Aliah (A UGC & AICTE approved autonomous Institution under the Department of Minority Affairs and Madrasah , Govt. of West ) IIA/27, New Town, , – 700 160, Ph - 91- 033-2341 64 17 ; Web: www.aliah.ac.in

E-TENDER

SUPPLY AND INSTALLATION OF DYNAMIC LIGHT SCATTERING FOR DEPT OF CHEMISTRY OF ALIAH UNIVERSITY (Second Call Against eNIT No. AU/REG/eNIT-094/18- 19)

Tender No.: AU/REG/eNIT-046/19-20 Date: 28/06/2019 Last Date of submission: 19-07-2019 at 03:00 P.M.

Aliah University

IIA/27, New Town, Rajarhat, Kolkata – 700 160, West Bengal Tel.: 91- 033-2341 64 17 Email: [email protected]

Table of Contents NOTICE INVITING E-TENDER ...... 3 TERMS AND CONDITIONS ...... 3 Important date and time schedule: ...... 4 SPECIAL TERMS & CONDITIONS ...... 6 18. Settlement of dispute & Arbitration :-...... 8 ANNEXURE – I ...... 10 COMPLIANCE SHEET...... 10 INSTRUCTION TO BIDDERS (A) ...... 13 THE ABOVE STATED NON-STATUTORY/TECHNICAL DOCUMENTS SHOULD BE ARRANGED IN THE FOLLOWING MANNER ...... 15 Annexure -II ...... 16 Technical Bid ...... 16 SECTION – B ...... 18 FORM – I ...... 18 PRE-QUALIFICATION APPLICATION ...... 18 SECTION – B ...... 18 FORM – II ...... 18 STRUCTURE AND ORGANISATION ...... 18 Annexure III ...... 19 (Authorization letter in favour of the applicant (other than Managing Director/ Proprietor/Partner) from the competent authority.) ...... 19 ANNEXURE IV ...... 19 (Affidavit Performa) ...... 19 (To be furnished in Non – Judicial Stamp paper ...... 19 of appropriate value duly notarized) ...... 19 Financial Proposal ...... 20

Aliah University (A UGC approved autonomous Institution under the Department of Minority Affairs and Madrasah Education, Govt. of West Bengal) IIA/27, New Town, Rajarhat, Kolkata – 700 160, West Bengal Fax033-23671433; Web: www.aliah.ac.in Tender No.: AU/REG/eNIT-046/19-20 Date: 28/06/2019

NOTICE INVITING E-TENDER S Name of Work Earnest Money Time of N completio n 1 The Registrar, The eNIT in all respect should be submitted along with an amount of Rs. 6 to 8 Aliah 50000/- (Rupees Fifty Thousand only) as Earnest Money Deposit put to Weeks University, tender in the Online Transfer against the work as per the e-NIT. For Kolkata invites Online EMD Submissions Bidders are requested to follow the process E-Tender for mentioned in the Memo No. No. 3975-F(Y) Dated, 28th July, 2016 Supply and issued by the Department of Finance, Government of West Bengal. Installation of Earnest Money Deposit of the Bidder whose offer is accepted will be Dynamic Light refunded on submission of a performance security deposit of 10% of Scattering for Contract Value in the form of Performance Bank Guarantee pledged Dept of in favour of the Registrar, Aliah University, Kolkata. The performance Chemistry of security deposit will be deposited to the Aliah University till end of Aliah Warranty Period +60 days. The interest of the deposit will continue to University accrue to the Bidder as per Bank rules. The Earnest Money deposited for (Second Call rejected bidders will be refunded as per the Memo No. No. 3975-F(Y) Against eNIT Dated, 28th July, 2016 issued by the Department of Finance, No. Government of West Bengal. Under the single point registration AU/REG/eNIT scheme of NSIC, SSI units registered with NSIC may avail the benefit -094/18-19) of exemption from payment of earnest money deposit on submission of proper documents.

TERMS AND CONDITIONS 1. This e-Tender is basically two bid systems namely Technical Bid and Financial Bid. Both Technical Bid and Financial Bid are to be submitted concurrently duly signed & stamped. The intending Bidder is required to quote the rate online only. In the event of e-tendering the intending bidders may download the quotation documents from the website: http://wbtenders.gov.in directly with the help of Digital Signature Certificate. 2. E-Tender documents may be downloaded from website and submission of Technical Bid and Financial Bid will be done as per Time Schedule stated in Sl. No. 10. 3. Both the technical bid and financial bid as per BOQ are to be submitted concurrently duly signed digitally in website http://wbtenders.gov.in online on or before 19-07-2019 at 03:00 P.M. 4. The FINANCIAL OFFER of the prospective Bidder will be considered only if the Tenderer qualifies in the Technical bid. The decision of the Tender Inviting Authority will be final & binding on all concerned and no challenge against such decision will be entertained. 5. Eligibility criteria for participation in the E-Tender. Income Tax Acknowledgement Receipt for the last three Assessment years, P.T. Deposit Challan, Pan Card, GST Registration Certificate is to be accompanied with the Technical Bid Documents. [Non-statutory documents] 6. The prospective bidders or any of their constituent partner shall neither have abandoned any work nor any of their contract have been rescinded during the last 10 (ten) years. Such abandonment or rescission will be considered as disqualification towards eligibility. (A declaration in this respect through affidavit has to be furnished by the prospective bidders without which the Technical Bid shall be treated as non-responsive.) 7. In case of Proprietorship, Partnership Firms and Company, financial documents and tax documents is to be furnished along with the Balance Sheet and Profit and Loss Account, and all the documents along with schedules forming the part of Balance Sheet and Profit & Loss Account 3

should be in favor of applicant. No other name along with applicant‟s name in such enclosure will be entertained. [Non-statutory documents] 8. Registered Partnership Deed for Partnership Firm only along with Power of Attorney is to be submitted. The company shall furnish the Article of Association and Memorandum. [Non-statutory documents] 9. Joint Venture will not be allowed. A prospective bidder shall be allowed to participate in a particular job either in the capacity of individual or as a partner of a firm. If found to have applied severally in a single job, all his applications will be rejected for that job, without assigning any reason thereof. 10. Bid shall remain valid for a period not less than 180 (one hundred eighty) days from the last date of submission of BOQ. If the bidder withdraws the bid during the validity period of bid, the earnest money as deposited will be forfeited forthwith without assigning any reason thereof. Important date and time schedule: Sl. Particulars Date & Time 1 Date of uploading of N.I.T. & other Documents (online) 28-06-2019 at 12:00 P.M. (Publishing Date) 2 Documents download (Online) 28-06-2019 at 12:00 P.M. 3 Pre-bid meeting to be held at Aliah University, New Town Campus, 01-07-2019 at 12:00 P.M. Board Room, 2nd Floor at IIA/27, New Town, Kolkata-700 160 4 Bid submission start date (On line) 04-07-2019 at 12:00 P.M. 5 Bid Submission closing (On line) & Document download end date 19-07-2019 at 03:00 P.M. 6 Bid opening date for Technical Proposals (Online) 22-07-2019 at 03:00 P.M. 7 Date of uploading list for Technically Qualified Bidder (online) To be notified Later 8 Date of uploading the final list of Technically Qualified Bidder (online) To be notified Later after disposal of appeals, if any. 9 Date for opening of Financial Proposal (Online) To be notified Later

11. Technical Bid opening Place: Aliah University, New Town Campus, Board Room, 2nd Floor at IIA/27, New Town, Kolkata-700 160 in presence of Tenderer or their authorized representatives, if any . Only one representative of each Tenderer with proper authorization would be allowed to attend the Bid opening. Request for extension of opening date and/or time of Bid would not be considered. The price Bids will also be opened on scheduled date and time even if no representative of the Tenderer remains present. 12. Validity of Bids: The validity of contract will be for 180 days from the date of issue of the work- order. 13. Earnest Money Deposit: The eNIT in all respect should be submitted along with an amount of Rs. 50000/- (Rupees Fifty Thousand only) as Earnest Money Deposit put to tender in the Online Transfer against the work as per the e-NIT. For Online EMD Submissions Bidders are requested to follow the process mentioned in the Memo No. No. 3975-F(Y) Dated, 28th July, 2016 issued by the Department of Finance, Government of West Bengal. Earnest Money Deposit of the Bidder whose offer is accepted will be refunded on submission of a performance security deposit of 10% of Contract Value in the form of Performance Bank Guarantee pledged in favour of the Registrar, Aliah University, Kolkata. The performance security deposit will be deposited to the Aliah University till end of Warranty Period +60 days. The interest of the deposit will continue to accrue to the Bidder as per Bank rules. The Earnest Money deposited for rejected bidders will be refunded as per the Memo No. No. 3975-F(Y) Dated, 28th July, 2016 issued by the Department of Finance, Government of West Bengal. Under the single point registration scheme of NSIC, SSI units registered with NSIC may avail the benefit of exemption from payment of earnest money deposit on submission of proper documents. 14. In this e-NIT The term „his‟ relating to intending Bidder/bidders is not gender specific. 15. Legally valid entity: The Bidder/Bidding Firm shall necessarily be a legally valid entity in the form of a Limited Company or a Private Limited Company registered under the Companies Act, 1956 or Limited Liability Partnership Firm/partnership firm under LLP Act, 2008 or Indian Partnership Act, 1932/ Society Registration Act 1961/ Cooperative Societies Act 2008/The Indian Trusts (Amendment) Act, 2016. Documentary evidence of the eligibility of the Bidder / Bidding Firm shall be submitted with the bid documents. 4

16. Pre Bid Meeting: Pre Bid Meeting: All Tenderer are advised to attend the Pre-Bid meeting in order to make themselves fully aware of the work conditions. In the event of non -attendance of the Pre -Bid meeting by the Tenderer, it would, however, be presumed that the Tenderer has fully considered all factors, risks & contingencies which will have direct & indirect impact on his expense s & profit from the work and no correspondence from the Tenderer / Bidder in this regard would be entertained. 17. Rejection of bids: Aliah University reserves the right to reject any or all the bids and/or to accept or reject any or all the offer(s) without assigning any reason whatsoever and is not liable for any expenditure that might have been incurred by any Bidder at the stage of bidding. 18. During scrutiny, if it comes to the notice to the e-Tender inviting authority that the credential(s) and/or any other paper(s) of any bidder/Bidder has/have been found incorrect/ manufactured/ fabricated, that bidder will not be allowed to proceed in the bid process further and penal action may be initiated by the University against the bidder along with rejection of his bid. Aliah University reserves the right to cancel the e-NIT at any time and no claim in this respect will be entertained. 19. In case of any objection regarding prequalifying by an intending bidder that should be lodged to Aliah University within 48 hours from the date and time of online publications of list of qualified Bidder after Technical Evaluation and beyond that time schedule no objection will be entertained. 20. At any time the e-NIT inviting authority may verify the originals as submitted by the intending Bidder and he must cooperate with the department in all manners and if any false/incorrect/fabricated documents are found his quotation will not only be rejected; penal action as decided by the department will also be imposed upon him. With whom the acceptance of quotation vests: ALIAH UNIVERSITY. 21. No work shall be commenced or liability incurred until the work-order issued. 22. The acceptance of the quotation will rest with the Tender Committee, Aliah University who do not bind themselves to accept the lowest Bid & reserve the authority to reject any or all the Bids received without assigning any reasons. 23. If any Bidder/bidders withdraws his offer before acceptance or refuses within a reasonable time without giving any satisfactory explanation for such withdrawals, the EMD so deposited will be forfeited and he shall be disqualified for submitting Bid to this department for minimum period one (1) year. 24. Power of attorney holders are not allowed to sign Tender Document unless otherwise approved by Government. 25. The successful (Bidder/Bidders) shall have binding with the terms & conditions and special terms & conditions of this e-NIT and with attached sheets. 26. Selected bidder shall take all possible care for Govt. Property & of any damages due to negligence of his workers; the bidder/Agency shall be responsible for all such damages & repair the same at his own cost. 27. Escalation of Price on any ground and consequent cost over-run shall not be entertained under any circumstances. Rates should be quoted accordingly. 28. Purchaser reserves the rights to inspect the manufacturing unit and similar nature completed works to ascertain the quality and workmanship of the firm to determine the qualifying bidders. 29. Purchaser reserves the rights to get the work executed in the split manner. 30. The materials are to be supplied has to be strictly as per the tender specifications and drawings duly approved, prior to the start of execution by the concerned authority. 31. The vendor will be selected on the basis of the credential and eligibility conditions provided in the technical part. Price bids of the successful bidders who have qualified in the Technical part will only be opened. 32. Forfeiture of Earnest Money: The EMD may be forfeited either in full or in part, at the discretion of Aliah University, on account of one or more of the following reasons: The Bidder withdraws their bid during the period of bid validity specified by him on the Bid Form. The Bidder fails to co- operate in the bid evaluation process. If the bid or its submission is not in conformity with the instructions mentioned herein. If the Bidder violates any of the provisions of the terms and conditions of this tender. The successful Bidder fails to (i) accept award of work, (ii) sign the Contract Agreement with Aliah University after acceptance of communication on placement of award, (iii) furnish performance security, (iv) sign the Contract Agreement in time, (v) comply with any important conditions of this tender document. If any Bidder indulges on any such activities as would jeopardize the interest of Aliah University, or would prevent timely finalization of this tender. The decision of Aliah University regarding forfeiture of bid security shall be final and shall 5

not be called upon question under any circumstances. A default in such a case may involve black- listing of the bidder by the Aliah University. Earnest money of the Bidder is also liable to be forfeited in case of any false submission/statement. In case of any refusal to abide by terms and conditions of our LOI/PO or refusal to enter into a written agreement as per prefixed terms and conditions, the authority is at liberty to forfeit earnest money and take lawful actions. 33. The OEM shall submit a letter confirming that the products quoted are not “end of life or end of sale products” as on Bid Submission date. If in case the support for the product quoted has been stopped/ withdrawn till the time of delivery of equipment, the same will be changed with the superior product at no extra cost. SPECIAL TERMS & CONDITIONS 1) Partial quotations is not allowed for this tender i.e. bidder may quote all item. For overall item lowest bidder (L1) will be selected. 2) Rates: Rates quoted should be on F.O.R., Dept Of Chemistry, Aliah University at Kolkata, on Door Delivery basis inclusive of cost of goods, freight from supplier to Department Aliah University, Custom duty, any additional duty, service charges, clearing & forwarding at any place, Local transport, handling, loading & unloading, Insurance, installation, commissioning and successful demonstration of the items supplied. Delivery and Installation would be held at Chemistry Department, Aliah University New Town Campus. 3) Validity: Quoted rates must be valid for 180 days. 4) Warranty/Guarantee: 1 years from the date of Installation 4 year Comprehensive AMC after Completion of Warranty Period free of charge. 5) Delivery: Unless otherwise stated delivery of goods at Aliah University, Kolkata, will have to be maximum within six (06) to eight (08) weeks from the date of issue of the Purchase Order. All aspects of safe delivery shall be the exclusive responsibility of the Bidder. 6) Printed conditions of supply of the firm, if any, will not be binding on us. 7) The supplier will have to install and commission the items and impart necessary training along with manual (soft copy & hard copy), up to satisfaction of Head of the institution and then only agreed payment will be released. 8) Entry Tax: Entry tax, if applicable Aliah University will help to arrange “Waybill” by providing relevant documents if available. However all charges & taxes will be borne by the bidder itself. Road permit once issued will not change / altered in any circumstances. If any alteration is required due to fault from vendor / OEM side the same will also borne by the bidder. 9) Liquidated Damage: If a firm accepts an order and fails to execute the order in full as per the terms and conditions stipulated therein, it will be open to this institute to recover liquidated damages from the firm at the rate of 1% per week of the order value subject to a maximum of 10% of the order value. It will also be open to this institute alternatively, to arrange procurement of the required stores from any other source at the risk and expense of the firm, which accepted the order but failed to execute the order according to stipulated agreed upon. 10) If any kind of defect in items or deviations from the specification are detected and reported, the supplier should replace or rectify the defect immediately. 11) Payment Condition:-The prices shall be inclusive of all taxes & levies including GST and other statutory duties as applicable. Rate of taxes should be indicated separately in the Price Bid. Contract Price specified in Price Bid should be based on the taxes & duties and charges prevailing at the date one day prior to the last date of Bid submission. Statutory deduction, wherever applicable, shall be made from invoice as per government rules. Necessary certificate will be issued for such deductions. Bidder submitting a bid shall produce valid statutory documents / certificates with respect to GST, Income Tax, ROC, Prof. Tax, Trade License, etc. All such documents / certificates shall remain valid on the last date of tender submission. GST component of the invoice of the bidder may be kept on hold in case there is any mismatch / irregularity in GST return filling on the part of the bidder.100% payment will be released after receiving of items in good order and condition and successful installation, demonstration and commissioning duly certified by the concern authority and immediately on receipt of fund from the Govt. Department (within 60 days from the submission of bills). Successful vendor should arrange to submit a performance security deposit in form of Performance Bank Guarantee to the tune of 10% amount of the total purchase value at the time of submitting the bill. This performance security deposit should be issued from any Nationalized Bank and validity of the same will be till warranty period +60 days from the date of delivery / installation of the material. The payment 6

will make by RTGS / FUND Transfer mode only. Hence, following information must be clearly written in the Price Bid for RTGS / FUND TRANSFER: a. Name of the Firm with complete postal address b. Name of the Bank with Branch where the Account exist c. IFSC CODE d. ACCOUNT No e. PAN No f. GST/TIN No (Required from the vendors belongs to West Bengal) Any request for any sort of advance payment shall not be entertained. 12) Termination for default: Default is said to have occurred:- (a) If the supplier fails to deliver any or all of the services within the time period(s) specified in the purchase order or any extension thereof granted by Aliah University, Kolkata. (b) If the supplier fails to perform any other obligation(s) under the contract/Work Order (c) If the vendor, in either of the above circumstances, does not take remedial steps within a period of 30 days after receipt of the default notice from Aliah University (or takes longer period in-spite of what Aliah University may authorize in writing), Aliah University may terminate the contract/ purchase order in completely or in part and forfeit the EMD/performance security deposit. In addition to above, Aliah University may at its discretion also take the following actions: Aliah University may procure, upon such terms and in such manner, as it deems appropriate, goods similar to the undelivered items/products and the defaulting supplier shall be liable to compensate Aliah University for any extra expenditure involved towards goods and services to complete the scope of. 13) Applicable Law: a) The contract shall be governed by the laws and procedures established by Govt. of , within the framework of applicable legislation and enactment made from time to time concerning such commercial dealings/processing. b) All disputes are subject to exclusive jurisdiction of Competent Court and Forum in Kolkata, India only. c) Any dispute arising out of this purchase shall be referred to the Registrar, Aliah University, and if either of the parties hereto is dissatisfied with the decision, the dispute shall be referred to the decision of an Arbitrator, who should be acceptable to both the parties, to be appointed by the Vice-Chancellor of the University. The decision of such Arbitrator shall be final and binding on both the parties. d) The acceptance of the quotation will rest solely with the Registrar, Aliah University, who in the interest of the University is not bound to accept the lowest quotation and reserves the right to himself to reject or partially accept any or all the quotations received without assigning any reasons. 14.Important:- The Vice - Chancellor may accept or reject any or all the bids in part of in full without assigning any reason and doesn't bind himself to accept the lower bid. The institute at its discretion may change the quantity / upgrade the criteria / drop any item or thereof at any time before placing the Purchase Order. 15. The tenderer should bear all the transportation & insurance risk till the delivery and successful installation & demonstration as per direction of Aliah University Authority. All risks of loss of a or damage to physical property and of personal injury and death which arise during and in consequence of the performance of the contract other than the excepted risks are the responsibility of the bidder. 16. The tenderer will have to quote tender in serial order as in the tender Document without modifying/ tempering the specifications mentioned therein, however for sake of clarity if he wishes to mention further add-on specification, he can mention in separate column. 17. I.The bidder shall guarantee that the articles sold/supplied to the Aliah University under this contract shall be of the best quality and workmanship and new in all respects and shall be strictly in accordance with the specification and particulars contained/ mentioned in the E-Tender enquiry. The supplier shall guarantee that the said goods/stores/ articles /software would continue to conform to the description and quality aforesaid for warranty period if during the aforesaid period the said stores/goods/ articles /software be discovered not to conform to the description and quality aforesaid or not giving satisfactory performance or have deteriorated, the

7

decision of the authority of Aliah University on that behalf shall be final and binding on the supplier and the University shall be entitled to call upon the supplier to rectify the goods/stores/articles/software or such portion thereof as is found to be defective by the University within a reasonable period or such specified period as may be allowed by the authority of Aliah University in his discretion on/an application made thereof by the supplier and in such an event, the above mentioned warranty period shall apply to the goods/stores/ articles/software rectified from the date of rectification thereof. In case of failure of the supplier to rectify or replace the goods etc., within specified time, Aliah University shall be entitled to recover the cost with all expenses from the supplier for such defective stores. II.In case the firm fails to supply the items within specified delivery period, the material will be procured from open market and the difference of cost, if any, will be recovered from security money or from pending bills of defaulting firm by issuing notice and necessary action for blacklisting the firm also be taken. III.The rate quoted by tendering firm for items mentioned Compliance Statement as mentioned below should be inclusive of all taxes for the period of 180 days. No request for increase in the rates will be entertained during the period of contract nor will the firm raise the same. IV.The requirement of items can be increased or decreased and the firm(s) has to supply the items during the period of contract. V.The University is not bound to purchase the item from the tenderer for which it has quoted rates. The rates will be accepted on the basis of competitive rates and quality of material. VI.All damaged or unapproved goods or any item, which is misrepresented, shall be returned to the Bidders, and cost and the incidental expenditure thereupon shall be recovered from the Bidders. VII.Terms & conditions of the bidder sent along with the quotation, if any, put by the Bidders shall not be binding on the Aliah University. VIII. No claim on account of payment of octoroi/ way bill, etc, shall be accepted. 18. Settlement of dispute & Arbitration :- In the event of either party failing to act in accordance with the provisions of this agreement, the aggrieved party shall at first instance try to settle the disputed points mutually and amicably between them otherwise by referring the matter to the Registrar of the Aliah University, who on receiving such a representation from either party shall take all necessary initiative to settle the dispute and to make good the grievances of the aggrieved party, failing such attempt, the point in dispute shall be referred t o arbitration of the Vice-Chancellor of the Aliah University as the Sole Arbitrator according to the provisions of Arbitration and Conciliation Act 1996 with its statutory modifications and re-enactment from time to time . The decision of the Vice-Chancellor / Arbitrator shall be final and binding upon both the parties. If, however, the Arbitrator declines to make any decision or award on the point referred to him then the parties concern may take recourse to appropriate legal proceedings for necessary relief and redress as well as for settlement of disputes. The place of arbitration at all time and for all purpose shall be at Kolkata, in the office of the Vice-Chancellor of the Aliah University situated at New own, Kolkata – 700 160 and for all legal purpose Hon‟ble High Court and Calcutta and the Courts bellow of the same jurisdiction shall have exclusive Jurisdiction and Authority t o entertain and decide any such matter. 19. Tender Evaluation Committee (TEC) Evaluation Committee constituted by the Competent Authority of Aliah University will function as Evaluation Committee for selection of technically qualified Bidders. 20. Opening of Technical Proposal: Technical proposals will be opened by the Concerned Tender Inviting Authority or his authorized representative electronically from the website using their Digital Signature Certificate (DSC).Intending tenderer may remain present if they so desire. During evaluation the committee may summon of the tenderer & seek clarification / information or additional documents or original hard copy of any of the documents already submitted & if these are not produced within the stipulated time frame, their proposals will be liable for rejection. 21. Rejection of Bid: Aliah University reserves the right to accept or reject any Bid and to cancel the Bidding processes and reject all Bids at any time prior to the award of Contract without thereby incurring any liability to the affected Bidder or Bidders or any obligation to inform the affected Bidder or Bidders of the ground for Employer‟s action. 22. Award of Contract:

8

The Bidder whose Bid has been accepted will be notified by the Tender Inviting & Accepting Authority through acceptance letter / Letter of Acceptance. The notification of award will constitute the formation of the Contract. The Agreement in From No. 2911(ii) will incorporate all agreements between the Tender Accepting Authority and the successful bidder. All the tender documents including N.I.T. & B.O.Q. will be the part of the contract documents. a) The evaluation for empanelment of Bidder will interlay consist of past performance (previous experience, work order copies, letter or acceptance), financial soundness, technical competence (certification by reputed bodies). b) Aliah University reserves the right to verify all statements of the applications and inspect Bidders service at the other organization to evaluate their capacity to execute contract works. c) Aliah University shall evaluate the bids to determine whether they are complete, whether any computational errors have been made, whether documents have been properly signed and whether bids are generally in order. d) If there is any discrepancy between words and figures the amount in words shall prevail. Prior to detailed evaluation, Aliah University will determine the substantial responsiveness of each bid. A substantially responsive bid is one, which conforms to all the terms and conditions of bid document without any material deviation. A bid determined as substantially non – responsive will by rejected by Aliah University. 23. Special Conditions: i. Purchaser reserves the rights to inspect the manufacturing unit and completed works to ascertain the quality and workmanship of the firm to determine the qualifying bidders. ii. Purchaser reserves the rights to get the work executed in the split manner. iii. The materials are to be supplied has to be strictly as per the tender specifications and drawings, duly approved prior to the start of execution by the concerned authority. 24. Quality Assurance and Workmanship:

i. Only approved brands of items shall be accepted. Samples shall be got approved before taking up full supply/installation. ii. If required tests on representative samples and/or components thereof shall be got conducted from reputed laboratory as decided by the In-charge. iii. Samples shall be taken/made as per the direction of the In-Charge in presence of the authorized representative of the Suppliers. Samples shall be signed and sealed by both the parties. Manufacture‟s Test certificate for the product being offered is to be provided to the department. iv. All material shall conform to the approved makes of materials specified. The procurement of various materials shall be either from the manufacturers or their authorized dealers so that there is no duplicate/spurious makes are used. Notwithstanding all above, Supplier shall be held responsible for the execution of works and use of proper best available quality of materials as per the tender specifications. For the items/materials not appearing in the list, the decision of authorized In-charge from purchaser shall be final and binding. v. Testing may also be carried out at the discretion of the In-Charge, from the lot of finished product brought at site by the Supplier. In case such tests have been carried out by the principal manufacturer at its testing facility, the same will may be provided by the Supplier for consideration. ADDITIONAL TERMS FOR IMPORTED GOODS Following terms besides the fore mentioned terms will be applicable in case of foreign purchases: 1. Rates: Quoted rates should be F.O.R., Department Chemistry of Aliah University, New Town, Rajarhat, Kolkata-700 160 on Door Delivery basis inclusive cost of goods, freight from supplier to Department Aliah University, Custom duty, any additional duty, service charges, clearing & forwarding at any place, Local transport, handling, loading & unloading, Insurance, installation, commissioning and successful demonstration of the items supplied, Ex-works value, Documentation & Handling Charges, if any, Total FOB/FCA value, Total CIP (KOLKATA) Value and Delivery Cost Upto Aliah University, New Town Campus Site. 2. After Sales Service: In case of imported items, foreign manufacturing firms should indicate facilities available for after sales service, detail address and contact number of their local representative in India without which their offers are liable to be ignored.

9

3. Delivery: a. Delivery of goods at Aliah University, Kolkata will have to be maximum within 90 (Ninety) days from the date of issue of the Purchase Order. b. Delivery at Department of Chemistry, Aliah University, New Town, Rajarhat Campus, Kolkata-700 160 c. While transshipment will be allowed, part shipment will not be allowed. 4. Payment: (i) Payment by an irrevocable letter of Credit (90% against delivery and rest 10% after successful installation of the Equipment) at Aliah University New Town Campus value non-negotiable through any overseas branch of State Bank of India with unrestricted provision. All bank charges inside India will be borne by Aliah University and outside India will be to supplier's A/c. OR (ii) 100% Payment Basis: On request by the supplier/s, 100% payment by Cash against documents will be made. In this case, on receipt of your Order Acknowledgement and document (i.e. AWB and MWB) through our freight forwarder payment will be made for total ordered value. (iii) For foreign items / instruments, the delivery date must be within 30 days from the date of opening of LC. (iv) (iii) For foreign items / instruments, 10% of total value of item against performance bank guarantee (PBG) should be submitted before opening the 100% LC. Note: Please note LC will not be opened unless and until Letter of Acknowledgement in original is received at Aliah University, Kolkata, directly from the principal (Even in case of firms having subsidiary office in India). The Indian agents are therefore advised to submit quotation after consultation with their respective principals). 5. Customs Duty: Custom duty if any will be borne by the supplier. 6. Agency Commission: Agency commission if any will be borne by the supplier. 7. Country of Origin: While Country of Origin Certificate will not be insisted, the same however will have to be stated in the Original Invoice for payment through LC. 8. LC Amendment: LC amendment charges due to mistake on the part of the supplier, if any, will have to be borne by the supplier.

Sd/- Registrar ANNEXURE – I COMPLIANCE SHEET

Sl Para of Quotation Q Complianc In case of N Enquiry Specification T e to noncompliance o [Note: Bidder/s is/are requested to visit Y. Quotation Deviation from & specificati quotation the site (i.e Dept of Chemistry, Aliah University, New U on specification to Town Campus, at IIA/27, New Town, Kolkata-700 160) N whether be indicated in before bid to know the actual I yes or no unambiguous T term. requirement] 1 Dynamic Light Scattering 01 Detailed Specification:- Single Proven Rheosizer system commercially available for last 5 years with highly accurate and repeatable should have a measurement facility of Microrheology, Nano Particle size, Zeta potential and molecular weight analysis at variable temperature (0˚C -90˚C with 0.1 deg.c accuracy with upgradation upto 120°C) with inbuilt Peltier temperature controller with upgradation facility of surface zeta potential.

10

Zeta potential measurement Preferable more than +/-400mV range Principals Preferably by high & Low frequency micro electrophoresis, Laser Doppler velocimetry with Phase Analysis light Scattering. . High and Low Salt System should have a facility to take care of Low and high Salt Concentration concentration. Size Range suitable for Zeta Min: 5 nm, Max: 90 micron Potential measurement Maximum Sample Preferably more than 35% w/v Concentration for Zeta Potential measurement Maximum sample conductivity Preferably more than 180 mS/cm for Zeta Potential measurement Minimum sample volume for 100 µl Zeta Potential measurement Live measurement window Live measurement windows for display of Frequency, Voltage and Current, and Zeta potential vs Current Necessary cuvettes for Zeta Should provide Cuvettes for use in Aqueous & Potential measurement Non-Aqueous Medium Gold Plated Folded Capillary cells: 20 Nos. Cuvette for Non Aqueous Measurement-1 No. Particle size analysis At High and low concentrations for any dispersions / emulsions / colloids / submicron suspensions Principals Dynamic Light scattering with e Non Invasive Back Scattering detection technique will be preferable. Minimum Particle size range Should be less than 0.50 nm (with sufficient documentary proof in terms of Analysis report and published journal-Otherwise bid will be liable for cancellation) Vendor have to demonstrate the same, if needed. Maximum Particle size range Should be 8 µm or more(with sufficient documentary proof in terms of Analysis report and published journal-Otherwise bid will be liable for cancellation) Vendor have to demonstrate the same, if needed. Minimum sample required Preferably less than 30 µl. Long term trend analysis(Time Should have a facility to measure long term trend analysis so that Trend & Temperature Trend) kinetics of growth as function of time/temperature, molecular size of clusters/large molecules can be determined. Measurement Technique Instrument should have automatic and manual measurement facility. Manual measurement should have facility of fixing measurement position with the cuvette and attenuator Sample Concentration Minimum sample concentration around 0.1 mg/mL (of 15 to 20 kDa protein) & Max. sample concentration around 40% w/v Necessary cuvettes for Size Should provide Cuvettes for use in Aqueous & Non-Aqueous Medium measurement -Square re usable Polystyrene 200 Cuvettes with 200 stoppers, 1.5 ml volume - Glass Cuvette – 2 no - Low-volume quartz batch cuvette (less 20µl volume) for size measurement- 2 no Molecular weight Should have facility to measure MW Range of molecular weight – around 11

determination 980 Da to 2 x 106 Da or better

Molecular Weight Through Forward angle. No backscatter angle measurement is measurement angle acceptable. Laser Should be Class 1 type, low power (less than 5 mw, He-Ne Laser) Air Purging The instrument should have Dry Air purging facility to avoid condensation. Optics Fixed Optics with automatic alignment prior to measurement Auto initialization Automatic Detector Should be Avalanche Photo Diode Detector Sensitivity(Toluene Count) The instrument should be very sensitive, i.e. Toluene count should be more than 150 kcps……also the photon count should be mentioned in the analysis report. Correlator Should have more than 3500 channels Measurement time should be less than 10Sec Standard -60 nm NIST traceable Latex Size Standard- 1no. -Ready to use Zeta potential Standard- 1syringe Software Software should be suitable for running the equipment, data acquisition, data analysis, data transfer, graphical presentation etc. Vendor should also mention the key feature of the software.  Should be compatible with Windows OS (7 or 10 or 13).  Should have facility to create Standard Operating Procedure (SOPs) for better result quality & easy handling.  Should have facility of Custom Report Generation for different application.  Should have built-in library for RI with facility to insert RI for new sample.  Should have built-in library for different solvent for selecting appropriate viscosity with facility to insert viscosity for new sample.  Data representation should have facility to display Intensity wise / Volume wise / Number wise Particle Size Distribution and Statistics. Should have facility to “see the correlogram”, “over plot the results for direct comparison”, “Temperature based trend analysis facility”, “Time based trend analysis facility”, “Crystal screening facility”, “measure 2nd Viral Co-efficient”, “Polymer Characterization facility”, “ measure/display of Zeta Potential, Electrophoretic Mobility, Conductivity, Temp, Formulation Stability” with Protein analysis software including idea of Monomer, Dimer and Trimer information. Microreheology System should have microrheology measurement unit compatible with the main equipment. The microrheology attachment should have the capability to determine the viscoelastic properties like i. Storage modulus ( G’) & Loss modulus (G”) at different frequencies, Complex viscosity and mean square displacement of particles.

Also the micro rheology apparatus should be able to give the correlograms relating scattering intensity against time.

12

UPS suitable UPS (2KVA) should be included along with main system Support -Remote access of the instrument -Readily available complete service spare kit optical alignment on the fault identification and rectification -Vendor should have fully fledged service facility in Kolkata

Installation/Demonstration/App It should be free of cost by the supplier as required, software lication Training at site upgradation free of charge. Periodic in house training at least 1 year. Warranty 1 years from the date of Installation AMC 4 year Comprehensive AMC from the date of Installation free of charge User list The supplier should submit complete user list highlighting the last 3 years (requested to highlight last three years user details (minimum 10)- in Eastern India). Vendors should have at least 10 installation base in Eastern India. Vendor should provide 5 nos performance certificate to the quoted model. Vendor should supply at least two latest order copy of same model instrument. Service Downtime 24 Hrs

Technical Expertise Vendor should have at least 10 years of experience with contact nos in handling same equipment. Nearest Full Fledged Service Vendor should have fully fledged service facility in Kolkata Centre Additional I. Any part/s or spare required including for performance of the Instrument which if missed out in the quote for any reason should be quoted. The commissioned equipment must be complete in all respect ready to use. II. Supplier must mention the prerequisite condition of the laboratory for smooth running of the instrument. III. Supplier must provide at least two latest order copies of the same model instrument. IV. Parties must mention make and model no of the instrument offered by them, with detailed specification (on separate sheet). Otherwise their tender will not be accepted

INSTRUCTION TO BIDDERS (A)

General guidance for e-Tendering: Instructions / Guidelines for electronic submission of the tenders have been annexed for assisting the Bidders to participate in e- Tendering. i. Registration of Bidder: Any Bidder willing to take part in the process of e-Tendering will have to be enrolled & registered with the Government e- Procurement System, through logging on to https://etender.wb.nic.inor https://wbtenders.gov.in ii. Digital Signature certificate (DSC): Each Bidder is required to obtain a Class-II or Class-III Digital Signature Certificate (DSC) for submission of tenders from the approved service provider of the National Informatics Centre 13

(NIC) on payment of requisite amount. Details are available at the www.wbtenders.gov.in. DSC is given as a USB e-Token. iii. The Bidder can search & download N.I.T. & Tender Document(s) electronically from computer once he logs on to the website www.wbtenders.gov.in using the Digital Signature Certificate. This is the only mode of collection of Tender Documents. iv. Submission of Tenders: Tenders are to be submitted through online to the website www.wbtenders.gov.in in two folders at a time for each work, one in Technical Proposal & the other is Financial Proposal before the prescribed date & time using the Digital Signature Certificate (DSC). The Digitally Signed virus scanned documents should be uploaded. The documents will get encrypted (transformed into non readable formats). a) Technical Proposal: The Technical proposal should contain scanned copies of the following in two covers (folders). b) Statutory Cover containing the following documents: Prequalification Application (Sec-B, Form – I ; Section – B Form – II ; Annexure- III; Annexure- IV; EMD Transfer Reference c) N.I.T.(NIT and B.O.Q downloaded properly and upload the same Digitally Signed). The rate will be quoted in the B.O.Q. Quoted rate will be encrypted in the B.O.Q. under Financial Bid.) v. TECHNICAL DOCUMENTS b). Non-statutory Cover/ Technical Containing the following documents: 1. As prescribed in Annexure I, Annexure –II and THE ABOVE STATED NON- STATUTORY/TECHNICAL DOCUMENTS SHOULD BE ARRANGED IN THE FOLLOWING MANNER PRESCRIBED AS PER “THE ABOVE STATED NON-STATUTORY/TECHNICAL DOCUMENTS SHOULD BE ARRANGED IN THE FOLLOWING MANNER” OF THIS DOCUMENT

ADDENDA/CORRIGENDA: if published, Bidders are to keep track of all the Addendum/Corrigendum issued with a particular E-NIT till the bid submission ends and in general submit the downloaded copies of the above documents and attach the Addenda/Corrigenda with respective E-NIT in the E-NIT documents however, in case of failure in submission of such documents, it will be deemed that they (tenderers) have taken note of such latest documents including addendum/corrigendum, if published till the bid submission ends, overriding any other terms/conditions if mentioned anywhere else in the concerned E-NIT.

N.B.: Failure of submission of any of the above mentioned documents will render the tender liable to be rejected for both statutory & non statutory cover.

vi. Tender Evaluation Committee (TEC) Evaluation Committee constituted by the Competent Authority of Aliah University will function as Evaluation Committee for selection of technically qualified Bidders. vii. Opening & evaluation of tender: If any Bidder is exempted from payment of EMD, copy of relevant Government Order needs to be furnished. viii. Opening of Technical Proposal: Technical proposals will be opened by the Concerned Tender Inviting Authority or his authorized representative electronically from the website using their Digital Signature Certificate (DSC). Intending tenderer may remain present if they so desire. During evaluation the committee may summon the tenderer & seek clarification / information or additional documents or original hard copy of any of the documents already submitted & if these are not produced within the stipulated time frame, their proposals will be liable for rejection. The evaluation for empanelment of Bidder will interlay consist of past performance (previous experience, work order copies, letter of acceptance), financial soundness, technical competence (certification by reputed bodies). ix. Aliah University reserves the right to verify all statements of the applications and inspect Bidders service at the other organization to evaluate their capacity to execute contract works. 5. Aliah University shall evaluate the bids to determine whether they are complete, whether any computational errors have been made, whether documents have been properly signed and whether bids are generally in order. x. If there is any discrepancy between words and figures the amount in words shall prevail. Prior to detailed evaluation, Aliah University will determine the substantial responsiveness of each bid. A substantially responsive bid is one, which conforms to all the terms and conditions of bid

14

document without any material deviation. A bid determined as substantially non– responsive will be rejected by Aliah University.

THE ABOVE STATED NON-STATUTORY/TECHNICAL DOCUMENTS SHOULD BE ARRANGED IN THE FOLLOWING MANNER Click the check boxes beside the necessary documents in the My Document list and then click the tab “Submit Non Statutory Documents‟ to send the selected documents to Non-Statutory folder. Next Click the tab “Click to Encrypt and upload” and then click the “Technical” Folder to upload the Technical Documents

Detail(s) (All the technical documents should be original scanned Sub- Category document, photocopy of the documents will not be allowed, the Sl Category Name bidder may provide photocopy subject to self declaration and Description proper justification and self certification/attestation of the said documents)  Bidder shall have to submit Audited Accounts (Balance Sheet, Profit and Loss Account) of Financial Year 2014-15, 2015-16, 2016-17. Audited Statement must be signed and stamped by Qualified Chartered Accountant.  Income Tax Return for Assessment Year –2015-16, 2016-17 and 2017-18 (Please attach documentary evidence)  GST registration certificate indicating also the TIN number (for vendors from within the State of West Bengal)  PAN Card  Up-to-date Sales Tax clearance certificate (for vendors outside the State of West Bengal  The tenderer should submit Original Equipment Manufacturer issued Authorization certificate (not photocopied) if participant is dealer and in case Original Equipment Certificate 1 Certificate(s) Manufacturer himself is bidding he should enclose proof of (s) being manufacturer. Authorization Certificate with signature of Competent Person of OEM is highly important.  The bidder/OEM self-declaration stating that he/she is not banned/debarred or black listed by any Central/State Govt. of India/PSU/Organizations/Institutes in India or abroad in prescribed format and an affidavit on 100 Rs. Non-judicial stamp paper should be enclosed for the same. The bidder shall neither have abandoned any work nor any of their contract have been rescinded during the last 10 (ten) years. Such abandonment or rescission will be considered as disqualification towards eligibility. A declaration in this respect through affidavit has to be furnished by the prospective bidders without which the Technical Bid shall be treated as non-responsive. (Scanned copy of original which must be obtained after publication of this e- Tender) Proprietorship Firm (Trade License) -Structure & Org.] Company Company Partnership Firm (Partnership Deed, Trade License) 2 Detail(s) Detail Ltd. Company (Incorporation Certificate, Trade License); Society (Society Registration Copy, Trade License) Compliance  Compliance Statement as per Annexure-I Credential  Copy of Work Order/ Work Completion Certificate with work value duly signed by Competent Authority from Indian 3 Credential Central/ State Government Department/Institute, Autonomous Institute/University Funded by Central/State Government showing that - The Bidder should have engaged for supply and installation of at least 10 (Ten) Nos Similar Article with same 15

OEM (as Quoted in this bid) in the five financial years (i.e. 2013-14, 2014-15, 2015-2016, 2016-17, 2017-18) all together.  The Delivery Schedule, original catalogue etc must be clearly indicated in the Technical Bid Technical OEM/ Bidder for the product preferably have Support Service Center 4 Man Power Personnel within Kolkata.

Annexure -II Technical Bid To, The Registrar, Aliah University IIA/27, New Town, Rajarhat, Kolkata – 700 160, West Bengal

Subject: Application form of E-Tender for Supply and Installation of Dynamic Light Scattering for Dept of Chemistry of Aliah University (Second Call Against eNIT No. AU/REG/eNIT-094/18-19) 1. ABOUT THE ORGANIZATION 1.1 a. Name of the organization (In Block Letters) 1.2 Registered Office Address with telephone no. & email address 1.3 Status of the Organization Proprietary/ Partnership/ Pvt. Ltd./ Public Ltd. Company 1.4 b. Name & address of Chief Executive/ Proprietor 1.5 c. Name of the Representative(s) indicating Designation who would be calling and attending to our work (designation, email id and mobile phone number) 1.6 Day to day correspondence Office /Authorised Service Station Address (Name, address, contact person name, phone number, e-mail) 2. TECHNICAL DOCUMENTS TO BE PROVIDED Reminder: All the technical documents should be original scanned document, photocopy of the documents will not be allowed, the bidder may provide photocopy subject to self declaration and proper justification and self certification/attestation of the said documents) 2.1 Proprietorship Firm (Trade License) -Structure & Org.]; Partnership Firm (Partnership Deed, Trade License); Ltd. Company (Incorporation Certificate, Trade; License); Society (Society Registration Copy, Trade License) 2.2 PAN Registration No (Please attach documentary evidence) 2.3 Income Tax Return for Assessment Year –2015-16, 2016-17 and 2017-18 (Please attach documentary evidence) 2.4 Bidder shall have to submit Audited Accounts (Balance Sheet, Profit and Loss Account) of Financial Year 2014-15, 2015-16, 2016-17. Audited Statement must be signed and stamped by Qualified Chartered Accountant. 2.5 GST Registration No (Please attach documentary evidence) 2.6 The tenderer should submit Original Equipment Manufacturer issued Authorization certificate (not photocopied) if participant is dealer and in case Original Equipment Manufacturer himself is bidding he should enclose proof of being manufacturer. Authorization Certificate with signature of Competent Person of OEM is highly important. 2.7 OEM/Bidder should have ISO 9001 Certificate (Please attach 16

documentary evidence) 2.8 Up-to-date Sales Tax clearance certificate (for vendors outside the State of West Bengal 2.9 The manufacturers‟ original printed (not photocopied) literature/catalogue/drawing/user‟s list in respect of range of product being quoted should also be submitted with the offer. Both in hard copy and soft copy to be provided by successful bidder 2.10 Filled Up Compliance Sheet 2.11 OEM/Bidder for the product preferably have Support Service Center within Kolkata 3. EXPERIENCE 3.01 Copy of Work Order/ Work Completion Certificate with work value duly signed by Competent Authority from Indian Central/ State Government Department/Institute, Autonomous Institute/University Funded by Central/State Government showing that - The Bidder should have engaged for supply and installation of at least 10 (Ten) Nos Similar Article with same OEM (as Quoted in this bid) in the five financial years (i.e. 2013-14, 2014-15, 2015-2016, 2016-17, 2017- 18) all together. Copies of suitable documents like Purchase Orders, etc. for verification of the order values and work completion / customer satisfaction certificates (or similar documents) from customers against the same orders for verifying successful completion of the orders must be submitted as evidences. Aliah University reserves the right to verify, if it so desires, the correctness of documentary evidences furnished by the Bidder. Sl Name and Address of work Supply of Similar Value of Supporting Document order issuing organisation service work like Work Order/ Work Completion Certificate

4. TRANSPARENCY AND DELIVERABLES 4.01d. The bidder/OEM self-declaration stating that he/she is not banned/debarred or black listed by any Central/State Govt. of India/PSU/Organizations/Institutes in India or abroad in prescribed format and an affidavit on 100 Rs. Non-judicial stamp paper should be enclosed for the same. The bidder shall neither have abandoned any work nor any of their contract have been rescinded during the last 10 (ten) years. Such abandonment or rescission will be considered as disqualification towards eligibility. A declaration in this respect through affidavit has to be furnished by the prospective bidders without which the Technical Bid shall be treated as non-responsive. (Scanned copy of original which must be obtained after publication of this e-Tender) 4.02 Bank Details A. Name of the Firm with complete postal address B. Name of the Bank with Branch where the Account exist C. IFSC CODE D. ACCOUNT No E. PAN No

Signature of the Bidder Date ______17

Name______Designation______Seal List of Documents enclosure:- (Please include extra sheet/s to include more enclosure)

SECTION – B FORM – I PRE-QUALIFICATION APPLICATION

(To be furnished in the Company‟s official letter pad with full address and contact no, E mail address etc) To The Registrar Aliah University IIA/27, New Town, Kolkata-700 160

Sub: E-Tender for Supply and Installation of Dynamic Light Scattering for Dept of Chemistry of Aliah University (Second Call Against eNIT No. AU/REG/eNIT-094/18-19) Ref: - ______N.I.T. No ………………………...... ……………dated ……………………..

Sir,

Having examined the Statutory, Non-statutory & N.I.T documents, I /we hereby submit all the necessary information and relevant documents for evaluation. The application is made by me / us on behalf of …………………………………………………………….. in the capacity…………………………………………………………..…………………………………………….. duly authorized to submit the order. The necessary evidence admissible by law in respect of authority assigned to us on behalf of the group of firms for Application and for completion of the contract documents is attached herewith.

We are interested in bidding for the work(s) given in Enclosure to this letter. We understand that: 1) Tender Inviting & Accepting Authority can amend the scope & value of the contract bid under this project. 2) Tender Inviting & Accepting Authority reserve the right to reject any application without assigning any reason.

Enclosure(s): e-Filling:- 1) Statutory Documents. 2) Non Statutory Documents.

Date: …………………………………..

Signature of applicant including title and capacity in which application is made.

Contact no: E mail address: Postal Address:

SECTION – B FORM – II STRUCTURE AND ORGANISATION

18

1. Name of Applicant :

2. Office Address :

Telephone No. :

Fax no. & Email ID:

3. Name and Address of Bankers :

4. Attach an organization chart Showing the structure of the Company with names of key Personnel and technical staff:

Note: Application covers Proprietary Firm, Partnership, Limited Company or Corporation.

Signature of Applicant including title and capacity in which application is made Annexure III (Authorization letter in favour of the applicant (other than Managing Director/ Proprietor/Partner) from the competent authority.) FORMAT (To be furnished in the Company‟s official letter pad with full address and contact no, E mail address etc) (TO WHOM IT MAY CONCERN)

This is to certify that Mr...... (Name), employee of this Organisation as ...... (Official Designation) is hereby authorised to submit tender online , Vide NIT No...... , Dated ...... on behalf of the Organization.

Signature of the competent authority with Seal ...... (Signature of the Authorised Person)

Signature of Mr...... is hereby attested.

Signature of the competent authority with Seal

ANNEXURE IV (Affidavit Performa) (To be furnished in Non – Judicial Stamp paper of appropriate value duly notarized)

I, Sri/Smt......

19

The Managing Director/Proprietor (etc.) of the Firm., ...... (Name of the firm)

At (address)......

do hereby solemnly affirm and declare as follows:

1. That I have not ever been convicted of any offence making myself liable to be disqualified to provide any job to any Educational Institutions/Govt. or Govt. undertaking Organization /Institution in the State of West Bengal or other State or States or any private organisation in last 10 years. 2. That no case is pending against me or against my firm in any criminal court of law to provide any job to the Educational Institutions / Govt. or Govt. undertaking Organization / Institution in the State of West Bengal or other State or Central Govt or any private organisation in last 10 years. (If any case is pending, state the details ). 3. That, I also declare that if any information subsequently found incorrect or false will it automatically render the tender submitted by me cancelled and make me liable for penal/legal action as per law of the country. 4. That I do further affirm that the statements made by me in this tender are true to the best of my knowledge and belief and all the documents attached are genuine & correct.

Signature of applicant including title and capacity in which application is made.

Financial Proposal The financial proposal should contain the following documents in one cover (folder) i.e. Bill of Quantities (BOQ). The Bidder is to quote the rate online through computer in the space marked for quoting rate in the BOQ. Partial quotations is not allowed for this tender i.e. bidder should quote all item. For overall item lowest bidder (L1) will be selected. Bidders can quote Basic Price (Column No. 13) in (BOQ) in any one of the following currencies: a) INR, b) USD, c) JPY, d) EUR, e) GBP (selection of currencies in BOQ is subject to availability at the e-Procurement site of Government of West Bengal) Only downloaded copies of the above documents are to be uploaded virus scanned & Digitally Signed by the Bidder. Financial capacity of a bidder will be judged on the basis of information furnished.

Date: (Signature) Complete address of the Bidder/Agency

Ref. NO: Tender No.: AU/REG/eNIT-046/19-20 Date: 28/06/2019

Copy to:

1. Chairman, Departmental Purchase Committee & HoD, Dept of Chemistry, 2. Notice Board at New Town Campus, IIA/27, New Town, Rajarhat, Kolkata – 700 160 20

3. Notice Board at Campus, 17, Gora Chand Road, Kolkata – 700 014 4. Notice Board at Main Campus, 21, Haji Md. Mohsin Square, Kolkata – 700 016 5. Website: https://wbtenders.gov.in 6. Guard File 7. Brief Advt. in three Daily Newspapers (Bengali, and English).

Sd/- Registrar

21