Upload
others
View
1
Download
0
Embed Size (px)
Citation preview
Tender Document: C-2(b)/WC/0907/ 194 /2017
1
FORMAT NO. : CEL/FR/MMD/03(01)
CENTRAL ELECTRONICS LIMITED(A Public Sector Enterprise)
TENDER DOCUMENT
For the
“Supplying and fixing office furniture for mezzanine floor at AMLbuilding, CEL Campus”.
Tender notice no. C-2(b)/WC/0907/ 194/2017 Dated: - 24-07- 2017
Assistant General Manager (Materials)Materials Management DivisionCentral Electronics Limited,4, Industrial Area, Saur Orji Marg, Sahibabad – 201 010 (UP) INDIATel. No. 0091-120-2895145 Fax No. 0091-120-2895148Email: [email protected] Website: www.celindia.co.in
Tender Document: C-2(b)/WC/0907/ 194 /2017
2
FORMAT NO. : CEL/FR/MMD/03(01)
CENTRAL ELECTRONICS LIMITED(A Public Sector Enterprise)
4, Industrial Area, Saur Urja Marg, Sahibabad – 201 010 (UP) INDIATel. No. 0091-120-2895145 Fax No. 0091-120-2895148
Email: [email protected] Website: www.celindia.co.in
TENDER NOTICE
Tender notice no. C-2(b)/WC/0907/ 194/2017 24-07- 2017
Central Electronics Limited invites sealed bids (Technical & Financial) from eligible bidders whichare valid for a minimum period of 90 days from the date of opening (i.e.,14-08- 2017) for the
“Supplying and fixing office furniture for mezzanine floor at AML building, CEL Campus”.
Scope of Work
Estimated cost
Supplying and fixing office furniture for mezzanine floor atAML building, CEL Campus
Rs 22, 78,875/-
Earnest MoneyDeposit
Rs 45, 578/- ( Rupees Forty Five Thousand Five hundred SeventyEight only )
Interested parties may view and download the tender document containing the
detailed terms & conditions, free of cost from the website http://eprocure.gov.in/
or http://www.celindia.co.in/tender.asp
Please see document control Sheet at Annexure -1.
For CENTRAL ELECTRONICS LIMITED
Sd-
Assistant General Manager (Materials)
Materials Management Division
Tender Document: C-2(b)/WC/0907/ 194 /2017
3
Eligiblity criteria:
1. Experience of having successfully completed works likes S/F of office furniture work inGovt. /PSU in last Seven years.( work completion certificate and other documentsevidences must be enclosed with technical bid)
Three similar completed works each costing not less than Rs.9,11,550/-or
Two similar completed works each costing not less than Rs. 13,67,325/-or
One similar completed works each costing not less than Rs.18,23,100/-
2. Tenderer should have turn over of Rs. 50 lakh (each year)in last 3 years. The Tenderershould submit copy of balance sheet with tender documents.
3. Tenderer should be registered in GST. The Tenderer should submit copy of the samewith tender documents.
Tender Document: C-2(b)/WC/0907/ 194 /2017
4
TENDER DOCUMENT for Tender notice no. C-2(b)/WC/0907/ 194 /2017
Important Instructions: -1. The following documents/Annexure are part of tender document:
a. Tender noticeb. Document Control Sheet - Annexure 1c. Price bid format Annexure 2d. List of approved makes Annexure ‘A’e. Commercial terms and conditions Annexure ‘B’f. Additional terms and conditions Annexure ‘C’g. Format for submission of commercial details Annexure ‘D’h. Schedule of exception & Deviations Annexure “E”i. Format for submission of Vender Annexure “F”j. Tender acceptance letter: Annexure ‘G’
2. Quotations shall be liable to be rejected if there is/are any deviation(s) from the specifications.3. Escalation in price (except where price variation clause is applicable and given as per Clause 12of
annexure B of tender), deviation from delivery schedule, terms and conditions will not be permitted in yourquotation. Statutory Taxes & Duties should be shown separately from the price.
4. Bidder who is Micro & Small Enterprise should enclose copy of valid Certificate of Registration with DIC orKVIC or KVIB or Coir Board or NSIC or DHH or any other body specified by Ministry of Micro, Small andMedium Enterprises, Govt. of India to avail benefits under the “Public Procurement Policy for Micro &Small Enterprises (MSEs) Order 2012”.
5. Catalogue, literature, specification details should accompany the quotation.6. Any deviation from specification & terms & conditions to be mentioned as schedule of exceptions &
deviations vide Annexure D. Any deviations whether technical or commercial stated elsewhere in thebid shall not be taken into account and may render the bid non-responsible and liable to berejected.
7. Vendor Data should be submitted in the Format for submission of Vendor Data as per annexure F.8. Quotation should be submitted in Two bid system.9. Quotation should be submitted in sealed envelope. There will be 2 sealed covers/envelops in the
quotation and following are to be submitted in your quotation:a) Cover – 1:
i. Earnest Money Deposit demand draft or TT acknowledgement or document(s) for exemption fromsubmission of EMD.
ii. Commercial details as per format at Annexure B.iii. Deviations (if any) from Specifications, Commercial Terms and Conditions on Schedule of
Exceptions & Deviation as per format at Annexure E.iv. Filled up Format for Submission of Vendor Data as per format at Annexure F.v. Technical catalogue, literature and approval/registration certificate, if any, required as per details
in the tender.vi. Balance Sheets with profit and loss account details for last 3 financial years.vii. Copy of GST tax registration, Excise Registration, PAN Card, Income Tax Return of last 3
financial years,viii. Tender acceptance letter as per format at Annexure G.ix. Proof of fulfillment of eligibility criteria.
b) Cover – 2: This must contain only the Price Bid on company’s letter head as per Price Bid format(Annexure 2).
Tender Document: C-2(b)/WC/0907/ 194 /2017
5
Annexure-1
Document Control Sheet
Tender Reference No. C-2(b)/WC/0907/ 194 /2017Name of Organization Central Electronics Limited
Tender Type(Open/Limited/EOI/Auction/Single)
OPEN
Tender Category (Services/Goods/works) works
Type/Form of Contract (Work/Supply/Auction/Service/Buy/Empanelment/Sell)
works
Payment Mode (Online/Offline) Offline
Date of Issue/Publishing 24-072017 (18:00 Hrs)
Document Download/Sale Start Date 24-07-2017(18:00 Hrs)
Document Download/Sale End Date 14-08-2017(15:00 Hrs)
Bid submission Start Date 24-07-2017(18:00 Hrs)
Last Date and Time for Submission of Bids 14-08-2017(15:00 Hrs)
Date and Time of Opening of Bids 14-08-2017(15:30 Hrs)
Tender Document: C-2(b)/WC/0907/ 194 /2017
6
Annexure-2
Name of work:- Price bid
Sr.no. Description of work Qty Unit Rate Amount
1 G.M. tables (size 8’x3’) with side rack (size-3-6”x
1’-6”) made of18mm comm...ply (make-green ply
or equivalent) duly laminated with1mm thick
laminate (make-merino). All edges covered with
1.2mm thick edge banding tape. Top will be
25mm thick comm... All hardware used will be of
ISI grade. Drawer slides and locks of godrej
make. All drawer and shutters are fitted with SS
handles. 10mm glass will be placed on top.
2 each
2 G.M.Room back cabinets (size 10’x3’). Box 15”
deep made of 18mm thick comm... Plywood
laminated from both sides. Back ply 6mm thick
laminated from one side shutter will be 18mm
thick comm. Ply laminated from both sides.
Hardware used will be ISI grade and slides, lock
etc will be of Godrej or equivalent. (Do not use
mica on back side of cabinate and also do not use
mica in inner side of door).
2 each
3 Manager tables (size 6’x3’) with side rack (size-
3’x1’4”) made of 18mm comm.ply (make-greenply
or equivalent) duly laminated with 1mm thick
laminate (make-merino). All edges covered with
1.2mm thick edge banding tape. Top will be
25mm thick comm... Plywood laminated with
same colour..All hardware used will be of ISI
grade. Drawer slides and locks of godrej make. All
drawer and shutter are fitted with SS handles.
Without glass top.
4 each
4 Work station
a. Table top made of 25mm thick. Comm. ply
laminated from both sides of approved colour. All
edges are finished with 1.2mm thick. Edge
banding tapes of rehau make.
560 sqft
b. Drawer units made of 18mm thick comm. Ply
laminated from both sides. Each having 3
drawers. Hardware used will be of ISI grade.
Drawer slides and locks of godrej/equivalent
make. All drawers will have SS handles for
opening.
70 each
c. Aluminum partition 45mm thick frame work fixed
with upholstered pin board on top and laminated
1200 sqft
Tender Document: C-2(b)/WC/0907/ 194 /2017
7
particle board in bottom. Raceway for electric
wiring will be fixed below top fixing level.
d. Gable end made 18mm thick comm ply.
Laminated from both sides. Fixed with L
connector for top support.
165 sqft
5 Conference table (size-3650 mm x 770mm) made
of 18mm comm. Plywood (make-green ply or
equivalent) laminated (1mm thick) from both sides
of merino make and fixed with L connectors.
1 each
6 Meeting table (size 2’-6”dia) made of 18mm
comm. Plywood (make-green ply of equivalent)
laminated (1mm thick) from both sides of merino
make.
1 each
7 Cafeteria table with steel base and wooden top(
as per drawing enclosed)
8 each
8 Console unit for conference room, (size 6’x3’) 1 each
9 Sofa sets
a. 3 seater sofa for G.M. cabins 2 each
b. Waiting area sofa 3 seater 2 each
10 C table for G.M. room 2 each
11 Retrofitting of side rack (size 3’x2.5’x1.5’) in old
manager table. Specs of materials as per item
no:-3
7 each
12 Storage cabinet between work station and cabins.
16” deep box made of 18mm thick comm. Ply
(make-green ply or equivalent) laminated from
both sides with 1mm thick laminate of merino
make. Shitter made of 18mm thick comm. Ply and
1mm thick laminate of approved colour (merino
make)
720 sqft
13 Cafeteria stool with steel base & wooden sitting
surface.( 400 mm dia.) as per drawing.
40 each
Tender Document: C-2(b)/WC/0907/ 194 /2017
8
Annexure-A
List of approved Makes
Sr.no. Item Makes
01 Plywood : Green ply /Marino / century02 Laminated Board : Green ply /Marino / century03 Drawer lock/ Hardware accessory : Godrej/Heltich/Ebco04 Foam : Godrej 40 density05 PU leather : Talwar/Nirmal06 Glass : Modi/sant gobin07 Edge bending tape : Rehav
Tender Document: C-2(b)/WC/0907/ 194 /2017
9
Annexure-B
Commercial terms and conditions:
1. CEL prefers to deal with registered / licensed contractor.
2. Basis of price: The offer should clearly indicate units and rates. Prices should be submitted onFOR CEL, Sahibabad basis or DDP, Sahibabad basis (for foreign bidder). The quotationssubmitted with basis of price other than the above are liable to be rejected.
3. Taxes and duties: The quoted rate should be inclusive of all taxes like GST.
4. Completion schedule. Within 60 days after placement of order. Bidder should indicate earliest
monthly delivery schedule plan date wise.
5. Payment terms: :
a) 10% of work order amount after approval of shop drawing and showcase of sampleapproval.
b) 60 % of work order amount against material supplied at site /delivery on prorate basis,c) 20% against Installation & pre commissioning test.d) 10% after final testing and handing over to CEL.
b) Offers with other payment terms are liable to be rejected.c) Running payments shall not be made less than Rs. Two lakhs
6. Guarantee/Warrantee period: After the completion of work and before issuance of virtual
completion, the contractor shall furnish the written guarantee indemnifying the owner against
defective material and workmanship for a period of one year after completion. The contractor
shell holds himself fully responsible for re installation or replace free of cost to the owner any
defective parts or materials. The security @ 10 % shall be deduct in each bill and released after
completion of one year Warranty period.
7. Price reduction for delayed delivery: In the event of delay in affecting the delivery withinagreed period, a reduction in the price shall be levied @ 1% of the total order value per week orpart thereof subject to maximum of 5% of the total order value. The date of submission &inspection call letter will be considered as delivery date for the purpose of price reduction forlate delivery clause.
8. Inspection: Inspection will be done by two persons of CEL /CEL’s representative. CEL/CEL’srepresentative shall have free access to the supplier’s works during testing and final inspection.Vendor shall inform the Engineer in charge not less than one week in advance. All testingarrangements shall be the responsibility of the vendor. CEL reserves the right to inspect thematerial during manufacturing and/or before dispatch as per specifications and test protocols.Internal inspection report and inspection certificate must accompany the supply.
9. Price variation Clause: Variation in quoted rates is not allowed. Quotations having price
variation clause would be rejected.
10. Validity of offer: The quotation/tender/bid submitted by the bidder/supplier shall be valid for aminimum period of 90 days from date of opening.
Tender Document: C-2(b)/WC/0907/ 194 /2017
10
11. Deviation (if any) w. r. t. our technical & commercial requirements shall be specificallymentioned in a separate sheet marked as ‘ Schedule of Exceptions & Deviations’ as performat in Annexure D. Deviations/Exceptions mentioned elsewhere shall not beconsidered.
12. 1) The contractor/ agency should have valid ESI, PF, PAN and GSTno. The proof of the samemust be enclosed with technical bid.
(In case contractor does not have valid ESI, PF no. He will be covered by CEL in ESI/PF andexpenditure on this a/c shall be deducted from the contractor’s bill as per procedure of CEL.)
2) Service tax liability, if any a/c of service provider to be discharged by the party as provided inthe notification S.T. 11/2014 dated 10/04/2014.
13. Loading factors:
Loading for deviation from Basis of Price term, clause no. 2
S. No. CEL’s term as per clauseno. 2 above
If bidder quote Loading factor fornon-compliance
1 DDP, CEL, Sahibabad EX-Works 3% of quoted totalbasic price
FOB / FOR basis(i.e. includingpacking andforwarding charges)
2% of quoted totalbasic price
Loading for deviation from Price Reduction for Delayed Delivery (Late Delivery or LD
Clause), clause no. 10
S. No. CEL’s term as per clauseno. 10 above
If bidder quote Loading factor fornon-compliance
1 Penalty of 1% per weeksubject to maximum 5% onthe value of the itemsdelayed
Not agreed 5% of quoted totalbasic price
5% max. agreed 5% of quoted totalvalue
14. Any corrections/alterations in the tender/quotation/bid are to be duly signed by the bidder. CEL
does not take any responsibility for delay in receipt or non-receipt or loss of tender(s) in transit.
15. Earnest money amount of Rs. 45,578/- in the form of demand draft favoring CentralElectronics Limited and payable at Delhi ,and valid for 6 month to be submitted along withtender documents. No interest shall be payable on the earnest money deposited by bidder/
Tender Document: C-2(b)/WC/0907/ 194 /2017
11
renderers. The earnest money may be deposited through TT/SWIFT into CEL’s account withSyndicate Bank. The details of account are as below:
Beneficiary Name: Central Electronics LimitedBeneficiary Account Number/IBAN: 87761250000014Beneficiary Bank SWIFT Address/BIC: SYNBINBB161Beneficiary Bank Name: Syndicate BankBeneficiary Bank Address: Sahibabad Branch, CEL Complex, Plot No. 1, Site 4,
Sahibabad 201010 INDIA
The earnest money (after deduction of bank charges, if any) of unsuccessful bidder / rendererswill be refunded within one month of finalization of tender. The earnest money of successfulbidder would be converted into security deposit and would be returned (after deduction of bankcharges, if any) to the bidder after 2 months of successful completion of work.
Exemption from submission of EMD: The following type of bidders are exempted fromsubmission of EMD subject to submission of relevant documents mentioned herein:
a) Micro & Small Enterprise registered with DIC or KVIC or KVIB or Coir Board or NSIC orDHH or any other body specified by Ministry of Micro, Small and Medium Enterprises,Govt. of India. A copy of valid registration certificate should be submitted with technicalbid of quotation.
b) Bidders who have already submitted the EMD against our tender No.C-2(b)/RC/0907/0003/2014 need not to submit the EMD again. However, they have tosubmit fresh tender again.
16. CEL reserves the right to reject any or all tenders/quotations/bids received or accept any or alltenders/quotation/bids wholly or in part. Further, CEL reserves the right to order a lesserquantity without assigning any reason(s) thereof. CEL also reserves the right to cancel anyorder placed on basis of this tender in case of strike, accident or any other unforeseencontingencies causing stoppage of production at CEL or to modify the order without liability forany compensation and or claim of any description.
17. Submission of Tender: Tender/Quotation/Bid in sealed cover super-scribing the tender notice
no., name of the item and due date should be delivered at the Office of the Asstt. General
Manager, Materials Management Division, Central Electronics Limited, 4, Industrial Area, Saur
Urja Marg, Sahibabad – 201010 (U.P), INDIA. Last date of receiving of tenders/quotations is
14-08-2017 up to 15:00 hrs IST. The offer shall be submitted in two separately sealed
envelopes marked Part A (Techno-Commercial ) and Part B (price offer – not to be
opened ) along with tender number and due date written on each envelopes) as detailed
below:
Part A: This should contain the following documents
i. Earnest Money Deposit demand draft or TT acknowledgement or the documents forexemption from submission of EMD (see Clause 18 of Annexure B).
ii. Commercial details as per format at Annexure C.iii. Deviations (if any) from Specifications, Commercial Terms and Conditions on Schedule
of Exceptions & Deviation as per format at Annexure D.iv. Filled up Format for Submission of Vendor Data as per format at Annexure E.v. Technical catalogue, literature and approval/registration certificate, if any, required as
per details in the tender.vi. Copy of income tax returns up to date , Excise Registration, PAN Card, Income Tax
Tender Document: C-2(b)/WC/0907/ 194 /2017
12
Return of last 3 financial years, customer list in India & abroad , etc. (for new vendors)vii. Tender acceptance letter as per format at Annexure F
Part-B: This should contain only Finance/Price Bid only as per format vide Annexure 2.
18. Opening of Tenders: Technical Bids/Quotations/tenders will be opened on 14-08-2017.at 15:30 hrs (IST). The date for opening of price bids would be fixed after evaluation of thetechnical bids, usually within a week of opening of technical bids. Price bid of only those bidderswould be opened who qualify the technical bid. The date of price bid opening would beintimated to the eligible bidders (qualified in the technical evaluation) at least 1 day in advance.
19. Technical Clarifications: Bidders desiring any technical clarification may contact AssistantGeneral Manager, MMD, Central Electronics Limited, 4, Industrial Area, Sahibabad – 201010Phone no. 0120-2895145 Fax: 0120-2895148 email: [email protected] between 1000 hrs to1600 hrs on any working day up to 12-08- 2017. However, the tender submission and openingdates would remain firm as per above clause 20 & 21.
20. In case an order placed by the CEL based on the quotation/bid/tender submitted by thebidder/supplier is not executed by the /bidder, CEL may right to execute the above work fromelsewhere and recover the additional amount that CEL may have to spend in procuring thestores plus 10% to cover the overhead & incidental expenses.
21. Replacement of Rejected Material: Any material supplied against order place on basis of thistender and found to be defective on inspection or differing from approved samples or make orspecifications will be replaced by the supplier free of cost or full refund made for the amountpaid by Central Electronics Limited including freight and insurance and other incidental chargesat our discretion.
22. The required quantity of the material or job/ work area shown in the tender document is preestimated. It can vary at the time of execution. The payment will be made after themeasurement of the actual used at site after deducting statuary taxes at prevailing rate at thetime of payments.
23. The company reserves the right to modify the quantity, delete any item of the tender or rejectany/ all tenders and distribution of work without assigning any reason.
24. Arbitration: Any disputes, difference controversies/difference of opinions, breach andviolation arising from or related to this agreement/contract/work/order/etc. between the partiesshall be resolved by mutual discussion/reconciliation in good faith. If disputes, differencecontroversies/difference of opinion, breach and violation arising from or related to thisagreement /contract/work order etc. cannot be resolved within 30 days of commencement ofreconciliation/discussions then the matter shall be referred to the sole arbitrator, nominated byCMD, CEL for this purpose and his decision shall be final and binding on both the parties.There will be no objection to any such appointment on the grounds that the arbitrator is anemployee of CEL and no appeal on any order passed by the arbitrator for this purpose shall befilled In any court of law on such ground.
Tender Document: C-2(b)/WC/0907/ 194 /2017
13
Annexure-C
Additional terms and Conditions
1.0 LOCATION:-
2.0 The Tenderers should in his own interest visit the site and familiarize himself withthe site conditions before tendering.
3.0 No T&P shall be issued by the Department and nothing extra shall be paid onAccount of this. The contractor will have to arrange T&P at his own.
4.0 The furniture quantity taken in schedule of work is approximate. The contractorwill supply the furniture as per actual measurement at site. The spare furniturewill be taken away and removed from site by the contractor. In this regardEngineer-in-charge decision shall be final
5.0 Out of the approved makes of material mentioned above, the contractor will have toget the make of material, approved from the Engineer-in-Charge beforeprocurement and being used at the site of the work.
6.0 In respect of materials for which approved makes are not specified above, these willbe of makes to be decided and approved by the Engineer in Charge and as persample approved before procurement.
7.0 The contractor shall show case sample furniture and installed one set as per workorder and take approval from engineer–in-charge and before procurement of supplyof whole quantity material.
Tender Document: C-2(b)/WC/0907/ 194 /2017
14
Annexure-D
FORMAT FOR SUBMISSION OF COMMERCIAL DETAILS(TO BE SUBMITTED ON COMPANY’S LETTER HEAD)
1. Basis of Price :
2. GST Tax (if any, in case of Indian bidders) :
3. Service Tax (if any, in case of Indian bidders) :
4. Excise duty (if any, in case of Indian bidders) :
5. Packing Forwarding, Delivery at CEL, Sahibabad :
6. Delivery Schedule :
7. Payment Terms :
8. Guarantee
Signature & Stamp of Organization
Tender Document: C-2(b)/WC/0907/ 194 /2017
15
Annexure-E
SCHEDULE OF EXCEPTIONS & DEVIATIONS
SL.NO.
BID DOCUMENT REFERENCE SUBJECT DEVIATIONSECTION
NO.PAGENO.
CLAUSENO.
NOTE: 1. If unavoidable, Tenderers may indicate deviations to the requirements of the bidDocument only in this format. If this sheet is left blank or ‘No deviation’ is mentioned,it would be considered that there are no technical or commercial deviations.
2. Tenderers shall furnish Technical and Commercial deviations, if any, in this formatonly but separately.
3. Any deviations stated elsewhere in the bid shall not be taken into account and mayrender the bid non-responsible and liable to be rejected.
Seal & Signature of Tenderers (s) : _____________________________Name of Tenderers (s) : ______________________________DATE:
Tender Document: C-2(b)/WC/0907/ 194 /2017
16
Annexure-F
Format for submission of Vendor Data
1. Name of vendor
Phone No.
Fax No.
Name of Proprietor/CEO/Chairman
Phone/Mobile No.
Email id
2 Sales Tax related information
Registered Address
3. Factory Address
Phone No.
Fax No.
Email id
4. Delhi/NCR Address (if any)
Phone No.
Fax No.
Email id
5. Correspondence Address
6. Name of Contact Person
Designation
Phone/Mobile no.
Fax No.
Email id
7. Website
8 GST No.
Exemption No. (if any)
9 Income Tax related information
PAN No.
PAN reference no. (in case PANapplied for)
Tender Document: C-2(b)/WC/0907/ 194 /2017
17
I certify that the information given herein is correct to the best of my knowledge and belief.
Signature of Proprietor/CEO/ChairmanSeal of the company/concern
PAN Status (in case PAN appliedfor)
10 Excise duty related information
ECC No.
Range
Collectorate
11 Registration No. with Directorateof Industries
12 MSE registration no. (for Micro &Small Enterprise)
13 Name & address of organizationwith whom MSE is registered
14 Whether MSE is owned byST/SC?
Yes / No (please strike-off non-relevant and attachsupporting document)
15 Bank related information
Bank name
Branch name
Bank address
Bank phone no.
Bank fax no.
Bank MICR Code (9 digit)
RTGS-IFC Code
Account type
Account no.
Swift Code
Tender Document: C-2(b)/WC/0907/ 194 /2017
18
Annexure-G
TENDER ACCEPTANCE LETTER(To be given on Company Letter Head)
Date:
To,
Sub: Acceptance of Terms & Conditions of Tender.
Tender Reference No:
Name of Tender / Work: -
Dear Sir,
1. I/ We have downloaded / obtained the tender document(s) for the above mentioned ‘Tender/Work’from the web site(s) namely:
as per your advertisement, given in the above mentioned website(s).
2. I / We hereby certify that I / we have read the entire terms and conditions of the tender documentsfrom Page No. to (including all documents like annexure(s), schedule(s), etc .,), which formpart of the contract agreement and I / we shall abide hereby by the terms / conditions / clausescontained therein.
3. The corrigendum(s) issued from time to time by your department/ organization too has also beentaken into consideration, while submitting this acceptance letter.
4. I / We hereby unconditionally accept the tender conditions of above mentioned tenderdocument(s) /corrigendum(s) in its totality / entirety.
5. In case any provisions of this tender are found violated , then your department/ organization shallwithout prejudice to any other right or remedy be at liberty to reject this tender/bid including theforfeiture of the full said earnest money deposit absolutely.
Yours Faithfully,
(Signature of the Bidder, with Official Seal)
Tender Document: C-2(b)/WC/0907/ 194 /2017
19