havels Nos. 25
8 3 pin 5/6 amps modular socket outlet, ISI marked
Anchor/havels Nos. 25
9 6 pin 15/16 amps modular socket outlet, ISI marked
Anchor/havels Nos. 25
10 S.P. 15/16 amps, one way switch, piano type ISI marked
Anchor/havels Nos. 100
11 6 pin 5/6 amps switch, piano type ISI marked Anchor/havels Nos. 100
12 6 pin 5/6 amps Socket , piano type ISI marked
Anchor/havels Nos. 100
13 6 pin 15/16 & 5/6 amps socket outlet, piano type ISI marked
Anchor/havels Nos. 100
14 200 amps. TPN, metal enclosure with aluminium bus bar including fixing clamp without MCCB
Anchor/havels/L&T/HPL/Hager/Schnider
Nos. 4
15 20 amps. SPN, industrial type socket outlet, with plug top and metal chained cover in sheet steel enclosure
Anchor/havels/L&T/HPL/Hager/Schnider
Nos. 10
16 20 amps. TPN, industrial type socket outlet, with plug top and metal chained cover in sheet steel enclosure
Anchor/havels/L&T/HPL/Hager/Schnider
Nos. 5
17 2+2 way, SPN, single door, MCB DB Anchor/havels/L&T/H
PL/Hager Nos. 10
18 2+4 way, SPN, single door, MCB DB Anchor/havels/L&T/H
PL/Hager Nos. 10
19 2+6 way, SPN, single door, MCB DB Anchor/havels/L&T/H
PL/Hager Nos. 5
20 2+10 way, SPN, single door, MCB DB Anchor/havels/L&T/H
PL/Hager Nos. 5
21 Aluminium lugs for 16 sq. mm cable Dowels Nos. 32
22 Aluminium lugs for 25 sq. mm cable Dowels Nos. 32
23 Aluminium lugs for 35 sq. mm cable Dowels Nos. 32
24 Aluminium lugs for 50 sq. mm cable Dowels Nos. 32
25 Aluminium lugs for 70 sq. mm cable Dowels Nos. 32
26 Aluminium lugs for 95 sq. mm cable Dowels Nos. 16
27 Aluminium lugs for 120 sq. mm cable Dowels Nos. 16
Page 3/15
28 Aluminium lugs for 240 sq. mm cable Dowels Nos. 16
29 Aluminium lugs for 300 sq. mm cable Dowels Nos. 16
30 Aluminium lugs for 400 sq. mm cable Dowels Nos. 16
31 Straight through cable jointing kit with heat shrinkable kit with ferrules for 3½ X 35 sq. mm 1.1 KV (LT) grade cable
3M/M-seal Set 4
32 Straight through cable jointing kit with heat shrinkable kit with ferrules for 3½ X 50 sq. mm 1.1 KV (LT) grade cable
3M/M-seal Set 4
33 Straight through cable jointing kit with heat shrinkable kit with ferrules for 3½ X 70 sq. mm 1.1 KV (LT) grade cable
3M/M-seal Set 4
34 Straight through cable jointing kit with heat shrinkable kit with ferrules for 3½ X 120 sq. mm 1.1 KV (LT) grade cable
3M/M-seal Set 4
35 Straight through cable jointing kit with heat shrinkable kit with ferrules for 3½ X 240 sq. mm 1.1 KV (LT)grade cable
3M/M-seal Set 4
36 Straight through cable jointing kit with heat shrinkable kit with ferrules for 3½ X 300 sq. mm 1.1 KV (LT) grade cable
3M/M-seal Set 4
37 Straight through cable jointing kit with heat shrinkable kit with ferrules for 3½ X 400 sq. mm 1.1 KV (LT) grade cable
3M/M-seal Set 4
38 6 amps. ratings , SP MCB, "C" curve, 10 KA breaking capacity
L&T/Legranded/Havels/Siemens/Schnider
Nos. 25
39 10 amps. ratings , SP MCB, "C" curve, 10 KA breaking capacity
L&T/Legranded/Havels/Siemens/Schnider
Nos. 25
40 16 amp. ratings , SP MCB, "C" curve, 10 KA breaking capacity
L&T/Legranded/Havels/Siemens/Schnider
Nos. 25
41 32 amp. ratings , SP MCB, "C" curve, 10 KA breaking capacity
L&T/Legranded/Havels/Siemens/Schnider
Nos. 25
42 20 amp. ratings , SPN MCB, "C" curve, 10 KA breaking capacity
L&T/Legranded/Havels/Siemens/Schnider
Nos. 25
43 32 amp. ratings , SPN MCB, "C" curve, 10 KA breaking capacity
L&T/Legranded/Havels/Siemens/Schnider
Nos. 25
44 40 amp. ratings , SPN MCB, "C" curve, 10 KA breaking capacity
L&T/Legranded/Havels/Siemens/Schnider
Nos. 25
45 63 amp. ratings , SPN MCB, "C" curve, 10 KA breaking capacity
L&T/Legranded/Havels/Siemens/Schnider
Nos. 15
46 32 amps. ratings , TPN MCB, "C" curve, 10 KA breaking capacity
L&T/Legranded/Havels/Siemens/Schnider
Nos. 15
47 63 amps. ratings , TPN MCB, "C" curve, 10 KA breaking capacity
L&T/Legranded/Havels/Siemens/Schnider
Nos. 15
48 3 pole MCCB, 150A, 16KA L&T/Legranded/Havels/Siemens/Schnider
Nos. 3
49 3 pole MCCB, 125A, 16KA L&T/Legranded/Havels/Siemens/Schnider
Nos. 5
50 3 pole MCCB, 100A, 16KA L&T/Legranded/Havels/Siemens/Schnider
Nos. 5
51 4 pole MCCB, 100 A, 16KA L&T/Legranded/Havels/Siemens/Schnider
Nos. 5
Page 4/15
52 4 pole MCCB, 125A, 16KA L&T/Legranded/Havels/Siemens/Schnider
Nos. 5
53 4 pole MCCB, 150 A, 16KA L&T/Legranded/Havels/Siemens/Schnider
Nos. 3
54 4 pole MCCB, 63 A, 16KA L&T/Legranded/Havels/Siemens/Schnider
Nos. 5
55 1.5 sq. mm ISI marked, FR PVC insulated, single core copper conductor cable
Anchor/havels/Polycab/Phinolex/HPL
Bundle(90 mtr.)
10
56 2.5 sq. mm ISI marked, FR PVC insulated, single core copper conductor cable
Anchor/havels/Polycab/Phinolex/HPL
Bundle(90 mtr.)
10
57 4.0 sq. mm ISI marked, FR PVC insulated, single core copper conductor cable
Anchor/havels/Polycab/Phinolex/HPL
Bundle (90 mtr.)
6
58 6.0 sq. mm ISI marked, FR PVC insulated, single core copper conductor cable
Anchor/havels/Polycab/Phinolex/HPL
Bundle (90 mtr.)
4
59 10 sq. mm ISI marked, FR PVC insulated, single core copper conductor cable
Anchor/havels/Polycab/Phinolex/HPL
Bundle (90 mtr.)
3
60 16 sq. mm ISI marked, FR PVC insulated, single core copper conductor cable
Anchor/havels/Polycab/Phinolex/HPL
Bundle (90 mtr.)
3
61 1.5 sq. mm ISI marked, FR PVC insulated, 3 core flexible copper conductor cable
Anchor/havels/Polycab/Phinolex/HPL
Bundle (90 mtr.)
6
62 2.5 sq. mm ISI marked, FR PVC insulated, 3 core flexible copper conductor cable
Anchor/havels/Polycab/Phinolex/HPL
Bundle (90 mtr.)
6
63 Wire 14/76 Anchor/havels/HPL/Any ISI make
Bundle 3
64 20 mm dia. ISI marked, PVC conduit (MMS) AKG/Malhotra Nos. 25
65 25 mm dia. ISI marked, PVC conduit (MMS) AKG/Malhotra Nos. 25
66 A. C top Anchor/havels/L&T/H
PL/Hager Nos. 25
67 Batten holder Anchor/havels/ISI Nos. 50
68 Pendent Holder Anchor/havels/ISI Nos. 50
69 Top 15 Amp Havels/Anchor Nos. 50
70 Top 5 amp Havels/Anchor Nos. 50
71 100 watt bulb (320 V ) Bajaj/havels/Philips Nos. 200
72 CFL 8 Watt holder type Base cap B22 Bajaj/Philips/Anchor / Havels
Nos. 50
73 CFL 11 watt Holder Type Base cap B22 Bajaj/Philips/Anchor/Havels
Nos. 50
74 CFL 28 watt Holder Type Base cap B22 Bajaj/Philips/Anchor /Havels
Nos. 50
75 CFL 36 Watt Holder type Base cap B22 Bajaj/Philips/Anchor /Havels
Nos. 25
76 CFL 65 watt Holder type Base cap B22 Nos. 20
Page 5/15
77 starter for tube Light Bajaj/Philips/Anchor/Havels/universal
Nos. 100
78 Çapacitor 2.5 ufd for fan Bajaj/Philips/Anchor/Havels/Universal
Nos. 100
79 Halogen filament 500 watt Bajaj/Philips/Anchor Nos. 10
80 Insulation tape Anchor/Steelgrip box 25
81 8" X 6" Sanmica wooden Board Good quality Nos. 50
Page 6/15
Annexure – I (b)
FORMAT OF COMPLIANCE STATEMENT Para of Tender Enquiry Specification
Specification of Equipment Offered
Compliance to Tender specification whether yes or no (if yes indicate the page no and Put a Flag also highlight the matching specification)
In case of noncompliance deviation from Tender specification to be indicated in unambiguous term.
01 02 03 04
* The compliance certificate along with the page no indication (i.e. required spec and availability of the page in the entire tender documents by flagging or giving page no) must be submitted with the bid for evaluation. Firm not submitting the model/spec and their details availability in the bid documents by flagging/page no may not be considered for evaluation.
Page 7/15
Annexure - II
NOTE: The bid documents are not transferable and the firm’s seal and signature of the authorized official must appear on all papers and envelopes
submitted.
INSTRUCTION TO BIDDERS: Two/Double Bids:- 01. In case of two-bid system, tenders will have to be submitted in TWO PARTS
i.e. (a) Technical Bid and (b) Price Bid, in two separate properly sealed covers indicating the type of Bid; and both these covers will have to be again put in to a single sealed cover. Also the address of the firm submitting the tender and the officer, to whom the tender is addressed, must appear distinctly on both the inner sealed covers, indicating also TECHNICAL BID / PRICE BID as may be applicable.
02. In the part relating to Technical Bid, the OEM/Vendor must provide the
followings:- (a) Details of the technical features of the offered Equipment vis-à-vis
specification as per Annexure – I; (b) Standard Technical literature on each of the items offered; the article on
offer conformity to standard quality, specification and test of manufacturer; (c) Dealership certificate on the offered products from OEM in case of dealer/s; (d) List of reputed organizations/Institutions, where similar orders have been
executed (copies of the purchase/work order will have to be enclosed). The bidders / OEM should attach a self declaration stating that he is not banned / debarred from working with any Central Government / PSU / State Govt of India / Any other Govt. Agencies or any Institute of National / International importance.
(e) Up-to-date Sales Tax clearance certificate (for vendors outside the State of Bihar)/VAT registration certificate indicating also the TIN number (for vendors from within the State of Bihar) of the FIRM will have to accompany the tender to be submitted;
(f) Copy of PAN must be submitted of FIRM / Bidder along with the Technical Bid;
(g) Banker’s details of tendering FIRM / Bidder should be clearly mentioned; (h) Details of nature and maximum period of Warranty offered by the
OEM/Bidder; (i) Amount of Earnest Money Deposited (EMD), in the form of Demand
Draft/PBG only, will have to be clearly stated and the same will have to be enclosed with Technical Bid only;
(j) A copy of the Price bid, WITHOUT MENTIONING THE PRICES, will have to be provided as part of the Technical Bid document.
Page 8/15
03. In the part relating to Price Bid, the OEM/Vendor must provide the following:-
(a) Quantity, basic price (against item-wise details of specifications of each of the offered items);
(b) Prices of each of the optional accessories, as required by specifications and may be relevant for offered Equipment, will have to be specifically stated in the quotation:
(c) Central / Sales Tax/ VAT (as percentage of basic price + packing & forwarding charges if any)
(d) Installation & commissioning charge (including Service Tax), to be shown item-wise extra, if any.
(e) Freight & insurance charge, if any. (g) Annual Maintenance contract (AMC) rate (after expiry of warranty period) is
to be clearly indicated – preferably in both comprehensive and non-comprehensive terms, failure to which the offer may not be considered even if it turns out at the lowest price.
Terms & Conditions:- 01. Rates: Rates quoted should be on F.O.R., NIT Patna, on Door Delivery basis. 02. Validity: Quoted rates must valid for 180 days. 03. Warranty/Guarantee: The material must be quoted with a minimum
comprehensive Warranty / Guarantee period of 36 months after the date of delivery and acceptance at final destination.
04. EMD: In form of DD/PBG in favour of ‘Registrar, NIT Patna’ payable at
‘Patna’. 05. Delivery: Unless otherwise stated delivery of goods at NIT Patna, will have to
be maximum within 30 days from the date of receipt of the Purchase Order. All aspects of safe delivery shall be the exclusive responsibility of the OEM / Bidder.
06. Rate of AMC: Annual Maintenance Contract charges (after expiry of warranty
period) is to be clearly Indicated (for Equipment only) & applicable taxes. The selected supplier/s is to ensure regular availability of spares for at least five years.
07. Printed conditions of supply of the firm, if any, will not be binding on us. 08. Late and delayed Tenders: Late and delayed tender will not be considered. In
case any unscheduled holiday occurs on prescribed closing/opening date the next working day shall be the prescribed date of closing/opening.
Page 9/15
09. Ground for Rejection of Tender: The tenders are liable to be rejected if the fore going conditions are not complied with. The tender should be complete in all respects and duly signed wherever required. Incomplete and unsigned offer will not be accepted.
10. Payment Terms:- 100% payment will be released after receiving of stores in
good order and condition and successful installation and commissioning duly certified by the concern authority. Successful vendor should arrange to submit a Performance Bank Guarantee or Demand Draft to the tune of 10% amount of the total purchase value within 15 days from receipt of P.O.. This Performance Bank guarantee should be issued from any Nationalized Bank and validity of the same will be till warranty period +60 days from the date of delivery / installation of the material. The payment will made by RTGS / FUND Transfer mode only. Hence, following information must be clearly written in the Price Bid for RTGS / FUND TRANSFER:
(a) Name of the Firm with complete postal address and phone details (b) Name of the Bank with Branch where the Account exist (c) IFSC CODE (d) ACCOUNT No (e) PAN No (f) VAT/TIN No (Required from the vendors belongs to BIHAR) 11. Excise Duty: The Institute is exempted from payment of Central Excise Duty
vide GOI Notification No.10/97-Central Excise, dated 01.03.97 with Regn No. TU/V/RG-CDE(1211)/2015, dated 11.02.2015.
12. TDS as applicable will be deducted from bill. 13. Entry Tax: Entry tax, if applicable will be borne by us as applicable on FOR
NITP value. Road permit once issued will not change / altered in any circumstances. If any alteration is required due to fault from vendor/OEM side the same will be debited to supplier’s A/c
14. Liquidated Damage: If a firm accepts an order and fails to execute the order
in full as per the terms and conditions stipulated therein, it will be open to this institute to recover liquidated damages from the firm at the rate of 1% per week of the order value subject to a maximum of 10% of the order value. It will also be open to this institute alternatively, to arrange procurement of the required stores from any other source at the risk and expense of the firm, which accepted the order but failed to execute the order according to stipulated agreed upon.
15. Termination for default: Default is said to have occurred:- (a) If the supplier fails to deliver any or all of the services within the time
period(s) specified in the purchase order or any extension thereof granted by NIT Patna.
Page 10/15
(b)If the supplier fails to perform any other obligation(s) under the contract (c) If the vendor, in either of the above circumstances, does not take remedial
steps within a period of 30 days after receipt of the default notice from NIT Patna (or takes longer period in-spite of what NIT Patna may authorize in writing), NIT Patna may terminate the contract / purchase order in completely or in part and forfeit the EMD. In addition to above, NIT Patna may at its discretion also take the following actions: NIT Patna may procure, upon such terms and in such manner, as it deems appropriate, goods similar to the undelivered items/products and the defaulting supplier shall be liable to compensate NIT Patna for any extra expenditure involved towards goods and services to complete the scope of.
16. Applicable Law: (a)The contract shall be governed by the laws and procedures established by
Govt. of India, within the framework of applicable legislation and enactment made from time to time concerning such commercial dealings/processing.
(b) All disputes are subject to exclusive jurisdiction of Competent Court and Forum in Patna, India only.
(c) Any dispute arising out of this purchase shall be referred to the Registrar NIT Patna, and if either of the parties hereto is dissatisfied with the decision, the dispute shall be referred to the decision of an Arbitrator, who should be acceptable to both the parties, to be appointed by the Director of the Institute. The decision of such Arbitrator shall be final and binding on both the parties.
17. The acceptance of the quotation will rest solely with the Registrar, NIT Patna,
who in the interest of the Institute is not bound to accept the lowest quotation and reserves the right to himself to reject or partially accept any or all the quotations received without assigning any reasons.
18. Important:- The Director may accept or reject any or all the bids in part of in
full without assigning any reason and doesn’t bind himself to accept the lower bid. The institute at its discretion may change the quantity / upgrade the criteria / drop any item or thereof at any time before placing the Purchase Order.
ADDITIONAL TERMS FOR IMPORTED GOODS
Following terms besides the fore mentioned terms will be applicable in case of foreign purchases:
01. Rates: Quoted rates should be in FCA/FOB terms and charges to be stated in
the following break- (a) Ex-works value (b) + Documentation & Handling Charge, if any (c) Total FOB/FCA value.
Page 11/15
02. After Sales Service: In case of imported items, foreign manufacturing firms should indicate facilities available for after sales service, detail address and contact number of their local representative in India without which their offers are liable to be ignored.
03. Delivery: (a) Delivery of goods at NIT Patna, will have to be maximum within 30 (thirty)
days from the date of receipt of the Purchase Order. (b) Delivery at Kolkata/Delhi Airport only: As we do not have clearing agent
in any other Airport, delivery is to be made only at Kolkata through our freight forwarder.
(c) While trans shipment will be allowed, part shipment will not be allowed. 04. Payment: (i) Payment by an irrevocable letter of Credit (90% against delivery and rest
10% after successful installation of the Equipment) at FOB/FCA value non-negotiable through any overseas branch of State Bank of India with unrestricted provision. All bank charges inside India will be borne by NIT Patna and outside India will be to supplier’s A/c.
OR (ii) 100% Payment Basis: 100% payment by TT Swift / DD against delivery
and installation will be made. In this case, on receipt of your Order Acknowledgement and document (i.e. AWB and MWB) through our freight & forwarder payment will be made for total ordered value.
Note: Please note LC will not be opened unless and until Letter of
Acknowledgement in original is received at NIT Patna, directly from the principal (Even in case of firms having subsidiary office in India). The Indian agents are therefore advised to submit quotation after consultation with their respective principals).
05. Customs Duty: The Institute is exempted from payment of Customs Duty vide
GOI Notification No.51/96-Customs, dated 23.07.96, with Regn. No. TU/V/RG-CDE(1211)/2015, dated 11.02.2015. [CUSTOMS DUTY EXEMPTION CERTIFICATE WILL BE MADE AVAILABLE BY THE INSTITUTE IN REGARD TO QUOTES IN FOREIGN CURRENCY ONLY [NOT AGAINST QUOTES MADE BY A FIRM IN INDIAN CURRENCY, UNLESS THE CONCERNED FIRM IS A FOREIGN HOLDING COMPANY WITH `FDI’ CERTIFICATE ISSUED BY THE MINISTRY OF FINANCE, GOVT. OF INDIA].
06. Agency Commission: The percentage of ex-works value to be paid to Indian
agent in equivalent Indian currency as agency commission as applicable will have to be clearly stated in the quotation wherever applicable.
Page 12/15
07. Country of Origin: While Country of Origin Certificate will not be insisted, the same however will have to be stated in the Original Invoice for payment through LC.
08. LC Amendment: LC amendment charges due to mistake on the part of the
supplier, if any, will have to be borne by the supplier. 09. Others: Institute is also ready to purchase the goods on “High Sea Sale Basis”
agreement. In this, Institute will provide all assistance to supplier and supplier will Import the goods on behalf of NIT Patna and payment will be done in Rupees against delivery like Indigenous purchase.
Registrar
Page 13/15
Annexure – III (a) TENDER FORMAT FOR INDEGENOUS SUPPLIES (For Price Bid only)
Reference No :- ....................................Due Date: ........................
Sl No.
Description of Item & Model
Quantity Unit Price
Sales Tax
Total Price
Delivery Mode: F.O.R. Patna. Total bid price should be inclusive of Sales Tax, F.O.R. NIT Patna for the above quoted items is Rs……………. Delivery Period: Packaging & Freight etc. extra: Validity Date: Minimum 180 days from the date of opening of tender. Any other terms and conditions. Place: Date:
Signature:______________________ Name:_________________________ Business Address:________________ Email___________________________ Contact No:______________________ Affix Rubber Stamp
Page 14/15
Annexure – III (b) TENDER FORMAT FOR FOREIGN SUPPLIES (For Price Bid only)
Reference No: - NITP/Proc/EMU/15-16/02 Date: 20.5.2015
Sl No
Description of Item & Model
Quantity Unit Price on F.O.B/ FCA International Airport
Total Price, International Airport
Country of Origin
Indian Agent Commission Rs.
Note: FOB/FCA price from international airport. Indian Agent’s commission if not included in the FOB/FCA price will be paid in Indian Rupees separately. (In case no agent is involved, please write clearly) Delivery Period: Packaging & Freight etc. extra: Total bid price for the above quoted items is Rs. Any other terms and conditions Place: Date:
Signature:_______________________ Name:__________________________ Business Address:________________ Email___________________________ Contact No:______________________ Affix Rubber Stamp
Page 15/15
NATIONAL INSTITUTE OF TECHNOLOGY PATNA (PROCUREMENT DEPARTMENT)
SCHEDULE Schedule for Tender Reference No:NITP/Proc/EMU/15-16/02 Date: 20.5.2015
Last Date for Submission of Quotation : 12.6.2015 upto 5 p.m. Opening Date and Time of Quotation : 15.6.2015 at 3:00 p.m. For Any Enquiry Please Contact: The Registrar NIT Patna Email: [email protected]