dgs&d tender

Upload: ramki073033

Post on 02-Jun-2018

229 views

Category:

Documents


0 download

TRANSCRIPT

  • 8/10/2019 Dgs&d Tender

    1/14

    Page 1 of

    UVWDS/ME-3/RC-B30C0000/0713/03Tender Enquiry No

    Cut Off Date For Performance : 30-06-2012

    Description of Store Rate/Unit

    Note : Detailed specifications as per Annexure'A' attached

    Time & Date of Receipt of Tender By 04:00 PM On 26-07-2012

    Time & Date of Opening of Tender At 04:30 PM On 26-07-2012

    Offer to remain valid for acceptance upto 26-10-2012

    RC Period From : 01-08-2012 To 31-07-2013 (OR 12 months From the date of conclusion ofRC)

    Estimated Drawal (In Lakhs)Rs. 80.00

    Cost of Tender Rs. 250

    Ultra Violet Water Disinfection System

    Optional Accessories for Water Disinfection System IncludingInstallation Charges

    Schedule To Tender Enquiry

    DGS&D Form-242

    Govt. of India

    Ministry of Commerce & Industry

    Department of Commerce

    Director General of Supplies & Disposals

    Jeevan Tara Building

    5, Sansad Marg New Delhi-110001

    Flow Rate (Ltrs./Min.)

    Description

    Srno.

    2

    3

    Battery power backupWater level controller

    NOS.

    NOS.

    The details of stores are as under : -

    UNIT:

    UNIT:

    Special Note:-

    1. Bidders are required to submit tenders online at URLhttps://dgsndtenders.gov.in. Necessary link for the same has been providedin the DGS&D website http://www.dgsnd.gov.in. No manual tenders shall beaccepted against this tender enquiry.2. Original of Demand Draft/postal orders/Tender Fee coupon, towards costof of purchase of tender documents, should be submitted in physical form soas to reach the office of issue of tender enquiry on or before of date ofTender opening.3. To facilitate easy uploading, bidders are required to upload documentslike Regn certificate,PAN No.,BIS certificate,BEE certificate,C.O.P etc. inother Important Documents.4. Questionnaire,if any, shall be uploaded in PDF format in Bid CoverDocument under the category "Additional Document"5. In case space provided in prescribed Excel Sheets for performancestatement for "Cancelled Supply Orders" and " Details of Supply orders in

    support of Performance Statement" is not adequate,the same may be submitted

    Digitally signed by:

    Sharma Ambuj

    Email Id:

    [email protected]

  • 8/10/2019 Dgs&d Tender

    2/14

    Page 2 of

    For & on behalf of the purchasernamed in the schedule

    in PDF format under "Additional Documents" in the "Bid Cover Content."6. "Date and time of DGS&D server clock, as is also displayed on the dashboard of the bidders, shall be taken as reference time for deciding theclosing time of bid submission. Bidders are advised to ensure that theysubmit their bid within the due date and time of bid submission takingserver clock as reference. No request on the account that the server clockwas not showing the correct time and that a particular bidder could notsubmit their bid because of this shall be entertained".

  • 8/10/2019 Dgs&d Tender

    3/14

    Page 3 of

    1

    2

    Schedule

    Schedule

    Ultra Violet Water Disinfection System

    Optional Accessories for Water Disinfection System Including Installation

    Charges

    Specification :-Ultra Violet Water Disinfection System,ISI marked to IS:14724:1999 Edition 1.2(2006-10)with free installation.Detailed specifications are covered under GeneralTechnical Requirements.

    Specification :- Detailed Specification for Battery Back Up system & Water LevelController are covered under General Technical Requirements.

    NOTES FOR TENDERERS:-1. Complete and satisfactory test certificate from Haffkin Institute for Research &Training, Mumbai / University of Agricultural Science,Bangalore/M/S shriramEnviromental & Allied Services,Gurgaon/ Govt. Lab.& NABL accredited for conformanceto IS;14724/1999 shall be submitted at the time of inspection for each model offilter and for each make / model of the U.V. lamp proposed to be used.The certificate should clearly indicate the design details including details of UVlamp fitted in the Water Disinfection System as given below:- i) Make / Brand . ii) Model.iii) Nominal watttage.

    iv) Lamp Voltage. v) Lamp current mA. vi) Diameter of Ultra violet chamber.vii) UV intensity.viii) Contact length & annular area. ix) Declared upstream pressure. x) Pressure at which tests have been conducted. xi) Any other relevant data which may be required to compare the actual supplieswith the design of the sample subjected to type tests.2. Make /Brand /Model No. and wattage of UV lamps and characterstics of UV Lampshall be clearly indicated for each model/ rating separately by the suppliers intheir quotations and QUESTIONARE attached.Battery details for Power Back Up shallalso be furnished alongwith Power Back up time.3. Deviations, if any, from the specn. must be specifically brought out.

    Technical Particulars For Ultra Violet Water Disinfection Systems Annexure-A

    Schedule Optional Accessories for Water Disinfection System Including InstallationCharges

    1.1

    1.2

    1.3

    Capacity of battery for power back uo --------------AH

    Battery Voltage-------------------------------------Volts

    Back up time of battery power back up---------------Hrs

    Questionnaire

  • 8/10/2019 Dgs&d Tender

    4/14

    Page 4 of

    1.4

    2.1

    2.2

    Specification of battery-----Dive specification number

    Number of sensers provided in water level controller

    Differance of level maintained between Max. and Min. level by levelcontroller--------------cms

    I.R.Proforma

    Diagram/Proforma/Annexures Attached[Click on follwing to view/print]

    https://www.dgserver.dgsnd.gov.in/IR_WPURIFY.pdfhttps://www.dgserver.dgsnd.gov.in/IR_WPURIFY.pdf
  • 8/10/2019 Dgs&d Tender

    5/14

    Page 5 of

    DETAILED SPECIFICATIONS FOR Water Disinfection System:Marking:1. It is mandatory to mark as under :"THIS WATER DISINFECTION SYSTEM WILL HELP IN REMOVING ONLY THE SUSPENDED MATTER ANDBACTERIA AND WILL NOT FILTER OR REMOVE ANY DISSOLVED SOLIDS OR CHEMICALS."2. Water Disinfection System shall be suitable for operation on 220 +/- 10 V, 1phase, 50 Hz, A.C .supply having water flow rate as under.It shall be complete with

    :- i) Fuseii) 5 Amp. plug with 2 metre long cordiii) Water fittings and flexible tubesiv) Voltage stabilization circuit v) Electronic control circuitvi) Solenoid operated valvevii) Flow switch3. The Water Disinfection System shall have inbuilt arrangement to ensure that rateof water flow through the filter does not exceed the rated flow even when the inletpressure is 50% higher than the declared max. upstream pressure.4. Water Disinfection System should be provided with automatic shut-off system toswitch off the UV lamp if water is not drawn for 15 minutes.5. The rated output(flow rate) shall correspond to water inlet pressure of 1

    Kg/sq.cm.Tolerance of +/-10% shall be applicable on the output flow.6. Complete and satisfactory test certificate from Haffkin Institute for Research &Training, Mumbai / University of Agricultural Science,Bangalore/ M/S ShriramEnviromental & Allied Services,Gurgaon/ Govt.approved Lab.& NABL accredited Lab. forconformance to IS;14724/1999 Edition 1.2 (2006-10),incorporating Amdt.1&2 shall besubmitted at the time of inspection for each model of filter and for each make /model of the U.V. lamp proposed to be used.The certificate should clearly indicate the design details including details of UVlamp fitted in the water purifier as giveb below: i) Make / Brand ;

    ii) Model ;iii) Nominal watttage;iv) Lamp Voltage ;v) Lamp current mA ;vi) Diameter of Ultra violet chamber ;

    vii) UV intensity ;viii) Contact length & annular area ;

    ix) Declared upstream pressure ;x) Pressure at which tests have been conducted ; xi) Any other relevant data

    which may be required to compare the actual supplies with the design of the samplesubjected to type tests.7. Suppliers shall equip themselves with in-house testing arrangements forconducting microbiological tests. Till such time in-house arrangements are made bythesuppliers, samples shall be drawn from the offered lot and shall be got tested fromlabs mentioned under Para-6 above at the cost of the supplier.8. Characteristics of UV lamps shall be furnished by the supplier. The suppliersshall have in-house arrangements for measurement of UV intensity of the lamp toenable the inspector to test and ascertain that the UV lamp offered are new and

    genuine. For this purpose UV lamps shall be purchased from manufacturer's authoriseddealers /distributors, duly supported by invoice /bills indicating make /modelnumber and quantity etc. This shall be submitted to the Inspector alongwith anundertaking that the UV lamps used in the lot offered for inspection are purchasedagainst the relevant invoice number.9. It shall be mandatory for the firm to change the candle twice and activatedcarbon twice during the warranty period of one year10. SAMPLING CRITERIA FOR Water Disinfection System:For acceptance tests, the number of samples shall be as under for each lot.For the purpose of sampling all Water Disinfection System of the same capacity anddesign produced under similar conditions of manufacturing shall constitute a lot.S.No.-- Clause of IS: --- Requirement- ----No. of Samples1. 5.3----- Electrical safety------- 32. 6.1----- Leakage Tightness------- 10% subject to min.of3.

    3. 6.2.1--- Max. rate of flow------- -do-

    General Technical requirement For TE :

  • 8/10/2019 Dgs&d Tender

    6/14

    Page 6 of

    4. 6.2.2.1- Test for Turbidity------ 25. 6.2.2.2- Suspended particle------ 10% subject to min.of3.6. 6.2.2.3- Microbiology------------ 17. 6.2.2.4- Adsorption of activated carbon-1All samples shall pass the tests.11.In case installation of Water Disinfection System is done by the tenderer,working

    of the unit shall be demonstrated to the user after the installation.12. OPTIONAL ACESSORIES (DETAILED SPECIFICATIONS):i). BATTERY POWER BACK UP SYSTEM: Battery Power Backup system consisting of a sealedmaintenance free(SMF),12 V Battery of suitable capacity with charger,shall becapable of coping with the power failures for at least one hour.Battery Back Up shall be suitable to work on 220+/-10 Volts,50 Hz, A.C. supply .Itshall have electronically controlled circuit for Battery charging/protection fromovercharging and in built system to switch on to battery mode in case of powerfailure and switching on to Mains on power restoration.It shall be enclosed in aWall Mountimg Type Enclosure.ii). WATER LEVEL CONTROLLER : Water Level Controller shall be suitable to controlthe level of water in the tank of Water Cooler and automatically switch off/on theequipment to maintain the minimum and maximum level of disinfected water in thewater tank of water cooler/ Tank. Water Level Contoller shall have Electronically

    controlled circuit and sensing devices to sense the water level in the tank i.e.:-

    a) Shall sense the low level of water and start/on the water disinfection system assoon as the water reaches at low level and start filling the water in the tank.b) Shall sense the maximum level of water and stop/off the water disinfection systemas soon as the maximum level is reached and stops the filling of water in the tank.

    13. Pre-despatch inspection of stores shall be reported as per Inspection Reportproforma No.-MECH-250 .A copy of proforma is enclosed with hard copy of T/E.Thesupplier while down loading the tender from Web site shall obtain a copy of proformafrom Director(WMT)DGS&D.

  • 8/10/2019 Dgs&d Tender

    7/14

    Page 7 of

    GENERAL TERMS & CONDITIONS

    This Rate Contract and Supply Orders placed against the rate Contract are governed bythe "General Terms & Conditions" as contained in the following forms:(i) Form no. DGS&D - 68 (Revised) "General Conditions of Contract"(ii) Form no. DGS&D - 69 "Conditions of Contract governing Rate Contracts"(iii) Form no. DGS&D - 229 "Instruction to tenderers quoting against Tender Enquiriesissued by the DGS&D"(iv) Form no. DGS&D - 1001 "General terms & conditions governing the Rate Contractand Instructions to Direct Demanding Officers and Consignees.

    The above forms are saleable documents. These can also be down loaded from DGS&Dwebsite www.dgsnd.gov.in

    1. TENDER DOCUMENT: The complete tender document consists of :(a) DGS&D-242 i.e.(Scedule to tender enquiry) alongwith annexures(b) DGS&D-68A, and DGS&D-69A(c) List No. 1 and List No. 9

    The tenderers are required to submit all the above documents completely filled &digitally signed failing which their offer is liable to be ignored.

    2. PURCHASER:(a) President of India(b) Governer(s) of State(s)(c) Heads of Union Territories(d) Officers of Public Sector Undertakings/Bodies & Corporations

    3.GUARANTEE/WARRANTY CLAUSE:The period of Guarantee/ Warranty shall be 12 months from the date of receipts ofstores by consignee or 15 months from the date of despatch whichever is earlier. Fordetails refer Clause 27 of DGS&D-230 & Clause 18 of DGS&D-1001

    4.DUTIES & TAXES:

    (i) EXCISE DUTYThe tenderers must clearly indicate the rate/quantum of Excise duty applicable andpayable by them irrespective of the fact whether the quoted prices are inclusive orexclusive of Excise Duty. They should also indicate their Excise Duty Registration.In the case of Small Scale Industrial Units, they should indicate the rates of ExciseDuty in various turnover slabs.

    If a tenderer states that the Excise Duty is NIL,he must intimate the basis for thesame and also confrim that no Excise Duty will be charged by him under anycircumstances.

    If a tenderer states that the Excise Duty is not applicable at present but will becharged extra if it becomes applicable later on, their offer will be loaded by thenormal rate of Excise Duty for the equitable comparision of prices.If however, thetenderer confirms that they shall not charge any Excise Duty even if it becomespayable at a later date for whatever reasons, no loading of Excise Duty in such acase will be done.

    In case no information about excise duty is given,it will be taken as inclusive interms of provisions of Para -10.3.4 & Para- 10.7.1 of DGS&D Manual.

    The tenderers should furnish the details of their turn over and the Excise Duty paidby them in the last three financial yearsin the following formats:

  • 8/10/2019 Dgs&d Tender

    8/14

    Page 8 of

    Financial Year Total Turnover Total Excise Duty paid Excise Duty paid

    on subjects stores------------------------------------------------------------------------------------

    Last---------One year

    before---------Two years

    before

    (ii) SALES TAX Tenderer should indicate whether the prices quoted are exclusive or inclusive ofsales tax.They should indicate the rate(s) of VAT/Local Sales Tax (as may beapplicable) and Central Sales Tax with & Without Form- "C". In case,they are exemptedfrom payment of sales tax,a copy of the Exemption Certificate issued by theappropriate authority may be furnished.

    (iii)OCTROI DUTY AND LOCAL TAXESNormally the stores supplied to Government Departments against Government Contractsare exempted from levy of town duty,Octroi Duty,Terminal Tax and other levis of localbodies against production of Exemption Certificate from authorised officers. Wheneverrequired, the Contractors should approach the purchaser/Indentor/Consignee for thesame in time along with despatch details to avoid payment of such local taxes orduties.

    5.PERFORMANCE CRITERIA/CUT-OFF DATE:(a) The tenderes who are current/past Rate Contract holders shall submit self- vettedperformance statements for the last three rate contracts as on cut off date asspecified in the schedule to tender in Form B-1, B-2 and B-3.

    (b) Firms shall also submit complete details of the performance statement covered byForm B-1 in the Appendix-A attached below for the last three rate contracts along-with their tender.

    The details as per Para (a) and (b) above should be submitted with the tender,failing which, the offers shall be summarily ignored. Further, in case the detailsprovided by the firm as per Para (a) and (b) above are found to be wrong at a laterstage, a penalty of debarring the firm for three years shall be imposed.

    (c) The offer of the tenders who are current/past rate contract holders, will beconsidered only if they meet the following minimum level of performance as on cut offdate,if otherwise eligible.

    % Performance level for current Rate Contract (Year 2011 - 2012 )=85(Self-vetted)% Performance level for previous Rate Contract (Year 2010 - 2011)=95(Self vetted)% Performance level for the year before(Year 2009 - 2010 )=100(Self vetted)

    Certain queries have been received by DGS&D regarding the information to be furnishedby the tenderers in the performance statements.The details pf the queries received

    and DGS&D's comment thereon are attached below ar Annexure-B.

    The purchaser, however, does reserve the right to consider also those firms who haveexecuted supplies to a lower extent.

    (d) The provisions of the above clause shall not apply for the new items.In case theperformance levels have been shown as 0(zero) such items may be treated as new items.

    6. PAYING AUTHORITY: Chief Controller of Accounts, Department of Supply, New Delhi or its RegionalAccounts Officers at Mumbai/Kolkata/Chennai as applicable.

  • 8/10/2019 Dgs&d Tender

    9/14

    Page 9 of

    7. PAYMENT TERMS:50% payment will be allowed on proof of inspection & acceptance thereof and dispatchof stores and balance 50% on certification of receipt of stores in good condition bythe consignee. In other respects,the provisions of clause 19,Payment under theContract in DGS&D 68(R) will apply

    For Details, refer to Clause 12 of DGS&D-1001

    8.TERMS OF DELIVERY & DESPATCH INSTRUCTIONS:Terms of Delivery are :Free delivery at site(i.e. at consignees place).For details of Terms of Delivery & Despatch instructions refer Clause-4 of DGS&D-

    1001.

    9. FALL CLAUSE:As contained in Clause-15 of DGS&D-1001.

    10.QUALITY ASSURANCE:(a) QUALITY ASSURANCE AUTHORITY: ADG(QA), DGS&D, New Delhi

    (b) QUALITY ASSURANCE OFFICER: Director/Quality Assurance Officer of the area concerned or his authorisedrepresentatives

    11.JURISDICTION/ARBITRATION CLAUSE:Jurisdiction is place of issue of the Rate Contract.Sole Arbitrator is appointed byDG(S&D). For details refer Clause-23 of DGS&D -1001.

    12.TRANSIT INSURANCE, RECEIPT OF STORES & NOTIFICATION OF DAMAGES AND LOSS, IF ANY:

    Contractor is responsible for Transit Damage.Consignee to notify Transit Damage/Lossif any within 45 days of arrival of stores at destination.For details refer Clause-17of DGS&D-1001.

    13. REGISTRATION:Tenderer should be registered with DGS&D/NSIC for the subject stores as on the dateof opening of bid.All tenderers are, therefore, advised in their own interest to getthemselves registered with DGS&D/NSIC.

    14.DELIVERY PERIOD:Tenderes should quote guaranteed monthly rate of supply (item-wise) and time, if anyrequired for commencement of supply after placement of order, failing which, thetender will be treated as incomplete. For details refer Clause-10 of DGS&D-230.

    15.NOTE FOR TENDER OPENING AND OFFER VALIDITY:Tenderes should note if the date of tender opening (or date upto which offer is toremain open) is declared a closed holiday by the Govt., the tender shall be opened onthe next working date (Offer shall remain open for acceptance till the next workingday)

    16.DOCUMENTS TO BE SUBMITTED ALONGWITH BID:

    (i) Demand draft of requisite amount in favour of DGS&D, New Delhi.(ii) Complete self-vetted Performance Reports for the current and preceding two ratecontracts.

    (iii)Complete Registration Certificate with DGS&D/NSIC with all amendments.The sameshould be valid on tender opening date.

    (iv) Compliance totechnical specifications :- The Compliance statement should be submitted in the following format: ------------------------------------------------------------------------------- Para |Specifications |Specifications |Compliance |In case of non-compliance,

    No. |As per T.E. |Offered |(Yes/No) |Deviation From T.E.Specn | | | |in unambiguous terms ------------------------------------------------------------------------------

    (v) Complete BIS Licence with all endorsements.This should be valid on tenderopening date(if applicable)

    (vi) Documents required to be submitted under Special Terms & Conditions(ifapplicable)

  • 8/10/2019 Dgs&d Tender

    10/14

    Page 10 of

    Please note that non-submission of the above said documents may render your offerliable to be ignored.

    17. Revocation/Cancellation of rate contract: As per clause 24 of DGS&D-1001.

    18.PACKING & MARKING:As contained in Clause 11 of DGS&D-1001

    19. DOCUMENTS FOR FULLY IMPORTED STORES:The Tenderers quoting for fully imported stores are required to submit the following

    documents along with their tenders:-(a) Copies of Bills of entries and/or other document(s) duly authenticated by customauthorities indicating the assessed value taken by customs for the purpose of levy ofcustoms duty.The abetment charges, if any, shall also be indicated.(b) Classification and rate of customs duty on the date of their tender.(c) Assessment of element of freight by weight and volume.(d) Import/Export Code No. issued by DGFT.NOTES:The DGS&D may require to go into costing aspect of the items tendered in order toarrive at the reasonableness of the cost.For this the tenderers may be required tosubmit copies of the Bills of Entry corresponding to the imported stores beingquoted. offers of such tenderers who fail to submit their document as required bythe DGS&D are liable to be rejected.

    20. CONCLUSION OF PARALLEL RATE CONTRACTS:DGS&D reserves the right to arrive at the resonable eligible L-1 price and toconclude Rate Contracts with the firms falling within a reasonable price band. DGS&Dalso reserves the right to make counter-offers to the firms within a price band notexceeding 20% of the price received from such reasonable eligible L-1 firm(s) andparallel Rate Contracts shall be concluded with firms who accept the counter-offeredprice.

  • 8/10/2019 Dgs&d Tender

    11/14

    Page 11 of

    UVWDS/ME-3/RC-B30C0000/0713/03Tender No

    1

    2

    Sr No

    BID EVALUATION

    MODE OF TENDERING

    Heading

    The bids shall be evaluated on the basis of basic rates & ED, CST/VAT componentshall not be taken into consideration.

    Mode of tendering will be online. No manual bids will be accepted.

    Condition

    Special Terms & Condition

  • 8/10/2019 Dgs&d Tender

    12/14

    Page 12 of

    1.

    2.

    3.

    4.

    5.

    6.

    7.

    8.

    9

    10

    (i)

    (ii)

    (iii)

    (iv)

    (v)

    (vi)

    (vii)

    11.

    (i)

    (ii)

    (iii)

    Have all the columns pf Form DGS&D-68 A, DGS&D - 69 A, List1 and List 9 listed in Clause 1 of General Terms &Conditions (GTC) been filled up?

    Whether rates(s)/quantum of Excise Duty indicated (ReferClause 4(1) of GTC)?

    Whether rates(s) of Local Sales tax and Central Sales taxindicated (Refer Clause 4(1) of GTC)?

    Have you indicated the Terms of Delivery (Refer Clause 8 ofGTC)?

    Has the delivery period been indicated (Refer Clause 14 ofGTC)?

    Have you indicated the validity of your offer (Refer Clause15 of GTC)?

    Confirmation about availability of testing facilities as

    atipulated in the specifications / tender enquiry?

    Acceptance of all terms and conditions of Tender Enquiryincluding payment terms, Guarantee/Warranty and thosecontained in DGS&D-68(Revised), DGS&D-69, DGS&D-229 andDGS&D-1001(Deviation, if any, should be specificallyindicated).

    Whether you have accepted Arbitration Clause as per Clause24 of DGS&D-68(Revised)

    Have you enclosed the following documents?

    Technical Compliance Statement in the perscribed formatwith the details of deviations?

    Photocopy of valid Registration Certificate of subjectstores with DGS&D/NSIC or DGQA(for Defence only) (ReferClause 13 of GTC)?

    Self-vetted Performance Statements as per Form B-1,B-2,B-3& Appendix-A(Refer Clauses 5 of GTC)?

    DGS&D-242 (Schedule to tender enquiry), tender forms DGS&D-68A, DGS&D-69 A, List No.1 and List 9?

    Documentary evidence to establish your meeting theeligibility criteria (if applicable)?

    Copy of BIS License (if applicable)?

    List of Service Centres (if applicable)

    Special Documents for Fully Imported Stores(if applicable)Have you enclosed following documents?Copies of bill of entries/ or any other document (s) dulyauthenticated by customs authorities indicating theassessed value taken by customs for purpose of levy ofcustoms duty. The abetment charges, if any, shall also beindicated.Classification and rate of customs duty on date of tender

    Estimated freight by weight and volume

    Yes

    Yes

    Yes

    Yes

    Yes

    Yes

    Yes

    Yes

    Yes

    Yes

    Yes

    Yes

    Yes

    Yes

    Yes

    Yes

    Yes

    Yes

    Yes

    Yes

    Yes

    No

    No

    No

    No

    No

    No

    No

    No

    No

    No

    No

    No

    No

    No

    No

    No

    No

    No

    No

    No

    No

    CHECK LIST FOR TENDERERS

    Tenderers are requested in their own interest to check the following beforethey submit their bids:-

  • 8/10/2019 Dgs&d Tender

    13/14

    Page 13 of

    12

    13

    14

    15

    16

    Whether training confirmed (if applicable)

    Whether installation and commissioning confirmed? (ifapplicable)

    Whether AMC and Buy- Back prices quoted in the price bid?

    (if applicable)

    Whether Net Dealers price (NDP) duly certified by auditorquoted in the price bid? (if applicable)

    Import/Export Code No. issued by DGFT.

    Yes

    Yes

    Yes

    Yes

    Yes

    No

    No

    No

    No

    No

    PLEASE NOTE THAT NON-SUBMISSION OF THE ABOVE INFORMATION/DOCUMENTS

    MAKES THE OFFER LIABLE TO BE IGNORED WITHOUT ANY FURTHER REFERENCE TO

    THE BIDDER.

    Appendix-A

    Annexure-B

    https://www.dgserver.dgsnd.gov.in/AppendixA1.pdfhttps://www.dgserver.dgsnd.gov.in/pastperf.pdfhttps://www.dgserver.dgsnd.gov.in/pastperf.pdfhttps://www.dgserver.dgsnd.gov.in/AppendixA1.pdf
  • 8/10/2019 Dgs&d Tender

    14/14

    Amendment to Following Tender Enquiry

    No Amendment Till Date