e-tender for...e-tender for designing, engineering, supply, installation & commissioning of 250...
TRANSCRIPT
E-TENDER FOR
Designing, Engineering, Supply, Installation & Commissioning of 250 LPH Capacity UV & RO Water Plants for IIM Ranchi
Tender Notice No.: IIM Ranchi/E-Tender/RO Plants/2019/14 dt.09/4/2019
Indian Institute of Management Ranchi (Under Ministry of Human Resource Development, Govt. of India)
Suchana Bhawan, Audrey House Campus, Meur's Road, Ranchi - 834 008
Tel: +91-651-2280113 URL: www.iimranchi.ac.in
Digitally signed & signed by : S.Venkateswaran
Administrative Officer Stores & Purchase Dept.
Indian Institute of Management Ranchi (For & on behalf of Director, IIM Ranchi)
1. BRIEF DESCRIPTION OF PROPOSAL:
IIM Ranchi invites Electronic Technical and Financial Bids from reputed registered contracting firms/OEMs/Authorized Channel Partners of OEMs, fulfilling the essential eligibility criteria prescribed for undertaking the work for Designing, Engineering, Supply, Installation and Commissioning of 250 LPH Capacity UV & RO Water Plants at the preferred places of IIM Ranchi, adhering to the technical specifications prescribed in the subject tender. As of now, it is proposed to install total 03 (three) plants (IIM Ranchi hostel 02 Nos. & 01 No. at IIM Ranchi office at Suchana Bhawan). The subject tender is proposed to be taken up through electronic mode (e-tendering) and the bidders are requested to note the following instructions for submission of e-bids: Registration with M/s ITI Ltd. (A Govt of India Enterprises) : (agency through which IIM Ranchi has taken up the e-tendering process). Intending bidders are requested to register themselves with M/s ITI Ltd., (if not registered earlier) through https://iimranchi.euniwizarde.com for obtaining user ID, by following the instructions, terms and conditions stipulated by M/s ITI Ltd., for this purpose. For participating in the e-tendering process of IIM Ranchi :- After registration with M/s ITI Ltd., using the assigned User ID and Password, they can access the website of https://iimranchi.euniwizarde.com and with the help of the digital signature they can participate in the e-tender of IIM Ranchi. The bidder may contact following e-wizard helpdesk.
i) E-Wizard Helpdesk 1st Floor, M-23, Road No. 25, Near SBI, Sri Krishana Nagar, Patna - 800001 Ph. 0612-2520545 or 9504661237 or 9835871522
ii) E-Wizard Helpdesk A-41, Himalaya House, 23, KG Marg, New Delhi - 110001, Ph. 011-49606060
Note : The indenting bidder must have valid Class-III (Signing + Encryption) Digital signature to submit the bid online.
2. TENDER SCHEDULE:
Tender Processing Fee
(Non-refundable) & EMD
Rs.500/- (Rupees Five Hundred Only) and Rs.15,000/- (Rupees Fifteen
Thousand Only) in the form of Demand Draft from any scheduled commercial
bank in favor of Indian Institute of Management Ranchi payable at Ranchi.
The bidder should upload the scan copy of the DDs and mention the DD Nos. while
filling the TECHNICAL BID online. DDs of Tender Processing Fee and EMD should be
sent to the institute in HARD COPY through post/ courier well in advance before the
end date and time of submission of e-bid. If the DDs are not received within the
date and time of opening of e-bids of that tenderer will not be considered for
any further evaluation and summarily rejected.
Bid validity The validity of bids shall be 180 days from the date of opening of financial bid.
Last Date of Submission of E-Tender
Up to 03:00 PM on dt. 10th May 2019 Note: Tender/quotations/bids/offers if any received by hand or by email or by any other mode WILL NOT BE CONSIDERED.
Online Opening of Technical Bids
ON 10th May 2019 at 04:00 PM
Online Opening of Financial Bids
Intimated later to technically responsive bidders
Contact Person (for any clarification during the tendering process)
Administrative Officer, Purchase Department, Indian Institute of Management Ranchi, Suchana Bhawan, Audrey House Campus, Meur’s Road, Ranchi, Jharkhand Tel: 0651- 2280113, Email: [email protected]
Platform for submission of E-Tender
https://iim.euniwizard.com/ (to follow the link under “tender” @ www.iimranchi.ac.in) (Bids received on E-Tendering portal only will be considered. Bids in any other
forms like sealed cover/email/post/fax etc. will be REJECTED.)
3. Bidder should qualify the following eligibility conditions.
i. Should be an OEM (Original Equipment Manufacturer) (or) Authorized Channel Partner/
Dealer of the OEM. If bid is submitted by the Authorized Channel Partner/ Dealer of OEM,
the bidder should submit the copy of valid OEM Authorization Certificate.
ii. The bidder should have similar experience of designing, engineering, supply, installation and
commissioning of industrial/ commercial UV & RO Water Plants/ WTP of at least 250 LPH
or higher capacity in any IITs/ NITs/ IIMs/ IISERs/ INI/ Central or State Universities/ Private
Universities or Educational Institutions of repute/ State Government/ Central Government
Organizations/ Commercial & Industrial organizations. Should submit copies of at least 02
(two) such Work Orders and Completion reports executed in past five years from the last date
of submission of bids to consider this eligibility criterion.
iii. Should have annual turnover of at least Ten (10) Lakhs during past 03 (three) financial years
ending on 31st March 2018. Should submit IT Return and audited statement of accounts (i.e.
P&L Account and Balance Sheet) for above financial years in support of this.
iv. The bidder should have their after sale service centre/ office at Ranchi.
v. The bidder should have valid ISO (QMS) certificate for Sales & Services of Water Treatment
Solutions/ Plants to institutional and industrial customers.
vi. The bidder should have its own ISO (QMS) certified Water Testing Laboratory/ Facility for
periodical test of water quality.
4. Mandatory documents to be uploaded online in support of Technical Bid:
i) Scan copy of all documents in support of above eligibility criteria from (i) to (vi) of Para
No. 3 along with technical bid checklist format as per Annexure - I.
ii) Scan copy of DDs as the proof of remittance of EMD and Tender Processing Fee.
iii) Scan copy of Bid Forwarding Letter as per Annexure - II.
iv) Scan copy of undertaking towards Not Blacklisting as per Annexure - III.
v) Power of Attorney/ Authorization Letter, if bid is submitted by the authorized representative
of the agency (on the letter head of the bidder).
vi) Duly signed and stamped of the entire bid document along with its Addendum/
Corrigendum, if any.
vii) All other documents, as required in terms of the tender, to claim eligibility.
[NOTE: Bidders must sign and affix its seal on all pages of above supporting documents and
upload accordingly]
5. BOQ/ FINANCIAL BID: The rates should be quoted as per the BoQ in excel sheet (Format as
per Annexure - IV). Taxes/ GST, if any, should be indicated separately. The bidders are advised
to download this BoQ.xls as it is and quote their rates and upload the same as the Financial Bid.
The Bidder shall not tamper/modify downloaded financial bid template in any manner. In case
if the same is found to be tempered/ modified in any manner, tender will be completely rejected
and EMD would be forfeited.
6. NO BID DOCUMENT WILL BE ACCEPTED BY FAX/ EMAIL/ HAND/ IN PERSON/ IN
COVERS.
7. If the last date of opening of the e-tenders coincide with a holiday, then the next working day
shall be the opening date.
8. Bidder shall quote in Indian Rupees only.
9. The bidder is expected to examine all instructions, forms, terms and conditions in the tender
document. Failure to furnish all information required by the tender document or submission of a
tender not substantially responsive to the tender document in every respect will be at the bidder’s
risk and may result in rejection of his/ her bid.
10. No alterations should be made in any of the contents of the bid document by scoring out. In the
submitted bid, no variation in the conditions shall be admissible. Bids not complying with the
terms and conditions listed in this part are liable to be rejected.
11. The bid prepared by the bidder as well as all correspondence and documents shall be written in
English language. All the columns of the tender document must be filled in and no column should
be left blank. “NIL” or “Not applicable” should be marked, where there is nothing to report.
12. Conditional bids shall be rejected.
13. EARNEST MONEY DEPOSIT (EMD) AND TENDER PROCESSING FEE:
An EMD of Rs.15,000/- and Tender Processing Fee of Rs.500/- (Non-refundable) in the form
of Demand Draft (two separate DDs) from any scheduled commercial bank should be submitted
along with the technical bid document.
The bidder should upload the scan copy of the DDs and mention the DD Nos. while filling the
TECHNICAL BID online. DDs of Tender Processing Fee and EMD should be sent to the
institute in HARD COPY through post/ courier by the end time and date of online bid
submission, i.e. up to 03.00 pm by dt. 10.5.2019. If the DDs are not received by this date and
time, e-bids of that tenderer will not be considered for any further evaluation and summarily
rejected.
No any exemption to MSME/ other registered/ enlisted service provider is applicable.
If the successful bidder fails to act on the offer made by the Institute and/or the bidders withdraw/
amend their bids after opening of tender which is not agreeable to the institute, the EMD of such
bidder/s shall be forfeited without any notice to the bidder/s and no claim on this account shall
be entertained.
Any bid without EMD and/ or Tender processing fee will be straightway rejected. The EMD of
unsuccessful bidders shall be returned/ refunded after finalization of the contract without any
interest.
14. PERFORMANCE SECURITY DEPOSIT (SD):
a) An amount @ 5% of total contract value in shape of FDR/ TDR/ DD/ BG as Performance
Security Deposit (SD) is to be deposited by the successful bidder, within 10 (ten) days
from the date of issue of Letter of Award (LoA) by the Institute. In the event of non-
submission of the Performance Security Deposit (SD), the EMD of successful bidder shall
be forfeited.
b) Performance Security shall remain valid for a period of 90 (Ninety) days beyond the date
of completion of the contract and warranty period. No interest will be payable on SD.
c) In case of breach of contract by the service provider, the SD shall be forfeited by the
institute and the firm shall be blacklisted in addition to the termination of the contract.
15. TENDER OPENING:
a. OPENING OF E-TENDER: Online bids shall be opened in the presence of designated
Authority and Tenderers who wish to be present at the selected place at IIM Ranchi. The
date of financial bid opening will be informed to the shortlisted bidders subsequently.
b. CLARIFICATION OF TENDER:
i. To assist in the examination, evaluation and comparison of TENDER, IIM Ranchi may
at its discretion ask the Tenderer for a clarification on the TENDER which is submitted
by him. The request for clarification and the response shall be in writing within
specified date and time. No additional information or documents other than the one
asked for will be accepted at this stage. Failure to submit the essential documents
within specified date and time will be liable for rejection of bids.
ii. IIM Ranchi will be at liberty to involve any expert or consultant in evaluating the bid
for completing the entire bid process.
16. AWARD OF CONTRACT: The Tenderers who fulfill all the ‘Eligibility Criteria’ shall be
declared as the Technically Responsive bidders. Technical responsive tenderer quoting the
lowest offer price shall be awarded the contract.
a. IIM Ranchi reserves the right of negotiation with eligible tenderer before the
finalization of the TENDER.
b. IIM Ranchi reserves the right at the time of award of contract to increase or decrease
the numbers of locations/ quantities without any change in terms, rates and conditions.
c. IIM Ranchi reserves the right to accept or reject any or all bids or accept any
TENDER in total or in parts without assigning any reason thereof.
d. After selection of the successful bidder, a ‘Letter of Award’ (LOA) shall be issued
in duplicate by the Institute to the successful bidder. The successful bidder will be
required to furnish the required performance security deposit and execute an
agreement on a Non-Judicial Stamp Paper worth Rs.500/- (Rupees Five Hundred
Only) within a period of 10 (Ten) days from the date of issue of LoA.
e. The contract will be signed only after furnishing the Performance Security Deposit.
f. Failure of the successful bidder to comply with the requirements of above clauses
shall constitute sufficient grounds for the annulment of the award and forfeiture of
EMD in full.
g. Costs associated with the preparation of contract documents shall be borne by the
service provider.
17. EXECUTION PERIOD: The work shall be completed in all respect within 30 days from the
date of signing of contract. Any delay will attract penalty as prescribed in the preceding
paragraphs.
18. WARRANTY PERIOD AND PERIODICAL SERVICES: The Plants to be installed should
be covered under COMPREHENSIVE OEM Warranty of 01 (One) year from the date of
commissioning and handing over to the institute. During the warranty period, it is mandatory
that at least 04 (four) times (once in every quarter); overhauling/services of the plant should be
carried out. The warranty and services should be comprehensive and should cover all spares,
motors, electrical parts, connections, filters, all consumables, etc. Failing to comply with any
faults & periodical services during the initial warranty period will attract levy of
penalty/recovery of part /the whole amount of SD, as deemed fit by the Competent Authority of
IIM Ranchi. Any decision taken in this regard by the Competent Authority of IIM Ranchi will
be final and should be acceptable. During the initial warranty period before and after the
scheduled periodical mandatory services; the OEM/Agency should collect sample of water from
the sources; test it and should submit the test report of water quality.
19. PAYMENT TERMS: No interim or advance payment shall be made to the successful service
provider by IIM Ranchi on any circumstances. 100% (Final) payment shall be released within
30 days from the date of receipt of undisputed Invoice/ Bill duly supported by receipted challan
and satisfactory work completion certificate for the entire job along with water testing report
from concerned official of IIM Ranchi.
Digital Payment (e-Payment) through RTGS/NEFT etc. shall be released after adjusting TDS
and Penalty, if any, as per rules. Invoice should be submitted in triplicate indicating the Name of
the Bank, IFS Code, Account number, RTGS and Swift number of the bank etc. for releasing e-
payment to the vendor.
20. PENALTY: Penalty @ 0.5% of contract value per week or part thereof will be levied for any
delay in execution of work as per the time frame mentioned in the tender document as well as
contract being signed.
21. The service provider shall not sublet the contract to any third party or agency.
22. FORCE MAJEURE: Notwithstanding the provisions of this contract, the service provider shall
not be liable for forfeiture of its SD or termination for default, if and to the extent that, it’s delay
in performance or other failure to perform its obligations under the contract is the result of an
event of FORCE MAJEURE. If a Force Majeure situation arises, the service provider shall
promptly notify IIM RANCHI in writing of such conditions and the causes thereof.
23. All disputes relating to this tender shall be reference to sole arbitrator to be appointed by the
Director, IIM Ranchi, whose decision will be binding on both the parties.
24. All disputes arising out of this tender shall be subject to the jurisdiction of court of Ranchi.
25. SCOPE OF SUPPLY WITH TECHNICAL SPECIFICATIONS:
i. INTRODUCTION
The proposed UV + Reverse Osmosis (RO) System has been designed to produce permeate - 250 LPH from Raw Water with characteristics mentioned in further sections below.
The proposed Reverse Osmosis System consists of following constituents:
Raw Water Tank (Client Scope) Filter Feed Pump Dual Media Filter Activated Carbon Filter Antiscalant Dosing System Micron Cartridge Filter High Pressure Pump RO Block UV System Treated Water Tank (Client Scope)
The proposed UV and Reverse Osmosis water purifying system works on the Principle of the natural phenomenon of OSMOSIS PROCESS. Since OSMOSIS PROCESS is reversed by external pressure the process is termed as REVERSE OSMOSIS. Reverse Osmosis is a water purification process in which water is forced by pressure through a semi-permeable membrane.
The above said quality shall be achieved provided:
· The feed quality is same as per design values provided above.
· In case of change in feed quality or source, end quality may have variation or changes.
· The operation of system is strictly done as per the manufacturer’s instructions, Operation
Manual, guidelines and instructions.
· All log sheets/daily reports are sent to us for monitoring and suggest suitable actions for
better and smooth operation of the system each month.
· Pure chemicals (if any), original spares and consumable specified by us only are used in
system.
· Parameters not shown in raw water analysis are assumed as zero.
· Any abnormal behavior in system shall be notified to our service team within 24 hrs. ii. PROCESS DESCRIPTION
Pressure Sand Filter (PSF): Raw water from raw water storage tank (By Client) is pumped by raw water
feed pump to Pressure Sand Filter (PSF) where all the suspended solids are removed with the help of sand
bed. The filter is backwash when it stops giving desired output.
Dual Media Filter (DMF): The raw water will be passed through Dual Media filter for removal of
suspended solids. The media provided for the same is sand and anthracite. The filter will be backwashed
by indication of increase pressure drop and / once per day. Activated Carbon Filter (ACF): Filtered water
from PSF is feed to ACF to remove chlorine, remaining organics and color, smell with the help of carbon
media. The filter is backwash when it stops giving desired output.
Antiscalant Dosing System: The anti-scalant chemical is added online to protect the membrane from
scaling/fouling.
Micron cartridge Filter: The raw water is passed through Micron Cartridge Filter and is given at the
suction of high pressure pump (HPP). The pore size of cartridges is 5 µm.
RO System: Reverse Osmosis (RO) is the tightest possible membrane process in liquid/liquid separation.
Water is in principle the only material passing through the membrane; essentially all dissolved and
suspended material is rejected. Osmosis separates impurities from water by passing it through a semi-
permeable membrane. The semi-permeable membrane allows only very small atoms and groups of atoms
(such as water molecules, small organic molecules and gases) to pass through it.
Advanced reverse osmosis technology uses “cross flow” that allows a partially permeable membrane to
clean itself continually. As some of the fluid passes through the membrane, the rest continues downstream,
sweeping the rejected species away from it. The process requires a pump to push the fluid through the
membrane. The higher the pressure, the larger the driving forces.
As concentration of the fluid being rejected increases, so does the driving force? Reverse osmosis is used to
reject bacteria, salts, sugars, proteins, particles, dyes, and other constituents. Separation of ions with reverse
osmosis is aided by charged particles. This means that dissolved ions that carry a charge, such as salts, are
more likely to be rejected by the membrane. The larger the charge and the particle; the more likely it will
be rejected.
UV System: Ultraviolet energy causes permanent inactivation of micro-organisms by disturbing DNA so
that they are no longer able to maintain metabolism or reproduce. All bacteria, spores, viruses and protozoa
are permanently inactivated by UV.
iii. SCOPE OF SUPPLY
1. Raw Water Storage Tank (By Client)
2. Raw Water Feed Pump
Quantity : 1 No.
Capacity : 1000 LPH
Discharge Capacity : 2.5 kg/cm2
MOC : CI
Motor Rating : 0.5 HP
Make : KBL/Equivalent
3. Pressure Sand Filter (PSF)
Quantity : 1 No.
Capacity : 1000 LPH
Min. / Max. Operating Pressure : 1.5 kg/cm2 / 3.5 kg/cm2
MOC of Vessel : FRP
Media : Support bed+ sand
Type of valve : Single – multiport
Vessel Make : Pentair/Wave/Equivalent
4. Activated Carbon Filter (ACF)
Quantity : 1 No.
Capacity : 1000 LPH
Min. / Max. Operating Pressure : 1.5 kg/cm2 / 3.5 kg/cm2
MOC of Vessel : FRP
Media : Support Bed + Carbon
Type of valve : Single – multiport
Vessel Make : Pentair/ Wave/Equivalent
5. Antiscalant Dosing System
Dosing Pump
Quantity : 1 No.
Type : Electro-magnetic
Capacity : 1.5 LPH
Discharge Pressure : 4 kg/cm2
Make : E dose/Equivalent
Dosing Tank
Capacity : 50 litres
Material of Construction : HDPE
Make : Sintex/Equivalent
6. Micron Cartridge Filter
Quantity : 1 No.
Capacity : 1000 LPH
MOC of Housing : ABS
MOC of Cartridge : PP
Filter Rating : 5 micron
Size : 10’’ Long
Make : Pratham/Equivalent
7. High Pressure Pump
Quantity : 1 No.
Type of pump : Vertical Multistage
Capacity : 1000 LPH
Discharge Pressure (Maximum) : 13 kg/cm2
Material of Construction : SS 304
Make : Nanfang/Equivalent
8. Reverse Osmosis System
Quantity : 1 No.
Permeate capacity : 200 - 250 LPH
Membrane Type : Spiral wound
Membrane Specification : TFC-polyamide
Make of Membrane : GE / Equivalent
No. of Membranes : 1 No.
No. of Membrane Housing : 1 No.
Skid Material of Construction : MS – powder coated
Piping MOC : UPVC
Electrical Control Panel : 1 No.
9. UV system
Quantity : 1 No.
Make : Sukrut/Equivalent
10. Product Water Storage Tank (By Client)
11. Instrument List
Pressure gauges : 3 Nos.
Pressure switches : 2 Nos.
Conductivity meter : 1 No.
Rate of flow indicators : 1 No.
Level switch : 2 Nos.
12. Interconnecting Piping in UPVC
: Within Battery limits
Termination Points:
Suction of Raw Water Feed Pump
Drain of Sand filter / carbon unit on skid
Permeate outlet on RO skid
Concentrate outlet of RO on skid
Inlet connection to the control panel
Schedule of Exclusions:
Raw Water Tank & Treated Water Tank
Plumbing and electrical works
Equipment Room/ Space for installation
Civil & Structural works (RCC Works)
Note: Bidders are advised to visit the site/ premises of IIM Ranchi before submitting the bid to have an idea about the work. Finalization of design, fabrication and fixing partition will be at sole discretion of the competent authority of IIM Ranchi. In case of any doubt; the decision of competent authority will be final and binding to the bidders.
ANNEXURE - I
TECHNICAL BID (To be submitted online in .xlsx File)
Date: ______________
Subject: E-Tender for ‘Designing, Engineering, Supply, Installation & Commissioning of 250 LPH
Capacity UV & RO Water Plants for IIM Ranchi, Tender Notice No.: IIM Ranchi/E-Tender/RO
Plants/2019/14 dt. 09.4.2019.
(Self-attested photocopies of all supporting documents in support of below particulars must be
uploaded)
Name of the Firm with Complete Address, Tel/ Mob No. Email Address
Sl. No.
Particulars Compliance (Yes/No)
1. Status of the Firm (Proprietary/ Partnership/ Pvt. Ltd. etc.)
2. Tender processing fee of Rs.500/- and EMD of Rs.15,000/- both in the
form of DDs from any scheduled commercial bank in favor of ‘Indian
Institute of Management Ranchi’ payable at Ranchi
3. Should be an OEM (Original Equipment Manufacturer) (or) Authorized
Channel Partner/ Dealer of the OEM. If bid is submitted by the Authorized
Channel Partner/ Dealer of OEM, the bidder should submit the copy of
valid OEM Authorization Certificate.
4. The bidder should have similar experience of designing, engineering,
supply, installation and commissioning of industrial/ commercial UV & RO
Water Plants/ WTP of at least 250 LPH or higher capacity in any IITs/ NITs/
IIMs/ IISERs/ INI/ Central or State Universities/ Private Universities or
Educational Institutions of repute/ State Government/ Central
Government Organizations. Should submit copies of at least 02 (two) such
Work Orders and Completion reports to consider this eligibility criterion.
5. Should have annual turnover of at least Ten (10) Lakhs during past 03
(three) financial years ending on 31st March 2018. Should submit IT
Return and audited statement of accounts (i.e. P&L Account and Balance
Sheet) for above financial years in support of this.
6. The bidder should have their after sale service centre/ office at Ranchi.
7. The bidder should have valid ISO (QMS) certificate for Sales & Services of
Water Treatment Solutions/ Plants to institutional and industrial
customers.
8. The bidder should have its own ISO (QMS) certified Water Testing
Laboratory/ Facility for periodical test of water quality.
9. Copy of Permanent Account Number (PAN)
10. Copy GST Registration of Firm
11. Bid Forwarding Letter as per Annexure - II
12. Self-declaration about Not Blacklisting as per Annexure - III
13. Power of Attorney/ Authorization Letter, if bid is submitted by the
authorized representative of the firm (on the Letterhead of the bidder)
14. Duly signed and stamped of the entire bid document along with its
addendum/ corrigendum, if any
Declaration
I/We……………………………………………………………. (Name of Proprietor/ Partners/ Authorized
Representative of Bidder) of …………………………………… (Name of the firm) do hereby declare that
the entries made here are true to the best of my/our knowledge. I/We hereby agree to abide by
all terms and conditions laid down in tender document.
Place: Signature with stamp of the bidder:
Date: Name, Address of the bidder:
Tel/ Mob No.:
ANNEXURE - II
BID FORWARDING LETTER (On the Letterhead of the Bidder and to be submitted/ uploaded online)
Date : ______________
To
Administrative Officer (Purchase)
Indian Institute of Management Ranchi
Suchana Bhawan, Audrey House Campus,
Meur’s Road, Ranchi - 834008
Subject: E-Tender for ‘Designing, Engineering, Supply, Installation & Commissioning of 250
LPH Capacity UV & RO Water Plants for IIM Ranchi, Tender Notice No.: IIM Ranchi/E-
Tender/RO Plants/2019/14 dt.09/4/2019.
Sir,
I/ We hereby confirm and declare that I/We have carefully studied the tender documents
therein and undertake myself/ ourselves to abide by the terms and conditions laid down in the
tender document.
The Tender Processing Fee of Rs.500/- (Rupees Five Hundred Only) and EMD of Rs.15,000/-
(Rupees Fifteen Thousand Only) both in the form of Demand Draft in favor of Indian Institute
of Management Ranchi are enclosed herewith.
I/ We also keep the offer open for 180 (One Hundred Eighty) days from the date of opening of
financial bids.
Yours faithfully,
(Name & signature with stamp of the bidder)
ANNEXURE - III
SELF-DECLARATION ABOUT NON BLACK-LISTING
(On the Letterhead of the Bidder and to be submitted/ uploaded online)
Date : ______________
To
Administrative Officer (Purchase)
Indian Institute of Management Ranchi
Suchana Bhawan, Audrey House Campus,
Meur’s Road, Ranchi - 834008
Subject: E-Tender for ‘Designing, Engineering, Supply, Installation & Commissioning of 250
LPH Capacity UV & RO Water Plants for IIM Ranchi, Tender Notice No.: IIM Ranchi/E-
Tender/RO Plants/2019/14 dt. 09/4/2019.
Sir,
In response to tender under reference, I/ We hereby declare that presently our firm is having
unblemished record and is not declared ineligible for corrupt & fraudulent practices either
indefinitely or for a particular period of time by any Central/ State Govt. Department, Public
Sector Undertakings, Autonomous Bodies, Academic Institutions and Commercial
Organizations.
We further declare that presently our firm is also not blacklisted/ debarred and not declared
ineligible for any reason other than corrupt & fraudulent practices by any Central/ State Govt.
Department, Public Sector Undertakings, Autonomous Bodies, Academic Institutions and
Commercial Organizations in past three years from the last date of submission of bid.
If this declaration is found to be incorrect then without prejudice to any other action that may
be taken, my/ our performance security may be forfeited in full and the tender if any to the
extent accepted may be cancelled.
Yours faithfully,
(Name & signature with stamp of the bidder)
ANNEXURE - IV
FINANCIAL BID (To be submitted online in .xlsx File)
Date: ______________
To
Administrative Officer (Purchase)
Indian Institute of Management Ranchi
Suchana Bhawan, Audrey House Campus,
Meur’s Road, Ranchi – 834008.
Subject: E-Tender for ‘Designing, Engineering, Supply, Installation & Commissioning of 250 LPH
Capacity UV & RO Water Plants for IIM Ranchi, Tender Notice No.: IIM Ranchi/E-Tender/RO
Plants/2019/14 dt.09/4/2019.
Sir,
I/We quote the under mentioned rates for subjected tender.
Particulars Approx.
Qty. Required
Rate per Complete Unit (excluding GST)
(INR)
% of GST
Design, engineering, supply, installation and commissioning of 250 LPH Capacity UV & RO water treatment plant for drinking water facility at IIM Ranchi with Comprehensive warranty period of 01 year (including all consumables) and periodical services, adhering to all terms and conditions of the tender document.
THREE COMPLETE
UNITS
`____________
(In words: Rupees ____________________
____________________
____________________)
______ %
NOTE:
1. The Bidder has to quote rate applicable for ONE COMPLETE UNIT. Total quantity required is
only an approximate. The quantity of plant may increase or decrease, as per the requirement of the
Institute.
2. The rates indicated/quoted shall be inclusive of cost of supplies, charges towards Installation,
Testing and Commissioning and providing Training to staff with all incidental charges for the set
up at the identified places of IIM Ranchi. The rate of GST and any other duties/taxes/levies to be
imposed on the rate shall be clearly mentioned separately. Prices and rate quoted shall be firm and
fixed during the execution of the contract and no escalation of rate on any ground whatsoever shall
be applicable.
Place: Signature with stamp of the bidder:
Date: Name, Address of the bidder:
Tel/ Mob No.