<<

Garhwal University Srinagar (Garhwal)

OPEN TENDER NOTICE Tender No: HNBGU/S&P-09 Tender Cost: Rs. 1000/- (Non-refundable)

Sealed Tenders in two parts (Technical & Financial bid) are invited from the Manufacturers/Distributors/Authorized Dealers/Suppliers for supply of the items mentioned here under, so as to reach this office on or before 15/04/2017 up to 3.00 p.m. by speed post/registered post/courier. The Tender documents received after due date and time will be rejected. Estimated tender value: 55.4 lakhs The Tender forms with detailed schedule of specification, terms and condition can be downloaded from the university website: www.hnbgu.ac.in Description of Item Approx. Cost @EMD Rs. Rs. 01. *Purchase/Construction of Poly House:- 1. Pattern 1,30,000 2600 EVEN SPANE Structure Size- 30 feet x 12 feet central height* 12 feet , side height 8 feet with door size 6.5' x 4' complete structure made of angle 35 x5 mm pre- fabricated structure-ISI mark with complete door fittings locking facility, door closer et. With the cost of l4 pillars grouting 85cm. 2. Pre entry/buffer room size - 5' x 5' central height 8' with door size 6.5' x 3 ft complete structure made of 35mm x 5 mm angle ISI mark with door fitting locking facility etc. 3. Cladding material all side structure covered with 120 GSM UV stabilized polythene sheet make to be fixed with AL profile and spring. 4. Side Ventilation to avoid summer heating cross ventilation system with permanent fixing of 40 mesh insert proof net UV stabilized with universal joint Polythene rolling system. 02. *Purchase/Construction of Shade House:- l. Pattern 1,10,000 2200 EVEN SPANE Structure Size- 30 feet x l2feet central height - 12 feet, side height 8 feet with door size 6.5' x 4' complete structure made of angle 35mm x5 mm pre- fabricated structure-ISI mark with complete door fittings locking facility, door closer et. With the cost of l4 pillars grouting 85cm. Pre entry/buffer room size - 5' x 5' central height 8' with door size 6.5' x 3ft complete structure made of 35mm x 5 mm angle ISI mark with door fitting locking facility etc. 03. *Purchase/Construction of Prefabricated detachable 10,00,000 20000 Temporary Hutment:- Cabin Size (28x22) (Height 9ft): - 616Sq ft Walls: Ms tubular pipe thickness will be 38x39mm and corner pillar thickness will be 63x63mm. inner side board will be laminated board and thickness 9mm outside board and thickness 8mm Roof: The roof will be metro profile sheet and thickness 0.5mm and ceiling and gypsum board Electric fitting: Anchor normal switch socket will make including with pvc candude pipe and internal wiring use kalinga wire. Door: The door will be water proof flush door with stainless steel handle attach with lock. Insulation: it will be glass wool thickness 50mm hitting proofing. Floor: The floor will be made with platform concretes. Floor 600x600 mm tiles. Finishing and paint work: Outside texture paint and anamel paint will be Asian and nerolac brand. Window: aluminium window sliding. TERMS-1. FIRE PROOF, 2.WATER PROOF, 3. AIR PROOF (OUTER SIDE).

04. *Purchase/installation of Solar Photovoltaic Power 13,00,000 26000 Generating System (10Kwp) PV Module Specification:- 24V, 250WP, Ploy / mono Silicon Module inclination:- 28±5o S-E No. of Module per Sub-Array:- 4 in series x 5 in parallel Total No. of Sub-Arrays:-4 Total No. of Junction Box:-1 Total No. of Inverter Unit:- 1 No. 10Kva Total No. of MPPT Charge Controller:- 1No. Distance between the two array:- 2 M System Voltage :- 120 volt 120Ah Battery Bank ( For one hour back up):- 120 volt 120Ah Total no. of Battery:-10 No. Battery Bank Configuration:- 120 volt 120 AH – mono block 10 in series. 05. *Purchase/installation of Open Top Chambers 15,00,000 30000 (TWO CHAMBERS) Size :4m x 4m(D x H). Structure : Structure made of square GI pipe 47mmx 47mm Grouting : complete structure fixed at 2ft below ground on a cemented concrete platform. Covering : Three layered clear polycarbonate sheet with 80-85% light transmission level to be used for OTC structure. Flat and angle aluminium and rust free screw to be used for mounting of polycarbonate sheet. CO2 supply control with manifold, regulator, solenoid type of valve, pressure gauge with timer and connecting ducts made of copper. CO2 cylinder having capacity of 45 kg – 5 No. Fan of 12” as blower with a input capacity not less than 220 VAC – 3 Nos. Control Panel: To accommodate hardware, PLC based data logger and controller and other accessories – 1 No. Controller and data logger for temperature enrichment: PLC based Data logger with monitor 7” Touch screen device for data acquisition, monitoring & control system with 8relay output (230VAC/2HP), 8 channels analog software calibration function, data backup on pen drive facility. 1 No. (Controller attached with data-logger programmable data logging interval in xxx min, Set temp. Set humidity Programmable ON/OFF Timer function (MM:SS), Light O/P with programmable time for ON/OFF (HH:MM). Infrared ceramic heaters – 3 Nos. Digital timer with real time clock combination and multiple time interval setting option – 1 No. Temperature, Humidity & CO2 sensor  Air temperature sensor specifications Sensing : Standard Platinum RTD element Range:-10 ° to +60 ° Celsius. Resolution : 0.1°C Accuracy : +0.2 °Celsius Weather Shield : Weather shield coated with weather proof reflective white paint  Humidity Sensor specifications Humidity sensing element Polymer humidity capacitor Accuracy of humidity +-2%RH (10-95% RH, at 25 Celsius); <+-5%RH(-40..80Celsius) Repeatability +-0.3%RH Sensitivity for humidity 0.1%RH  CO2 Sensor :- Range : 0-2000 ppm, accuracy : 1% - 3 set Sensor cables, Mains cable etc. Solar base power backup for controller and blower. 06. *Purchase/installation of Automatic weather 6,00,000 12000 monitoring system 1. GP2 :- Data Logger – 1 No. 12 ANALAGUE AND 4 COUNTER Channels 1. Data Storage capacity for 4MB (2.5 million readings). 2. User selectable interval for data recording. 3. Data Logging frequency: 1 second to 24 hours. 4. Data Downloading via RS232/USB to any PC. 5. Easy operation, user friendly. 6. 12 Differential Channels, 4 digital channels. 7. In –built sensor library for easy programming. 8. Records Min/Max/Average values. 9. In-built back up 6 x AA alkaline batteries as standard. 10. Data download through USB port. GPRS data download as optional 1No 1,650.00 1,650 2 M2- FSG 2. M2- FSG :-MAST : 2 meter mast, 1 cross arm, levelling unit, base plate, guy ropes, stakes – 1 No. 3. SOL4- KIT2:- Solar Powered Charging System for GP2 Logger 30W solar panel with mounting kit, including Uclamps, regulator/charger and cabling -1No. 4. MDGSM 2: - GSM Modem System for GP2 Logger Includes GSM modem, 3db gain antenna with cable and power cable. Requires protection from weather. NB: customer needs to provide own 3V Sim card and arrangements with network provider – 1No. 5. M-ENCL-B2:- Enclosure and 12V wiring kit for GP2 For mounting onto Delta-T masts. Backplate mounted 12V battery wiring system with protected input power terminals. Comprises lockable IP53 steel enclosure, cable glands (supplied with 12 glands as standard) and trunking. Suitable for GP2 Logger and GPRS modem system. The cost of the enclosure includes the fitting and partial pre-wiring of any logger power supplies and modem ordered at the same time. Dimensions: 500 (h) x 400 (w) x 250 (d) cms – 1No. Sensors 1. RHT2nl-02:-Combined Air Temperature and Relative Humidity Sensor both in One Radiation Shield – 1No. Range : 0 deg to 70 deg Error : +/- 0.1 deg C Relative Humidity Range : 0-100% Error : +/- 2% 2. RG2+BP-06:- Rainfall: Tipping Bucket Rain Gauge Max rate of Rainfall : 360 mm/hr Sensitivity : 0.2mm/tip – 1 No. 3. AN-W2-03+AN-WDC-03:-Combined Wind Speed & Direction Sensor Anemometer, mercury-wetted reed switch type. 3 cup rotor Range: 0 to 75 m/s Starting Threshold : 0.4m/s Error : 0.1m/s Wind Direction: Range : 0-360 dec Starting Threshold : 0.4m/s Error : +/- 4deg – 1 No. 4. ES2-05:- Solar Radiation Range: 0- 2kW/m2 Accuracy: +/- 5% - 1 No. 5. SWS-02:- Surface Wetness Sensor with 2 meter cable – 1No. 6. ST-1:- Soil Temperature Sensor with 5 meter cable – 1 No. 7. SM150:- Soil Moisture Sensor with 5 meter Cable – 1No. Complete system will be supplied with instructions manuals, Data downloading cable, software, basic spare parts (12 V 7 AH batteries) with documentation charges and insurance upto installation place. 07. *Purchase/installation of SS field distillation unit 3,00,000 6000 100 kgs (ISO certified company) All contact parts will be Made of S.S. 304 Shell - 3.00 m.m. thick S.S. 304 False Bottom - 5.00 m.m. thick M.S. Water Seal type unit will be all consist of M.S. Flanges, S.S. Grid, Side Discharge Window, M. S. Swing System, M. S. Chimney & with all necessary accessories. Condenser: Shell & Tube type, Shell of Condenser made of Mild Steel having S. S. (304) tubes. Receiver : Stainless Steel (304) sheet. Material Handling Equipments Girder (one no.), Pillar (made of Iron - 02 nos.) Chain Block & Trolley 08. Purchase/installation of Seed Germinators 5,00,000 10000 Specifications Capacity (Liters):- 340 liters Capacity (Cubic Feet):- 12 C. Ft Temperature Range:- 5°C to50°C Temperature Fluctuation:- ±0.5°C Temperature Uniformity:- ±1°C Temperature Precision:- ±0.1°C No. of Chambers:- Single / Double Chamber Temperature Controller:-PID Controller Relative Humidity Range:- 10% RH to 95% RH Humidity:- Natural humidity with water inside External Construction:- Powder Coated 304 Grades Stainless Steel Lighting:- Fluorescent Lamps Doors:- Solid and Glass Doors w/ magnetic gasket Insulation:- PU Foam Shelves:- Painted Steel wire No. of Trays:- 2, 3 or 5 as per size of Germinator Refrigerant:- CFC-free refrigerant Compressor:- Branded Compressor Evaporator:- Finned tube Heater:- Kanthal A-1 Tubular Heater Timer:- Automatic Alarm:- Audio / Visual Alarm for temp & humidity deviations Display:- LED / LCD Display w/ Backlit Optional :- -Remote Monitoring -Caster Wheels -Temperature chart recorder -Dot matric printer -PLC controller with HMI - RS232 port Certifications:- CE and ISO Power Supply:- 220 Volts 09. Purchase/installation of Laminar Air Flow 1,00,000 2000 (6’x2’x2’) – Technical Specifications - Working table top made of stainless steel size 304 grades. -Front transparent Acrylic door 5mm. -Side panel are made out thick transparent Plexiglass duly framed. -Lighting:-1. UV lamp 2. Fluorescent tube with individual On/Off operations. -Static Pressure manometer for calibrated to assess static pressure in mini plite filter. Suction End: Washable pre filter and 90% efficient to 5 micron or less micron. Delivery end: Mini plite filter are 99.99% efficient down to 0.2 to 0.3 micron, increased compactness, reduced resistance to flow, and gently enhanced dust holding capacity (Front Side). -Heavy Duty Nylon castor wheel. -Regulator for blower units (speed low and high) with 1.4 HP, 1440 RPM, Velocity 90 ft/min ± 20%, electric motor. Entire Blower Assembly mounted on frame and ensure noiseless and vibration free working. -Cock for gas/ vacuum (Brass/Stainless Steel). *marked goods will be constructed/installed at Alpine Field Station, Tungnath (3 km up way walking distance from road head Chopta), District, Rudraparyag, @Suppliers registered with this university need not to deposit Earnest money (EMD. However, if they compete to get order, they have to deposit performance security @10% of the ordered value after debiting the EMD amount alredy deposited by them with the University.

The tenders will be opened on 15/04/2017 at 3.15 p.m. at Registrar Conference room, Administrative block, HNBGU, Srinagar. The tender forms will be opened in the presence of the vendors or their authorized representatives who choose to attend at the time and date specified in the tender notice at the office of the Registrar. Only one person from one firm may present himself at the time of the opening of the tender. The bidder should note that they should submit the Bid in two separate sealed covers each super- scribed "Technical Bid & Financial Bid" separately. The Cover-1 should be super scribed as "Technical Bid for Purchase/Construction/installation of HAPPRC goods”. The Cover-2 should be super scribed "Financial Bid for Purchase/Construction/installation of HAPPRC goods’ and it should contain only price schedule. Both these envelopes should be placed in another big envelope and should be super scribed as "Technical Bid for Purchase of Purchase/Construction/installation of HAPPRC goods”. The university reserves the right to accept or reject any bid and to annul the bidding process and reject all bids at any time prior to the award of contract, without thereby incurring any liability to the affected Bidder or bidders.

Registrar

Purchase of Different goods for High Altitude Plant Physiology Research Centre (HAPPRC), HNBGU Srinagar Garhwal, Uttarakhand

PART-A TERMS AND CONDITIONS

1. The rates quoted in the price schedule should be strictly for free delivery at place prescribed by the department and will be valid till 90 days from opening of financial bids. 2. The rates quoted in price schedule should be quoted inclusive of all taxes. 3. The minimum average annual turnover of the firm should be Rs. 28 Lacs or more for the last three financial years (2013-14, 2014-15, 2015-16). 4. Firm should have good experience in supplying of mentioned Goods to the Govt. Organizations/Universities/PSU/Autonomous bodies under Govt. of . 5. All Taxes/Duties/Royalties Charges payable on the sales/transport etc. within and/or outside the state shall be payable by the vendor at his own cost. 6. The vendor shall submit copy of certificates with regard to TIN, PAN, Service Tax. 7. The vendor shall submit a copy of income tax return of the firm for the last three years including F.Y.2013-14. 8. No extra charges for packing, forwarding and insurance etc. will be paid on the rates quoted. 9. Quantity required for each item has been mentioned in the quotation form. However, university has the right to increase or decrease the quantity. Vendor is liable to supply the item on same rate even items are increased or decreased. 10. Rates quoted for items other than the required Specifications / Mark / Manufacture may not be considered. 11. Supply of all items needs to be made within 5 days of issuing of purchase order. 12. Committee may decide about all the items that need to be purchased out of different brands quoted by the vendors after receiving the bids. Mere, quoting lowest rates for any item doesn’t entitle vendor to get purchase order from the university. Committee shall consider various aspects like quality, warranty, specification or any other factor/s that deems fit to the committee for each item and then decide about the item that needs to be purchased, though it may not be lowest. Purchase order of only such items shall be given, which is finalised by the committee and approved by the competent authority of the university. University can give purchase order to one or more vendor for one item or more items as deems fit to it and same shall be binding to all vendors. 13. The vendor shall be required to submit refundable Earnest Money Deposit (EMD) of the goods as mentioned against each item with the tender in the form of demand draft, drawn in favour of Finance Officer, H N B Garhwal University payable at Srinagar (Garhwal) - 246 174. Amount can also be deposited in cash at University Cash Counter. The payment towards tender fee of Rs. 1000 can also be made by separate demand draft or can be deposited in cash at University Cash Counter. The registered firms in the university will be exempted from payment of EMD, but they should submit the written evidence accordingly to that effect. 14. Only on satisfactory completion of the supplies ordered for and on payment of all bills of the supplier, as to be admitted for payment, the amount of Earnest Money Deposit will be refunded after expiry of guarantee / warranty period if any, or any such date / period as may be mutually agreed upon. 15. Performance guarantee amount also needs to be paid by the vendor apart from EMD amount prior to issue of purchase order by the university. Performance guarantee amount including amount of EMD, shall be equivalent to 10% of the total value of the purchase order. Vendor needs to pay only the amount of performance guarantee after debiting the amount of EMD. e.g. if the value of purchase order is Rs. 5 Lacs than total amount of performance and EMD shall be Rs. 50,000. In such case, he needs to pay Rs. 20,000 towards performance guarantee amount after debiting Rs. 30,000 if vendor has already deposited Rs. 30000 as a security at the time of registration with University. Performance guarantee amount shall be refunded after supply is made by the vendor to the university without any interest. 16. No advance payment will be made by the university. 17. The supplies of store equipment's etc. of inferior quality/standard or different specifications other than that orders specified and/or incomplete or broken articles will not be accepted. The Supplier will have to replace the same at his own cost and risk. Intimation of non-acceptance of any stores, machinery and equipment etc. will be sent to the supplier within 10 days from the date of receipt of the stores and the same will be returned to the supplier at supplier’s own cost and risk, if he so desires. 18. Late/delayed tenders: Late/delayed tenders due to any reason whatsoever will not be accepted / considered at all under any circumstances. 19. In case, failure to replace the accepted & rejected articles as mentioned in the conditions, the loss undergone by the Government will be recovered from the supplier’s Earnest Money Deposit or performance Guaranty amount or payment due or any bill(s) to the extent required. 20. The tender/offers received which do not confirm with the terms & conditions of this tender will be summarily rejected. 21. In case the supplier does not execute the supply order in full, placed with him, the E.M.D. of the supplier will be forfeited by the university and the Contract for the supply shall stand terminated with no further liabilities on either party to the Contract. 22. No separate agreement will be required to be signed by the successful vendor for the purpose of the Contract for supply. Rates tendered / offered in response to the concerned Tender / Quotation Notice shall be considered as acceptance of all above terms and conditions for supply for all legal purpose. 23. The decision of the University for acceptance/rejection of any articles supplied including the decision for equivalent specifications, standard and quality etc. of articles shall be final. 24. Rate should be quoted including installation / erection of equipment required materials. 25. Warranty of supplied item will be given by vendor firm as per product Guideline of company. 26. Tender documents that do not provide complete information and that are received after the specified date and time will not be considered and will be summarily rejected. University will not be responsible for any postal delay. 27. Conditional tenders shall not be accepted. 28. The tender document must be submitted along with a tender fee of DD for Rs. 1000/- (non refundable) in favour of “Finance Officer, H.N.B. Garhwal University” payable at Srinagar (Garhwal). This fee can also be deposited in cash in the Cash Counter of the university. 29. Each page of the tender must be signed by the vendor which shall denote that the vendor is agreeing to the terms, conditions mentioned in the tender. The tender forms will be opened in the presence of the vendors or their authorized representatives who choose to attend at the time and date specified in the tender notice at the office of the Registrar. Only one person from one firm may present himself at the time of the opening of the tender. The committee has the right to waive any condition and open any/all tender as deems fit to it. 30. EMD of such vendor shall be forfeited who do not provide the items as per the order or refuse to provide the items after purchase order is given to them. Such vendor may also be blacklisted for further period by the university as deems fit to the competent authority of the university. 31. Penalty may be imposed by the university for the delayed supply and such penalty shall be acceptable to the vendor and will be either payable by him or be deducted from his bill. 32. University has the right to assign the order to one or both the companies, in case the rate given by the two vendors are found to be same. 33. The Court of Pauri Garhwal, Uttarakhand alone will have the jurisdiction to try any matter of dispute or reference between the parties arising of this agreement/contract. 34. Please note that the university reserves the right to accept or reject any bid and to annul the bidding process and reject all bids at any time prior to the award of contract, without thereby incurring any liability to the affected Bidder or bidders.

Registrar

PART -B

High Altitude Plant Physiology Research Centre (HAPPRC), HNBGU Srinagar Garhwal, Uttarakhand

TENDER FORM FOR THE SUPPLY OF: ______“PLEASE CAREFULLY GO THROUGH THIS DOCUMENT AND ENSURE COMPLIANCE. THE NON-COMPLIANCE OF ANY CONDITION MAY MAKE YOUR OFFER INVALID”

Please furnish the following information in this part so as to enable the panel to decide about the qualification in the Bid. Necessary valid documents/certificates from the appropriate authority must be attached sequentially in support of statement at serial 4 to 17 below.

Tenderer’s reference No. :______Date : ______

1. Application for the supply of: ______

2. Name of the Tenderer : ______

3.Address : ______

(A)Telephone No. ______

(B) Mobile No.______

(C) Fax No.______

(D) e-mail ______

4. Earnest Money

(a) Amount : Rs. ______

(b) In favor of : Finance Officer, HNBGU, Srinagar Garhwal

5. Status of the applicant: ______(Whether manufacturer/authorized Indian Agent/authorized distributor/authorized dealer as per tender notice. (Certificate must be Submitted from appropriate authority)

6. Manufacturing license No. & Date : (if applicable)

7. Sales tax registration No. & Date : ______

8. Income tax PAN No. : ______

9. ISO/ISI award letter No. : ______(In case it is awarded to the firm)

10. Annual Turnover for the last year : ______(Related Document to be attached)

11. Details of major clients for the last : ______year only (to be attached separately)

12. Details of order completed during last year (Certified copy enclosed) Name of Client & Address : ______

Amount : ______

13. Please certify that you are not blacklisted by any department of Central/State govt. or University or any public institution : Notarized affidavit is to be attached as mentioned in the terms and conditions of the tender.

15. Indicate after sales service availability : (Especially in Uttarakhand, Certificate from Manufacturer must be enclosed)

(a) No. of Engineers & technical staff: ______

(b) No. of Vendors : ______

(c) No. of service stations : ______

16. Please enclose separately the technical Specifications (without rates) of the product for which tender rates are submitted

17.Nearest duly authorized dealer’s name: : ______And address along with recent Authorization letter.

Phone No./Mobile No./Fax No. : ______e. mail :

18. Quote your price in your printed separated letter head for each item individually.

Signature of Vendor

NOTE: Below mentioned documents must be attached in the order indicated here under –

1. Earnest money 2. General terms & conditions duly signed. 3. Instructions to the Vendors duly signed. 4. Copy of manufacturing license from appropriate authority, if applicable. 5. Copy of certificate of authorised dealership/distributorship, if applicable, otherwise order will not be placed. 6. Copy of Sales tax/trade tax/VAT registration certificate. 7. Copy of CST registration certificate, if applicable. 8. Copy of last sales tax return clearance (relevant portion) 9. Turnover for last year (only extract of the relevant portion of profit & loss A/c, Balance sheet & sales tax documents for proof of turnover). 10. Proof of copy for details of order completed as per supplies to University during last one year. 11. Manufacturers must submit a certificate along with the application about the entire responsibility of their dealer in case the supply is to be made through dealer, etc. 12. Notarized affidavit regarding no-blacklisting.

EXTRA DOCUMENTS OTHER THAN THE ASKED FOR SHOULD NOT BE ATTACHED

Note: Before sending/submitting the tender, the Vendor should read carefully, the attached terms & conditions, special conditions, instructions to the Vendor and fill the columns of financial bid.

DECLARATION BY VENDOR

I/We declare that the information (From 1 to 18) and attached documents/certificates supplied above with technical bid are correct and I/We have read the attached terms & conditions, instructions to the Vendor all the terms & conditions of tender and accepted them in full.

Signature of Vendor

With Seal

PART-C

LIST OF DIFFERENT GOODS REQUIRED FOR HIGH ALTITUDE PLANT PHYSIOLOGY RESEARCH CENTRE (HAPPRC) HNB GARHWAL UNIVERSITY, SRINAGAR, PAURI GARHWAL, UTTARAKHAND

FINANCIAL BID SUBMISSION SHEET

Reference No. Dated:

1. Name of the Firm: ______2. Address of the Firm: ______3. Phone No. and Fax No. : ______4. E-mail : ______4. Whether the firm is Registered with University ( If Yes, attached proof)

FINANCIAL BID (Please use separate page for each item)

(Accepting all the terms and conditions of the tender following prices are being offered)

Name & Description of the Item(s) Price including all taxes, freight, packing, forwarding, insurance, labour etc.

DECLARATION BY THE VENDOR I/We hereby declare that the terms & conditions, and instructions as given in the tender are acceptable to me/us and I shall supply the items as per tender terms.

Signature: ______Name & Status of the signatory:______Date:______Seal of the firm Actual requirement item-wise

S. No. Name of Items Appx. Quantity

1. Polyhouses 02

2. Shade houses 02

3. Prefabricated detachable Temporary Hutment 01

Solar Photovoltaic Power Generating System 4. (10Kwp) 01

5. Open Top Chambers 03

6. Automatic Weather Monitoring System 01

7. SS field distillation unit 100 kgs 01

8. Seed Germinators 02

9. Laminar Air Flow 02

DOCUMENTS TO BE ENCLOSED WITH BID

S. No. Documents Yes / No

1. Income Tax Permanent Account No. (PAN) Card of all the proprietor/ partners/ directors or of the company /firm

2. Income Tax Returns of the individual/firm/company for the preceding three years;

3. Experience certificates for supply of electronics goods to the Govt. Departments/autonomous bodies/PSUs, if available

4. Sales Tax registration certificate/TIN no. Certificate

5. Certificate of the Turnover duly certified by the Chartered Accountant

5. Demand Draft towards EMD amount and tender fee

6. Service Tax no.

7. Other document as specified in the tender

DECLARATION BY THE BIDDER ON NON JUDICIAL RS. 100 STAMP PAPER TO BE ATTACHED ALONGWITH THE TECHNICAL BID (Not having been blacklisted or debarred by any government/semi government/ PSU/ Banks/ Universities etc. during last five years and/or other related issues)

Tender No. HNBGU/S&P-09 Date:______To, The Registrar HNBGU, Srinagar, Garhwal, Uttarakhand

In response to the NIT (Notice Inviting Tender) Ref. No. ------dated------for {Project Title},______as an Owner/Partner/Director/Auth. Sign.of ------I/We hereby declare that presently our Principal Manufacturing Company/firm------at the time of bidding:- a) possess the necessary professional, technical, financial and managerial resources and competence required by the Bidding Documents issued by the Procuring Entity; b) have fulfilled my/our obligation to pay such of the taxes payable to the Union and the State Government or any local authority as specified in the Bidding Documents; c) is having unblemished record and is not declared ineligible for corrupt & fraudulent practices either indefinitely or for a particular period of time by any State/Central government/ PSU/ UT/University. d) Does not have any previous transgressions with any entity in India or any other country during the last three years e) does not have any debarment by any other procuring entity f) is not insolvent in receivership, bankrupt or being wound up, not have its affairs administered by a court or a judicial officer, not have its business activities suspended and is not the subject of legal proceedings for any of the fore going reasons; g) does not have, and our directors and officers not have been convicted of any criminal offence related to their professional conduct or the making of false statements or misrepresentations as to their qualifications to enter into a procurement contract within a period of three years preceding the commencement of the procurement process, or not have been otherwise disqualified pursuant to debarment proceedings; h) Does not have a conflict of interest as mentioned in the bidding document which materially affects the fair competition. i) Will comply with the code of integrity as specified in the bidding document.

If this declaration is found to be incorrect then without prejudice to any other action that may be taken as per the provisions of the applicable Act and Rules, my/ our EMD and/or performance security amount may be forfeited in full and our bid, to the extent accepted, may be cancelled and I be blacklisted by the university for future work.

Thanking you,

Name of the Bidder: ____ Authorized Signatory: ____ Seal of the Organization: Date: Place: