0% found this document useful (0 votes)
10 views

PACMATLAB-121224

Uploaded by

website.bsba
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
10 views

PACMATLAB-121224

Uploaded by

website.bsba
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 26

Single Tender Enquiry(PAC)

PAC Tender Document

For

Procurement/ Renewal of MATLAB Academic Campus License Full Suite

(03 Years validity)

TENDER INVITING AUTHORITY

CAMPUS DIRECTOR
NFSU, GANDHINAGAR
SECTOR-9, 382007
Email:- [email protected]

1
To,

DesignTech System Pvt. Ltd


Shop No.-2, “Dyananda”
Post Bhugaon, Tal- Mulshi
Pune-412115

PAC BID DOCUMENT

Online bids (Technical & Financial) from eligible bidders which are valid for 180 days from the date
of Bid opening are invited for and on behalf of National Forensic Sciences University(NFSU),
Gandhinagar for the Supply and Installation of Procurement/ Renewal of MATLAB Academic
Campus License Full Suite (03 Years).

Name of Work Procurement/ Renewal of MATLAB


Academic Campus License Full Suite
(03 Years).

Estimated Cost Rs. 32,75,000/-

EMD Rs. 98250/-

Date of Publishing 12.12.2024 at 18.00 hrs.


Clarification Start Date and Time 12.12.2024 at 18.00 hrs.
Clarification End Date and Time 16.12.2024 at 18.00 hrs.
No queries will be entertained after the above
Queries (if any)
deadlines.
Bid Submission Start Date 12.12.2024 at 18.00 hrs.
Last Date and time of uploading of Bids 26.12.2024 (18:00 hrs.)
Last Date and time of submitting, EMD and 27.12.2024 at 18.00 hrs.
other documents at NFSU, Gandhinagar(if
any)
Date and time of opening of Technical Bids 28.12.2024 (10:00 hrs.)
Will be separately notified for Technically
Date and time of opening of Financial Bids
shortlisted/qualified bidders
Interested parties may view and download the tender document containing the detailed terms &
conditions from the website http://eprocure.gov.in/eprocure/app

(The bids have to be submitted online in electronic form


onwww.eprocure.gov.in only. No physical bids will be accepted.)

2
INSTRUCTION FOR ONLINE BID SUBMISSION

The bidders are required to submit soft copies of their bids electronically on the Central Public Procurement
(CPP) Portal i.e. http://eprocure.gov.in/eprocure/app, using valid Digital Signature Certificates. The
instructions given below are meant to assist the bidders in registering on the CPP Portal, prepare their bids in
accordance with the requirements and submitting their bids online on the CPP Portal.

REGISTRATION
(i) Bidders are required to enroll on the e-Procurement module of the Central Public Procurement Portal
(URL:https://eprocure.gov.in/eprocure/app) by clicking on the link “Online Bidder Enrolment”
option available on the home page. Enrollment on the CPP Portal is free of charge.
(ii) During enrolment/ registration, the bidders should provide the correct/ true information including
valid email-id & mobile no. All the correspondence shall be made directly with the contractors/
bidders through email-id provided.
(iii) As part of the enrolment process, the bidders will be required to choose a unique username and assign
a password for their accounts.
(iv) Any bidder from a country that shares a land borders with India will be eligible to bid in any
procurement whether of goods, services (including consultancy services and non-consultancy
services) or works (including turnkey projects) only if the bidder is registered with the competent
authority as mentioned in the GFR 2017 Rule 144(xi).
(v) For e-tendering possession of valid Digital Signature Certificate (Class II or Class III Certificates
with signing key usage) is mandatory which can be obtained from SIFY /nCode/eMudra or any
Certifying Authority recognized by CCA India on e-Token/Smartcard.
(vi) Upon enrolment on CPP Portal for e-tendering, the bidders shall register their valid Digital Signature
Certificate with their profile.
(vii) Only one valid DSC should be registered by a bidder. Bidders are responsible to ensure that they
do not lend their DSCs to others which may lead to misuse and should ensure the safety of the same.
(viii) Bidders can then log into the site through the secured login by entering the user ID/password and the
password of the DSC/e-Token.

SEARCHING FOR TENDER DOCUMENTS

1) There are various search options built in the CPP Portal to facilitate bidders to search active tenders by
several parameters. These parameters could include Tender ID, organization name, location, date,
value, etc. There is also an option of advanced search for tenders, wherein the bidders may combine a
number of search parameters such as organization name, form of contract, location, date, other
keywords, etc., to search for a tender published on the CPP Portal.
2) Once the bidders have selected the tenders they are interested in, they may download the required
documents / tender schedules. These tenders can be moved to the respective ‘My Tenders’ folder. This
would enable the CPP Portal to intimate the bidders through SMS / e-mail in case there is any
corrigendum issued to the tender document.
3) The bidder should make anoteof the unique Tender ID assigned to each tender, in case they want to
obtain any clarification / help from the Helpdesk.

3
PREPARATION OF BIDS:

(i) For preparation of bid, Bidders shall search the tender from published tender list available on site and
download the complete tender document and should take into account the corrigendum if any
published before submitting their bids.
After selecting the tender document same shall be moved to the ‘My favorite’ folder of the bidders
account from where the bidder can view all the details of the tender document.
(ii) Bidder shall go through the tender document carefully to understand the documents required to be
submitted as part of the bid. Bidders shall note the number of covers in which the bid documents have
to be submitted, the number of documents – including the names and content of each of the documents
that need to be submitted. Any deviations from these may lead to rejection of the bid.
(iii) Any pre-bid clarifications if required, then same may be obtained online through the tender site, or
through the contact details given in the tender document.
(iv) Bidders should get ready in advance the bid documents in the required format (PDF/xls/rar/dwf/jpg
formats) to be submitted as indicated in the tender document/schedule. Bid documents may be
scanned with 100 dpi with black and white option which helps reduce size of the scanned
document.
(v) Bidders can update well in advance, the documents such as experience certificates, annual reports,
PAN, EPF & other details etc., under the “My Space/ Other Important Document” option, which
can be submitted as per tender requirements. This will facilitate the bid submission process faster by
reducing upload time of bids.

SUBMISSION OF BIDS:

(i) Bidder should log into the site well in advance for bid submission so that he/ she upload the bid in
time i.e. on or before the bid submission time. Bidder will be responsible for any delay.
(ii) Bidder should prepare the EMD as per the instructions specified in the NIT/tender document. The EMD
shall be submitted in favour of “ Campus Director, NFSU Gandhinagar Campus” and payable at
Gnadhinagar. The details of the DD/BC/BG/ others physically sent, should tally with the
details available in the scanned copy and the data entered during bid submission time. Otherwise the
uploaded bid will be rejected.
(iii) While submitting the bids online, the bidder shall read the terms & conditions (of CPP portal) and
accepts the same in order to proceed further to submit their bid.
(iv) Bidders shall select the payment option as offline to pay the EMD and enter details of the
DD/BC/BG/others.
(v) Bidder shall digitally sign and upload the required bid documents one by one as indicated in the tender
document.
(vi) Bidders shall note that the very act of using DSC for downloading the tender document and uploading
their offers is deemed to be a confirmation that they have read all sections and pages of
thetenderdocumentwithoutanyexceptionandhaveunderstoodthecompletetenderdocumentand are
clear about the requirements of the tender document.
(vii) Bid documents may be scanned with 100 dpi with black and white option which helps in reducing
size of the scanned document. For the file size of less than 1 MB, the transaction uploading time will
be very fast.
(viii) If price quotes are required in XLS format, utmost care shall be taken for uploading
Schedule of quantities Prices and any changed/modification of the price schedule shall
render it unfit for bidding.
Bidders shall download the Schedule of Quantities & Prices i.e. Schedule-A, in XLS format
and save it without changing the name of the file. Bidder shall quote their rate in figures in

4
the appropriate cells, thereafter save and upload the file in financial bid cover (Price bid)
only.

If the template of t h e Schedule of Quantities & Prices file is found to be modified/corrupted


in the eventuality by the bidder, the bid will be rejected. The bidders are cautioned that
uploading of financial bid elsewhere i.e. other than in cover 2 will result in rejection of the tender.
(ix) Bidders shall submit their bids through a n online e-tendering system to the Tender
Inviting Authority(TIA)well before the bid submission end date & time (as per Server System Clock).
The TIA will not be held responsible for any sort of delay or the difficulties faced during the
submission of bids online by the bidders at the eleventh hour.
(x) After the bid submission (i.e. after Clicking “Freeze Bid Submission” in the portal), the bidders
shall take print out of system generated acknowledgment number and keep it as a record of
evidence for online submission of the bid, which will also act as an entry pass to participate in the
bid opening.
(xi) Bidders should follow the server time being displayed on the bidder’s dashboard at the top of the
tender site, which shall be considered valid for all actions of requesting, bid submission, bid
opening etc., in the e-tender system.
(xii) All the documents being submitted by the bidders would be encrypted using PKI (Public Key
Infrastructure) encryption techniques to ensure the secrecy of the data. The data entered cannot be
viewed by unauthorized persons until the time of bid opening. The confidentiality of the bids is
maintained using the secured Socket Layer 128-bit encryption technology.

ASSISTANCE TO BIDDERS:

(i) Any queries relating to the tender document and the terms and conditions contained in the tender
should be addressed to the Tender Inviting Authority for a tender or the relevant contract person
indicated in the tender. The contact number is 079-23977100 between 10:30 hrs. to 17:00 hrs.

(ii) Any queries relating to the process of online bid submission or queries relating to CPP Portal in
general may be directed to the 24X7 CPP Portal Helpdesk. The 24 x 7 Help Desk Number 0120-
4200462, 0120-4001002 and 0120-4001005. The helpdesk email id is [email protected]

5
INSTRUCTION FOR e-PROCUREMENT

1. PREPARATION AND SUBMISSION OF BIDS:

a. The detailed tender documents may be downloaded from http://eprocure.gov.in/eprocure/app till the last
date of submission of the tender. The Tender may be submitted online through CPP Portal
http://eprocure.gov.in/eprocure/app
b. The bidder should submit the bid online in two parts viz. Technical Bid and Financial Bid. Technical Bid
should be uploaded online in cover 1and Financial Bid in “. Xls” should be upload online incover-2
2. SUBMISSION OF THE BID : All interested eligible bidders are requested to submit their bids online
on CPP Portal: http://eprocure.gov.in/eprocure/app as per the criteria given in this document:
a. Technical Bid should be uploaded online in cover-1.
b. Financial Bid should be uploaded online in cover-2
Both Technical and Financial Bid covers should be placed online on the CPP Portal
(http://eprocure.gov.in/eprocure/app).

3. TECHNICAL BID: Signed and Scanned copies of the Technical bid documents must be submitted
online on the CPP Portal: http://eprocure.gov.in/eprocure/app.
a) List of Documents to be scanned and uploaded (Under Cover-1) within the period of bid
submission: -
i. Scanned copy of Bank details. (Bank details of the principal supplier in case of Import shipments)
ii. Scanned copy of work experience.
iii. Scanned copy of the certificate of GST. (GSTIN of Indian Agent in case of Import Shipments)
iv. Scan copy of tender acceptance letter.
v. Scanned copy of specifications or brochures (if any).
vi. Scanned copy of other documents mentioned in the tender document (if any)
b) For Import Shipments – Shipping Terms Ex-Works/FOR Destination is only accepted.

NOTE - no indication of the rates/amounts be made in any of the documents submitted with
the TC-BID.

4. Financial Bid
a. The currency of all quoted rates shall be Indian Rupees (INR). All payment shall be
made in Indian Rupees.
b. In preparing the financial bids, bidders are expected to take into account the
requirements and conditions laid down in this Tender document. The financial bids
should be uploaded online as per the specified “.Xls” format i.e. Price Bid Excel sheet
attached as ‘.Xls’ with the tender and based on the scope of work, service conditions
andothertermsoftheTenderdocument.Itshouldincludeallcostsassociatedwiththe Terms
of Reference/Scope of Work of the assignment.
c. The Financial Proposal should be inclusive of all applicable taxes, duties, fees, levies,
and other charges imposed under the applicable laws. The rates quoted in the Tender are
inclusive of all applicable taxes, duties etc. except service tax. The service tax
6
component shall be re-immersible by the department after receipt of paid challans etc. if
applicable.
5. Last Date for Submission of Tender:
a. Online bids complete in all respects, must be submitted on or before the last date and
time specified in the schedule of events.
b. The NFSU, Gandhinagar may, at its discretion, alter/extend the last date for
submission of tenders.
6. Bid Validity
a. All the Bids must be valid for 180 days from the last date of submission of the tender for
execution of the Contract. However, the quoted rates should be valid for the initial/
extended period of the Contract from the effective date of the Contract. No request will
be considered for price revision during the original Contract period.
b. A bid valid for a shorter period shall be declared as non-responsive.
c. In exceptional circumstances, prior to expiry of the original time limit, NFSU,
Gandhinagar may request the bidders to extend the period of validity for a specified
additional period
Beyond the original validity of 90 days. The request and the bidders' responses shall be
made in writing. The bidders, not agreeing for such extensions will be allowed to
withdraw their bids without forfeiture of their Bid Security.
7. Modification / Substitution/ Withdrawal of bids:
a. No Bid shall be modified, substituted or withdrawn by the Bidder after the Bid’s due
Date.
b. Any alteration/ modification in the Bid or additional information supplied subsequent to
the Bid's due Date, unless the same has been expressly sought for by the Authority, shall
be disregarded.
8. Rejection of the Bid: The bid submitted shall become invalid and tender fee shall not be refunded
if: -
a. The bidder is found ineligible.
b. The bidder does not upload all the documents as stipulated in the bid document.

7
INVITATION TO TENDER

E‐tender /Online bids are invited for reputed firms from eligible bidders for Procurement/ Renewal of
MATLAB Academic Campus License Full Suite (03 Years)

Please note all bid related documents scanned copy is to be submitted on the online portal, only
Demand draft has to physical reach on mentioned address. (If applicable)

The tender document along with other details may be downloaded from the CPP Portal:
http://eprocure.gov.in/eprocure/app

The acceptance of the quotation will rest with the competent authority of NFSU, Gandhinagar who does not
bind himself 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.

Sd/-
Campus Director
NFSU, Gandhinagar

8
Tender document

No: G-C/C. Pur. /3-19/2024/ 1319 Date: - 12.12.2024

Sub: Quotation for “ Procurement / Renewal of MATLAB Academic Campus License Full Suite (03 Years) reg.

Our Enquiry No: No:G - C / C - P u r / 3 - 1 9 / 2 0 2 4


Last date for Submission: 2 6 . 1 2 . 2 0 2 4 1 8 . 0 0 hrs.
Date of Opening: 28.12.2024(10.00 Hrs.)

We are interested in procuring the below-mentioned material(s). Kindly submit your quotation online on or
before 21.11.2024 by 18.00 hrs.

Sl. No. Brief description of the material(s) Qty.

1. Procurement / Renewal of MATLAB Academic 1 No


Campus License Full Suite (03 Years)

Terms and Conditions:

1. The OEM Submitting the proposal should submit the details of supply and i n s t a l l a t i o n s of “”
done in other reputed institutes and Universities in India.

2. Quotations must be valid for 180 days from the date of opening of Commercial bid.
3. Delivery period will be 4-6 weeks.

4. NFSU Gandhinagar is registered with Dept. of Scientific & Industrial Research, Govt. of India and
thus is exempted from excise duty vide notification No. TU/V/RG- CDE (1155)/2022 dated 16.9.2022
and concessional customs duty is leviable vide notification no. TU/V/RG- CDE (1155)/2022 dated
16.9.2022
5. NFSU Gandhinagar will provide Custom Duty Exemption Certificate.
6. TENDER Specific Manufacturer Authorization Form from OEM Required.
7. The Institute reserves the right of accepting or rejecting any quotations without assigning any reason
thereof.

10
8. The mode of dispatch of the items must be mentioned clearly in the quotation.

9. Samples, if called for, shall be submitted free of charge and with no obligation basis.
10. The offered delivery period shall have to be strictly adhered to incase an order is placed.

11. Penalty Clause for delays: The applicable rate is 0.5% per week & maximum deduction is 10% of
the contract price.

12. All prices should be FOR Destination.

13. For any queries please mail us at [email protected] Contact No: 079-23977100

14. Payment will be done only after certification from the intender that the equipment has been
successfully installed and working is satisfactory.

15. Bank Guarantees for PBG (5% of the PO value)/Advance Payment etc., wherever applicable, shall be
submitted from any nationalized/scheduled bank. The formats of bank guarantee required if any, may be
obtained on request. The banks issuing the guarantees must be requested by the bidder to immediately send
an unstamped duplicate copy of the guarantee by registered post (A.D) directly to the purchaser with
a covering letter, to facilitate its 475 verification.
16. All disputes arising out of this shall be referred to the sole arbitrator appointed by Campus Director, NFSU
Gandhinagar

17. Tender conditions (printed on the reverse), if any, or otherwise sent along with the tender shall not be binding
on us.

18. All the above instructions and our standard terms and conditions must be complied failing which your offer
may be liable for rejection.

19. This is only an enquiry and not a purchase order.

20. The Purchaser reserves the right to accept or reject any bid, and to annual the bidding process and reject all
bids at any time prior to award of Contract, without thereby incurring any liability to the affected Bidder or
Bidders

21. This tender is compliance with Public Procurement (Preference to Make in India) Order,2017 under Rule
153 (iii) of the GFR 2017.

22. In event of award of contract in your favour, you need to submit a Performance Bank Guarantee valid
for a period of 2 months beyond the warranty period. (where ever applicable)

10
Appendix

Annexure-I
TECHNICAL COMPLIANCE REPORT
TENDER NO:

NAME OF ITEM: Procurement/Renewal of MATLAB Academic Campus License Full Suite (03 Year
validity)
Manufacturer__________________Brand_____________Model_____________________
Sr. Technical Specifications Numeric Whether
No. Values & Comply
Other (Yes/No)
Informat
ion
1 As per the standard of Matlab & Simulink Software
( MATLAB Academic Campus License Full Suite for 3 Years.)

1. Matrix-Based Language
Software should base around matrix operations, which makes
it highly efficient for tasks involving large datasets, linear
algebra, and multidimensional arrays. It should be optimized
for matrix manipulations at the core of its language and
architecture.

2. Extensive Built-in Functions for Engineering and


Scientific Computation
Software should provides an extensive set of functions
specifically designed for applications in engineering, physics,
control systems, signal processing, EV system and other
scientific fields. The integration of these functions into a single
software solutions.

3. Model base Simulation Integration


Software should offers a graphical environment for modeling,
simulating, and analyzing dynamic systems. It should be
compatible for control systems, communication systems, and
embedded system design. The integration of Software should
offers seamless collaboration between graphical and script-
based modeling.

4. Advanced Plotting and Visualization Tools


Software should excels in high-quality 2D and 3D plotting and
visualization, with robust customization options for graphs,
charts, and interactive visualizations data exploration and
presentation.

5. Toolboxes and Application-Specific Libraries


Software should have readily available wide range of
specialized libraries for specific domains such as signal
processing, machine learning, image processing, optimization,
and computational biology. It should provide extensive,
domain-specific functionality seamlessly integrated with
multidisciplinary department.

6. Live Scripts and Interactive Code


Software should have Live Editor allows users to create
interactive scripts that combine code, output, and formatted text
in a single document. This makes it easier to develop and share
code with detailed explanations and results embedded. The
interactive nature of Live Scripts provides a notebook-like
environment for both coding and documenting.

7. Compiler for Code Deployment


Software should support compiling code into standalone
executables, which can be run on machines without a core
software license to deploy applications built on software to end
users who don’t have access to the software.

8. Parallel Computing support


Software should have powerful built-in parallel computing
capabilities, enabling users to speed up computations by
distributing them across multiple cores, GPUs, or even cloud
resources. This integration of parallel processing should be
streamlined with software to making it easier to implement and
manage parallel workloads.

9. Integration with External Tools and Languages


Software should allow integration with other programming
languages and tools such as Python, C/C++, Java, MATLAB
and Fortran, as well as external hardware and sensors. It should
have built-in functions and extensive support for interfacing
with these external tools make it particularly versatile for
custom solutions.

10. Online and Cloud Services


Software should support Online enables users to run software
on the cloud directly through a web browser, without needing
to install the software locally. This makes it convenient for
collaboration and access from different devices. Additional,
capabilities should be cloud-based services for big data,
machine learning, and deep learning resources for handling
complex computations in the cloud.

11. Interactive App Designer


Software should have App Designer facilities to allows users to
build custom graphical user interfaces (GUIs) for their
applications. The drag-and-drop interface, along with code-
based customization, makes it easy to create and develop user-
friendly interactive applications.

12. Mathematical modelling capabilities


Software should have capabilities for symbolic computation,
such as solving algebraic equations, performing symbolic
differentiation, and integration, and manipulating symbolic
expressions for numerical and symbolic computation.

Software must have Capabilities & Features like:


1. High-Level Programming Language: Enables
users to write complex algorithms and mathematical
operations efficiently.
2. Unlimited Access: Unrestricted usage without
limitations for every faculty, staff, and student from
anywhere On and Off Campus with and without
internet access.
3. Online and Offline Access: Supports both online
and offline usage.
4. Multi-Platform Access: Accessible on desktops
and mobile devices.
5. Cloud Integration: Enables cloud-based storage,
collaboration.
6. Self-Paced Learning Resources: Offers online
courses and tutorials for self-guided learning.
7. Auto Grading Option: Create and grade
assignments automatically, provide immediate
feedback and facilitate efficient assessment.
8. Software Update: to ensure rapid innovation,
maintain high quality, and provide timely bug fixes
and feature enhancements, keeping users at the
forefront of technological advancements.
9. Model-Based Design: Facilitates the creation and
simulation of complex systems using visual models.
10. AI/ML Integration: Supports the development and
deployment of AI and machine learning
applications.
11. IoT and Hardware Connectivity: Must have
options to work with Internet of Thing & Hardware
Implementation.
12. Multidomain Simulation: Simulates systems with
diverse components, such as electrical, mechanical,
and control systems.
13. Automatic Code Generation: Generates optimized
code for various target platforms, including
embedded systems.
14. Hardware-in-the-Loop (HIL) Simulation: Tests
system performance in a realistic environment with
real-world hardware components.
15. Rapid Prototyping: Accelerates the development
process by enabling quick iterations and testing.
16. Physical Modeling: Models physical systems and
their interactions with other components.
17. Control System Design: Designs and analyses
control systems for various applications.
18. Signal Processing and Communications Design:
Develops algorithms for signal processing and
communication systems.
19. Embedded System Design: Designs and
implements embedded systems for various
applications.
20. Customization and Extension: Allows users to
customize the software to meet specific needs and
extend its capabilities.
21. Comprehensive Documentation and Examples:
Provides extensive documentation and practical
examples.
22. Academic Support: Offers curriculum materials
and resources for teaching and research.
23. Additional Classroom Resources: Engage
students in active learning—online or in the
classroom—using industry-standard tools.
24. Campus Wide Access: Software license should be
minimum for 3 years with update/Upgrade and
technical support with access to whole campus
without dependency on LAN/WAN.
2 Installation and training;
Installation and training at customer’s site.
[B] IMPORTANT TERMS AND CONDITION FOR SUPPLY

1. Delivery:(FORD)
Campus Director,
National Forensic Sciences University
Gandhinagar Campus Sector 9,
Gandhinagar Gujarat-382007
Ph: 079-23977104
Email: [email protected]
2. Installation/Inspection: NFSU, Gandhinagar
Campus
3. DSIR Certificate:
This University DSIR Certificate to availing the
custom duty exemption as per notification of
Ministry of Science and Technology, Department
of Scientific and Industrial Research Government
of INDIA.
DSIR No: TU/RG-CDE (1155)/ 2022Dtd:
16/09/2022 valid up to
31/08/2025.andNotification No: 42/2022-
Customs Dtd: 13/07/2022.
4. The vendor should submit past performance
certificate/report from the previous supply/User.
5. Should have supplied similar type of item to any of
the government/private/PSU organization.
6. Payment: By NFSU Gandhinagar Campus
7. Notification Regarding GST:
As per Govt. of India Ministry of Finance
(Department of Revenue) Notification No:
11/2022-Central tax - (Rate) Dtd: 13/07/2022
Taxes will be livable as per GST prevailing rules
and regulation.

I have also enclosed all relevant documents in support of my claims, (as above) in the following pages.
(Signature of Bidder) Name: ______________________
Seal of Bidder
ANNEXURE-II

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 documents from Page
No. to (including all documents like annexure(s), schedule(s), etc..,), which form part of the
contract agreement and I / we shall abide hereby by the terms / conditions / clauses contained therein.
3. The corrigendum(s) issued from time to time by your department/ organization too have also been taken into
consideration, while submitting this acceptance letter.
4. I / We hereby unconditionally accept the tender conditions of above mentioned tender document(s) /
corrigendum(s) in its totality /entirety.
5. I / We do hereby declare that our Firm has not been blacklisted/ debarred/ terminated/ banned by any Govt.
Department/Public sector undertaking.
6. I / We certify that all information furnished by our Firm is true & correct and in the event that the information is
found to be incorrect/untrue or found violated, then your department/ organization shall without giving any notice
or reason therefore or summarily reject the bidder terminates the contract, without prejudice to any other rights or
remedy including the forfeiture of the full said earnest money deposit absolutely.

Yours Faithfully,
(Name & Signature of the Bidder, with Official
Seal)
Annexure-III
<<Organization Letter Head>>
DECLARATION SHEET

We,_________________________________________hereby certify that all the information and data furnished by


our organization with regard to tender (no.________________________________________) specification are true
and complete to the best of our knowledge. I have gone through the specification, conditions and stipulations in details
and agreed to comply with the requirements and intent of specification.
This is certified that our organization has been authorized (Copy attached) by the OEM to participate in Tender. We
further certified that our organization meets all the conditions of eligibility criterial laid down in this tender document.
Moreover, OEM has agreed to support on regular basis with technology / product updates and extend support for the
warranty.
The price quoted in the financial bids are subsidized due to supply to academic/government organization.
We, further specifically certify that our organization has not been Black Listed/De Listed or put to way Holiday by
any Institutional Agency/ Govt. Department/ Public Sector Undertaking in the last three years.

1 Name of the
Vendor/Manufacturer/Agent
2 Address of the
Vendor/Manufacturer/Agent
3 Contact Number

4 E-Mail

5 Contact Person Name

6 Mobile Number

7 GST Number of of the


Vendor/Manufacturer/Agent
8 PAN of of the
Vendor/Manufacturer/Agent

(Name & Signature of Bidder)


Name: ______________________
Seal of Bidder
Annexure-IV
Tender No:
TENDER FEES, EMD AND BANK DETAILS
1. Tender Fees
Amount (Rs.)
Bank Name
Branch Name
DD No.
DD Date
If exempted, fill the details of exemption
(Please attach the relevant document)
Note: Please attach Scan copy of DD along with this form.
2. EMD
Amount (Rs.)
Bank Name
Branch Name
DD No.
DD Date
If exempted, fill the details of exemption
(Please attach the relevant document)
Note: Please attach Scan copy of DD along with this form.

3. Bank Details of Bidder/Tenderer


Name of Bidder/Account Holder Name

Email id

Contact No.

PAN

Bank Name

Account No.

IFSC

Type of Account

Note: Please attach original cancelled cheque along with this form. (Signature of Bidder)
Name and Seal of Bidder_________________
ANNEXURE - V

Lowest Price Certificate

I/We do hereby certify that prices quoted by us against this tender are the lowest and not higher than as
applicable to other Govt. Deptt. / Undertakings.

We also certify that the quoted rates are not higher than rates quoted / prices charged by us for same items
to other Customers.

Date: (Seal & Signature of the Tenderer)

ANNEXURE-VI
Price Fall Clause Certificate

I/We undertake that we have not offered to supply / supplied / is not supplying same or similar product /
systems or sub systems at a price lower than that offered in the present bid in respect of any
Organization/Ministry Department of the Govt. of India. and/or its Subsidiaries or other PSU or any other
private organization during the currency of the contract and if it is found at any stage that same or similar
product/systems or sub systems was supplied by the bidder to any Organization/Ministry/Department of the
Govt. of India/ State Govt. or other PSU or any other private organization at a lower price during the currency
of the contract, then that very price will be applicable to the present case and the difference in the cost would
be refunded by the bidder to buyer, if the contract has already been concluded.

I/We also accept that:

1. I/We have to submit a copy of the last (latest) purchase order for the similar/ordered item(s) received from any
Organization/Ministry/Department of the Govt. of India and/or its Subsidiaries or other PSU or any other private
organization, along with the offer.
2. We will inform the purchaser of offer to supply/supply of the similar/ordered item(s) at a lower rate to any
Organization/Ministry/Department of the Govt. of India and/or its Subsidiaries or other PSU or any other private
organization during the currency of the contract.
3. We will submit a certificate along with the bill(s) that – “We have not offered to supply/supplied the
similar/ordered item(s) at a lower rate to any Organization/Ministry/Department of the Govt. of India
and/or its Subsidiaries or other PSU or any other private organization.”

Date: Signature of the Tenderer

Seal of the Firm


ANNEXURE - VII

Quality Certificate

I/We certify that there has not been any complaint against the quality of our products supplied to
Government Departments or Public Sector Undertakings/Other organizations.

Date:
(Seal & Signature of the Tenderer)

ANNEXURE - VIII

No Deviation Certificate

“We declare that there is no deviation from the NIT terms and conditions in the offer submitted by us.”

Date:

(Seal & Signature of the Tenderer)

ANNEXURE - IX

Declaration Regarding Banning/De-listing

The bidder as well as the manufacturer (if bidder is not the manufacturer) will give a declaration -

“We have not been banned or de-listed or debarred or ‘Put on Holiday’ by any Government or quasi-
Government agencies or PSUs.”

Date: (Seal & Signature of the Tenderer)

(N.B.: If a bidder has been banned or de­ listed or debarred or ‘Put on Holiday’ by any Government or
quasigovernment agencies or PSU, this fact must be clearly stated and it may not necessarily be a cause
for disqualifying them. If this declaration is not given, the bid will be rejected as non- responsive.)
ANNEXURE - X

Certificate regarding procurement from a bidder of a country which shares a land


border with India

“We have read the clauses regarding restrictions on procurement from a bidder of a country
which shares a land border with India, as per Office Memorandums issued by Department of
Expenditure, PPD, Ministry of Finance, under F.No.6/18/2019-PPD and we hereby certify that our
firm is not from such a country and is eligible to be considered”

OR

However, if any bidder falls in the category of bidders as indicated in the Definitions clause at cl no: 6,
7, 8, 9 and 10 of Order (F.No.6/18/2019-PPD, Public Procurement no. 1) Dt. 23- 07-2020, should submit
the certificate as under:

“We have read the clauses regarding restrictions on procurement from a bidder of a country
which shares a land border with India as per Office Memorandums issued by the Department of
Expenditure, PPD, Ministry of Finance under F.No.6/18/2019-PPD and we hereby certify that
our firm is from such a country and has been registered with Competent Authority (specifiedin
Annexure -I of Order (F.No.6/18/2019-PPD, Public Procurement no. 1) dt. 23-07-2020) and further
certify that our firm fulfills all requirements in this regard and is eligible to be considered. The
evidence of valid registration by the Competent Authority is attached herewith.”

Authorized Signatory of Bidder

Date:

Seal of the firm

N.B.:
1. To choose any one of the above mentioned conditions, whichever is applicable.
2. In case of Indian Agents of the Local Suppliers quoting against the Tender, both the Indian Agent and their
Principals should submit the above mentioned certificates.
Annexure – XI
DECLARATION OF LOCAL CONTENT
(To be given on Company Letter Head – For tender value below Rs.10 Crores)
(To be given by Statutory Auditor/Cost Accountant/ CA for tender value above Rs.10 Crores)
To,
The Campus Director,
National Forensic Sciences University,
Gandhinagar – 382 007

Subject: - Declaration of Local Content

Tender Reference No: ____________________

Name of Tender/Work: ____________________________________________________

1. Country of Origin of Goods being offered: __________________________________


2. We hereby declare that items offered has ____________% local content
3. Details of the Location at which the Local Value Addition is made ________________
4. Details of Local Content _________________________________________________

“Local Content” means the amount of value added in India which shall, unless otherwise prescribed by the Nodal
Ministry, be the total value of the item procured (excluding net domestic indirect taxes) minus the value of the imported
content in the item (including all customs duties) as a proportion of the total value, in percent.
Bidder offering Imported products will fall under the category of Non Local Suppliers. They cannot claim
themselves as Class-I or Class-II Local Suppliers by claiming the services such as Transportation, Insurance,
Installation, Commissioning, Training and after Sale Service Support like AMC/CMC etc. as Local Value
Addition.
“*False declaration will be in breach of Code of Integrity under Rule 175 (1) (i) (h) of the General Financial Rules for
which a bidder or its successors can be debarred for up to two years as per Rule 151 (iii) of the General Financial Rules
along with such other actions as may be permissible under law.”

Yours faithfully,

(Signature of the bidder, with Official Seal)

Note: It is mandatory for bidders to quote items having local content minimum 20%. Refer revised Public Procurement
(Preference to Make in India), Order 2017, No. P-45021/2/2017-PP (B.E-II) dated 16.09.2020 issued by DPIIT,
Ministry of Commerce and Industry, Govt. of India. (Submit duly filled Annexure VIII for the same). The Annexure
VIII once submitted in the Technical Bid will be final. Submission of Revised Annexure VIII will NOT be accepted.
Annexure-XII
Certificate of Guarantee/Warranty
(on letter head)
I / We certify that the guarantee / warranty shall be given for a period of 03 (Three Year) starting from the
date of the satisfactory installation, commissioning and handling over of the equipment and the work
completed under the contract. During the guarantee / warranty period, I / we shall provide the “after sale
service” and the replacement of defective / or any part(s) of the equipment or rectification of defects of work
of the equipment will be free of cost. The replacement of the parts shall be arranged by us, at our own cost
and responsibility. We undertake that the above guarantee / warranty shall begin only from the date of
successful installation. The benefit of change in dates of the guarantee / warranty period shall be in the
interest of the user / your organization.
I / We shall try to repair the equipment at purchaser/consignee premises. However, in case it is not possible
to repair the equipment at purchaser/consignee premises, we will take out the equipment to our site on our
own expenses. We shall take the entire responsibility for the safe custody and transportation of the equipment
taken out for repairs till the equipment is rehabilitated to the purchaser/consignee after repair. If any loss of
equipment occurred during our custody, we will restore it / compensate to purchaser/consignee for such
losses.
I / We guarantee that in case we fail to carry out the maintenance work within the stipulated period, the
purchaser/consignee reserves the right to get the maintenance work carried out at our risk, cost and
responsibility after informing us. The expenses of the same shall be recoverable from us with / without
interest in accordance with the circumstances.
I / We undertake to perform calibration after every major repair / breakdown / taking the equipment out for
repair from the purchaser/consignee premises. I / We guarantee that we will supply spare parts, if and when
required on agreed basis for an agreed price. The agreed basis could be an agreed discount on the published
catalogue price.
I / We guarantee to the effect that before going out of production of the spare parts, we will give the adequate
advance notice to purchaser/consignee so that purchaser/consignee may undertake to procure the balance of
the life time requirements of the spare parts.
Annexure-XIII
PREVIOUS SUPPLY ORDER DETAILS
Name of the Firm ________________________________
Has the
equipment Contact
been person
Order Description Date of
installed along with
Placed by Order and Completion
Value of satisfactoril Telephone
(Full No. and quantity of of delivery
order y (Attach a No., Fax
address of Date order as per
Certificate No. and
Purchaser) equipment contract
from the email
Purchaser/ address
Consignee)

Signature and Seal of the Manufacturer / Bidder


_______________________________________
Place: __________________________________
Date: __________________________________

19
Annexure – XIV
FORMAT FOR MANUFACTURER’S AUTHORISATION LETTER
(On letter head)
Tender No: Date:

To,
The Campus Director,
National Forensic Sciences University,
Gandhinagar – 382 007

Sub.: Authorization Letter.

Dear Sir,

We, __________________________, who are established and reputed manufactures of


_____________________, having factory at _____________________, hereby authorize M/s.
_________________________ (name & address of Indian distributor/ agent) to bid and conclude
the order with you for the above goods manufactured by us.
We shall remain responsible for the tender/ contract/ agreement by the said
M/s._________________________________, jointly and severely.
We ensure that we would also support/ facilitate the M/s______________________ on regular basis
with technology/ product updates for up-gradation/ maintains/ repairing/ servicing of the supplied
goods manufactured by us, during the warranty period.
In case duties of the Indian agent/ distributor are changed or agent/ distributor is changed it shall be
obligatory on us to automatically transfer all the duties and obligations to the new Indian Agent
failing which we will ipso-facto become liable for all acts of commission or omission on the part of
new Indian Agent/ distributor.

Yours Faithfully,

(Name)
(Name & Seal of Manufactures)

Note: This letter of authorization should be on the letterhead of the manufacturing concern and
should be signed by a person competent and having the power of attorney to bind the manufacturer.

20
Annexure-XV
List. of Industries, Forensic Labs, Government, Semi-Government, Autonomous body, Private Sector
and Educational Establishment
List of Industries, Forensic Labs, Government, Semi-Government, Autonomous body,
Private Sector and Educational Establishment for whom the Bidder has undertaken such
work during last three years (must be supported with work orders)
Name of Contact
Name of Organization Contact No.
Person

Name of application specialist / Service Engineer who have the technical


competency to handle and support the quoted product during the warranty
period.
Name of Contact
Name of Organization Contact No.
Person

Signature of Bidder
Name: ___________________________________
Designation: ______________________________
Organization Name: ________________________
Contact No.: ______________________________

21

You might also like