Sunteți pe pagina 1din 38

Ref. No.: NIT-AP/ESTATE/EE/S,I,T,C & C.M-RO PLANTS/2019 DATE:19.06.

2019

NOTICE INVITING TENDER

(Box Tender/Open Tender)

for Supply, Installation, Testing, Commissioning and Comprehensive annual maintenance of two
R.O Plants Contract at NIT Andhra Pradesh.

National Institute of Technology- Andhra Pradesh,


Sri Vasavi Engineering college campus, Pedatadepalli, Tadepalligudem-534102,
West Godavari District, Andhra Pradesh.
Phone No:08818-284710

1 Signature of the Bidder


Proprietary & Confidential:

No part of this document can be reproduced in any form or by any means, disclosed or
distributed to any person without the prior consent of the Director, NIT-Andhra Pradesh,
Tadepalligudem except to the extent required for submitting bid and no more.

Contents:

Description Page No.

Newspaper Advertisement 3
Time Schedule 4
BID 6
Statement related to Bids 7
Technical specifications of RO Plants 8-12
Scope of supply 13-14
Test parameters required 15
Period of Contract 16
EMD, Security deposit, Eligibility criteria 17
Method of submission of bids 19
Evaluation Procedure 20
Scope of work 21-22
Responsibilities of the Bidder / Service Provider 23-25
Payment terms 27
Bidder information 30
Check list 31
FINANCIAL BID 32-33
Electronic fund transfer form 34
Requisition for Refund of EMD 35
Proforma for Bank Guarantee 36
Declaration 37

2 Signature of the Bidder


News Paper Advertisement

Tender Notice:

NIT Andhra Pradesh, Tadepalligudem

Ref. No.: NIT-AP/ESTATE/EE/S,I,T,C & C.M-RO PLANTS/2019

Box Tender/Open Tender are hereby invited from reputed Registered Firms/
/Agencies/Contractors/Suppliers for providing the following services at NIT-Andhra Pradesh,
Tadepalligudem.

‘’Two nos. of R.O. Plants of capacity 2000 lpcd connected with softener vessel- Supply,
Installation, Testing, Commissioning, and its Comprehensive annual maintenance Contract.’’

Tender Schedules can be downloaded from NIT-Andhra Pradesh website from 06.07.2019
onwards. Bidders need to submit hard copy with relevant documents signed by gazetted
officer.

The last date for submission of tenders is 30.07.2019 up to 04:30PM; For further details
regarding Tender notification & specifications, please visit www.nitandhra.ac.in website.

Date: 19.06.2019
NIT-Andhra Pradesh,
Tadepalligudem.

3 Signature of the Bidder


Time Schedule of various tender related events

(for Supply, Installation, Testing, Commissioning and Comprehensive annual Maintenance of


two R.O. Plants Contract)

Bid documents downloading


06.07.2019 at 10.00am
Start Date / Time

Bid documents downloading


30.07.2019 at 01.00pm
End Date / Time

Last Date and Time for


30.07.2019 at 04.30pm
receipt of Bids

Technical Bid Opening Date


31.07.2019 at 10.00am
/Time

Financial Bid Opening Date /


31.07.2019 at 03.00pm
Time

The Registrar, NIT Andhra Pradesh, Pedatadepalli,


Contact Person
Tadepalligudem.

Reference No: NIT-AP/ESTATE/EE/S,I,T,C & C.M-RO PLANTS/2019

4 Signature of the Bidder


CLARIFICATIONS

Queries if any can be made through e-mail only to registrar@nitandhra.ac.in on or


before 29.07.2019. Queries received via any mode other than the e-mail id mentioned above
will not be entertained. The queries should only be sent in the following format on the official
letter head of the company.

Page No. Clause Description


S. No. Query
(Tender Ref.) (Tender Ref.) (Tender Ref.)

If there is any addendum/corrigendum related to tender, it shall only be published on


NIT-Andhra Pradesh website (www.nitandhra.ac.in). The Bidders are advised to check NIT-
Andhra Pradesh website regularly. No other mode of notice will be given.

The Bidders are requested to submit the bids after issue of clarifications duly considering
the changes made if any. Bidders are totally responsible for incorporating/complying the
changes/ amendments issued if any during pre-bid meeting in their bid.

The Technical Bid along with relevant documents should be attached with original EMD and
tender processing fee. Physical submission of Financial Bid only shall be considered.

-Sd/-
I/C REGISTRAR
NIT-ANDHRA PRADESH

For any clarification and further details on the above tender, please contact.

Office Phone Number:08818-284710

5 Signature of the Bidder


BID

Ref. No.: NIT-AP/ESTATE/EE/S,I,T,C & C.M-RO PLANTS/2019 Dated:19.06.2019

Subject: Supply, Installation, Testing, Commissioning and Comprehensive annual maintenance


of two R.O Plants Contract at NIT-Andhra Pradesh.

Sir/Madam,

Bids are invited on the Box/Open Tender platform from the reputed Registered Firms/
Agencies/Contractors/Suppliers from the experienced premises. The details of bidding
conditions and other terms can be downloaded from the NIT-Andhra Pradesh Website.

The attested copies of all the documents of technical bid, signed undertaking of bidder
should be submitted offline mode only to the Director, NIT Andhra Pradesh, Tadepalligudem on
or before opening of bid.

The participating bidder/s will have to pay tender processing fee (non-refundable) for
the amounts specified in the Statement related to Bids, in the form of Demand Draft drawn from
any Nationalized Bank, in favour of The Director, NIT-Andhra Pradesh, Tadepalligudem.

Further, the Successful bidder shall furnish Performance Guarantee as a bid security
deposit specified in the Statement of Tender document to be paid in the form of BG in the
standard format as shown in the Tender Schedule or a crossed Demand Draft drawn in favour of
The Director, NIT-Andhra Pradesh, Tadepalligudem.

NIT-Andhra Pradesh, Tadepalligudem, will not accept the tenders from blacklisted
companies or undependable suppliers, whose past performance with NIT-Andhra Pradesh was
found poor due to delayed and/or erratic supplies and those with frequent product failures, and
also against whom there have been adverse reports of sub-standard quality/poor services, as
defined in the other parts of the bidding documents.

For any clarification and further details of the above tender, please contact.

Office Phone Number: 08818-284710.

6 Signature of the Bidder


STATEMENT RELATED TO BIDS

Bid Document Fee/Processing Fee Rs. 10,000/- (by way of DD from any Nationalized
(non-refundable) Bank drawn in favour of the Director, NIT-Andhra
Pradesh, Payable at Tadepalligudem)
EMD Rs.51,000/- (by way of DD from any Nationalized
bank drawn in favour of the Director, NIT-Andhra
Pradesh, Payable at Tadepalligudem)
Bid Validity Period 90 days from the date of opening of Financial
bid
EMD validity period 90 days from the date of opening of financial
bid
Contract Agreement TWO years from the date of giving work order

Period of furnishing security deposit Within 7days from date of receipt of LOA
(Performance Guarantee)
Security deposit value (Performance 5% on work order value (in the form of BG)
Guarantee)

Security deposit (Performance 26 months from date of commencement of


Guarantee) validity period services
Period for signing the order of Within 14days from date of receipt of LOA
acceptance
Payment Terms: After Monthly payment after receiving the
Commencement of work production details and attendance particulars
certified by the Concern authority
Time for completion of Supply, 30 days from the date of giving Work Order
Installation, Testing and Commission
of R.O. Plants

7 Signature of the Bidder


TENDER SCHEDULE

PREMEABLE:

National Institute of Technology, Andhra Pradesh is the 31st institution among the chain
of NITs started by the Government of India. NIT Andhra Pradesh is established in the state of
Andhra Pradesh recently in the academic year 2015 – 2016.

The Director, NIT-Andhra Pradesh, Tadepalligudem invites offline tenders for the services
of ‘’Supply, Installation, Testing, Commissioning and Comprehensive annual maintenance of
two R.O Plants” through Box Tender/Open Tender.

SCOPE OF WORK:

The works include Supply, Installation, Testing, Commissioning and the Comprehensive
annual maintenance of two R.O. Plants having capacity of 2000 lpcd connected with softener
vessel to maintain TDS below 100, along with four number of HDPE tanks out of them 2 tanks
should have 1000 liters capacity and other 2 tanks should have 2000 liters capacity.

TECHNICAL SPECIFICATIONS OF RO PLANTS

1 RAW WATER PUMP: -


Quantity One No.

Type Horizontal, Multi Stage, Centrifugal

Make As per ISI

Type of Drive III Phase, 220 V AC, 50 Hz

Capacity 3500 LPH

Discharge Pressure 3 Kg / cm2

To pump raw water at required pressure so as to


Purpose enable transfer through the RO pre-treatment
stage

2 PRESSURE SAND FILTERS: -

Quantity One No.

Type Vertical with Manual Multi Port Valve system.

M.O.C. of Vessel FRP

Make of Vessel As per ISI

8 Signature of the Bidder


Diameter of Vessel 14 Inches

Height of Vessel 65 Inches

Capacity 3500 LPH

Frontal Pipe Work UPVC

Operating Pressure 3 kg/cm2

Make of Multiport valve Initiative – 40 MM

Filtering Media Silica Quartz Sand, Chips & Pebbles etc.

Application To filter out suspended solids up to 25-micron size

3 ACTIVATED CARBON FILTER: -

Quantity One No.

Type Vertical with Manual Multi Port Valve system.

M.O.C. of Vessel FRP

Make of Vessel As per ISI

Diameter of Vessel 14 Inches

Height of Vessel 65 Inches

Capacity 3500 LPH

Frontal Pipe Work UPVC

Operating Pressure 3 kg/cm2

Make of Multiport valve initiative – 40 MM

Quantity 900 Iodine Value Activated Carbon & Cheeps.

Type To absorb Colour, foul Smell & Chlorine

9 Signature of the Bidder


4 ANTI SCALANT DOSING SYSTEM: -

Quantity One No.

Type of Dosing Pump Electronic Metering Pump

Make of Pump As per ISI

MOC of Tank HDPE

Make of Tank As per ISI

Capacity of Pump 0 – 6 LPH

Capacity of tank 100 Liters.

To ensure non-adherence of scale causing salts on


the membrane surface by adhering to the crystals
Application
of scale causing salts. Not much change in PH
value.

5 MICRON CARTRIDGE FILTER: -

Quantity Two No.

Type of Cartridge Replaceable, Big Blue

Material of Cartridge Pleated

M.O.C. of Housing Poly Propylene

Diameter of cartridge 4 inches

Length of Cartridge 20 inches

Cartridge Rating 5 microns

Frequency of change 3 months

To protect the membrane and the high-pressure


Application of Cartridge
pump from suspended particles.

10 Signature of the Bidder


6 HIGH PRESSURE PUMPS: -

Quantity One No.

Type Vertical, multistage, centrifugal

M.O.C. Of Pump SS 304

Make As per ISI

Type of drive III phase, 50Hz, 415V


To boost water energy so as to pass through the
Application membrane module at high pressure for obtaining
the desired permeate quality.

7 R.O. MODULE: -
RO Module consisting of Membrane Housing with
Item
RO membranes Mounted on skid.
Type of Membrane Composite Polyamide

M.O.C. of Membrane Polyamide

Make of Membrane As per ISI


Size of Membrane 8” x 80” (D x L)

No. of Membrane two

M.O.C. of Membrane Housings FRP

Application of Membrane To reduce dissolved salts, present in water.

6 Softener: -
Quantity One No.

Type Vertical

Size 24 x 72

M.O.C. Of Pump FRP

Resin ION EXCHANGE

Application To Remove the hardness

11 Signature of the Bidder


8. RO WATER TANK STORAGE:

INSTRUMENTS: -

A ROTAMETER
Quantity Two Nos.
Type Glass tube type
Make As per ISI
Location 1) RO Product flow 2) RO Reject Flow
B PRESSURE GAUGE (Glycerin Filled)
Quantity Two Nos.
Type Back Entry Bourdon Tube Type Online
Range 0- 21 kg/cm²,
Make As per ISI
C PRESSURE GAUGE (Normal)
Quantity Three Nos.
Type Bottom Entry Bourdon Tube Type Online
Range 0-7 kg/cm²
Make As per ISI
D Low Pressure Switch

Quantity One
Make As per ISI
E High Pressure Switch

Quantity One
Make As per ISI
F TDS METER

Quantity One No.


Make As per ISI
Location RO Product Outlet – Panel Mounted
G Control Panel
Quantity One

12 Signature of the Bidder


SCOPE OF SUPPLY RO UNIT – 2000 Lph:

SL.No Description & Details Quantity


1 Raw Water Pump:
Make: As per ISI 1 No.
2 HP.
2 Pressure Sand Filter:
Make: As per ISI 1 No.
Model: 16X65
3 Activated Carbon Filter:
Make: As per ISI 1 No.
Model: 16X65
4 Dosing System:
Make: As per ISI 1 No.

5 Multi Fort Valve:


Make: As per ISI 2 Nos.
Flow Rate: 3000 LPH.
Size: 1” Dia.
Model:40 NB TMF
6 R.O Safety Stand:
Make: As per ISI 1 No.
Material Used: SS 304.
7 High Pressure Pump:
Make: As per ISI 1 No.
Model: 2-220.
8 Flow Meters:
Make: As per ISI 2 Nos.
Capacity: 0 to 2400 Lph & 4800
LPH
9 Membrane Housings:
Make: As per ISI 1 No
Size: 4 “Dia Double Element.

10 Membranes:
Make: Hydronotics/Filmtech/GE 2 No
Size: 8” Dia

13 Signature of the Bidder


11 Ultra Violet Treatment System:
Make: As per ISI 1 No.
Size: ½ mtr length.

12 Micron Cartridge Filtration


System: 2 Nos.
5 Microns P V C -2 Nos.
Modal: Slim (20-2/5)
13 C P V C Pipelines 1 Lot.

14 R.O Control System (Panel 1 No.


Board)
Model: Single Operating System

15 Material Used: -
Activated Carbon: 50 Kgs. 1000 Iodine %
Sand Pebbles: 2 Bags, 1 Bag.
Pressure Gauges: 2 Nos.
Dosing Chemical: 5 Kgs. GE Bedge
16 Tanks 2000 lit capacity – 2 Nos.
Sintex Tank (As per ISI) 1000 lit capacity – 2 Nos.

SCOPE OF SUPPLY WATER SOFTNER:

SL.No Description & Details Quantity


1 BACK FILTER 20*4 1 No.
2 MICRONFILTER 1 No.
3 Activated Carbon Filter: 1 No.
Make: As per ISI
Model: 16X65
4 Material Used: -
Pebbles: 2 Bags, 1000 Iodine %
Regen: 100 lit GE Bedge
5 Multi Fort Valve: 1 No.
Make: As per ISI
Size: 1” Dia.
Modal:40 NB TMF

14 Signature of the Bidder


TEST PARAMETERS REQUIRED AS PER IS 10500-2012

S. No Test Parameter Test results required as per IS 10500-2012


(acceptable limit)
1 Odor Agreeable

2 Turbidity (NTU) 1

3 Electrical Conductivity 98 µS/cm

4 PH value 6.5-8.5

5 Dissolved solids 500 mg/l

6 Total hardness 200 mg/l

7 Permanent Hardness 39 mg/l

8 Temporary hardness 35 mg/l

9 Calcium as Ca 75 mg/l

10 Magnesium as Mg 30 mg/l

11 Chlorides as Cl 250 mg/l

12 Sulphates 200 mg/l

13 Fluorides 1 mg/l

14 Iron as Fe 0.3 mg/l

15 Manganese 0.1 mg/l

16 Total Alkalinity 200 mg/l

17 E. coli of thermotolerant coliform Shall not be detectable in any 100ml sample


bacteria
18 Total Coliform bacteria Shall not be detectable in any 100ml sample

15 Signature of the Bidder


PLACE OF WORK AND VISIT TO SITE:

Intending Bidder shall visit the campus of NIT-Andhra Pradesh, Tadepalligudem at his/her
own expenses to acquaint with local site conditions, nature and requirement of work, present
conditions of premises/fittings/fixtures, etc., and make assessment of labor and material etc.
required before quoting for the tender.

RATES, TAXES AND DUTIES:

All the rates furnished in the tender shall be per month for two Plants inclusive of all labor
wages complying to the minimum wages Act, as per the amendments made from time to time,
if any, and including all charges of material and machinery used for maintenance of plants and
GST, if applicable levied by government of India. No extra claim on this account will in any case
be entertained.

The Bidders should quote the price per each plant inclusive of all the above services.

INCOME TAX:

During the course of the contract period, deduction of income tax as in force at source
shall be made at the prevailing rate of income tax department issued from time to time on the
gross amount of each bill.

TAX SERVICE:

During the course of the contract period, the Bidder/Service provider shall deposit GST
at prevailing rates as per Government of India, during contract period to the concerned
department regularly once in quarter.

PERIOD OF CONTRACT:

The Contract period will be for Two Years (2 Years) from the date of giving work order
and may extend for one more year based on the satisfactory performance.

16 Signature of the Bidder


EARNEST MONEY DEPOSIT & SECURITY DEPOSIT:

• The Bidder should submit Earnest Money Deposit (EMD) of Rs. 51,000/- by way of
Crossed Demand Draft obtained from any Nationalized bank in favours of the Director,
NIT-Andhra Pradesh payable at Tadepalligudem.
• EMD will be returned to both Successful and Unsuccessful Bidders without any interest
whatsoever, only after allotment of Letter of Award.
• At the time of concluding agreement, the successful bidder should submit Performance
Guarantee, which is 5% on work order value as a Security Deposit in the form of Bank
Guarantee (BG) to the Director, NIT-Andhra Pradesh, Tadepalligudem.
• The Performance Guarantee of successful bidder will be returned after successful
completion of Supply, Installation, Testing, Commissioning of R.O. Plants for 2 years
period and only after obtaining satisfactory report on R.O. Plants by Estate Dept., NIT
Andhra Pradesh.
• The Performance Guarantee (Security Deposit) shall not carry any interest.
• If the party does not accept the work order issued by NIT-Andhra Pradesh, then EMD
amount paid by the bidder will be forfeited.
• Any pending dues against invoice or any other deposit lying with the NIT-Andhra Pradesh
will not be adjusted against Earnest Money Deposit. Any tender submitted without
Earnest Money shall be summarily rejected and no claim shall be entertained on such
rejected tenders.

ELIBIBILITY CRITERIA:

• Should be a Registered Firm/Agency/Contractor/Supplier having a minimum 2 years of


experience in supply of R.O. Plants of capacity 2000 LPH in any Govt./Semi
Govt./Autonomous body.
• Should be a Registered Firm/Agency/Contractor/Supplier having a minimum 4 years of
experience in CMC of R.O. Plants of capacity 2000 LPH in any Govt./Semi
Govt./Autonomous body.
• Should have ISO 9001 & 14001 certification, BIS certification.
• Copies of previous work orders and satisfactory work completion certificates, if any,
should be enclosed with the offer for all the above cited eligibility criteria.
• Should have PAN card.
• Should have valid registration for GST.
• Should have a minimum annual turnover of Rs. 25 lakhs in atleast one of the three
preceding years.
• Past 3 years Income Tax Saral form/Returns should be filed.
• List of Present Clients with contact address & telephone numbers should be mentioned.
• The bidder must submit all relevant documentary evidence to demonstrate their
eligibility for considering their bid. The tenders received without the above documents
will be rejected.

17 Signature of the Bidder


• Further, the work order stands cancelled automatically and the Institute have the right
to place work order to the successful bidder whoever stands at L2.

INSTRUCTION TO BIDDERS:

• Any false information with regard to the submission of the documents will lead to
forfeiture of the EMD.
• Bidder/Service provider/s shall keep his/ their offer valid for a period of at least 6months
(180days) from the date of opening of the tender. If any Bidder/Service provider
withdraws or amends, impairs or derogates from the tender in any respect with in the
period of validity of his offer, the EMD is liable to be forfeited.
• NIT-Andhra Pradesh may at any time depute a team of its officials to the
site/workplace/office of the Bidder/Service provider to get the credentials of the
information furnished by the Bidder/Service provider. If it is found that the bidder has
submitted wrong information in this regard his tender shall be summarily rejected.
• The NIT-Andhra Pradesh reserve the right to reject any or all the tenders or spilt the job
between more than one bidder without assigning any reason thereof.
• Tenders with over writings, alterations etc., will not be admitted unless they are attested
by the bidder. When there is a discrepancy between the amount (Rupees) quoted in
figures and words, the price, which is least of the two, will prevail.
• Bid should be strictly in conformity with the Terms and Conditions mentioned in the
tender schedule.
• Bidders are expected to examine all the terms and instructions mentioned in the tender
schedule and prepare their proposals accordingly. Failure to provide all requisite
information will be at the bidders’ own risk and may result in the rejection of the tender.
• All assertions made in connection with the tender are to be supported / substantiated by
relevant documents. The Registrar, NIT-Andhra Pradesh reserves the right to verify the
credentials of the bidder as per the eligibility criteria.
• The Registrar, NIT-Andhra Pradesh will notify the bidder whose tender has been
accepted.
• The successful bidder shall execute an agreement with NIT-Andhra Pradesh on Non-
judicial stamp paper worth Rs.100/- agreeing to all the conditions of the contract within
14 days upon intimation of acceptance of tender. The Successful bidder has to submit
Performance security guarantee after taking Letter of Intent but before having contract
agreement. Failure to enter into an agreement within the stipulated time will result in
forfeiture of the EMD.
• The Registrar, NIT-Andhra Pradesh, serves the right to issue instructions/modifications at
any point of time before awarding the contract.

18 Signature of the Bidder


Method of Submission of Bids:

• The Bidders who are desirous of participating in open tender their technical bids and
financial Bids as per the standard format’s will be available online at NIT-AP website
(www.nitandhra.ac.in).
• The Bidders shall sign on all the statements, documents, certificates to be submitted by
them, and are solely responsibility for their correctness/authenticity.
• The bidder should submit documentation as per the checklist.
• The bids should be filled in two bid formats with all the required documents as enclosures
in separate sealed covers i.e.: (a) Part-I Technical bid, (b) Part-II Financial bid.
• Two separate sealed covers should be specifically super-scribed as (a) ‘’Technical bid for
Supply, Installation, Testing, Commissioning and Comprehensive annual maintenance
of R.O Plants to NIT-AP, Tadepalligudem’’ and (b) ‘’Financial bid for Supply, Installation,
Testing, Commissioning and Comprehensive annual maintenance of R.O Plants to NIT-
AP, Tadepalligudem’’. Both the sealed envelopes (a) and (b) are to be kept in another
large envelope, which should also be sealed and submitted.
• The larger envelope should be super-scribed as “Quotation for Supply, Installation,
Testing, Commissioning and Comprehensive annual maintenance of R.O Plants to NIT-
AP, Tadepalligudem” and shall be addressed to The Tender Box, C/o Director, National
Institute of Technology Andhra Pradesh, SVEC Campus, Pedatadepalli, Tadepalligudem,
West Godavari District, A.P-534102.
• Incomplete bids or bids not submitted in prescribed format are liable for rejection.
• Bids received after the due date and time will be summarily rejected.
• The Documents that are hard copies will only be considered for Bid Evaluation.
• Failure to furnish any of the submitted documents, certificates, will result in rejection of
the bid.
• The NIT-Andhra Pradesh shall not take any responsibility on account of postal delay.
Similarly, if any of the certificates, documents, etc., furnished by the Bidder are found to
be false / fabricated / bogus, the bidder will be disqualified, blacklisted, action will be
initiated as deemed fit and the Bid Security will be forfeited.
• NIT-Andhra Pradesh in no way responsible for the non-visibility of the submitted
documents.
• The Institute reserves the right to cancel the tender process at any stage without
assigning any reason.
• In case of consortium either the prime bidder or the consortium partner can purchase
the bid document. The bid can be filed either with User ID of prime bidder or consortium
partner.

19 Signature of the Bidder


EVALUATION PROCEDURE:

• The Technical Bids will be opened on 31.07.2019 at 10:00 AM by the Registrar, The NIT-
Andhra Pradesh or by his authorised representative.
• The tenders will be evaluated so as to ascertain the capability of the bidders to provide
the service within the period mentioned above and also to assess whether the bidder
satisfies the eligibility criteria.
• The rejection of the bidder on technical grounds will be based on the failure to meet
eligibility requirements.
• The committee may reject a bid for non-conformance of the specifications.
• Financial Bid of only those bidders, who have fulfilled the eligibility criteria specified, will
be opened on 31.07.2019 at 03.00 PM and who do not fulfil the eligibility criteria will not
be considered and their tenders stand rejected.
• The Courts of Tadepalligudem alone will have jurisdiction to try any matter/dispute or
reference between the parties arising out of this agreement/contract.
• The Registrar, NIT-Andhra Pradesh reserves the right to accept or reject any / or all the
tenders without assigning any reasons whatsoever.
• The Registrar NIT-Andhra Pradesh also reserves the right to cancel the selection process
for awarding the contract at any time. The decision of the Registrar, NIT-Andhra Pradesh
is final and binding.

RATES:

Supply, Installation, Testing and Commissioning of R.O Plants at NIT-Andhra Pradesh,


along with Comprehensive annual maintenance contract per month inclusive of all labour wages
complying to the minimum wages Act., as per the amendments made from time to time, if any,
and including all charges of material and machinery used for cleaning and other purposes, GST,
if applicable. No extra claim on this account will in any case be entertained.

All the rates furnished in the tender shall be per plant for C.M.C per month inclusive of
all labour wages complying to the minimum wages Act., as per the amendments made from time
to time, if any, and including all charges of material and machinery used for cleaning and other
purposes, GST, if applicable. No extra claim on this account will in any case be entertained.

20 Signature of the Bidder


SCOPE OF THE WORK:

• The Scope of Work includes to check the performance of R.O. Plants and submit a report after
every visit. The scope includes: unit checkup general cleaning, chemical cleaning of membranes,
replacement of membranes, as per requirements.
• The work includes Supply, Installation, Testing, Commissioning and Annual Comprehensive
maintenance of two R.O. Plants as per given work order.
• The R.O plant should be operated in 24hours to fulfill Institute requirements. The raw water will
be made available from nearest borewell to R.O plant.
• The bidders should deploy a skilled operator for daily operations and maintenance of the R.O.
Plants, in two shifts.
• Quality of processed water should be maintained as per the drinking water standards of “Indian
Standard 10500-2012”.
• The Service Engineer should visit the plant once in a month.
• The C.M.C is per preventive as well as for break down maintenance and includes repair and
replacement of the flowing parts free of charge during the contract period.
o All kinds of filters
o Pre-filter candle
o Panel board
o Carbon
o Worn out parts etc.
o Membrane
• The regular maintenance includes: -

Works to be carry out Frequency

Cleaning of all filters For every 3 days


Change of filters For every 15 days
Cleaning of membranes For every 6 months

• The Drinking water test report shall be submitted by the Bidder/service provider once in a month
to the NIT-Andhra Pradesh authorities.
• The NIT-Andhra Pradesh will conduct the required lab test on behalf of Bidder/Service provider
and for these, the necessary charges shall be borne by Bidder/Service provider.
• Power supply to operate the R.O plants shall be arranged by the NIT-Andhra Pradesh at free of
cost.
• The project is on turnkey basis.
• During the period of vacation for institute the monthly maintenance charges will not be paid
unless the services are taken on emergency.

21 Signature of the Bidder


Supply, Installation, Testing, Commissioning and Comprehensive Annual Maintenance of two
number of R.O Plants Contract at NIT-Andhra Pradesh also includes:

• Maintenance of Anti scalant daily throughout the year.


• Chemical cleaning should be taken up once in six months during the contract period.
• The operator salary includes in the annual contract amount.
• Maintaining the production water record daily.
• Checking of TDS daily before pumping into the storage tanks.
• Membranes replacement whenever damaged.
• Electrical/Mechanical replacements.
• Water testing by certified agency.
• If any delay is noticed for more than 2 days in connection with any trouble to the regular
supply of R.O water in the campus, penalty will be levied proportionately.
• The NIT-Andhra Pradesh reserve the right to check whether contractor is maintaining the
water quality as per the Indian standards or not.
• During plant Supply, Installation, Testing, Commissioning and Comprehensive Annual
Maintenance, all minor and major repairs will be covered under the contract. No
additional cost will be given.
• Motor repairs cost at usual routine time is to be borne by the Bidder/service provider
only.
• If it is observed that due to poor maintenance/unsatisfactory work, any part or
equipment is found damaged /required to be replaced, the same will have to be attended
and replaced by the Bidder/Service provider at his/her own cost. In this regard the NIT-
Andhra Pradesh decision will be final.
• Maintain hygienic conditions at plant premises and its surroundings.
• The Bidder/Service provider shall maintain separate registers i.e. Chemical cleaning
register, Micro filters cleaning & replacement register, Adding of dosing register.

22 Signature of the Bidder


RESPONSIBILITIES OF THE BIDDER/ SERVICE PROVIDER:

• The Bidder/Service provider shall carry out all work with utmost care, giving due
consideration to safety which shall not be compromised under any circumstances. It will be
the responsibility of the Bidder/Service provider to promote an electrically safe workplace,
free from unauthorised exposure to electrical hazards for all its employees and outsourced
personnel so as to prevent accidents to themselves, the public (community) and the NIT-
Andhra Pradesh property.
• The Bidder/Service provider shall be responsible for taking good care of all specialized
equipment, tools and tackles used for its maintenance activities. It should bring to the notice
of the NIT-Andhra Pradesh, the repair and the maintenance works that are required to be
undertaken from time to time. In case any damage is caused to the equipment due to the
negligence of any of the employees of the Bidder/Service provider, Bidder/Service provider
should undertake to indemnify the NIT-Andhra Pradesh for such damages. The amount of
damages quantified at the discretion of the NIT-Andhra Pradesh shall be final & binding on
the Bidder/Service provider. The NIT-Andhra Pradesh shall be at liberty to deduct such
amount of damages from any dues payable to the Bidder/Service provider.
• The Bidder/Service provider shall ensure that the employees engaged in electro-mechanical
maintenance activities in the premises shall, while working, take all reasonable care in
handling the internal as well as external items. Bidder/Service provider shall be solely
responsible for the safety and security of all such fixtures and equipment and installations.
If it is found that any such items of fixtures, equipment and installations are damaged and
or missing due to the negligence of the employees of the Bidder/Service provider, the
Bidder/Service provider shall take the responsibility to make them in good condition. The
same failing which, the NIT-Andhra Pradesh reserves the right to impose penalty to the
extent of damage assessed and the amount of such penalty shall be recovered from the
monthly payments of the Bidder/Service provider.
• It shall be the responsibility of the Bidder/Service provider to ensure that all electrical
equipment and control valves of system are put on and off properly at the areas whenever
instructed by NIT-Andhra Pradesh. If at any time, it is found that the staff of the
Bidder/Service provider entrusted for doing this job is negligent leaving the electrical
equipment and control valves of plant “ON” resulting into wastage of water and energy, the
Bidder/Service provider shall be imposed with a penalty in the range of Rs.100 to Rs.1000/-
as may be assessed in this regard.
• It will be the responsibility of the Bidder/Service provider to store the materials purchased
and the equipment provided to them to keep in safe custody and they shall maintain a
proper record of its receipts, stock, and disposals etc., which shall be subject to inspection
& verification by the authorised representative of the NIT-Andhra Pradesh.

23 Signature of the Bidder


• On completion of the contract period or upon premature termination of the contract for
whatsoever reasons, the Bidder/Service provider shall discontinue use of all materials and
equipment supplied by the NIT-Andhra Pradesh and promptly hand over them to the NIT
Andhra Pradesh. The fixtures and articles should be in good condition, to the satisfaction of
the NIT-Andhra Pradesh.
• The quality of work at all stages should be as per the Indian standards laid down and
explained to the Bidder/Service provider by the NIT-Andhra Pradesh .It is made clear that
there cannot be any compromise in the quality of work and it shall be the responsibility of
the Bidder/Service provider to ensure that the standards laid down from time to time are
strictly maintained.
• The Bidder/Service provider shall ensure that it fully complies with all provisions of labour
laws and rules and regulations laid down thereunder from time to time which are applicable
to the present contract and more particularly notified under “STATUTORY COMPLIANCE”
which include obtaining requisite/valid license from the appropriate authorities of
Central/State Govt. or local body and to keep the same in force till completion of the
contract. In case of any default or failure to comply with such requirement, this contract
shall automatically stand terminated. In the event of such a termination, the Bidder/Service
provider shall not be entitled to make a claim for any compensation or damages against the
NIT-Andhra Pradesh and the NIT-Andhra Pradesh shall not be liable to pay any such
compensation or damages to the Bidder/Service provider.
• The status of the staff/labour/workmen employed by the Bidder/Service provider shall
always be the employees of the Bidder/Service provider itself for all purposes under the
labour & service laws and the NIT-Andhra Pradesh shall, in no way, be responsible or liable
for their wages, salaries, bonus, gratuity or any other allowances, leave salary, wages for
holidays or any compensation, notice pay etc. and the employees of the Bidder/Service
provider shall have no right to claim any benefit from the establishment of the NIT-Andhra
Pradesh.
• The Bidder/Service provider will give a declaration as per draft letter attached that he has
read and understood the above conditions and the same shall remain binding upon him in
case the work is entrusted to him.
• The amounts specified here in above are inclusive of all costs, expenses, wages and payment
of their legal dues that may be incurred by the Bidder/Service provider and the
Bidder/Service provider shall not be entitled to make any other demands monetary or
similar from the NIT-Andhra Pradesh during the term of this contract. It is expressly agreed
that in the event there is a revision of minimum wages or special allowance, then the
amount payable clause herein above shall be suitably modified.

24 Signature of the Bidder


• The quoted tender percentage shall include compliance by the contractor with all the
general conditions of contact, whether specifically mentioned or not in the various clauses
of these specifications, all material, machinery, plant, equipment, tools, workshop, and
provision of proper and sufficient protective works. It shall also include safety of workers,
first aid equipment, suitable accommodation for the staff and workmen, the effecting and
maintenance of all insurances, the payment of all wages, salaries, fees, royalties/taxes,
duties or other charges arising out of the execution of works and the regular clearance on
the completion of works safety of the public and protection of the works and adjoining land.
• The Bidder/Service provider shall be responsible for entire plant Supply, Installation, Testing
and Commissioning of two numbers of R.O Plants at NIT-Andhra Pradesh along with
Comprehensive Annual Maintenance contract. which includes consumables, workers’
salaries, workers attendance, minor and major repairs in the plant, daily plant running
information in log books without fail.
• The Bidder/Service provider shall at all time indemnify the NIT-Andhra Pradesh against
all claims for compensation under the provisions of any law for the time being in force /
brought into force, by or in respect of any workmen employed by the Bidder/Service
provider in carrying out the contract and against all costs and expenditure incurred by the
NIT-Andhra Pradesh in connection therewith. The NIT-Andhra Pradesh shall be entitled to
deduct any amount due, from all the money paid or payable by way of compensation as
aforesaid and costs or expenses in connection with any claim thereto. For this purpose, an
indemnity bond will have to be executed.
• The Bidder/Service provider shall not sublet any portion of the contract. In case of breach
of this condition, NIT-Andhra Pradesh will serve a written notice on the Bidder/Service
provider rescinding the contract where upon the security deposit shall stand forfeited to
NIT-Andhra Pradesh without prejudice to other remedies against the Bidder/Service
provider.
• The Bidder/Service provider should appoint a qualified engineer and he/she should have
working experience in handling of entire O&M Plant.
• The Bidder/Service provider shall be responsible for taking good care of all the equipment.
They will employ only experienced operators who have worked at least for one year in
similar type of works relating to O&M of RO. The Bidder/Service provider will have to
intimate the details of persons employed to NIT-Andhra Pradesh authorities.
• The employees engaged by the contracting Bidder/Service provider should observe
discipline and should see that the decency and decorum are maintained with in the course
of their employment.
• All personnel employed by the Bidder/Service provider shall be medically fit and in good
health.
• The Bidder/Service provider shall submit a report on the status of plant maintenance, lab
test report and material utilized every month to NIT-Andhra Pradesh.

25 Signature of the Bidder


STATUTORY LIABILITIES OF THE BIDDER/ SERVICE PROVIDER:

• All statutory obligations as per the Labour laws (e.g. Minimum Wages Act), Contract Labour
(Regulation of Abolition) Act, etc., as amended from time to time will be met by the
Bidder/Service Provider. The Bidder/Service provider will have to submit necessary proof
and certificate for the compliance of all statutory obligation/labour laws or any other
applicable Indian law, which is entirely his duty, failing which necessary deductions would
be made by the Employer from all running bills and other necessary authorities as required
under the applicable Office/Shops & Establishment Act.
• In case of material loss etc. the Bidder/Service provider will keep the Employer indemnified
against all such risks.
• The Bidder/Service provider shall maintain proper records, registers etc., as applicable and
required under various enactments including, but not limited to, Contract labour
(Regulations & Abolition) Act,1970, and Miscellaneous Provisions Act 1952 and all
Regulations further shall comply with all statutory provisions thereof in obtaining
registrations licenses, filing returns, submitting information etc.,
• The Bidder/Service provider shall, at all times, make available to the Employer authorised,
official records/registers required to be maintained under various laws in force and
necessary certificates and licenses for reference/inspection and shall provide copy (so of any
returns, statements etc., to the Employer as may be required from time to time.
• The Bidder/Service provider shall maintain all records and Registers at site regarding duty
schedules, leave, etc., pertaining to the personnel deployed by them in the said premises.
• Notice of Non-compliance: The Employer shall promptly notify the Bidder/ Service Provider
upon discovering any instance where the Bidder/ Service Provider has failed to comply with
the provisions as given in above paragraphs. On receipt of such notice, the Bidder/ Service
Provider has to reply within 3 days.

26 Signature of the Bidder


INDEMNFICATION BY BIDDER/ SERVICE PROVIDER:

The Bidder/ Service Provider at all times will keep the NIT-Andhra Pradesh
indemnified against all costs, damages, losses claim etc., which the Employer may have to suffer,
undergo or pay as a result of Supply, Installation, Comprehensive annual maintenance of this
service contract in the said premises.

PAYMENT TERMS:

• The payment shall be made 60% on receiving expected project deliverables as per the
work order.
• The payment shall be made 40% only after successful installation, testing and
commissioning of R.O. Plants.
• The Payment will be made on monthly basis for C.M.C. The contractor shall submit
monthly running account bill for the work executed during the period, lab test report and
attendance sheet. The Employer has authority to alter/reduce the bill as per the
performance of the Bidder/Service Provider.
• The Bidder/Service provider shall raise an invoice in an acceptable proforma and in
accordance with the rates quoted in Financial Bid.
• The invoices shall be raised by the 5th of each succeeding month for the service provided
during the preceding month. Payment will be made within 10 days of receipt of the
invoice. Payment will be made by account payee cheque.
• Income tax will be deducted by the NIT-Andhra Pradesh from payment made to the
Bidder/ Services Provider. This will be as per the rules and regulations in force and in
accordance with the Income tax Act prevailing from time to time.
• At the time of signing of the agreement, the Tender /Service Provider shall submit a
photocopy of his PAN identity for record to the NIT-Andhra Pradesh.
• GST, any other charges, as applicable shall be paid by the Bidder/Service Provider to the
concerned department and proof of such payments shall be made available along with
the bill of next month of the Employer. Failure in submission of proof of payments,
Employer withholds the payment till its production.

27 Signature of the Bidder


PAYMENTS TO BE MADE TO THE WORKERS/SUPERVISORS BY THE BIDDER/SERVICE PROVIDER:

The Bidder/Service Provider shall make payments of wages to the Workers/Supervisors


employed by him before 5th of succeeding month without waiting for the payment from the
Employer. The service provider should submit the invoices along with the performance index.

FORCE MAJEURE:

No liability shall be attached to the Bidder/Service provider for non-operation or


execution of his obligation under this contract as a result of Force Majeure of any other factor
beyond the control of the Bidder/Service Provider.

No liability shall be attached to the Bidder/Service provider for any damage due to
natural calamities such as earthquake, war, civil, commotion and willful damage.

TERMINATION:

The Contract can be terminated,

• By either without cause, after giving to the other party at least two calendar months
written thereof.
• By the Employer, if the Bidder/Service Provider fails to fulfill their tasks to the satisfaction
of the Employer. Such failures constitute a breach of the Bidder/ Service Provider’s
obligations under contract, which are not remedied within 30 days from the date of giving
of written notice requiring such breach to be remedied.

DISPUTES:

The Courts of Tadepalligudem alone will have jurisdiction to try any matter/dispute or
reference between the parties arising out of this agreement/contract.

DISCLAIMER:

Even though adequate care has been taken in the preparation of this Tender Schedule
the bidder should satisfy himself that the Schedule is complete in all respects.

NIT-Andhra Pradesh not their employees make any representation or warranty as to the
accuracy, reliability or completeness of the information in this Tender Schedule and it is not
possible for the NIT-Andhra Pradesh to consider the investment objective, financial situation and
particular needs of each party who reads or uses the Tenders Schedule. Certain prospective
Bidders may have a better knowledge of the scope of work than others. Each prospective Bidder
should conduct his own investigations and analysis and check the accuracy, reliability and
completeness of the information in the Tender Schedule and obtain independence advice from
appropriate sources.

The Registrar, NIT-Andhra Pradesh reserves the right to change any or all of the
provisions of this request for Proposal. Such changes would be intimated to all parties procuring
this request for Proposal.
28 Signature of the Bidder
The Registrar, NIT-Andhra Pradesh reserves the right to reject any or all the Bids
submitted in response to this request for Proposal at any stage without assigning any reasons
whatsoever.

REJECTION OF TENDERS:

The Registrar, NIT-Andhra Pradesh reserves the right to cancel the tender process and
reject all tenders at any time prior to the award of contract without thereby incurring any liability
to the affected bidder or any obligations to inform the affected bidder of the grounds of
acceptance or rejection.

No bidder is entitled to withdraw his offer after submission. In case of such withdrawal,
EMD deposited along with the tender schedule will be forfeited.

For breach of any of the conditions prescribed in the tender as specified by the
organization from time to time, the Security Deposit is liable to the forfeited. Decision of the
Director, NIT-Andhra Pradesh in this regard is final and binding on the contractor.

29 Signature of the Bidder


Bidder Information

1 Name of the Firm

2 Year of Establishment

3 Registered Office address

4 Contact details

5 Email

6 List of clients with details

7 PAN

8 GST

9 Any other details

30 Signature of the Bidder


CHECKLIST

The bidder may use the check list below to ensure that the tender submitted is complete in all
respects.

Cover (a) “Technical Bid” should contain the following documents:

S. No Particulars Yes No

1 The original tender schedule downloaded from E-


Procurement site.

2 Crossed Demand Draft from National Bank towards EMD

3 Experience Certificates

4 Copy of PAN card and latest Income Tax Saral


form/Returns
5 Financial turnover Certificates issued by the firm of CA’s
regarding annual turnover of the subject material

6 List of present Clients with address & Phone Numbers

7 Copy of Registration with labour Department

8 Copy of GST registration

Note: All the pages of the Bid Document may be serially numbered and signed by the Bidder.

-Sd/-
I/C Registrar
NIT-Andhra Pradesh

31 Signature of the Bidder


ANNEXURE- (1)

NIT-AP Tender Notice: - Ref. No.: NIT-AP/ESTATE/EE/S,I,T,C & C.M-RO PLANTS/2019

(b)-FINANCIAL BID

Note: The form should be duly filled and nothing should be left blank, any over writings/
corrections on this quotation form will be rejected.

Firm Bid Ref No: _________________________________________ Date: ___________


Reference Tender Number: ______________________________________ dated ___________
Firm Registration Number: _______________________________________________________
GST Number of the firm: _________________________________________________________
PAN Number of the firm: ________________________________________________________
Name of the firm: ______________________________________________________________
Address of the firm: ____________________________________________________________
_____________________________________________________________________________
_____________________________________________________________________________
Authorised Contact Number: _____________________________________________________
Authorised Contact E-Mail ID: _____________________________________________________

Name of the job: ‘’Two nos. of R.O. Plants of capacity 2000 lpcd connected with softener vessel
- Installation, Testing, Commissioning, and its Comprehensive annual maintenance Contract at
NIT Andhra Pradesh, Tadepalligudem.’’

S. Item Price Quotation Unit Price including GST and other


No. for Charges (in INR)
(In figures) (In words)
Supply, Installation,
Testing and 1 No
1. Commissioning of each
R.O plant of 2000 LPH
at NIT-Andhra Pradesh.
Comprehensive annual
2. maintenance of R.O 1 No
plant Contract for the
1st year
Comprehensive annual
3. maintenance of R.O 1 No
plant Contract for the
2nd year

Total Cost

32 Signature of the Bidder


CERTIFICATE

Certified that the above quoted unit price is satisfying all the contents/ details and term

& conditions of NIT Andhra Pradesh, Tadepalligudem published against the Tender Enquiry

Number…………………………………………………………………………………………………… dated ……………………...

Signature of the Vendor / authorised representative of the firm

Name of the Vendor / authorised representative

of the firm: __________________________________________________________________

Seal of the firm / organization.

33 Signature of the Bidder


MANDATE FORM FOR TRANSFER OF PAYMENT THROUGH ELECTRONIC

CLEARANCE/ELECTRONIC FUND TRANSFER

To
The Director,
NIT-Andhra Pradesh,
Tadepalligudem.

Sir,

Kindly pay any amount due to me/us to my/our Bank account as detailed below either
by Electronic Clearance/Electronic Fund Transfer mode and oblige.

Name of the Bidder:


Name of the Bank:
Name of the Branch:
Nature of Account:
Account Number:
Bank Code (IFS Code):
Address:

Signature of Bidder
Date:

The information furnished above is correct as per our records.

Signed and understood by me.

34 Signature of the Bidder


REQUISITION FOR REFUND OF EMD

From

To
The Director,
NIT- Andhra Pradesh,
Tadepalligudem.

Sir,

Sub: Tender for Supply, Installation, Testing, Commissioning and Comprehensive annual
maintenance of R.O Plants Contract at NIT Andhra Pradesh– Refund of the EMD DD – Requested
– Regarding.
Ref: 1) No.: NIT-AP/ESTATE/EE/S,I,T,C & C.M-RO PLANTS/2019, dated 19.06.2019.

With reference to cited above, tender has been submitted with an EMD of
Rs. …………………/- (Rupees ------------------------------------ only) in the form of Demand Draft drawn
in favour of the Director, NIT-Andhra Pradesh. But the said tender has been cancelled with the
approval of competent authority. Therefore, it is requested to kindly refund the EMD amount at
the earliest. An advance stamped receipt for the amount is enclosed herewith.

Yours faithfully

Advance Stamped Receipt:

Received an amount of Rs. ----------------------/-. (Rupees ------------------------------------ only)


from the Finance Officer NIT-Andhra Pradesh, towards refund of the EMD remitted by me/us
along with the tender for Supply, Installation, Testing, Commissioning and Comprehensive
annual Maintenance of two RO plants Contract at NIT-Andhra Pradesh, submitted in response
to the tender notification Ref. No.: NIT-AP/ESTATE/EE/S,I,T,C & C.M-RO PLANTS/2019, Dated
19.06.2019.

Signature: Name:
Date: Address:

35 Signature of the Bidder


Proforma for Bank Guarantee

To

WHEREAS ______________________________( Name of Bidder ) (hereinafter called


"the Bidder " has submitted its BID dated _______________________ (Date) for the supply of
(Name of Contract and/ or description of the goods)_____________ _______(hereinafter called
"the BID") in favour of ____________ (hereinafter called the " Client ");
KNOW ALL MEN by these presents that we, ___________ Bank, having its Registered Office at
_______________________________________(address of bank) (hereinafter called "the Bank")
are bound unto____________________ (name of the Client) for the sum of
Rs________________
(Rupees___________________________________________only) for which payment will and
truly to be made to the said Client, the Bank binds itself, its successors and assigns by these
presents; Sealed with the common seal of the said Bank this_________ day of ___________
20_____.

THE CONDITIONS of this obligation are:


1) If the bidder withdraws its BID during the period of BID validity specified in the BID Form; or
Does not accept the correction of errors in accordance with the bidding documents;
2) If the bidder having been notified of the acceptance of his BID by the Client during the period
of BID validity;
a) Fails or refuses to execute the contract, if required; or
b) Fails or refuses to furnish the performance security or security Deposit, in accordance
with of Terms and Conditions of this BID.

We undertake to pay to the Client up to the above amount upon receipt of his first written
demand without the Client having to substantiate his demand, provided that in his demand the
Client will note that the amount claimed by him is due to him owing to the occurrence of one or
both of the two conditions, specifying the occurred condition or conditions.

Notwithstanding anything contained herein,


our liability under this Bank Guarantee shall not exceed
Rs________________________________
(Rupees__________________________________________only).

The Bank Guarantee is valid upto __________ and we are liable to pay the guaranteed amount
or any part thereof under this Bank Guarantee only and only if you serve upon us a written claim
or demand on or before _____________ (mention period of the Guarantee as found under
clause (ii) above plus claim period)

Dated __________day of _______20____ .

SEAL & SIGNATURE OF THE BANK

36 Signature of the Bidder


ANNEXURE- (2)

Declaration regarding Non-Blacklisting of company and Acceptance of


Tender Terms and Conditions
(To be provided on letter head of the Bidder)

I / We _____________________do hereby certify that our firm is not blacklisted and no


enquiries / cases are pending against us by Govt. of India / by Govt. of Andhra Pradesh or by any
State Board Universities, since inception of the firm / company.

All the terms and conditions given in the tender document “for Supply, Installation, Testing,
Commissioning and Comprehensive annual maintenance of two R.O Plants Contract” issued
by NIT Andhra Pradesh, Tadepalligudem are acceptable to us.

We also certify that the information mentioned in the submitted documents is true and
complete in any every respect and explicitly agree that in case at a later date it is found out by
the Institute (NIT Andhra Pradesh, Tadepalligudem) that any details provided herein by us are
incomplete/incorrect, any contract given to us may be summarily terminated forthwith, our firm
may be blacklisted, and that the Institute may also initiate any other legal/penal proceedings, as
deemed fit by it.

Date: Authorised Signatory


Name:
Place: Designation:
Company:
Contact No.
Company Seal:

37 Signature of the Bidder


38 Signature of the Bidder

S-ar putea să vă placă și