(Instruction read and Complied/Term and Conditions Accepted) Page 1 (Sign and Seal of Bidder) REGIONAL OFFICE (GOA) EMPLOYEES' STATE INSURANCE CORPORATION (Ministry of Labour & Employment, Government of India) Regional Office, Panchdeep Bhavan, EDC, Plot No. 23, Patto Plaza, Panaji, Goa - 403001 Phone: 0832-2438870/0832-2437977 Website: www.esic.nic.in e-mail id: [email protected]Re-E - TENDER FOR “ DIS-INFESTATION, RODENT CONTROL AND ANTI TERMITE TREATMENT AT ESIC REGIONAL OFFICE, PANAJI, BRANCH OFFICE AT MAPUSA, PONDA & VASCO AND STAFF QUARTERS, TALEIGAO, GOA.” BID DOCUMENT Issued by:- (Regional Director)
21
Embed
REGIONAL OFFICE (GOA) EMPLOYEES' STATE INSURANCE … · 2020. 9. 1. · (Instruction read and Complied/Term and Conditions Accepted) Page 1 (Sign and Seal of Bidder) REGIONAL OFFICE
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
(Instruction read and Complied/Term and Conditions Accepted) Page 1 (Sign and Seal of Bidder)
REGIONAL OFFICE (GOA)
EMPLOYEES' STATE INSURANCE CORPORATION
(Ministry of Labour & Employment, Government of India)
Name of work: Dis-infestation, rodent control and anti termite treatment at ESIC
Regional Office, Panaji, Branch office at Mapusa, Ponda & Vasco and Staff Quarters,
Taleigao, Goa.
a. Sealed Item Rate Tender under two envelopes system are invited from eligible
bidders for Dis-infestation, rodent control and anti termite treatment at ESIC
Regional Office, Panaji, Branch office at Mapusa, Ponda & Vasco and Staff
Quarters, Taleigao.
b. The contract will be for the one year and may further be extended on performance
basis.
c. The terms Dis-infestation, rodent control and Anti-Termite states as:
i. Dis-infestation: This service should be carried out for controlling all types of
crawling insects such as cockroaches, silverfish, red ants, black ants, spiders, lizards etc.
The services will be provided in the entire office area by gel application or by spray accoding to frequency mentioned in tender. Drainage chambers also to be treated with pesticide and
anti-bacterial compound.
ii. Rodent Control: This services will carried out for controlling rat problem inside as
well as outside the premises and safeguarding the important files, papers, Boxes,
carpets, electrical and Telephone wiring, wooden ceiling, paneling, cardboards, raw
materials etc. from rodents damage. This service will be provided in the entire. The
premise inside the building area including office cabins, rooms’ toilets corridors, false
ceilings etc. and outside the building premises. The treatment will be carried out by
mechanical trapping with glass cleaning chemicals/agents and cleaning of partitions,
paneling etc. Trap boxes or tunnels along with glue pads placed on each floor
including basement area and service provider will keep on changing their
location/position during his visit at the premises, using glue-boards and poison baiting
in outside area only. The bidder would provide Rodent control for control of Rats,
(Instruction read and Complied/Term and Conditions Accepted) Page 6 (Sign and Seal of Bidder)
PREPARATION OF BIDS
1) Bidders should take into account any corrigendum published on the tender document
before submitting their bids.
2) Please go through the tender advertisement and the tender document carefully to
understand the documents required to be submitted as part of the bid. Please 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 document that need to be
submitted. Any deviation from these may lead to the rejection of the bid.
3) Bidder, in advance, should get ready the bid documents to be submitted as indicated in
the tender document / schedule and generally, they can be in PDF / XLS / RAR / DWF /
JPG formats. Bid documents may be scanned with 100 dpi with black and white option
which helps in reducing size of the scanned document.
4) To avoid the time and effort required in uploading the same set of standard documents
which are required to be submitted as a part of every bid, a provision of uploading such
standard documents (e.g. PAN card copy, annual reports, auditor certificates etc.) has
been provided to the bidders. Bidders can use “My Space” or “Other Important
Documents” area available to them to upload such documents. These documents may be
directly submitted from the “My Space” area while submitting a bid, and need not to be
uploaded again and again. This will lead to a reduction in the time required for bid
submission process.
Note: My documents space is only a repository given to the Bidders to ease the uploading
process. If Bidder has uploaded his Documents in My Documents space, this does
not automatically ensure these Documents beings part of Technical Bid.
SUBMISSION OF BIDS
1) Bidder should log into the site well in advance for bid submission so that they can
upload the bid in time i.e. on or before the bid submission time. Bidder will be
responsible for any delay due to other issues.
2) The bidder has to digitally sign and upload the required bid documents one by one as
indicated in the tender document.
3) Bidder has to select the payment option as “offline” to pay the tender fee / EMD as
indicated in the tender document.
4) Bidder should prepare the EMD as per the instruction specified in the tender document.
The original should be posted /couriered/given in person to the concerned official, latest
by the last date of bid submission or as specified in the tender documents. The details of
the DD/any other accepted instrument, 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.
5) Bidders are requested to note that they should necessarily submit their financial bids in
the format provided and no other format is acceptable. If the price bid has given as a
standard BoQ format with tender document, then the same is to be downloaded and to be
filled by all the bidders. Bidders are required to download the BoQ file, open it and
complete the white coloured (unprotected) cells with their respective financial quotes
and other details (Such as name of the bidder). No other cells should be changed. Once
(Instruction read and Complied/Term and Conditions Accepted) Page 7 (Sign and Seal of Bidder)
the details have been completed, the bidder should save it and submit it online, without
changing the filename. If the BoQ file is found to be modified by the bidder, the bid will
be rejected.
6) The server time (which is displayed on the bidders’ dashboard) will be considered as the
standard time for referencing the deadlines for submission of the bids by the bidders,
opening of bids etc. The bidders follow this time during bid submission.
7) All the documents being submitted by the bidders would be encrypted using PKI
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. Data
storage encryption of sensitive fields is done. Any bid document that is uploaded to the
server is subjected to symmetric encryption using a system generated symmetric key.
Further this key is subjected to asymmetric encryption using buyers/bid opener’s public
keys. Overall, the uploaded tender documents become readable only after the tender
opening by the authorized bid openers.
8) Upon the successful and timely submission of bids (i.e. after Clicking “Freeze Bid
Submission” in the portal), the portal will give a successful bid submission message & a
bid summary will be displayed with the bid no. and the date & time of submission of the
bid with all other relevant details.
9) The bid summary has to be printed and kept as an acknowledgement of the submission
of the bid. This acknowledgement may be used as an entry pass for any bid opening
meetings.
ASSISTANCE TO BIDDERS
1) Any queries relating to tender document and the terms and conditions contained therein
should be addressed to the Tender Inviting Authority for a tender or the relevant contact
person indicated in the tender.
2) 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.
(Instruction read and Complied/Term and Conditions Accepted) Page 8 (Sign and Seal of Bidder)
Annexure-C
ELIGIBILITY CRITERIA FOR BIDDERS
SL. NO. COMPONENT OF WORK ELIGIBILITY
1. Dis-infestation, Rodent control
and Termite control
Registered and licensed pest control
services.
Rest Eligibility conditions as given below.
1. The bidder should have minimum three years experience as on last day of the month previous to the one in which tenders are invited in similar nature of works. (Similar nature of works
means that the applicant should have completed the Pest control services in Central Govt.
2. Average Annual Financial turnover during the immediate last 3 consecutive financial years
should be at least Rs 1,20,000/-(rupees one lakh and twenty thousand only)(copies of Balance Sheets signed by Chartered Accountant to be submitted online).
3. The Bidder should possess PAN Card. Photocopy has to be submitted.
4. The bidder must be registered under ESIC/PF/GST Acts. Necessary photocopies of
registration Certificates to be submitted.
5. The applicant should have also successfully completed similar works in Central Govt. offices
/ State Govt. offices / attached offices / statutory bodies / PSU departments during the period
of last seven years ending on Last day of the month previous to the one in which tender are invited either of the following:
a) Three similar completed works costing not less than the amount equal to Rs 1,60,000/- (rupees onle lakh sixty thousand only)
Or
b) Two similar completed works costing not less than the amount equal Rs 2,40,000/- (rupees two lakhs fourty thousand only)
Or c) One similar completed works costing not less than the amount equal to Rs 3,20,000/-
(rupees three lakhs twenty thousand only)
(Their completion certificate along with cost of the work, period and nature of work in the prescribed Performa of the concerned department duly signed by the competent authority
should be furnished online)
6. The Tenderer must have to submit a Self-Certificate that they have not been indicted for any
criminal, fraudulent or anti-competition activity and have not been blacklisted by any Govt.
departments or otherwise.
(Instruction read and Complied/Term and Conditions Accepted) Page 9 (Sign and Seal of Bidder)
Annexure- D General Terms and Conditions
1. ESIC R.O. Panaji shall be hiring the services of Dis-infestation, Rodent Control and
Anti-Termite Treatment agency for ESIC Regional Office, Panaji, Branch office at
Mapusa, Ponda & Vasco and Staff Quarters, Taleigao.
2. The Tender should remain valid up to one year from date of awarding the contract
which could be extended further by 1 Year with the consent of Competent Authority.
However, on failure to provide the desired service, this office has the right to
terminate the contract anytime in addition to forfeit the Security Deposit of the
Contractor.
3. The Tender should be free from Corrections & Erasures. Use of correction fluid in
tender is prohibited, in case if use of fluid of correction is noticed any where in
Tender the same will be rejected. All amounts shall be indicated both in words as well
as in figures. Grand total amount quoted for General Pest Control & Anti Termite
Treatment together will be considered for the purpose of evaluation of Tender.
4. In case of breach of any conditions of the contract and for all types of losses caused
due to general pest control & anti termite treatment, the contractor shall fully
indemnify the office of the ESIC for such losses.
5. The bidders should have at least 3 years of experience in general pest control & anti
termite treatment in big Central Govt. offices / State Govt. offices / attached offices /
statutory bodies / PSU departments/Big organizations. Supporting documents of which is
to be submitted along with the tender.
6. The areas to be covered under the pest control will include the entire ESIC R.O.
building (including ESIC Branch Offices) as well as its surrounding including
drainage areas in order to control the habitats/breeding areas.
7. For items where required samples shall be prepared before starting the particular
items of work for prior approval of the competent authority of the office of the ESIC
shall be obtained on this account.
8. The Pest control has to be carried out weekly/fortnight preferably on Saturday.
9. The contractor shall be responsible to arrange at its on cost all necessary tools and
appliances required for execution of the work.
10. ESIC reserves his rights to accept or reject any or all tenders without assigning any
reason thereof.
(Instruction read and Complied/Term and Conditions Accepted) Page 10 (Sign and Seal of Bidder)
11. Payment will be made through ECS/NEFT only after satisfactory services rendered,
on quarterly basis.
12. The Tender received after stipulated time limit will not be accepted.
13. The firm should have Registration with statutory authority such as ESIC, EPF & Tax
authorities wherever applicable.
14. Where counter terms and conditions printed/written by the contractor, the same shall
not be deemed to have been accepted by us unless our written acceptance thereof is
obtained.
15. Earnest Money Deposit (EMD)
a) Bidders shall submit the EMD in the form of a Demand Draft issued by any
nationalized bank in favor of ESIC payable at Panaji, Goa and should be valid for
90 days from the due date of the tender.
b) EMD of all unsuccessful bidders would be refunded by ESIC within 1 month or on
30th day of the bidder being notified as being unsuccessful. The EMD, for the
amount mentioned above, of successful bidder would be returned upon
submission of Performance Bank Guarantee.
c) The EMD amount is interest free and will be refundable to the unsuccessful bidders
without any accrued interest on it.
d) The bid/ proposal submitted without EMD, mentioned above, will be summarily
rejected.
e) The EMD may be forfeited:
1. If the Bidder withdraws or amends it's tender or impairs or derogate from the
tender in any respect within the period of tender.
2. If the successful Bidder fails to furnish the required Bank Guarantee.
f) The EMD should be sealed in an envelope. The envelope should clearly show Name
of the company submitting the EMD and should be accompanied with the Bid
documents.
16. An agreement incorporating the terms & conditions will be executed between the
E.S.I. Corporation and the successful bidder on Rs. 100/- Non Judicial Stamp paper is
to be borne by the contractor.
17. Performance Security Deposit (10% of Sanctioned Tendered amount) is to be paid by
contractor as performance Guarantee and shall be refunded after six months the expiry
of the contract period (in case it is not extended/renewed further by 2 years) provided
the work done by party is of Standard Level and no objection is been raised against
the work done by the party.
18. In event of failure to execute the order as per terms and conditions and to the entire
satisfaction of his office work shall be entrusted to any other party at the risk & cost
(Instruction read and Complied/Term and Conditions Accepted) Page 11 (Sign and Seal of Bidder)
of the contractors and difference of rate if any will be recovered from contractor.
19. In case of dispute, the decision of ESIC will be deemed as final and binding.
20. Transfer of contract or sub contract is not permissible.
21. The entire work will be undertaken directly under the supervision of ESIC RO Panaji.
22. The agency will keep a record of the treatment done and the chemical used and
furnish the same to General branch R.O. Panaji on daily basis, during the treatment.
The contractor should keep a record of the work done by taking the signature of the in
charge of the flat / building.
23. The contractor will be responsible to dispose all insects/rodents and shall remove all
chemicals by cleaning/dusting the area after performing pest control services.
24. All equipments (Eg. Trap box, Glue trap) and consumable (Eg. Pesticide spray)
required for the service will be provided by the bidder at no extra cost.
25. The spray of insecticides, pest control service will shall be as per order.
26. The area/premises or number of services might be increased or decreased by 25% by
competent authority except for anti-termite the amount will be payable as per the
actual site execution irrespective of range of variation.
27. The Agency is allowed to draw the amount of the bill only on quarterly basis.
28. The rate may be quoted as per built up area separately and different building as per
the bill of quantity attached. The rate quoted for General Pest Control Treatment will
be for a period of one year. The rate quoted shall be firm and fixed and are inclusive
of manpower, material, machinery, tools & plants etc. All taxes (GST), duties and
levies etc. No escalation of whatsoever nature shall be payable.
29. The Courts in Panaji, Goa alone shall have exclusive jurisdiction in respect of matters
arising out of this Agreement.
30. Contractor shall be responsible for any loss/damage caused to the ESIC assets (both
movable & non movable) during the course of pest control treatment and the value of
such loss/damage shall be recovered either from contractor's bill or from Security
Deposit.
31. All security and safety regulations and guidelines as per the applicable law are to be
followed.
32. TERMINATION FOR DEFAULT:-
a) The ESIC may, without prejudice to any other remedy for breach of contract, by
written notice of default, sent to the contractor terminate this Contract in whole or
in part.
b) The Addl. Commissioner & Regional Director or supreme head of ESIC Goa
reserves right to terminate the maintenance contract at any time without assigning
(Instruction read and Complied/Term and Conditions Accepted) Page 12 (Sign and Seal of Bidder)
any reason. The contractor will not be entitled to claim any compensation against
such termination. However, while terminating the contract, if any payment is due
to the contractor for the maintenance services already performed in terms of the
contract, the same would be paid to it as per the terms of the contract.
33. The bidder are required to enclose following documents:-
a. Registration certificate
b. Copy of PAN
c. Copy of GST
d. Experience certificate (Minimum 3 years)
e. Proof of Professional Competence and Experience (copies of work orders
for three years experience)
f. Copy of License to stock and use of permissible pesticides/insecticides for
Commercial Pest Control Operation.
g. ESIC & PF (latest challan)
h. Income Tax Return copy of last 3 years.
i. Labour license.
j. Certificate That None Of His/Her Near Relative is Working in the ESIC
Either Directly Recruited or On Deputation (ANNEXURE J)
34. All the buildings are open for inspection during office hours before 4 pm with prior
permission of officer in-charge.
35. Engineer in-charge may order/ask the successful contractor to show the demonstration
of pest control systems before execution of the contract.
36. The bidder should give a certificate that none of his/her near relative is working in the
ESIC either directly recruited or on deputation (as per ANNEXURE format J). The
Bidder or its authorized signatory should furnish certificate saying that none of the
near relative is working in the ESIC. Due to any breach of these conditions by the
company or firm or any other person the tender will be cancelled and Bid Security
will be forfeited at any stage whenever it is noticed and ESIC will not pay any
damage to the company or firm or the concerned person. The company or firm or the
person will also be debarred for further participation in ESIC.
37. Financial Bid: Financial bid must be submitted online only at
https://eprocure.gov.in/eprocure/app. The financial bid of the tenderers, whose technical bid is
found to be qualified, will be opened in the presence of the tenderers, who desire to attend the
(Instruction read and Complied/Term and Conditions Accepted) Page 13 (Sign and Seal of Bidder)
ANNEXURE-E
Technical Specification
1. Insecticides/Pesticides/Chemicals etc to be used for controlling of pest should
be of public health grade duly approved as such:
a) Safe for human beings.
b) Eco friendly.
c) Approved by World Health Organization/Govt. of India/other competent
Govt. Body/Organization in safety as well as effectiveness.
2. The agency has to undertake five year guarantee for Anti Termite Treatment.
3. Testing of samples of various materials required for testing purpose shall be
provided free of charges by the contractor. Testing charges, if may, shall be
borne by the contractor. All other expenditure required to be incurred for
taking/ dispatching the samples, conveyance, packing etc. shall be borne by
the contractor.
4. The contractor shall be responsible for control of pest which will be include all
types of Insects including termite, white ants, mosquito, seasonal insects,
beetles, rodent, serpents, weeds etc.
5. Dis-infestation: This service should be carried out for controlling all types of
crawling insects such as cockroaches, silverfish, red ants, black ants, spiders,
lizards etc. The services will be provided in the entire office area by gel application or by spray accoding to frequency mentioned in tender. Drainage chambers also to be
treated with pesticide and anti-bacterial compound.
6. Rodent Control: This services will carried out for controlling rat problem
inside as well as outside the premises and safeguarding the important files,
papers, Boxes, carpets, electrical and Telephone wiring, wooden ceiling,
paneling, cardboards, raw materials etc. from rodents damage. This service
will be provided in the entire. The premise inside the building area including
office cabins, rooms’ toilets corridors, false ceilings etc. and outside the
building premises. The treatment will be carried out by mechanical trapping
with glass cleaning chemicals/agents and cleaning of partitions, paneling etc.
Trap boxes or tunnels along with glue pads placed on each floor including
basement area and service provider will keep on changing their
location/position during his visit at the premises, using glue-boards and poison
baiting in outside area only. The bidder would provide Rodent control for
control of Rats, Mice etc. in entire building including basement, Cable
Trenches, Electrical Rooms, Air Handling Rooms, Substation, All the shafts
Rooms Etc. He shall visit daily for changing and replacing the glue pads/bait-
stickers & used glue pads should be disposed off outside the building.
7. Termite Control: Injecting termiticide into affected portions of the
woodwork, Woodwork in contact with machinery for example, door frames,
cabinets, cupboards etc. shall be treated by drilling and injecting termiticide at
the points of contact. Through drilling holes at the junctions of the walls and
(Instruction read and Complied/Term and Conditions Accepted) Page 14 (Sign and Seal of Bidder)
the floor and pumping chemicals through these holes and as per CPWD
manual/ IS code, wherever necessary. The drilled holes are effectively sealed
thereafter. The application of blanket spray and dusting wherever necessary.
8. The firm should have professional trained personnel to carry out the pesticide
treatment.
9. The firm should preferably be a member of the Indian Pest Control Association
and should possess a valid license & registration for all chemical formulations
proposed to be used from CIB (Central Insecticide Board), documents to be
attached.
10. The fumes or any other product generated out of pest control treatment should
not cause any harm to the patients, visitors, any staff's or any animal other
than the intended pests.
11. No outdated chemicals should be used and all formulations/pesticides to be
used for pest control treatment shall be safe for human beings and shall not
have any detrimental effect on such materials and that should be non-staining.
12. The contractor shall take all safety precautions. In connection with pest control
works as per Standard Government guidelines with due regards to chemical
and fire hazard and they shall be held responsible and liable for any laxity in
this regard.
13. The agency shall bear all incidental charges for cartage, storage & safe
custody of materials damage due to sun, rain, dampness, fire, theft etc.
14. The firm should have appropriate Pest Control/Insecticide/Chemicals &
Poison for the purpose of pest control and the copy of license should be
produced along with the Tender.
15. The bidder should have a valid license to stock and use of permissible
pesticides/ insecticides for commercial pest control operation.
16. The contractor should strictly work according to the Schedule of Service
mentioned in Annexure-C.
17. The firm should follow the directives of Govt. health authorities/WHO for the
pest control treatments.
DATE: Sign of Contractor/bidder
(With Stamp)
(Instruction read and Complied/Term and Conditions Accepted) Page 15 (Sign and Seal of Bidder)
ANNEXURE-F
TECHNICAL BID
Name of Bidder:
Address:
Phone no.:
Mobile no.:
Email Id:
Check List of Documents
Sl.
No. List of Documents
Whether self attested copy enclosed
(Yes/No)
1. Work License from competent authority for handling
Chemical Pesticides
2. Certificate of membership of any recognized pest
control organization
3. EMD Demand Draft for Rs.8000/-
4. Copy of GST Registration certificate
5. Copy of PAN
6. Proof of Professional Competence and Experience
(copies of work orders for three years experience)
7. Copy of License to stock and use of permissible
pesticides/insecticides for Commercial Pest Control
Operation.
8. ESIC & PF (latest chalan)
9. Income Tax Return copy of last three years i.e (
2016-17, 2017-18 & 2018-19)
10. Valid Labour license issued from the competent authority (In the Name of Bidder Only)(If applicable
otherwise a self declaration)
11. Trade license for Pest Control activity.
12. Bank Details (Account No. and Name, Bank Name,
IFSC Code and MICR Code)
A. Name
(Instruction read and Complied/Term and Conditions Accepted) Page 16 (Sign and Seal of Bidder)
B. Bank Name
C. Account No.
D. IFSC Code
E. MICR Code
13. Submission of fully filled Annexure ( I,J & F)
14. If any other documents
DATE: Sign of Contractor/bidder
(With Stamp)
(Instruction read and Complied/Term and Conditions Accepted) Page 17 (Sign and Seal of Bidder)
ANNEXURE-G
Area of premises
S.No. Loaction Area (Approx.)
At ESIC Regional office, Branch office and ESI Dispensaries
1 ESIC Regional Office, Panchdeep Bhavan, EDC
Plot No. 23, Patto, Panaji, Goa – 403001
2000 Sqm
2 Branch Mapusa, House No. 2/164 – Q, Alto Duler,
Mapusa, Bardez, Goa
152.00 Sqm
3 Branch Office Ponda, C-1, Jerry Apartment,
Ground Floor, Shantinagar, Ponda – 403401
111.60 Sqm
4 Branch Office Vasco, Ground Floor of Placiano
Building, Patrong, Baina, Opposite Government
Middle School, Vasco – da – Gama on plot
Surveyed under Chalta No. 52 & 53 of P.T. Sheet
No. 136
63.84 Sqm
Total Area (Sqm) 2327.44 Sqm
At ESIC Staff quarters at Taliegao
1. ESIC Staff Quarters, ‘O’ Building, Durgawadi,
Taleigao, Goa – 403002 581.25 Sqm
(Instruction read and Complied/Term and Conditions Accepted) Page 18 (Sign and Seal of Bidder)
ANNEXURE-H
Schedule of Service
Sr.
No.
Month Service Frequency
At ESIC Regional
office and Branch
offices
At ESIC Staff quarters at
Taliegao
Rodent Control
1. First and Second
Month
2 Service each month 2 service each month
2. Third month
onwards
1 service per month 2 service each month
Total services (For
rodent control)
14 Services 24 Services
Dis-infestation
1. First Month 2 Services in a month
2 Services in each month
2 Second Month
1 service in every 3
month. 3. Third month
onwards
1 service every two month
(Second month to 12th
month)
4. Fourth Month
5. Fifth month
ownwards
1 service in every 3
month. (5th month to
12th month)
Total services (For
dis-infestation)
6 Services 9 Services
Termite Control
First month 1 service (with five
year warranty)
1 service (with five year
warranty)
(Instruction read and Complied/Term and Conditions Accepted) Page 19 (Sign and Seal of Bidder)
ANNEXURE-I
DECLARATION FORM
1. I,…….………………..…….……Son/Daughter of Shri………….…..............……
Proprietor/Partner/Director/ Authorized Signatory is/am competent to sign this
declaration and execute this tender document.
2. I/we have carefully read and understood all the terms and conditions of the tender
and hereby convey my/our acceptance of the same.
3. I/we, am/are hereby declare that the agency has not been declared as black listed
in any government department.
4. Compliance under statutory provisions is in order and not being violated.
5. The information/documents furnished along with the above application are true
and authentic to the best of my knowledge and belief. I/we, am/are well aware of
the fact that furnishing of a false information/fabricated document would lead to
rejection of my tender.
Date: Signature of authorized person
Place: Name:
Company seal:
NB: The above declaration, duly signed and sealed by the authorized signatory of the
company, should be enclosed with technical bid.
(Instruction read and Complied/Term and Conditions Accepted) Page 20 (Sign and Seal of Bidder)
ANNEXURE- J
CERTIFICATE THAT NONE OF HIS/HER NEAR RELATIVE IS WORKING IN THE