National Institute of Public Finance and Policy: Notice Inviting Tender

Download as pdf or txt
Download as pdf or txt
You are on page 1of 16

NATIONAL INSTITUTE OF PUBLIC FINANCE AND POLICY

18/2 Satsang Vihar Marg, Special Institutional Area (Near JNU)


New Delhi – 110 067 INDIA
Tel: 011-26569303

Ref.: NIPFP/S&P/WP/2024 Dt. 23/04/2024

NOTICE INVITING TENDER

E-tenders under Two Bid System (Technical and Financial bids) are invited for
Waterproofing Work at the Academic, R&T and Residential Building in National Institute of
Public Finance and Policy (NIPFP), New Delhi from eligible and qualified contractors. The bids
are to be submitted on or before 15/05/2024 by 1500 hrs. as per the terms and conditions
prescribed in the tender document. For downloading tender documents, please log on to
website: www.eprocure.gov.in.

TENDER SCHEDULE

Ser. Description Schedule


1. Name of the work Waterproofing Work at the
Academic, R&T and Residential
Building
2. Estimated value of the tender Rs.40.00 Lakhs
3. Cost of tender document Nil
4. Earnest money deposit (EMD) Rs.80,000.00
5. Last date & time for submission of tender 15/05/2024 by 1500 hrs.
6. Tender opening date & time (only Technical bid) 16/05/2024 by 1500 hrs.

Secretary
E-tenders are invited for Waterproofing Work at the Academic, R&T and Residential
Building in National Institute of Public Finance and Policy (NIPFP), New Delhi as per details
and specifications shown in Annexure-II

TERMS & CONDITIONS

(A) ELIGIBILITY/QUALIFICATION CRITERIA:

The tenderers must fulfill the following eligibility criteria failing which their offer
will be summarily rejected: -

1. The contractor/bidder must possess required valid license, Registration etc. issued by
the Competent Authority as per law.

2. The bidding agency/contractor must have at least one branch office in Delhi/NCR for
100% support services. Documentary proof need to be submitted for office address in
Delhi/NCR.

3. The tenderer must have completed satisfactorily during the last 03 Financial Years
(2021-22, 2022-23 and 2023-24) and the Current Financial Year combined, at least

(a) One supply order of Rs.32.00 Lakh or more, OR


(b) Two supply orders of Rs.24.00 lakh each or more, OR
(c) Three supply orders of Rs.16.00 Lakhs each or more

issued by any Govt./Autonomous/PSU Organization (Central or State) for executing


waterproofing work.

[N.B.: (i) the supply in progress irrespective of any value against any supply order not
satisfactorily supplied/completed/executed shall not be considered; (ii) Supply in any private
organization shall not be considered.]

4. The tenderer must have the annual turnover of at least Rs.80,00,000.00 (Rupees Eighty
Lakhs only) or more during each of the last 03 Financial Years (2021-22, 2022-23 and 2023-
24).

5. The tenderer must have its own Bank Account, PAN, TAN, GSTIN No. etc.

6. All the tenderers must deposit ₹80,000/- (Rupees Eighty thousand only) towards
Earnest Money (EMD) along with tender, in the form of Demand Draft, drawn in favour of
“National Institute of Public Finance and Policy” payable at “New Delhi”. MSMEs and Start-ups
are also required to submit EMDs.

7. The tenderer must submit the following documents (self-attested) along with the tender
(scanned and uploaded with the tender document):

(a) Documentary proof of the registration/license etc. issued by the Competent


Authority.
(b) Purchase Orders issued by the concerned Govt./Autonomous/PSU Organization
(Central or State) under the signature of the appropriate authority as regards Sl.No.-3
above. The certificate must contain: -

(i) Full name (with description) of works


(ii) Work order No.
(iii) Work order date
(iv) Value of the completed works

(c) Copy of income tax return and annual accounts of the last 03 Financial Years.

(d) Photocopies of bank account, PAN, GSTIN, TAN Nos. etc.

(e) Certificate of Registration as applicable.

(f) The agency must not have been debarred from any establishment. An
Undertaking to this effect is to be submitted in the specified format (Annexure-IV).

(g) In accordance with the Ministry of Finance Office memorandum No. F 20/2/2014
PPD (Pt) dated 25th July 2016 NIPFP may relax condition of prior turnover and prior
experiences for Start-ups and MSMEs subject to meeting of quality and technical
specifications on case-to-case basis.

(h) Bidders from neighbouring countries: Any bidder from a country which
shares a land border with India will be eligible to bid in any procurement whether of
goods, services (including consultancy services and non-consultancy services) or works
(including turnkey projects) only if the bidder is registered with the Department for
Promotion of Industry and Internal Trade (DPIIT) as per GOI Ministry of Finance,
Department of Expenditure Order No. F.No.6/18/2019-PPD dated 23rd July 2020. A
certificate in this regard is to be submitted as per Annexure-V.

8. False declarations will be in breach of the Code of Integrity under Rule 175(1)(i)(h)
of the General Financial Rules for which a bidder or its successors can be debarred as per
Rule 151 (iii) of the General Financial Rules along with such other action as may be
permissible under law.

(C). FUNDAMENTAL PRINCIPLES OF PUBLIC BUYING AS PER MINISTRY OF


FINANCE, GOI ORDER NO. F.NO.6/18/2019-PPD DATED 23RD JULY 2020.

1. Any bidder from a country which shares a land border with India will be eligible
to bid in this tender only if the bidder is registered with the Department for Promotion
of Industry and Internal Trade (DPIIT).

2. "Bidder" (including the term 'tenderer', 'consultant' or 'service provider' in certain


contexts) means any person or firm or company, including any member of a consortium
or joint venture (that is an association of several persons, or firms or companies), every
artificial juridical person not falling in any of the descriptions of bidders stated
hereinbefore, including any agency branch or office controlled by such person,
participating in a procurement process.
3. Bidder from a country which shares a land border with India" for the purpose of
this Order means: -

(a) An entity incorporated, established or registered in such a country; or


(b) A subsidiary of an entity incorporated, established or registered in such a
country; or
(c) An entity substantially controlled through entities incorporated,
established or registered in such a country; or
(d) An entity whose beneficial owner is situated in such a country; or
(e) An Indian (or other) agent of such an entity; or
(f) A natural person who is a citizen of such a country; or
(g) A consortium or joint venture where any member of the consortium or
joint venture falls under any of the above

4. The beneficial owner for the purpose of (3) above will be as under:

(a) In case of a company or Limited Liability Partnership, the


beneficial owner is the natural person(s), who, whether acting alone
or together, or through one or more juridical person, has a controlling
ownership interest or who exercises control through other means.
Explanation-

(i) "Controlling ownership interest" means ownership of or entitlement


to more than twenty-five per cent. of shares or capital or profits of the
Company Control shall include the right to appoint majority of the
directors or to control the management or policy decisions including by
virtue of their shareholding or management rights or shareholders
agreements or voting agreements.

(b) In case of a partnership firm, the beneficial owner is the natural person(s)
who, whether acting alone or together, or through one or more juridical person,
has ownership of entitlement to more than fifteen percent of capital or profits of
the partnership;

(c) In case of an unincorporated association or body of individuals, the


beneficial owner is the natural person(s), who, whether acting alone or together,
or through one or more juridical person, has ownership of or entitlement to more
than fifteen percent of the property or capital or profits of such association or
body of individuals;

(d) Where no natural person is identified under (a) or (b) or (c) above, the
beneficial owner is the relevant natural person who holds the position of senior
managing official;

(e) In case of a trust, the identification of beneficial owner(s) shall include


identification of the author of the trust, the trustee, the beneficiaries with fifteen
percent or more interest in the trust and any other natural person exercising
ultimate effective control over the trust through a chain of control or ownership.
5. An Agent is a person employed to do any act for another, or to represent another
in dealings with third person.

6. Applicable in case of Works contracts, including Turnkey contracts. The


successful bidder shall not be allowed to sub-contract works to any contractor from a
country which shares a land border with India unless such contractor is registered with
the Department for Promotion of Industry and Internal Trade (DPIIT).

(D) OTHER TERMS & CONDITIONS:

1. Submission of Bids: The tenderer shall upload separately two bids: Technical Bid
and Financial Bid. Bidders or its representative may visit the institute on any working days
during office hours (0930-1700hrs., Monday to Friday except holidays) before quoting their
price.

(a) Technical Bid: The technical bid should be submitted on the letterhead of
the tenderer addressed to the Director, National Institute of Public Finance and Policy
(NIPFP) New Delhi containing the information detailed at Annexure-I & II. All pages
of the tender documents should be signed, stamped, dated and serially numbered
including the Annexures and uploaded online through scanned copies.

(b) Financial Bid: Schedule of price bid is in the form of BoQ. The Financial
Proposal/Commercial bid format is provided as BoQ along with this tender document at
https://eprocure.gov.in/eprocure/app. Bidders are advised to download this BoQ as it
is and quote their offer/rates in the permitted column and upload the same in the
commercial bid. Bidder shall not tamper/modify the format of downloaded price bid
template in any manner. In case if the same is found to be tempered/modified in any
manner, tender will be completely rejected. The financial bid should be submitted online
in e-procurement website only. Firm shall quote rates in Indian Rupee (INR) only as per
the given format (excel) only. The bidders shall quote for rate F.O.R. at NIPFP New
Delhi only.

(c) Mode of Submission. “Technical Bid” & “Financial Bid” must be uploaded
separately clearly marked as “Technical Bid” & “Financial Bid”. Tenders/bids
submitted through post/courier/fax will not be considered at all.

(d) Bid Opening. Technical bids shall be opened first on the due date and
evaluated. Subsequently, Financial bids of only those tenderers whose technical bids
have been found suitable in accordance with the extant procedure, tender terms and
conditions shall be opened.

2. Tender Documents Availability: Tender should be submitted online through


https://eprocure.gov.in/eprocure/app. Select tenders by organization, select National Institute
of Public Finance and Policy and download the tender. The tender will also be available at
www.nipfp.org.in under ‘Tenders’.

3. Validity of Bids: Tender/Bids must be valid for 120 days from the tender opening
date. If any bidder withdraws his tender before the said period shall without prejudice to any
other right or remedy, be suspended for participation in the bid for next 01 year.
4. Tendered Quantity and Variation: The required quantity mentioned in the
Annexure-II may vary as per the requirement of the Institute to the tune of 10% (plus or
minus).

5. Execution Period. The successful tenderer must sign the agreement within 07 days
of the issue of Letter of Intent/Work Order. The work need to be commenced within 05 days
from the date of signing of the agreement. The successful bidder/contractor is required to
submit bar chart programme regarding execution of the waterproofing work as per the
schedule time within 01 week from the date of letter of award. The work need to be executed
within 120 days from the date of commencement of work. Delayed execution of work will
attract the levy of penalty/liquidated damages.

6. Penalty/Liquidated Damages: If the contractor fail to execute the work by


the specified date, penalty at the rate of 1% per week of the total order value subject to the
maximum of 5% will be deducted.

7. The Defect Liability Period in respect of the work is 05 (five) years from the date of
completion of work.

8. Return of EMD to tenderers. The unsuccessful tenderers shall be returned of their


EMD within 30 days from issue of Work Order in favour of successful tenderer. However, the
EMD of the successful tenderer shall be retained by the Institute and will be adjusted against
the running bills. If the successful contractor fails to deposit the performance security
guarantee within stipulated time, the entire EMD shall be forfeited.

9. Performance Security Deposit. The successful tenderer shall deposit within


07 days of issue of work order @5% of the total value of the work order as Performance
Security Deposit with the Institute in the form of either demand draft in favour of “National
Institute of Public Finance and Policy” payable at “New Delhi” or Bank Guarantee in the
prescribed form as mentioned at Annexure-III with validity up to 02 months after the defect
liability period. The performance security deposit will be released on successful completion of
the defect liability period i.e. 5 years without any interest on it. If the successful tenderer fails
to commence work as specified or to sign the contract, the Institute shall without prejudice to
any other right or remedy available in law, be at liberty to forfeit the said performance security
deposit.

10. Tender Opening: Tender shall be accepted till 1500 hrs. on 15/05/2024. The
tenders shall be opened as per following schedule: -

Bid Date Time Place Remarks


Technical bid 16/05/2024 1500 hrs. NIPFP New Delhi Bidders may
Financial bid To be advised to the successful tenderers of Technical also witness
Bids through CPP portal. the opening

Financial bids of only those tenderers whose technical bids will be found suitable in
accordance with the extant procedure, tender terms and conditions shall be opened. The firms
who have submitted the bids and whose offers are found technically suitable shall be informed
of the opening date of the second cover i.e., Financial Bid through www.eprocure.gov.in portal.
11. Evaluation of Bids:

(a) The Purchaser will examine the bids to determine whether:

(i) They are complete,


(ii) Required documents etc. have been furnished,
(iii) The documents have been properly signed with proper numbering on all
documents.

(b) Evaluation of bids shall be carried out based on the information furnished by the
bidder. The conformity of the bids to the technical specifications and commercial terms
and conditions shall be examined.

(c) The Purchaser will examine the bids to determine the correctness of the
information furnished by the bidder in its bid. In case, any information is found to be
incorrect/false, the bid shall be considered as non-responsive.

(d) Purchaser may contact and verify bidder's information, references and data
submitted in the bid without further reference to bidders.

(e) Purchaser reserves the right to use and interpret the bids as it may, in its
discretion, consider appropriate, when selecting bidders for granting of the letter of
intent/ Notification of Award of work.

(f) Purchaser may waive off any minor infirmity or non-conformity or irregularity in
a bid, which does not constitute a material deviation, provided such a waiving, does not
prejudice or affect the relative ranking of any bidder.

(g) The purchaser may seek clarification in writing from bidder. Bidder shall be
promptly replying within the time limit specified in the clarification from the purchaser.

12. Purchaser's right to accept or reject any or all bids.

(a) The Purchaser reserves the right to accept or reject any bid and to annul the
bidding process and reject all bids at any time prior to the award of contract, without
thereby incurring any liability to the affected Bidder or Bidders or any obligation to
inform the affected Bidder or Bidders of the grounds for the Purchaser’s action.

(b) The acceptance of tender will rest with the Director, NIPFP New Delhi who does
not bind himself/herself to accept the lowest bid and reserves himself/herself the right
to reject any or all the tenders received without the assignment of any reason. All the
bids in which any of the prescribed conditions are not fulfilled or are incomplete in any
respect are liable to be rejected.

(c) Canvassing in connection with tenders is illegal & strictly prohibited and the tenders
submitted by the bidders, who resort to canvassing, will be rejected.
13. Selection of successful bidder:

(a) Eligible Bidder (technically qualified) quoting the least (L1) will be declared as
the Successful Lowest Bidder and his offer will be processed further.

(b) In the event of receiving more than one bid quoting the same amount, the final
selection of successful bidder shall be made in the following manner: -

(i) The one with the highest turnover during the last 3 years put together;

(ii) If more than one bid having the same total turnover, then the earliest one
registered with the Registrar of Companies/Partnership Firms/date of license
under the Shops & Establishment Act;

14. Condition of goods/Quality of Works. The contractor must supply the goods
in good condition without any defect whatsoever to the satisfaction of the Institute. Any
deviation in the material and the specifications from the accepted terms is liable to be rejected
and the contractor need to execute the work in the specified form to the satisfaction /
specifications specified in the Work Order.

15. Taxes and Duties. Supplier shall be entirely responsible for all taxes, duties,
license fees, etc., incurred until delivery of the Contracted Goods & services to the Purchaser.
No tax or duty will be payable by the purchaser/no document will be provided by purchaser
for custom clearance etc.

16. Payment. ‘Advance Payment’ is not allowed in any case. Period and value of running
account bill is 15 days and Rs.4,00,000.00 (Rupees Four Lakhs only) respectively. Period of
final measurement will be 30 days from the date of virtual completion of work. Pre-receipted
bill in triplicate duly revenue stamped on the name of the Director, National Institute of Public
Finance and Policy, New Delhi shall be furnished by the contractor for making payment as per
the actual work executed at site. GST/Cess to be charged as applicable. Contractor shall
provide mandate form with the bank detail for RTGS/ECS payment in India only.

17. Electrical and Water Charges. Deductions @0.75% for electrical charges and
@0.25% for water charges will be made from the total work executed at site.

18. Settlement of Disputes. In the event of any dispute or difference(s) between


the National Institute of Public Finance and Policy, New Delhi and the contractor arising out of
non-execution of work or supplies, not found according to the specifications or any other cause
whatsoever relating to the work order before or after the work has been executed, shall be
referred to the Director, NIPFP New Delhi who may decide the matter himself or may appoint
arbitrator(s) under the Arbitration and Conciliation Act, 1996. The decision of the arbitrator
shall be final and binding on both the parties. All disputes shall be subject to Jurisdiction of
Courts at New Delhi only.

Secretary
Annexure-I
TECHNICAL BID PARTICULARS

1. Name of the Tenderer :


2. Full Address of the tenderer :
3. Contact details of tenderer :
(a)Telephone No. :
(b) Mobile No. :
(c)Fax No.
(d)E-mail id :
4. List of Documents enclosed:

Sl. Name of the document Information to be filled in this Whether photocopies


No. column of the documents
enclosed (pl. tick)
(a) License/Registration Yes / No
(Number)
(b) Dealership/Distributorship Yes / No
Certificate (Number)
(c) Supply order completion Yes / No
certificate (Name of the
organization, value, supply
completion date)
(d) Income Tax Return (Annual 2021-22 Rs. Yes / No
Income during last 03 2022-23 Rs.
Financial Years) 2023-24 Rs.
(e) Audited Balance Sheet & 2021-22 Rs. Yes / No
Profit and Loss Account 2022-23 Rs.
Annual turnover during last 2023-24 Rs.
03 Financial Years
(f) Bank Account (Bank Name, Yes / No
Branch & Account No.)
(g) PAN (Number) Yes / No

(h) GSTIN (Number) Yes / No

(i) TAN (Number) Yes / No

7. Detailed specifications of the goods proposed to be supplied by the tenderer (The tenderer
must submit the same in the enclosed format only at Annexure-II).

8. Validity period of the Bid: 120 days.


9. Defect Liability Period: 5 years.
10. Additional information, if any proposed to be furnished by the tenderer.
Certificate: Certified that we accept all the terms and conditions of the tender documents.

Date: Signature of Authorised person


Place: Full name:
Designation:
Seal:
Annexure-II

BILL OF QUANTITIES (BOQ)

S. No. Description Qty. Unit


1 Brick work with common burnt clay F.P.S.(non-modular) bricks of
class designation 7.5 in superstructure above plinth level up to
floor V level in all shapes and sizes in:
1.1 Cement mortar 1:6 (1 cement : 6: coarse sand) 1.05 CUM
2 Making khurras 45x45 cm with average minimum thickness of 5 20 EACH
cm cement concrete 1:2:4 (1 cement: 2 coarse sand : 4 graded
stone aggregate of 20 mm nominal size) over P.V.C. sheet 1m x
1 m x 400 micron, finished with 12 mm cement plaster 1:3 (1
cement : 3 coarse sand) and a coat of neat cement, rounding the
edges and making and finishing the outlet complete.
3 Finishing
3.1 12 mm cement plaster of mix:
3.1.1 1:4 (1 cement: 4 fine sand) 230 SQM
3.2 15 mm cement plaster on rough side of single or half brick wall
finished with a floating coat of neat cement of mix:
3.2.1 1:4 (1 cement: 4 fine sand) 125 SQM
4 Providing and fixing soil, waste and vent pipes:
4.1 100 mm dia
4.1.1 Centrifugally cast (spun) iron socket & spigot (S&S) pipe as per 30 MTR
IS: 3989
4.2 Providing and filling the joints with spun yarn, cement slurry and
cement mortar 1:2 (1 cement : 2 fine sand) in S.C.I./C.I. Pipes:
4.2.1 100 mm dia pipe 45 EACH
4.3 Providing and fixing plain bend of required degree.
4.3.1 Sand cast iron S&S as per IS: 3989 22 EACH
5 Providing and laying integral cement based water proofing
treatment including preparation of surface as required for
treatment of roofs, balconies, terraces etc. consisting of following
operations:
(a) Applying a slurry coat of neat cement using 2.75 kg/sqm of
cement admixed with water proofing compound conforming to
IS. 2645 and approved by Engineer-in-Charge over the RCC slab
including adjoining walls upto 300 mm height including cleaning
the surface before treatment.
(b) Laying brick bats with mortar using broken bricks/brick bats
25 mm to 115 mm size with 50% of cement mortar 1:5 (1
cement: 5 coarse sand) admixed with water proofing compound
conforming to IS: 2645 and approved by Engineer-in-Charge over
20 mm thick layer of cement mortar of mix 1:5 (1 cement: 5
coarse sand) admixed with water proofing compound conforming
to IS: 2645 and approved by Engineer-in-Charge to required
slope and treating similarly the adjoining walls upto 300 mm
height including rounding of junctions of walls and slabs.
(c ) After two days of proper curing applying second coat of
cement slurry using 2.75 Kg/sqm of cement admixed with water
proofing compound conforming to IS:2645 and approved by
Engineer-in-charge.
(d) Finishing the surface with 20 mm thick jointless cement
mortar of mix 1:4 (1 cement: 4 coarse sand) admixed with water
proofing compound conforming to IS: 2645 and approved by
Engineer-in-Charge including laying glass fibre cloth of approved
quality in top layer of plaster and finally finishing the surface with
trowel with neat cement slurry and making pattern of 300 x 300
mm square 3 mm deep.
(e) The whole terrace so finished shall be flooded with water for
a minimum period of two weeks for curing and for final test. "All
above operations to be done in order and as directed and
specified by the Engineer-in-Charge:
5.1 With average thickness of 120 mm and minimum thickness at 2175 SQM
khurra as 65 mm.
6 New Technologies and Materials
6.1 REPAIR AND REHABILITATION ITEMS Chipping of
unsound/weak concrete material from slabs, beams, columns etc.
with manual Chisel and/or by standard power driven percussion
type or of approved make including tapering of all edges, making
square shoulders of cavities including cleaning the exposed
concrete surface and reinforcement with wire brushes etc. and
disposal of debris for all lead and lifts all complete as per direction
of Engineer-in-Charge.
6.1.1 25 mm average thickness 225 SQM
6.2 Cleaning of reinforcement from rust from the reinforcing bars to
give it a total rust free steel surface by using alkaline chemical
rust remover of approved make with paint brush and removing
loose particles after 24 hours of its application with wire brush
and thoroughly washing with water and allowing it to dry, all
complete as per direction of Engineer-in-Charge.
6.2.1 Bars upto 12 mm diameter 350 MTR
6.2.2 Bars above 12 mm diameter 225 MTR
6.3 Providing, mixing and applying bonding coat of approved
adhesive on chipped portion of RCC as per specifications and
direction of Engineer-In-charge complete in all respect.
6.3.1 SBR Polymer (@10% of cement weight) modified cementitious 125 SQM
bond coat@ 2.2 kg cement per sqm of surface area mixed with
specified proportion of approved polymer.
6.4 Providing, mixing and apply SBR polymer (of approved make)
modified Cement mortar in proportion of 1:4 (1 cement: 4 graded
coarse sand with polymer minimum 2% by wt. of cement used)
as per specifications and directions of Engineer-in-charge.
Note: Measurement and payment: The pre-measurement of
thickness shall be done just after the surface preparation is
completed and payment under this item shall be made only after
proper wet curing has been done and surface has been
satisfactorily evaluated by sounding/tapping with a blunt metal
instrument and/or the 75 mm size cube crushing strength at the
end of 28 days to be not less than 30 N/Sqmm2).
6.4.1 12 mm average thickness. 110 SQM
DISMANTLING
7 Demolishing mud phaska in terracing and disposal of material 350 CUM
within 50 meters lead.
8 Demolishing brick tile covering in terracing including stacking of 1350 SQM
serviceable material and disposal of unserviceable material within
50 meters lead.
9 Disposal of building rubbish/malba/similar unserviceable, 244 CUM
dismantled or waste materials by mechanical means, including
loading, transporting unloading to approved municipal dumping
ground or as approved by Engineer-In-charge, beyond 50 m
initial lead, for all leads including all lifts involved.
10 Dismantling old plaster or skirting raking out joints and cleaning 210 SQM
the surface for plaster including disposal of rubbish to the
dumping ground within 50 meters lead.
Annexure-III

Form of Performance Guarantee / Bank Guarantee Bond


(to be submitted in the non-judicial stamp paper of Rs.100/- to be purchased in the name of the
issuing bank)

In consideration of the National Institute of Public Finance and Policy New Delhi (hereinafter called
“NIPFP, New Delhi”) having offered to accept the terms and conditions of the proposed agreement
between NIPFP, New Delhi and …………………………………………………………. having its registered office
at ………………………………………………………… ……….……………………………………………... (hereinafter
called “the said Supplier”) for the Supply of …………… Nos. of equipment of ………………………… Make
(hereinafter called “the said agreement”) vide NIPFP, New Delhi Supply Order No.
…………………………………………………………………. dated …………………………………. having agreed to
production of an irrevocable Bank Guarantee for Rs………………………… (Rupees
……………………………………………………… only) as a security/guarantee from the Supplier for
compliance of his obligations in accordance with the terms and conditions in the said agreement.

1. We, _____________________ (hereinafter referred to as “the Bank”) hereby undertake to pay


to NIPFP, New Delhi an amount not exceeding Rs…………………………. (Rupees
……………………………………………………………………. only) on demand by the NIPFP, New Delhi.

2. We, _____________________ (indicate the name of the Bank) do hereby undertake to pay the
amounts due and payable under this guarantee without any demure, merely on a demand from NIPFP,
New Delhi stating that the amount claimed as required to meet the recoveries due or likely to be due
from the said Supplier. Any such demand made on the bank shall be conclusive as regards the amount
due and payable by the bank under this Guarantee. However, our liability under this guarantee shall
be restricted to an amount not exceeding Rs………………………………. /- (Rupees
………………….…………………………………………………… only).

3. We, the said bank further undertakes to pay NIPFP, New Delhi any money so demanded
notwithstanding any dispute or disputes raised by the supplier in any suit or proceeding pending before
any court or Tribunal relating thereto, our liability under this present being absolute and unequivocal.
The payment so made by us under this bond shall be a valid discharge of our liability for payment
there-under and the Supplier shall have no claim against us for making such payment.

4. We, _____________________ (indicate the name of the Bank) further agree that the guarantee
herein contained shall remain in full force and effect during the period that would be taken for the
performance of the said agreement and that it shall continue to be enforceable till all the dues of NIPFP,
New Delhi under or by virtue of the said agreement have been fully paid and its claims satisfied or
discharged or till Director on behalf of the NIPFP, New Delhi certified that the terms and conditions of
the said agreement have been fully and properly carried out by the said Supplier and accordingly
discharges this guarantee.
5. We, _____________________ (indicate the name of the Bank) further agree with NIPFP, New
Delhi that NIPFP, New Delhi shall have the fullest liberty without our consent and without affecting in
any manner our obligation hereunder to vary any of the terms and conditions of the said agreement
or to extend time of performance by the said Supplier from time to time or to postpone for any time
or from time to time any of the powers exercisable by NIPFP, New Delhi against the said Supplier and
to forbear or enforce any of the terms and conditions relating to the said agreement and we shall not
be relieved from our liability by reason of any such variation, or extension being granted to the said
Supplier or for any forbearance, act of omission on the part of NIPFP, New Delhi or any indulgence by
NIPFP, New Delhi to the said Supplier or by any such matter or thing whatsoever which under the law
relating to sureties would, but for this provision, have effect of so relieving us.

6. This guarantee will not be discharged due to the change in the constitution of the Bank or the
Supplier.

7. We, _____________________ (indicate the name of the Bank) lastly undertake not to revoke
this guarantee except with the previous consent of NIPFP, New Delhi in writing.

8. This guarantee shall be valid up to ……………………… unless extended on demand by NIPFP,


New Delhi. Notwithstanding anything mentioned above, our liability against this guarantee is restricted
to Rs………………… (Rupees ……………………………………………only) and unless a claim in writing is lodged
with us within six months of the date of expiry or the extended date of expiry of this guarantee all our
liabilities under this guarantee shall stand discharged.

9. Dated the ______ day of _________ for ____________________________ (indicate the name
of the Bank).

Signature of the bank………………….


ANNEXURE-IV
CERTIFICATE & DECLARATION
(to be given on Agency’s letterhead)

1. I/We have downloaded/obtained the tender documents (s) for the above-mentioned
tender/work from e-procurement website as per your advertisement.

2. I/We hereby certify the I/We have read the entire terms and conditions of the tender documents
(including all documents like Annexure(s), Schedule(s) etc., which form part of the contract agreement
and I/We shall abide hereby by the terms/conditions/clauses contained therein.

3. The corrigendum(s) issued from time to time by your department/ organization too has also
been taken into consideration, while submitting this acceptance letter.

4. I/We hereby unconditionally accept the tender conditions of above-mentioned tender


document(s)/corrigendum(s) in its totality/entirety.

5. In case it is established that any information provided by us is false / misleading or in the


circumstances where it is found that we have made any wrong claims, we are liable for forfeiture of
SD and or any penal action and other damages including withdrawal of all work / purchase orders
being executed by us. Further NIPFP, New Delhi is also authorized to blacklist our firm/company/agency
and debar us in participating in any tender/bid in future.

6. I / We assure the Institution that neither I / We nor any of my / our workers will do any act(s)
which are improper / illegal during the execution in case the tender is awarded to us.

7. Neither I / We nor anybody on my / our behalf will indulge in any corrupt activities / practices
in my / our dealing with the Institution.

8. Our Firm/ Company/ Agency has not been blacklisted or banned by any Govt. Department
(Central/State), PSU, University, Autonomous Institute (Central/State).

9. I/We certify that all information furnished by our Firm is true and correct and in the event that
the information is found to be incorrect/untrue or found violated, then your institution shall without
giving notice or reason therefore or summarily reject the bid or terminate the contract, without
prejudice to any other rights or remedy.

Date: Signature of the Tenderer


Place: Stamp
Annexure- V

Format for Self-Certification by Vendor/Firm


(GOI Om No. F.No.6/18/2019-PPD dated 23rd July 2020)

It has been certified that (i) my firm does not belongs to a country which shares a land border with
India. / (ii) my firm belongs to country……………….……… which shares a land border with India and my
firm is registered with the Registration Committee constituted by the Department for Promotion of
Industry and Internal Trade (DPIIT) as per GOI O.M. No. F.No.6/18/2019-PPD dated 23rd July 2020
vide Registration No. …………………………. (Please strike out which is not applicable). Please find
enclosed the registration certificate from the authority concerned and the country of operation.

Date: Signature of the Firm/Bidder

To be verified by the technical evaluation committee while


evaluation of technical Bid

“We have read the clause regarding restrictions on procurement from a bidder of a country which
shares a land border with India; I certify that this bidder is not from such a country or, if from such a
country, has been registered with the DPIIT”.

We hereby certify that this bidder fulfils all requirements in this regard and is eligible to be
considered.

You might also like