kolkata policekolkatapolice.gov.in/writereaddata/tender/2518.pdf · the emd will be forfeited and...
TRANSCRIPT
1 | P a g e
KOLKATA POLICE
WBKP/CP/NIT- 234 /Miscellaneous /ICD/TEN/2018-19 Dated:- 06/ 12 /2018
e-Tender for the procurement of Miscellaneous items under Annual Tender(Part-II)
for use of Kolkata Police for the year 2018-19 & 2019-20.
KOLKATA POLICE DIRECTORATE,
18, LALBAZAR STREET, KOLKATA 700001.
Designed & Computerized By : Tender Section KPD
2 | P a g e
e-Tenders are invited by Commissioner of Police, Kolkata from the bonafide dealers/ Supplier/traders/firms/SSI Unit etc. for the procurement of Miscellaneous items relating to Clothing deptt, Traffic deptt,PTS,central armoury,Mounted Police under Annual Tender (Part-II) for use of Kolkata Police for the year 2018-19 & 2019-20. The last date of the submission of tender is on 28.12.2018 up to 15.00 hours.
Samples of the respective item(s) should be submitted to the Clothing Department, Lalbazar on 28.12.2018 up to 15.00 hours. The Detailed Tender Document can be downloaded (after Newspaper Publication) from wbtenders.gov.in. Respective Office :- Tender Section, Ground floor Main Building Kolkata Police, Hqrs. Lalbazar, 18, Lalbazar street, Kolkata - 700 001 (Ph:-033-2250-5048) (Fax:-033-2214-5512),(E-Mail:[email protected]) on any working day during office hours (10:00 hrs. to 17:00 hrs.) Bidders are requested to read the instruction contained in NIT very carefully as defective tender are liable to be cancelled.
Sd/- for Commissioner of Police,
Kolkata.
3 | P a g e
Credentials & Pre-qualifications of the Bidder
1. The responding Bidder should be registered under statutes of India. The organization should be of repute and be incorporated /registered in India. Annual reports of the bidder should be available for review on request.
2. The bidder should not have been blacklisted by any Central/State Government/Public Sector Undertaking for the tendered item and/or any other item. An undertaking in this regard should be submitted by the bidder otherwise the bid shall be summarily rejected.
If the selected firm is found/detected Blacklisted by any Central/State Government/Public Sector Undertaking (for the tendered item or any other item) at any stage of procurement process, the acceptance of the selected firm and/or the supply order etc., if issued would be treated as cancelled and the contract in whole will be terminated with immediate effect without any intimation to the concerned firm.
The EMD will be forfeited and Commissioner of Police, Kolkata reserves the right to initiate the proceedings against the selected vendor. In this regard, Commissioner of Police, Kolkata reserves the right to select the second lowest (L2) vendor for supply of the tendered item. The decision taken by Kolkata Police authority in the matter will be treated as full & final in this regard.
3. Bidder should not be insolvent, in receivership, bankrupt or being wound up, their affairs are not being administered by the Court or a judicial officer, their business activities have not been suspended and should not be the subject of legal proceedings of any of the foregoing.
4. Bidder should not have been convicted of any criminal offence related to professional conduct or the making of false statement or misrepresentation as to their qualifications.
5. The bidder desirable to have had an Annual turnover of Rs. 30.00 Lakh (Rupees Thirty lakh) for the last 3 (three) consecutive years. The turnover amount per year desired to be Rs. 20.00 lakh (Rupees twenty Lakh) in case of Public Sector Undertakings / Units.
6. Copy of authorization certificate from manufacturer is to be submitted for products where desired otherwise the bid may be rejected.
7. The bidder should have in its name PAN (Permanent Account Number) with Income Tax authority in India.
8. The bidder should have in its name GST Registration number in India.
9. All items in the Tender may be quoted. The items may be from different manufacturers, but the Bidders should provide one certificate owning the responsibility of integration along with manufacturer’s authorization for such items.
10. The Bidder desirable to be operational in the relevant field for at least 3 (three) consecutive years. The Bidder desirable to have experience of at least 3 (three) supplies of the tendered item in any SPO/CPO in India. The Payment Certificate for the same must accompany the tender. The Bidder should submit a list of important customers served with documentary evidence along with the Bid.
11. The Bidder should be recognized and having technical competence, financial resources, equipment and other physical facilities, managerial capability, reliability, experience, reputation and the personnel, to perform the works contract.
12. Authorized dealer of a manufacturing firm should have to submit the certificate of dealership duly certified by the manufacturing firm
13. Conditional tender with time limit will not be considered.
14. This tender is valid for 1(one) year from the date of issuance of firm order.
INSTRUCTIONS FOR GUIDANCE OF BIDDERS:-
1. E-Tenders must be addressed to the Governor of West Bengal (through Commissioner of Police, Kolkata), 18, Lalbazar Street, Kolkata-1.It should be superscripted “e-Tender for the procurement of Miscellaneous items relating to Clothing deptt, Traffic deptt, PTS, Central Armoury, KPH, Mounted Police under Annual Tender (Part-II) for use of Kolkata Police for the year 2018-19 & 2019-20.
2. Brochures of each item must be produced along with the tender.
3. Samples if any must be labeled with the name of bidder, name of article, item no. mentioning in a tag entangled with the sample by a cord. Label should not be pasted with the sample. If more than 1(One) sample is submitted, please mark A,B,C etc
4. Unaccepted samples if any, will be returned to the bidder after obtaining a letter addressed to the Commissioner of Police, Kolkata for such purpose.
5. Intending bidder have to deposit the Earnest Money of Rs 80,000=00(Rupees Eighty thousand) only in favour of Commissioner of Police, Kolkata through on line only. EMD in FDR or any other form will not be entertained. Receipt of online deposit of EMD should also be uploaded (for further detail see page no.10 of this NIT)
6. Firms registered as a Small Scale Industry with the C & S.S.I. Department and Firms on rate contract with D.G.S. & D may, however, be exempted from depositing earnest money on production of satisfactory documents in support of their claim.
7. EMD should be deposited online only as above. No alternative will be accepted. 8. Any claim of GST or any other prevalent taxes & duties, if applicable, should be clearly mentioned against the rate of item .The amount
of such taxes & duties, if required should be shown separately. All bidders are requested to submit GST Registration Certificate in support of their claim for GST.
4 | P a g e
9. In case the Customs Duty Exemption Certificate (CDEC) is to be obtained from Ministry of Home Affairs Govt. of India for imported item, the payment of GST, whether to be required or not, should be expressly mentioned. The value of the item should be calculated including and/or excluding Customs Duty and it should be mentioned in the bid document, separately. The final rate of the item may be accepted without Customs Duty subject to submission of CDEC by Kolkata Police at the time of supply of the item.
10. If any bidder disregards these instructions, their tender will be rejected. The department accepts no responsibility for the
same. 11. The Commissioner of Police, Kolkata does not bind himself to accept the lowest or any tender, not to assign any reason for
non-acceptance. He also reserves the right to divide the contract amongst any number of bidders, and to let contracts for less than the quantities mentioned in the form of tender. The Commissioner of Police, Kolkata reserves the right to revise the quantity of the tendered article/item as per requirement and/or availability of fund.
12. The stores must be supplied in every respect in accordance with the standard pattern, terms and conditions of the contract.
13. Any attempt of canvassing on the part of a bidder will render his tender liable to rejection summarily .
14. Bidders whose contracts are accepted will be required to execute at their own cost a duly stamped Agreement in the prescribed Form within a Stipulated period after they are notified about the acceptance of the tenders and Security Deposit at prescribed rates in the form of Bank Deposit receipt, National Savings Certificate issued by Post Office (P.O.) duly pledged in favour of the Commissioner of Police, Kolkata, should be deposited.
15. All bidders shall submit along with their tender, copy of the valid Trade License, and valid document of Professional Tax & GST Registration No. Tenders received without such certificates will not be considered. Credentials as to previous contracts held by the bidders with any other department of Government should also be enclosed as well.
16. Manufacturing Units should have to submit authentic documents to be a manufacturer or a Proprietary Article Certificate for the same.
17. The products of (1) Regd. SSI Unit of the State (2) State Govt. Undertakings/ Organizations owned/ managed by the State Govt. and (3) State based Medium Scale/ Large Scale Units may be given preference, if quality is found satisfactory, in terms of the relevant rules of WBFR Vol-I(Since amended) & Finance Deptt. Notification, Govt. of W.B. issued time to time.
18. Inconsistencies, if any should be brought to the authority
19. Intending tenderers can see the standard samples of items in the Central Clothing Stores, Lalbazar on all working days (except Holidays) between 11=00 am to 4 Pm)
20. Rate should be inclusive of charges such as freight, packing, Coolie hire,, delivery charges but should be inclusive of Duties/Sales Tax/Taxes as admissible
21. Rate quoted for IS- Marked product where desired will be given preference. In such cases, supporting document to adduce the genuity of such product must be uploaded/submitted with the tender
22. The rates should be F.O.R. destination and include all charges, such as freight, packing, coolie hire, etc. but exclusive of Excise Duties/Sales Taxes as admissible.
CONDITIONS
1. In the event of the Bidder failing to make a security deposit in manner hereinafter mentioned, the Commissioner of Police, Kolkata may, at his discretion, forfeit the earnest money lodged with this tender and cancel the acceptance of the tender.
2. On completion of e-Tender formalities, Letter of Acceptance (LoA) will be issued in favour of the selected bidder. The e-tender will remain valid for 01 (one) year from the date of issuance of LoA and the selected bidder will be bound to supply of the tendered item as per accepted rate of the respective tender against the Supply/Firm Order placed within the validity of the e-Tender. The bidders are therefore advised to quote their rate keeping in mind with the above stipulation. No deviation of the above shall be entertained.
3. The Bidder shall have to deposit equivalent to a sum equal to 5% (five percent) of the total value of the Supply/Firm Order (excluding admissible Taxes/GST) as Security Deposit (covering the entire Warranty period) in a Savings Bank Pass Book pledged to the Commissioner of Police, Kolkata or in Government Securities endorsed to the Commissioner of Police, Kolkata or produce bank guarantee and FDR (of Nationalized Bank) and execute an Agreement within 10 days from the date of issue of the Supply/Firm Order failing which the Letter of Acceptance (LoA) may liable to be cancelled.
4. Commissioner of Police, Kolkata may accept the tender in respect of all the goods tendered for, or any of them, or any part of all or any of them, by notifying the Bidder accordingly in the acceptance and the tender shall thereupon be considered as a tender for the quantity so accepted.
5. The Bidder shall be liable to supply the tendered item as per agreement mutually agreed upon against placement of order of supply from time to time by the Commissioner of Police, Kolkata within the time specified in the respective order. Commissioner of Police, Kolkata reserves the right for placement of supply/firm order at any time during the validity period of the tender and the bidder is bound to supply of the tendered item as per accepted rate of the respective tender. The Bidder shall have to deposit equivalent to a sum equal to 5% (five percent) of the total value of the Supply/Firm Order (excluding admissible Taxes/GST) as Security Deposit (covering the entire Warranty period) against each Supply/Firm Order. Security Deposit Orders marked “URGENT” shall have to be complied with by the Bidder even within 36 hours after receipt thereof.
6. If the Bidder by any cause, other than his own neglect or default, be prevented or delayed from supplying goods as aforesaid, the periods provided in clause may be extended by the Commissioner of Police, Kolkata on being satisfied that reasonable grounds exist for such extension.
5 | P a g e
7. The Bidder shall provide, at his own expense, all tools, plant, implements, packing, coolie hire charges and the like as will be necessary for the due performance of the contract. No claim on these account shall be entertained.
8. This contract shall not be sublet either wholly or partly without the written permission of the Commissioner of Police and on breach of this provision the Commissioner of Police may determine the contract and forfeit the Security Deposit and the Bidder shall have no claim for loss thereby resulting to him on any account whatsoever.
9. Any breach by the Bidder of any of the terms of the contract the Commissioner of Police may, in addition to recovering any loss sustain, terminate the contract on seven days notice to the bidder. The decision of the Commissioner of Police shall be the final on all questions as to the extent, meaning or construction of the said schedule or any descriptions, prices or other matters therein mentioned.
10. Where this contract is made with a firm, the act of any partner in the firm whether in breach or performance of the contract, shall be binding on the firm.
11. In the event of failure to supply the articles according to approved samples as agreed upon by the bidder, such articles will be purchased elsewhere without notice to the bidder on the account and at the risk of the bidder. Bidder shall be liable for any loss which the Government may sustain on that account but the bidder shall not be entitled to any gain on purchase made against default.
12. Rate for reputed Brands of the items are to be quoted.
13. Authentic documents regarding genuineness of articles to be produced in respect of supplies of “Branded” articles in each supply.
14. The demonstration of the item/equipment etc., if required, will have to be arranged by the bidder before the Tender committee prior to selection of item/equipment. If any or all the items/equipment are not found suitable and/or up to the mark by the members of the Tender Committee, the same shall be liable to be rejected even after having lowest rate. The decision of Tender Committee and/or any other Committee constituted for the purpose will be taken as final. The bidder is liable for the cost of equipment / product of demonstration and the Commissioner of Police, Kolkata will never accept the demonstrated items for his own purpose at the time of delivery. Random Testing of the delivered items may also be done at the time of Acceptance at the expense borne by the bidder. If the bidder is failed to supply the items/articles according to the specification and/or approved samples of the respective tender, the E.M.D / S.D may be forfeited and the selected firm may be blacklisted.
15. The tender shall comprise of two bid systems – (i) Technical Bid & (ii) Financial Bid. The Technical Bid will be opened first and if it is found technically suitable and/or feasible, only then the Financial Bid will be considered. Otherwise the entire Bids (Technical, Financial and Earnest Money) will be treated as cancelled.
Technical Bids shall be evaluated by Technical/Tender Committee and the Financial Bids shall be evaluated by the Tender Committee constituted for that purpose which will be informed to the bidders who found eligible to participate in the tender.
16. The Commissioner of Police does not bind himself to accept the lowest or any tender, not to assign any reason for non-acceptance. He also reserves the right to divide the contract amongst any number of bidders. The Commissioner of Police, Kolkata reserves the right to accept and/or reject any tender, all tenders or any part thereof, without assigning any reason thereto.
17. After completion of the process of selection, the selected firm expected to be asked to furnish Proforma Invoice for the respective item(s) for initiating procedural formalities for obtaining sanction of Govt. The Supply/Firm order may, however be placed only on receipt of sanction of fund from Govt.
18. The Commissioner of Police, Kolkata reserves the right to invoke and/or cancel the Supply/Firm Order, if situation so warrants or the terms and conditions are not complied with, without assigning any reason thereto.
19. The words” KOLKATA POLICE” will have to be imprinted on the articles specified in the items in the list.
20. If the selected bidder should cause any goods to be supplied directly from the factory or Mill, such goods shall be consigned to the Commissioner of Police, Kolkata or as he may direct and shall be delivered free of cost to the Police Hqrs.
21. Delivery of goods shall not be considered as complete until such goods have been inspected and passed by the Committee appointed for the purpose.
22. All quantities shall be subject to reweighment and count at destination and weighments and count shall be considered final only when certified by the Commissioner of Police.
23. That the Contractor hereby agrees and convenants with the Governor that the clothings, uniform , other items & stores manufactured and supplied by the contractor under these presents shall be manufactured with the best materials available and shall be of best workmanship and the clothings and / or uniforms or other items supplied shall be strictly in accordance with the approved sample and that the said clothing and/or uniform and/or miscellaneous stores would conform to the description and specification mentioned in the schedule of the clothings or if uniforms supplied be not strictly in accordance with the terms of these presents the Governor shall be at liberty and be entitled to reject such goods as may not conform strictly to the sample herein before mentioned in clause (1) or be not in accordance with the description and specification mentioned in the schedule or be not in accordance with guarantee hereby given. The contractor shall if so called upon to do so replace the clothings and uniforms or such of them as may be rejected by the Governor or otherwise the Contractor shall pay to the Governor such damages as may arise by reason of breach of the conditions contained herein : Provided , however, that nothing herein contained shall prejudice any other right of the Governor in that behalf under this presents or otherwise.
24. If the goods supplied do not conform to the accepted sample in all material particulars and description, the Committee mentioned in paragraph 8 may accept the same on condition that a sum not exceeding 10 percent of the accepted rate shall be deducted if the
6 | P a g e
material supplied is required urgently and is considered otherwise acceptable. In case of any dispute over such reduction, the decision of Commissioner of Police, KOLKATA, shall be final and binding on the Contractors.
25. If any rejected goods be not removed as herein before mentioned within 15 days after rejection, the Commissioner of Police, on consignee may sell such goods and deduct from the proceeds any sums recoverable from the contractor as aforesaid and any expense of sale or otherwise and pay the balance to the contractor.
26. No goods shall be deliverable to the clothing department on Sundays or Gazetted holidays without the written permission of the Commissioner of Police, KOLKATA.
27. As far as the tender procedure is concerned, there are several stages for sanctions and grounds for Blacklisting which are usually accepted –
1. At the stage of competitive bidding- on the ground of – i) Submitting false documents as far as the eligibility criteria are concerned, ii) Submission of bid which involves concealment /suppression of facts in the bids in order to influence the outcome of eligibility
screening or any other stage of open bidding. iii) Unauthorized use of one’s name or the name of any other firm for the purpose of bidding, iv) Withdrawal of a bid, or refusal to accept an award, or enter the contract with the Govt. without justifiable cause, after he had been
adjudged as having submitted the lowest responsive bid, v) Refusal or failure to post the required performance security within the prescribed time, as indicated in the detailed tender notice. vi) Refusal to clarify in writing its bid during post qualification within the prescribed period as contained in the detailed tender notice
from receipt of the request for clarification. vii) Any documented unsolicited attempt to unduly influence the outcome of bidding in his favour, viii) All other acts that tend to defeat the purpose of competitive bidding which is contrary to financial rules of the Government e.g.
habitual withdrawing from bidding except a valid reasons, not complying with the requirements during bid evaluation.
2. At the stage of contract implementation – on the ground of –
i) Failure on the part of the firm to supply items as per Supply Order due solely to his fault or negligence within the prescribed period as mentioned in the detailed tender notice.
ii) Failure on the part of the firm/company to fully and faithfully comply with the contractual obligations without valid cause or failure to comply with any written lawful instruction of the procuring entity or its representative(s) pursuant to the implementation of the contract.
iii) Assignment and sub-contracting of the contract or any part thereof iv) Unsatisfactory progress in the delivery of goods/items in case of procurement, v) Supply of inferior quality of goods, as may be provided in the contract or as per accepted sample/specimen of item(s). vi) Any other reason, which the procuring entity deems it logical to include in the contract, duly agreed by the selected bidder/firm. vii) Failure of supply within the stipulated period of time to be mentioned in the supply order.
28. Disputes and Arbitration – In case of any dispute or differences, breach and violation relating to the terms of this agreement, the said dispute or difference shall be referred to the sole arbitration of Commissioner of Police, Kolkata or any other person appointed by him. The award of the arbitrator shall be final and binding on both the parties. In the event of such arbitrator to whom the matter is originally referred to vacates his office on resignation or otherwise or refuses to do works or neglecting his work or being unable to act as arbitrator for any reason whatsoever, the Commissioner of Police, Kolkata shall appoint another person to act as arbitrator in the place of outgoing arbitrator and the person so appointed shall be entitled to proceed further with the reference from the stage at which it was left by the predecessor. The Bidder will have no objection in any such appointment that arbitrator so appointed is employee of Kolkata Police. The adjudication of such arbitrator shall be governed by the provision of the Arbitration and Conciliation Act, 1996, or any statutory modification or re-enactment thereof or any rules made thereof. The arbitration shall be held within the jurisdiction of Hon’ble High Court of Calcutta.
29. It should be noted that the firm/firms will be selected purely as “PROVISIONAL BASIS” and the forecast requirement may increase or decrease by any quantity.
30. The Bidder is desirable to have an office in West Bengal and service delivery centre at Kolkata. The Bidder should mention in detail their support infrastructure including address, contact phone no., fax no., e-mail ID etc. and modalities by which fast response to maintenance calls and minimum downtime will be ensured.
31. Important Time Schedule – (date & time schedule)
Sl No. Particulars Date & time
1 Date of uploading of N.I.T Documents online(publishing date) 0 6.12.2018
2 Documents download/sell start date(Online) 06.12.2018 at 16.00 hours
3 Documents Download/Sell End date(online) 28.12.2018 at 15.00 hours
4 Bid submission start date(online) 10.12.2018 at 15.00 hours
5 Bid submission closing date(online) 28.12.2018 at 15.00 hours
6 Bid opening date 31.12.2018 at 15.00 hours
32. Bid opening Location – Office of the Commissioner of Police, Kolkata, 18 Lalbazar Street, Conference Room(II), Kolkata – 700 001.
7 | P a g e
Schedule for the contract of the Items
Item No
Name and specification of the items (ISI marked product is preferable where desired)
Requirement for 2018-19 & 2019-20
Rate to be quoted per unit
1 Insecticide (Rate for 5 ltr. tin to be quoted)(Baygon Brand) (IS No:1824) 1600-Tin
2 Insecticide (rate for 1Litre Tin to be quoted (Baygon Brand).(preferably IS No:1824) 1500- Tin
3 HIT Black 2500-Nos
4 HIT Red 2000-Nos
5 Dettol (Rate for 100 ml. Bottles only to be quoted). 5000-Nos
6 Safenyl–(Branded) (Rate to be quoted for 500 ml. Bottles). 1700-Nos
7 Liquid Soap (To be supplied in 1 litre Tin) (Phyto-fresh of W.B.P.P.D.C.L.) (To be supplied by SSI Unit)
2500-Tin
8 Naphthalene - (Rate for 200 gram pkt to be quoted)(Branded) (ICD-& KPH) (preferably IS No: 539)
7500-Packets
9 Dettol Soaps ( 75 gram or equivalent) (ICD-400,KPH-300) 10800-Nos
10 Lifebuoy Soap ( 75 gram or equivalent) (ICD-400,KPH-300) 1200-Nos
11 Savlon for Dog Squad(rate to be quoted for 1 Litre tin ) 200-Nos
12 Bar Soap ( Branded)( Rate for 250gram to be quoted) (ICD3000/KPH-200) (To be supplied by SSI Unit)
2000-Nos
13 Battery for 3 Celled Torch(Leak proof)( Branded) (ICD 14700/KPH-100) 30000-Nos
14 Pencil Battery (Leak proof)(Branded)(ICD-4000/KPH-200) 7000-Nos
15 Phenyle R.W. carbolic co-efficeint Should be 5/7) 20 Ltr Dr(black) (preferably IS No: 1061: 1997)
1500 Drums
16 Phenyle R.W. carbolic co-efficeint Should be 5/7) 05 Ltr Drum(black)(preferably IS No:1061:1997
800-Drums
17 Phenyle R.W. carbolic co-efficeint Should be 5/7) 20 Litre Drum-W.B.P.P.D.C.L White Phenyl (To be supplied by WBPPDCL).
1500-Drums
18 Phenyle R.W. carbolic co-efficeint Should be 5/7) 05 Litre Drum-W.B.P.P.D.C.L,White Phenyl(To be supplied by WBPPDCL.
1500-Drums
19 Cotton Wool Medicated of 100 gms. Packets (Branded). 1500-Nos
20 First Aid Box. (Good quality) with essential medicines 200-Nos
21 Cleaning Powder (VIM/ Odopic)(Rate for 500 gms pkt only to be quoted) (ICD-3500/KPH-1500)
4000-Nos
22 Jute.(Rate per quintal) (ICD-60/KPH-20/IMP-20) 100-Quintal
23 Broom Sticks(Big size) Good quality ((ICD-125/KPH-15) 250-Quintal
24 Bleaching powder(Rate for 25 Kg. bag/ drum to be quoted.. (ICD-1000/KPH-60/KMP-20)(IS No: 1065:1989/Branded )
2000-Bags
25 Lime(Branded) (Rate for 20 Kg sealed bag to be quoted) 1000-Bags
26 Buckets G.I. (36 cms length X 110 cms. Dia).(To be supplied by WBSIDC) 200-Nos
27 Phul Jharu (Superior quality) 3000-Nos
28 Insecticide Sprayer Pump (Metal) (Branded/Baygon ). 1000-Nos
29 MOP 1500Nos
30 Wiper 1500-Nos
31 Feather Duster (Synthetic).Good quality 600-Nos
32 Pittu: Big size- Pack-08 500-Nos
33 Pittu Small Size(Small pack) 500-Nos
34 Dust Bins (Plastic)( 37 cms. length X 115 cms. Breadth). (Superior quality) 2500-Nos
35 Nylon Rope.(12 X14 dia X 15 mtr. Length).(Superior quality) 5000.Nos
36 Tarpuline (Sq.Mtr.)( synthetic).(preferably IS No: 7903:2005) (6 mtr X 4 mtr) 500-Sq Mtrs
37 Muratic Acid in 500 ml.bottle (must be supplied in glass bottle) (Branded). (Rate for 500ml to be quoted)(Sample to be submitted)
15,000-Nos
38 AAA Battery (Everrady Brand) 5000 pcs
39 Jhul Jharu 500 pcs
40 Dust Bin(with lid) big size 500 pcs
41 Dustbin(with Lid & paddle) medium size 500 pcs
42 Flag Rope (50 ft long) cotton 500 pcs
43 Coir DOORMAT (4 fit X 2 ft) 1000 pcs
44 Coir DOORMAT(3 ft X 2 ft) 2000 pcs
8 | P a g e
45 Plastic Synthetic MAT (4 fit X 2 fit) 2000 pcs
46 Wheel Barrow(Area of wheel barrow 910mm x 610mm x 410 mm) Specification :-Double wheel barrow of Rectangular Shape shape Box type made of 20 SWG M.S.Sheet all
round mounted on 38mm x 38mm x 3mm M.S.Anglw with 30mm dia tubular type handle 330mm,fitted with 2 nos. wheel made of 40 mm x 6mm flat with 8 spokes of 18mm x 6mm. Dia of the wheel 645mm with 30 dia Bore with Bush fitting complete ,saft dia 25mm round including rest leg of under design, A flat of 188mm x 3mm surrounding side and bottom,duly painted one coat primer and 2 coatsynthetic enamel. Dimension of the Body ( Area of Wheel Barrow 910mm mm x 610 x 410mm).
300-Nos
47 Prisoner’s Rope (13 ft. length X 1” dia) 1500-Nos
48 Sewing Cotton (No-50) (Branded) (Red/Black/Khaki/White) 100-Doz
49 Padlocks (Godrej) 85 mm. 150 Nos.
50 Padlocks (Godrej) 65 mm. 600 Nos.
51 Padlocks (Godrej) 50 mm. 1600 Nos.
52 Padlocks (Godrej) 40 mm. 800-Nos.
53 Big Glass Jars (2 Ltr capacity) for K.P. Morgue 2000-Nos
54 Small Glass Jars (250 ml capacity) for K.P. Morgue. 2000-Nos
STEEL ITEMS
55 Folding steel bedstead 198 cms long x 77 cms wide.Height of steel bottom about 44 cms. From floor complete sheet steel bottom and folding steel plates or steel angke(whichever available) legs over baked finish-18 gauge sheet pattern .as per approved sample (preferably IS No:228)
2000-Nos
56 Kit Box 84cms x56 cms X 41cms Made from 22 gauge galvanised sheet with lacking facilities(preferably IS No:228) ( To be supplied by SSI Unit)
100-Nos
TENT
57 G.S. pal tent 434 cms x 434 cms with double fly waterproof canvas made of brown bungle shade inner fly double fold of white drill and yellow sheeting(IS No:1422 :1983 read with IS :2089:1977)( To be supplied by SSI Unit)
100-Nos
58 Shamiana (with 14 poles and pole covers complete)( To be supplied by SSI Unit) 100-Nos
FIRE EXTINGUISHER
59 ABC Type Stores Pressure (Complete) 6 kg capacity with fitting 5000- Nos.
60 ABC Type store pressure refill 6-kg. 3000-Nos
61 Co2 9-kg fire extinguisher 300-Nos
TRAFFIC DEPTT ITEMS
62 Plastic Bottle (1Liter capacity) Pearl pet brand) 5000-Nos
63 Sign Board for Traffic Police: (Specification :-Road Sign as per IRC: 67-2001) Material: G I Sheet of 0.38mm thickness of IS:277 with one coat of primer on the painting side with one coat of synthetic enamel of reputed brands confirming to Indian Standards (IS:1477-1994, IS-1477-1979, pt-I & II etc.)
64 No Entry (dia 750 mm.) White minus sign on a Red Circular back ground with text legend : NO ENTRY”
1000-Nos
65 No Parking (Dia 600 mm)(With text legend : NO PARKING written in a semi circular fashion at the bottom)”
2000-Nos
66 No entry for Bus ( dia 750 mm). 200-Nos
67 No Horn (Dia 750 mm). 100-Nos
68 No Overtaking (dia 750 mm) (With text legend” NO OVERTAKING” written in a semi circular manner
200-Nos
69 No ‘U’ Turn (dia 600 cms.) 200-Nos
70 No Parking Aligning Station (750 x 450 cms) 100-Nos
71 Special Car park (600 mm x450 mm) NR
72 No Entry for Goods Vehicles with picture ( dia 750 mm) 500-Nos
73 Drive Slow (750 mm.)text legend “ DRIVE SLOW” 300-Nos
74 Parking ‘P’ (800 x 600 mm) NR
75 No Parking (dia 600 mm)( with legend : BOTH SIDES OF THE STREET 800-Nos
76 Hospital (800 x600 mm) rectangular Icon of Cot & Red Cross with legend “HOSPITAL” on bottom border.
NR
77 No entry for Heavy Goods Vehicles (Dia 750 mm). (With legend HEAVY) 200-Nos
78 No Left Turn (dia 600mm.) 300-Nos
79 No Right Turn (dia 600 mm.) 300-Nos
80 No Free Left ( Dia 600 mm) Text legend Only 100-Nos
81 No Parking(dia 600 mm) with legend’ THIS SIDE OF THE STREET’ 500-Nos
82 School Ahead : Triangular Board ( 600 mm each side) Icon of student with bag with legend SCHOOL AHEAD’
100-Nos
83 Bus stop ( 800 x 600mm) with text legend ‘BUS STOP’ 200-Nos
9 | P a g e
SIGN BOARD OF TP
84 Cycle prohibited (dia 600 mm) (Icon of bicycle depicted black with the front slash in red) 200-Nos
85 Give Way Sign Board (Inverted Triangle) dia 750 mm) 200-Nos
86 Hand Cart Prohibited (Dia 600 mm) (Icon of hand cart depicted black with a front slash in Red) 200-Nos
87 Rickshaw prohibited (dia 600 mm) (Icon of Rickshaw depicted black with the front slash in red) 200-Nos
88 Pedestrain Prohibited (dia 750 mm) (Icon of walking man depicted in black with a front slash in red).
100-Nos
89 BUS LANE (dia 600 mm) 500-Nos
ICA ITEMS
90 Cotton Waste, No.1 (50 kgs. Bale). 1500-Kgs.
91 C.P. Teakwood,(17.78cmX 7.62cm.X 13.36 cms.) Length. 75--Nos
92 Fevicol (Synthetic Resin Adhesive), 250 gms.Can, Grade-SH. 20-kgs
93 Pinewood, 8 cms.X5 cms.X 244 cms. length. 500-Nos
94 Turpentine Oil, 20 litre tin.(ICA 300 ltr/TP 20 ltr /KMP 20 ltr) 100-Litres
95 Flanneleettle 10.20 cms.X 5.10 cms. Line in 10 mtrs.Length minimum 4’X 2” 3000-Mtrs.
96 Hacksaw Blade (SAP). (ISI) 10-Nos
97 Pull through cord single. 300-Nos
98 Brushes Flat Plain (1”) 24-Nos
99 Brushes Flat Plain ( ½”) 24-Nos
100 Brushes Flat Plain ( ¼”) 24-Nos
101 Hacksaw Blade 24-Nos
102 Hole Up Stair- ¾ “(Per box of 400 gm) 24-Boxes
103 Drilling Machine (Electric) 8-Nos
104 Rope (Jute) 80-kgs
105 Patching paper ,Black 200-Nos
106 Stencil A-Z & 0.9 ½ “ 8-Boxs
107 Brown paper (4ft X 4 ft) 100-Nos
108 Leather frog for scabbard of SLR Bayonet 50-Nos
109 Nylon frog for scabbard of INSAS bayonet 50-Nos
110 Anti Pollution mask 100-Nos
111 Cup goggles 50-Nos
GARDENING EQUIPMENTS 112 Spade with handle 200-Nos
113 Belcha (Shovel) 200-Nos
114 Sickle 200-Nos
115 Khurpi 200-Nos
116 Rake 200-Nos
117 Watering Can(plastic) Good Quality 200-Nos
118 Hasua (Big Size) 200-Nos
119
Rubber Hose pipe (Rates to be quoted for assorted sizes indicating inside and outside diameter in the sample).
Rubber Hose Pipe :¾”( Rate to be quoted for 25 metre bundle) 100-Bundles
120 Rubber Hose Pipe; ½” ( Rate to be quoted for 25 metre bundle) 100-Bundles
121 Rubber Hose Pipe: 1” ( Rate to be quoted for 25 metre bundle) 200-Bundles
122 Rubber Hose Pipe: 1.5” ( Rate to be quoted for 25 metre bundle) 50-Bundles
123 Nirani 100-Nos
124 Scissors big 100-Nos
125 Scissors small 100-Nos
126 Hasua 200-Nos
127 Kodal 100-Nos
Mounted Police Items
128 Spur Stirrup Leather 100pairs
129 Stirrup Iron 30 pairs
130 Surcingles Leather 25 pcs
131 “V” attachment (AS per sample) 10 pairs
132 Baggage Strap 65 pcs
133 Head Rope Cotton 30 pcs
134 Sword Frog (Colonial pattern) 50 pcs
135 Sword Frog (Military pattern) 50 pcs
136 Stable Head Callars 80 pcs
137 Parade Head Gear Complete 70 pcs
138 Bosses 30 pairs
10 | P a g e
139 Rains Leather 50 pcs
140 Bits Snaffle (B-type) (O-type) (D-type) 30 pcs
141 Blanket Black (Saddles) 30 pcs
142 Ring Boot Coronet 30 pairs
143 Ring Boot Rubber 30 pairs
144 Horse Shoe 2000 pairs
145 Horse Shoe nail 25 kgs
146 Lance Bucket 30 pcs
147 Hof Pick Steel 45pcs
148 Longing Rein 05 pcs
149 Brow Band White 20 pcs
150 Nose Band White-blue 40 pcs
151 Wooden Bar for Stable 50 pcs
152 Meringle Cloth 30 pcs
153 Canvas Griths 30 pcs
154 Mocha Ceremonial 02 pcs
155 Saddle Sushion Pad 80 pcs
156 Saddle Spronge (3’x3’) 50 pcs
157 Dandy Brush 100 pcs
158 Jhul 30 pcs
159 Sword Stick 30 pcs
160 Girth Jumping 40 pcs
161 Mortingle Leather 30 pcs
162 Hair Dari 04 pcs
163 Coconut Oil 25 kgs
164 Curry Combs 30 pcs
INSTRUCTION TO BIDDERS
I. General guidance for e-Tendering –
a) Instructions/ Guidelines for electronic submission of the tenders have been annexed for assisting the bidders to participate in e-Tendering.
b) The process of deposit of earnest money through offline instruments like Bank Draft, Pay Order etc. will be stopped for e–tender procurement of this office wef. 01.12.2016. Necessary Earnest Money will be deposited by the bidder electronically: online – through his net banking enabled bank account, maintained at any bank or: offline – through any bank by generating NEFT/ RTGS challan from the e–tendering portal. Intending Bidder will get the Beneficiary details from e– tender portal with the help of Digital Signature Certificate and may transfer the EMD from their respective Bank as per the Beneficiary Name & Account No., Amount, Beneficiary Bank name (ICICI Bank) & IFSC Code and e–Proc Ref No.
Intending bidder who wants to transfer EMD through NEFT/ RTGS must read the instruction of the Challan generated from E–Procurement site. Bidders are also advised to submit EMD of their bid, at least 3 working days before the bid submission closing date as it requires time for processing of Payment of EMD.
c) Registration of Bidder – Any bidders willing to take part in the process of e-Tendering will have to be enrolled & registered with the Government e-Procurement System through logging on to https://wbtenders.gov.in (the web portal of Public Works Department) the bidder is to click on the link for e-Tendering site as given on the web portal.
d) Digital Signature certificate (DSC) – Each Bidder is required to obtain a Class-II OR Class-III Digital Signature Certificate (DSC) for submission of tenders for the approval service of the National Informatics Centre (NIC) on payment of requisite amount. Details are available at the website stated in Clause-I above DSC is given as a USB e-Token.
e) The bidder can search & download N.I.T. & Tender Document(s) electronically from computer once he/she logs on to the website mentioned in clause-I using the Digital Signature Certificate. This is the only mode of collection of Tender Documents.
II. Submission of Tenders –
Tenders are to be submitted through online to the website stated in Clause-I in two folders at a time for each work, one in Technical Proposal & the other is Financial Proposal before the prescribed date & time using the Digital Signature Certificate (DSC). The documents are to be uploaded virus scanned copy duly Digital Signed. The documents will get encrypted (transformed into non readable formats).
A) Technical Proposal – The Technical proposal should contain scanned copies of the following in two covers (folders).
11 | P a g e
a) Statutory Cover Containing the following documents –
i) NIT ii) TECHNICAL & OTHER DOCUMENTS. iii) AGREEMENT PAPER iv) CHECK LIST
b) Non-statutory Cover Containing the following documents (OID)-
Sl. No.
Category Name Sub-Category Description Detail(s)
A. Certificate(s) Certificate(s)
GST Registration Certificate (GST-IN) PAN Card. P Tax Enrolment with current validity & P. Tax Challan (2017-18). Latest IT Return/IT-Saral for the Assessment year 2016-17, & 2017-18
B. Company
Detail (s) Company Detail
Proprietorship Firm (Trade License)
Partnership Firm :(Partnership Deed, Trade License)
Ltd. Company:(Incorporation Certificate,Trade License)
Society :(Society Registration Copy, Trade License)
Power of Attorney.
C. Credential Credential – 1 Similar nature of work done which is applicable for eligibility in this
tender.
D. Credential Credential – 2 Declaration regarding blacklisting
NOTE: BLACK & WHITE SCAN MULTIPAGE SCAN DPI MAX 200-300
THE ABOVE STATED NON-STATUTORY/TECHNICAL DOCUMENTS SHOULD BE ARRANGED IN THE FOLLOWING MANNER
Click the check boxes beside the necessary documents in the My Document list and then click the tab “Submit Non Statutory Documents” to send the selected documents to Non-Statutory folder. Next Click the tab “Click to Encrypt and upload” and then click the ‘Technical’ Folder to upload the Technical Documents.
B) Financial Proposal –
i) BOQ – The bidder is to quote the rate online through computer in the space marked for quoting rate in the BOQ. If any bidder is exempted from payment of EMD, copy of relevant Government Order needs to be furnished.
Opening & Evaluation of tender – Opening of Technical Proposal –
1. A Tender Committee comprising Senior Officer will open the Technical bid of the Tender.
2. Intending renderers’ may remain present if they so desire.
3. Cover (folder) for Statutory Documents will be opened first and if found in order, cover (folder) for Non-Statutory Documents will be opened. If there is any deficiency in the Statutory Documents the tender will summarily be rejected.
4. Decrypted (transformed into readable formats) documents of the non-statutory cover will be downloaded & handed over to the “Tender Evaluation Committee”.
5. Summary list of technically qualified bidders will be uploaded online.
6. Pursuant to scrutiny & decision of the “Tender Evaluation Committee”. The summary list of eligible bidders & the serial number of work for which their proposal will be considered will be uploaded in the web portals.
7. During evaluation the committee may summon of the bidders & seek clarification / information or additional documents or original hard copy of any of the documents already submitted & if these are not produced within the stipulated time frame, their proposals will be liable for rejection.
12 | P a g e
Opening of Financial Proposal –
1. The financial proposal should contain the following documents in one cover (folder) i.e. Bill of Quantities (BOQ). The bidder is to quote the rate online through computer in the space marked for quoting rate in the BOQ.
2. Only downloaded copies of the above documents are to be uploaded virus scanned & Digitally Signed by the bidder. If any bidder fails to produce the original hard copies of the documents like Completion Certificates and any other documents on demand of the “Tender Evaluation Committee” within a specified time frame or if any deviation is detected in the hard copies from the uploaded soft copies, it may be treated as submission of false documents by the bidder and action may be referred to the appropriate authority for prosecution as per relevant Act.
Rejection of Bid –
The Commissioner of Police, Kolkata reserves the right to reject any/or all the tendered rates without assigning any reason and not to place any orders even after selection and is not liable to pay any cost that might have incurred by nay bidder at the stage of bidding and also reserves the right to, divide the contract amongst any number of bidders’, if required so and to place order for more or less than the quantity mentioned in the forecast requirement. The Commissioner of Police, Kolkata does not bind himself to accept the lowest rate.
Award of Contract –
The Bidder whose Bid has been accepted will be notified by the Tender Inviting & Accepting Authority through acceptance letter / Letter of Acceptance. The notification of award will constitute the formation of the Contract.
The Agreement in prescribed format will incorporate all agreements between the Tender Accepting Authority and the successful bidder. All the tender documents including N.I.T. & B.O.Q. will be the part of the contract documents. After receipt of Letter of Acceptance, the successful bidder shall have to submit requisite copies of contract documents downloading from the website stated in Sl. No. 1 of N.I.T. along with requisite cost through Demand Draft issued from any nationalized bank in favour of Commissioner of Police, Kolkata for the concerned work within time limit to be set in the Letter of Acceptance.
Sd/- for Commissioner of Police,
Kolkata.
13 | P a g e
SPECIFICATIONS ANNEXURE – A
A-I
List of items to be supplied by West Bengal Small Industries Corporation Limited -
1. Aluminium Utensils 2. Cans (made up of G.P. Sheets for milk and measuring) 3. Invalid Wheel chairs 4. Steel Furniture 5. Electric Fan & Electric Goods 6. Buckets (G.I. & Plastic) 7. Plastic Cans / Containers / Thalis etc. and plastic goods 8. Manhole Covers 9. Furniture 10. Shoe Polish & Metal Polish 11. PVC Pipe & Tube 12. Air Conditioner 13. Paint 14. Polythene Sheet (tarpaulin) 15. Websi brand detergent & cake, bulb & battery 16. Bitumen 17. Exercise Book 18. Door & Window Frame.
A-II
List of items to be supplied by the Khadi & Village Industries Board, West Bengal -
1. Hand made paper 2.File Covers & Boards with flap.
A-III List of items to be supplied by - West Bengal State Handloom Weavers’ Co-operative Society Ltd. (TANTUJA).
1. Cotton Hosiery 2. Curtain Cloth 3. Duster 4. Garments made of Cotton, Polyesters Cotton (Terry Cotton), Polyester-Vescous (all types including
uniforms for children and uniforms for Police, Jails, Forest, Fire Services & other Deptts.) 5. Liveries for Drivers and Group-D employees 6. Patients’ Coats and Pyjamas 7. Surgical Dressing (Gauge & Bandage cloth) 8. Cotton Tape 9. Hospital Linens – Dosuti, Patra, Stretcher-cloth, Tikin Towel etc. 10. Mosquito Netting 11. Towels 12. Bed Sheet & Bed Cover 13. Sarees/Dhoties 14. Powerloom Long Cloth ( for Tantusree) 15. Powerloom Markin (for Tantusree).
14 | P a g e
A-IV
List of items to be supplied by West Bengal Handicrafts Development Corporation Ltd.(MANJUSHA),–
1. Knitted Woollen products 2. Dhokra (Jute) Mats/ Coir Door Mats 3. Waste Paper Basket 4. Ready made Garment including School Uniform but excluding uniform for Police, Jails etc.
5. Gift items / Handicraft items 6. Woollen Carpets/Woolen Blankets 7. Hospital linen items excluding gauge and bandage. 8. Attache Cases / Bags 9. Boots & Shoes including ammunition boots and Officers’ boots, gumboots 10. Chappals and Sandals 11. Hand Gloves 12. Leather Suitcases 13. Leather Belts 14. Bus and Tram Conductors’ Bags 15. Football and Volly Ball, Jungle Boots, Safety Miner’s Boots of all types 16. Jungle Boot, Safety Miners’ Boots of all types.
A-V
List of items to be supplied by the West Bengal State Handicrafts Co-operative Society Ltd.(Bangasree) -
1. Readymade Uniforms for Primary School children under District Primary School Councils. 2. Summer & Winter liveries for Group-D staff/ Drivers 3. Gift items / handicraft items 4. Handloom Sarees and Dhoties 5. Hospital linen items excluding gauge and bandage.
A-VI
List of items to be supplied by the West Bengal Comprehensive Area Development Corporation --
1. Curtain Cloth 2. Duster 3. Liveries for Drivers and Group-D employees 4. Bed Sheet and Bed Cover 5. Knitted Woollen products 6. Coir Door Mat 7. Bags & pouches made of nylon, cloth and jute.
A-VII
List of items to be supplied by the Central Engineering Organisation, Dasnagar, Howrah --
1. Machining and Fabrication job 2. Ferrous and non-ferrous casting 3. Industrial Fastener etc. 4. Repair and maintenance of hospital equipments and furniture.
[ NOTE :: Charmaja has been deleted vide G.O.No. 1385-F dt. 20.02.06. ]
A-VIII List of items to be Supplied by the West Bengal Pharmaceutical & Phytochemical Development Corpn LTD.
1. Phenyle (Strong Germicide) 2. Phyto-fresh ( Room Cleaner).
15 | P a g e
ANNEXURE – B
List of items to be procured directly by Govt. Deptts./ Corporations and Statutory Bodies from the registered Small Scale Units –
1. Register and Exercise Book 2. Rubber Hose Pipe 3. Wax Candle 4. Writing Inks and Fountain Pen Inks 5. Office Gum Paste 6. Flooring Tiles 7. Conduit Pipes 8. Stone Chips 9. Dustbin 10. Steel Windows and Ventilators – Metallic 11. Rolling Shutters 12. Buildings Hardware 13. Surgical Gloves 14. Expanded Metal 15. Voltage Stabilizers 16. PVC Cables and Wires 17. Electrical Light Fitting Chokes 18. Metal Clad Switches 19. Sports Goods 20. Brushes (paint) 21. Domestic Electrical Appliances 22. Scientific Laboratory Glassware 23. Tyres & Tubes (cycles) 24. Steel Trunks 25. Tarpauline 26. Readymade Garments 27. Cotton / Woollen Socks 28. RCC Pipes 29. Liquid / Laundry Soap 30. Wood Screw 31. Wire Nails and Horse Shoe Nails 32. Drawing & Mathematical Instruments 33. Lamp Holder 34. Drums & Barrels 35. ACSR & AAC Conductors 36. Glass Ampules (Distilled Water) 37. Wooden Packing Cases 38. Wire Netting 39. Electric Call Bell 40. Wall Clock 41. Office Stationery (like James Clip, Pin, Pin cushion, Table top glass, Paper weight) 42. Agricultural Tools and implements like/ including (Kodali, Prunning Knives, Duster/Sprayer etc.) 43. Personal Weight machines / bathroom scale (for weighing)(used by Doctor/Hospital/Nursing Home) 44. Circular hanging spring bal* 45. ance upto 200 Kgs. 46. Fire Extinguisher
16 | P a g e
CHECK LIST TO BE UPLOADED ONLINE NIT No: ………………..
NAME OF THE TENDER: .............................................................................................................
NAME OF THE FIRM:……………………………………………………………………………...................................
FULL ADDRESS OF THE FIRM & BIDDER ( FOR COMMUNICATION)............................................
………………………………………………………………………………………….……………….…..................................
E-MAIL ADDRESS………………………………………………………………...................................................
CONTACT PERSON RELATING TO THIS TENDER WITH MOBILE NO……………………................
………………………………………………………………………………………………………….......................................
TENDERING AS: (STATUS OF THE FIRM SHOULD BE GIVEN): ……………………………......................
…………………………………………………………………………………………........................................................
DETAILS TO BE GIVEN
SL NO
ITEMS PLEASE MARK
FOR USE OF THE BIDDERS (PROVIDE REGISTRATION
NUMBERS WHERE APPLICABLE )
REMARKS (FOR OFFICE USE
ONLY)
1 EMD IN FAVOUR OF THE COMMISSIONER OF POLICE, KOLKATA AS PER NIT (Online)
YES NO
2 WHETHER RELEVANT RELAXATION CERTIFICATE HAS BEEN SUBMITTED IN SUPPORT OF CLAIM FOR RELAXATION OF E.M.D
YES NO
3 COPY OF THE LATEST TRADE LICENCE YES NO
4 COPY OF THE PARTNERSHIP DEED/ INCORPORATION CERTIFICATE/ SOCIETY REGISTRATION COPY
YES NO
5 COPY OF LATEST PROFESSIONAL TAX CHALLAN/ ENROLMENT CERTIFICATE
YES NO
6 COPY OF PAN CARD (PAN NO TO BE MENTIONED)
YES NO
7 COPY OF INCOME TAX RETURNs YES NO
8 COPY OF GST REGISTRATION YES NO
9 CREDENTIALS as desired YES NO
10 BANK SOLVANCY CERTIFICATE YES NO
11 DECLARATIO REGARDING.BLACKILISTING YES NO
12 ANY OTHER PAPERS DESIRED IN THE NIT YES NO
Note: 1) ) The bidders are requested to see that all of the above column are marked.
2) If any of the information furnished above are found to be false, action as per tender rule will be initiated