Administration of Dadra & Nagar Havel, U.T Department of Survey & Settlement

Similar documents
न शनल फ टर ल इजसर ल मट ड

न वद स चन स टव यर ट न ल ज प क स ऑफ़ इ डय च नई

Bill No. 24 of 2015 THE PRISONS (RAJASTHAN AMENDMENT) BILL, 2015 (To be Introduced in the Rajasthan Legislative Assembly)

ह ऊस स व ओ क स चन NOTICE BOARD TENDER (NBT) FOR PROVIDING HOUSEKEEPING SERVICES

Administration of Dadra & Nagar Havel, U.T Department of Survey & Settlement

न वद स चन ... OFFICE OF THE PRINCIPAL ACCOUNTANT GENERAL (E & RSA), GUJARAT, AHMEDABAD TENDER NOTICE

Bill No. 23 of 2014 THE CODE OF CRIMINAL PROCEDURE (RAJASTHAN AMENDMENT) BILL, 2014

SOFTWARE TECHNOLOGY PARKS OF INDIA स फ टव यर ट क न ल ज प र कसस ऑफ़ इ ड य

स फ टव यर ट क न ल ज प र कसस ऑफ़ इ ड य

न व द. क र लर प रध न ननद शक ल ख पर क ष (क न द र र ) म ग जर त,अहमद ब द म Inspection Vehicle क

vlk/kj.k क रप र ट क य अ धस चन

Bill No. 14 of 2011 THE RAJASTHAN AGRICULTURAL PRODUCE MARKETS (SECOND AMENDMENT) BILL, 2011 (To be Introduced in the Rajasthan Legislative Assembly)

द रभ ष स ख य : , फ क स : , म :

र ष ट र य ब ज न गम ल लमट ड ( भ रत सरक र क उपक रम ) , म क ट य डड, ग ट कड़, प ण

र ष ट र य ब ज न गम ल लमट ड ( भ रत सरक र क उपक रम ) , म क ट य डड, ग ट कड़, प ण

NABARD न वद /क रयर स व / न ब ड उ तर द श य क य लय, लखनऊ व र ज र अन ब ध क स म य शत क रयर स व क लए न वद प ( क ल 14 प ट )

र ष ट र य ब ज न गम न नमट ड क ष त र य क य य : प ण ज ग व, और ग ब द और अमर वत म स थ य पररवह क य ह त न नवद स च

स एसआईआर-क न द र य इल क ट र न क अभ य त र क अ स ध स स थ

Hkkx 4 ¼d½ jktlfkku fo/kku eamy ds vf/kfu;ea

The Rajasthan Agricultural Produce Markets (Amendment) Act, 2011

र ष ट र य ब ज न गम ल लमट ड क ष त र य क य य : प ण और ग ब द म स थ य पररवह क य ह त न ववद स च

CENTRE FOR DEVELOPMENT OF ADVANCED COMPUTING. C-56/1, Sector-62, Institutional Area, Noida

क न द र य व द य लय स एल आर आई, अड य र, च न द नई Kendriya Vidyalaya, CLRI, Adyar, Chennai ननव द स चन

Hkkx 4 ¼d½ jktlfkku fo/kku eamy ds vf/kfu;ea

PEC University of Technology, Chandigarh

CENTRAL MARKS DEPARTMENT-2

National Institute of Fisheries Post Harvest Technology & Training

TENDER FOR EMPANELMENT OF LOCAL CHEMIST FOR ONCOLOGY DRUGS From: The Dean, ESIC Model Hospital & Medical College, Rajajinagar, Bangalore 10, Karnataka

ईट ड 15/ ट

स थ न य पर वहन क यय ह त लघ ननववद आम त रण स चन फ मड प र प त

(एस क हत ) क ष त र य प रबन धक

The complete details of the e-tender are available at MMTC s website and Govt. website at

NOTICE INVITING TENDER. Comprehensive Annual Maintenance Contract for Surveillance system installed in the Commission

स.1(स थ पर -अम)/प रश /एन एस स -प ण / द न क : अमर वत म स थ य पररवह ह त न ववद स च

CSIR-CENTRAL. Press notice. (Notice. A/c s, Split Pilani. Type.

(भ रत सरक र क उपक रम-लम रत क प ) , ब ज भव, म क ट य डड, ग ट कड, प ण द रभ ष स ख य फ क स

Tender. for. Supply & Installation of Laptops. Indian Institute of Technology Jodhpur

BID DOCUMENT. 01. Laptop 03 Rs.2,40,000/- Technical Specification attached with tender as annexure I

र ष ट र य ह टल प रबन ध एव क टरर ग तकन ल ज पररषद TENDER FOR PRINTING AND SUPPLYING OF ANSWER BOOKS

INDEX FORM OF TENDER BILL OF QUANTITIES GENERAL CONDITIONS OF CONTRACT APPENDIX TO GENERAL CONDITIONS

नवद स चन स टव यर ट न ल ज प कस ऑफ़ इ डय च नई

नवद स चन स टव यर ट न ल ज प कस ऑफ़ इ डय च नई

The Rajasthan Fiscal Responsibilities and Budget Management Act, 2005

INDIRA GANDHI NATIONAL OPEN UNIVERSITY. Central Purchase Unit

एसज व एन थमर ल (प र.) ल मट ड

Himachal Pradesh Election Watch

No. DMHS/P & T/Sim Cards/2015/253/4624. Limited Tender Inquiry

No. DMHS/T-Shirts/2015/153/2521. e-tender Notice

Bill No. 39 of 2012 THE RAJASTHAN FOREST (AMENDMENT) BILL, 2012 (To be Introduced in the Rajasthan Legislative Assembly) A Bill further to amend the

CENTRAL BOARD OF SECONDARY EDUCATION SHIKSHA KENDRA, 2 COMMUNITY CENTRE, PREET VIHAR, DELHI TENDER NOTICE

CENTRAL 1 IPC B 2 IPC IPC IPC IPC IPC IPC (b) General Diary Reference.

ANNEXURE - C TO OT E/ FOR CYLINDR, COVER AND ADJ.DISC CASTINGS CHECK LIST STANDARD COMMERCIAL TERMS & CONDITIONS S

TENDER NOTICE Subject: Disposal of old, obsolete, un-repairable /used (redundant) Office Furniture and other Stores

Tender. for. Indian Institute of Technology Jodhpur

NIT NO.VSP/HOUSEKEEPING/ /01 Dated : र य इ प त नगम लम ट ड / RASHTRIYA ISPAT NIGAM LIMITED वष खप णम टल ल ट / Visakhapatnam Steel Pla

NIT NO: F.1 (ICSIL)/01/241/ , New Delhi, Dated:

SECTION III. LIST OF ANNEXURES [ I TO XII ] [ PAGE 01 TO 20 ]

Phone: (0491) (4 Lines) Palakkad Plant, Kanjikode West PALAKKAD (0491)

The Rajasthan Special Courts Act, Keyword(s): Special Court, Special Courts Act, Authorized Officer, Declaration, Offence

नवद स चन. एसट(प आई- च नई I नवद द<त व ज Lदन क स तक, क य LदवसG म?, a.m. स 4.00 p.m. क

नवद स चन स टव यर ट न ल ज प क स ऑफ़ इ डय च नई. उ fलdखत पत स + Nत >कय ज सकत ह I 'न.वद +7त त करन क3 'नयत 'नयत त रख :

Tender Reference Number: MMTC/CO/COMP/PUR-PC-PRN/ /1299 Dated: 11/03/2016. For Supply of

Draft for Advertisement for Tender

TENDER FOR PRINTING & SUPPLY OF 2000 NOS. OF 150 YEARS BALMER LAWRIE HISTORY BOOK TENDER REF. NO. ADMIN / 150 YEARS TENDER NO.

Indira Gandhi National Open University (Student Evaluation Division) MaidanGarhi, New Delhi Notice inviting Quotations

No. DMHS/VBCH/P&T/Erythropoietin/ /251/4202. Limited Tender Inquiry

तक, क य दवस म, a.m. स 4.00 p.m. क ब च, ऊपर उ लखत पत स त कय ज सकत ह I नवद त त करन क नयत नयत त रख :

ह ऊस कप ग स व ओ क लए स चन पट नवद NOTICE BOARD TENDER (NBT) FOR PROVIDING HOUSEKEEPING SERVICES

TENDER NO. 28/ NOTICE INVITING TENDER (NIT) FOR PURCHASE OF TECHNICAL SPECIFICATION OF FOURIER TRANSFORM INFRA RED (FTIR) SPECTROPHOTOMETER

Supply and Installation of A3 Size Scanner

Tender. For. Server hosting CPMS and other applications. All India Institute of Medical Sciences, Jodhpur

THE MUNICIPAL CO-OP. BANK LTD. MUMBAI TENDER NOTICE. Tender Document for 2 years Support of Routers and Manageable Switch

क न द र य सम र म त स यक अन स ध न स थ न (भ रत य क ष अन स ध न परर द)

Re-Tender. for. Supply & Installation of Low Current Dual Channel Source Meter at. Indian Institute of Technology Jodhpur

Tender. for. Supply and Installation of. Indian Institute of Technology Jodhpur

LIMITED E-TENDER FOR RE-VALIDATION OF ISO 9001:2015 CERTIFICATE OF ESIC MODEL HOSPITAL, RAMDARBAR, PHASE II, CHANDIGARH.

Intelligent Communication Systems India Ltd. (ICSIL) TENDER NO: F.1 (ICSIL)/01/217/ 1D Barcode Reader Tis Hazari Court/ , Dated:

vf[kyhkkjrh; vk;qfozkkulalfkkuk

COMMERCIAL TERMS AND CONDITIONS

Phone: Fax: Principal, ERLC, Bhubaneswar Tender for Providing Security Services

Certificate by Chartered Accountant on letter head

PROCUREMENT OF PORTLAND POZZOLANA CEMENT (PPC) IN BHEL TOWNSHIP, SECTOR-17, NOIDA.

UV-Visible Spectrophotometer

¹Hkkx IIµ[k.M 3 (i)º Hkkjr dk jkti=k % vlk/kj.k 31. iqk- la- js.kqdk dqekj] la;qdr lfpo

1 ESIC MEDICAL COLLEGE & HOSPITAL कर मच र र ज य ब र न गर

PUBLIC WORKS REGION, AURANGABAD.

INDIAN INSTITUTE OF TECHNOLOGY GANDHINAGAR

Tender. for. Supply & Installation of the Xenon-Arc Lamp. Indian Institute of Technology Jodhpur

TENDER NOTICE FOR HIRING OF SECURITY SERVICES

The complete details of the e-tender are available at MMTC s website and Govt. website at

THE COMPANIES ACT, 2013

FORMAT OF BANK GUARANTEE AGAINST BID SECURITY, ADVANCE PAYMENT, SECURITY CUM PERFORMANCE GUARANTEE BID SECURITY (EMD) FORM

मह र ष ट र र ज य रस त व क स मह म डळ मय व त.,

Tender. for. Supply & Installation of Portable Dissolved Oxygen Meter. Indian Institute of Technology Jodhpur

Tender Reference no. : JLNMCH./DRUG/RC/2017 Dated: Date of Commencement of Sale of Tender. 15 th Sept Superintendent Chamber 11 am

Subject: Notice Inviting tender for supply of Memento for AUD Convocation.

RASHTRIYA ISPAT NIGAM LIMITED Visakhapatnam Steel Plant (A Govt of India Enterprise

DAKSHIN GUJARAT VIJ CO LTD. CIN U40102GJ2003SGC SURAT CITY CIRCLE

No. MS/VBCH/Sanitary Napkins/ /239/5707 Date: 20/11/2014. e-tender Notice. ` Lacs `.86,700/- `.2,000/

Tender. for. Supply & Installation of Laptops. Indian Institute of Technology Jodhpur

Transcription:

1 Administration of Dadra & Nagar Havel, U.T Department of Survey & Settlement No.SRV/ACCTT/PUR./PLOTTER/89/2015/Vol-II/507 Dated: 22 /07/2015 E TENDER (ON LINE) INVITATION NOTICE NO. 2 OF 2015-2016 The Survey & Settlement Officer, DNH, Silvassa invites tenders through On-Line on https:// dnh.nprocure.com from the eligible Dealers/Firms for the purchase of Electronic A0 size Plotter (Three-in-one). Sr. No. Name of work Tender ID No. 1. Purchase of Electronic A0 size Plotter (Three in one) 183763 Approx. Estimated cost of Project Earnest Money. (`.) Rs. 16.00 lacs Rs. 40,000/- Tender fees Non refundable Rs. 3,000/- Numbers of calls. 2nd Time Limit. 14 Days * Online downloading starting of Tender 22/07/2015 Last date of downloading of tender document 04/08/2015 * Online submission of Tender 04/08/201516:30 Hrs. Physical submission of Technical Document as per RFP 07/08/201516:30 Hrs. On line Tech bid Opening. 10/08/201512:30 Hrs. On line Opening of Price Bid. 12/08/201512:30 Hrs. * Bidders have to submit price bid in Electronic Format only on https://dnh.nprocure.com website till the last date and time for submission. Price Bid in physical format shall not be accepted in any case. * The Tender form along with all details including schedules and terms and conditions can be downloaded from the website https://dnh.nprocure.com. The tender fees (Non- refundable) in form of DD/FDR in favor of undersigned may be kept in Bid along with mandatory documents. Submission of tender fees & EMD in form of DD/FDR, Service Tax/CST/VAT Registration number with certificates PAN Card No. etc these are the mandatory documents required to be uploaded and hard copy of above mentioned documents shall be submitted to the tender inviting authority by RPAD/Speed Post/Courier. The Tender Inviting Authority shall not be responsible for any delay or loss of documents. The said documents can also be deposited in the office of the undersigned in person. In case the bidder/s not enclosed any of above documents, he/she/they will be disqualified and the price bid shall not be opened. The Tender inviting Authority reserves the right to accept or reject any or all the tender to be received without assigning any reasons thereof. Bidder shall have to post their queries on E-mail Address: lro2-dnh@nic.in on or before dated 04/08/2015 upto 15:00 Hrs. Contact No. 0260-2640835 In case bidder needs any clarification or if training required of participating in online tender, they can contact the following office:- (n) Code Solution-A Division, GNFC Ltd 403, GNFC Info Tower, Bodakdev, Ahmedabad-380054, Gujarat (India) E-Mail:- nprocure@gnvfc. Net Fax: +91 79 26857321 Website : www.nprocure.com Survey and Settlement Officer Dadra and Nagar Haveli, Silvassa. Copy to: 1. All Head of Office, DNH for wide publicity. 2. C.P.O. for publication in News papers. 3. National Informatics Centre, Silvassa to upload on Internet on web site www.dnh.nic.in for wide publicity.

2 TENDER DOCUMENT 1. INTRODUCTION: For and on behalf of The Survey & Settlement Officer, Union Territory of Dadra & Nagar Haveli invites tenders through On-Line on https://dnh.nprocure.com for procurement of one A0 Size Plotter (Three-in-one). The offer should be made as per the specified E-tender Performa only. The physical submission contained in the tender document should be addressed to the Survey & Settlement Officer, Dadra & Nagar Haveli, Silvassa. 2. VALIDITY OF TENDER: The tender shall remain valid for 180 days (six months) from the date of opening of tenders. The tender document shall be submitted separately for each item. 3. TECHNICAL SPECIFICATION: The technical specification of A0 Size Plotter (Three-in-one) Instrument has given in Annexure B. 4. INSPECTION: In case of defective supply due to latent manufacturing defects, the same has to be removed and replaced at the supplier's cost. All the expenses borne by the Indenters, due to this reason are to be met by the supplier. 5. WARRANTY: The supplier will replace the defective material, free of cost, if noticed within the Warranty period. The Warranty Certificate, as per specimen enclosed at Appendix (i), is also to be submitted duly signed along with the tender. 6. GUARANTEE: The instrument should have functional guarantee at least for 1 (one) year from the date of completion of training to Survey & Settlement Office staff of Dadra & Nagar Haveli. During the period of warranty a bank guarantee of 10% of the cost of the instruments valid for the duration of warranty is required to be submitted. The order shall only be placed after the receipt of Bank Guarantee from short listed tenderer. 7. SERVICE MANUAL 8. TRAINING Service manual with circuit diagram will have to be provided with the instruments. The rates quoted should be inclusive of installation & training charges. The Training will have to provide minimum 7 days of free of cost training in the office of Survey & Settlement, DNH, Silvassa to Land Record Staff. 9. Instructions. i) For general terms and conditions of supply, please see Annexure C.

3 ii) Please note that late tenders / delayed tenders or postal delayed tenders will not be considered at all. iii) The Survey & Settlement Officer reserves the rights to reject/cancel all or any tender without assigning any reason thereof. iv) The Survey & Settlement Officer also reserves the rights to Change any clause of tender before the opening of technical bid.

4 ANNEXURE 'A' THE FOLLOWING DOCUMENTS/INFORMATION MAY ALSO BE FURNISHED IN SUPPORT OF THE TENDER:- 1. EARNEST MONEY: Earnest Money of fixed amount Rs.40,000/- (Rupees Forty Thousand ) only in Indian currency in the shape of Fixed Deposit Receipt (FDR) valid for six months of any Nationalized Bank/Scheduled Bank drawn in favour of the " Survey & Settlement Officer, Dadra & Nagar Haveli, Silvassa " should be submitted along with the PHYSICAL DOCUMENT. Shortfall in amount of Earnest Money or tenders received without Earnest Money will result in rejection of the offer. 2. SECURITY DEPOSIT Successful tenderer will have to furnish Security Deposit @ 2.5% value of the order/contract in the shape of fixed Deposit receipt / Bank Draft / Bank Guarantee of any Nationalized Bank as per Appendix - V in favour of " Survey & Settlement Officer, Dadra & Nagar Haveli, Silvassa valid for 15 months, from the date of letter of intent with a provision of its further extension / revalidation up to the period of one year from the date of completion of site acceptance test or up to the warranty ( including extended warranty ) period, whichever is later. An Agreement is also to be signed by the Indian Agent on behalf of foreign supplier at their cost on non-judicial stamp paper of Rs.100/- as per specimen at Appendix (ii). To ensure that purchased instruments is maintained seriously by the successful tenderer, the supplier has to submit a Bank guarantee for 2.5% of the total cost of equipment including taxes. 3. DELIVERY PERIOD The items will be supplied / installed within 30 days from the date of issue of supply order. A penalty at 0.5% per week maximum up to 5% shall be levied if instruments are not supplied within stipulated period. If delay is more than 6 weeks, the Survey & Settlement Officer may at his discretion cancel the order and in such event the EMD shall be forfeited. 4. PACKING The main Equipment / Instrument, in question, is required to be securely packed as per B.I.S. (ISI) standard trade practices to avoid damages to the consignment in transit. The packing charges should be included in the break-up details of cost. 5. INSURANCE The consignment is required to be dispatched to the consignee, duly insured for transit insurance for all risks from the consigner s Warehouse to the consignee's Warehouse upto final destination till the erection/installation of the main Equipment / Instrument. The insurance charges should be included in the break up details of cost.

5 6. TRANSPORTATION CHARGES The transportation charges should be pre-paid for delivery of consignment to the consignee on Door Delivery Basis and should be included in the break-up details of cost. 7. PAYMENT Towards cost of equipment: 90% payment will be made within thirty days from the date of installation & commissioning / acceptance of the main Equipment / Instrument. No request for advance payment, payment against delivery or payment through Bank against dispatched documents will be considered. Balance 10% shall be paid after the completion of training and receipt of Bank Guarantee as indicated above in para 2.

6 ANNEXURE - B TECHNICAL SPECIFICATION FOR A0 SIZE PLOTTER (THREE-IN-ONE) Critical Specifications (if there is variation in the specification instrument can be summarily rejected) Make Size Copy Speed A0 SIZE COLOR & B/W (COPY/PRINT/SCAN) HP/ Canon/ Colortrac/Epson/RICOH or equivalent A0 size A0 SEF(B/W)Speed Priority mode:1.8 CPM/Standard mode:1.1cpm COLOR :-Speed Priority mode:0.6 CPM/Standard mode:0.3cpm A1 LEF :B/W Speed Priority mode:3.4 CPM/Standard mode:1.1cpm COLOR :- Speed Priority mode:1.1 CPM/Standard mode:0.6cpm Minimum speed for Line Drawing 66 A1 prints per hour, 35 m2/hrs for color Scan/Print Resolution 1200 X 1200 dpi or more Technology On demand Piezo inkjet system Ink Type Pigment-based ink (All 4 colours) Water In-soluble, ink Water Proof ink Number of Colours 5 Colors or more Ink Drop Size Minimum is 2 Pico-Liter and maximum is 35 Pico-Liter Media Handling Sheet feed, Roll feed, Input tray, media bin, output tray, automatic cutter Plain Paper, Recycle Paper, Inkjet Plain Paper, Tracing Media Types Paper, Matte Film, Coated Paper, Coated Paper (CAD),Special Paper Media size Paper width roll 297 / 364 / 420 / 440 / 490 / 515 / 594 / 610 / 620 / 625 / 660 / 680 / 707 / 728 / 800 / 841 / 880 / 914.4 (mm) and 210 to 914 mm wide sheets Warm-up Time Less than 40 sec. First Copy Time 29 sec. (Faster Performance) Job Time (A1 x 5 Pages) 109 Sec Memory 3GB or more HDD 250GB or more Standard: Ethernet 100BASETX/10BASE-T, USB2.0 or more, Connectivity Interface Optional: Wireless LAN (IEEE802.11a/b/g,) Gigabit Ethernet (1000BASE-T) Connectivity Drivers included Adobe PostScript3, HDI, AutoCAD2004/2005/2006/2007/ 2008/2009/2010/2011/2012 Power Source 220 240V 50 60Hz, 1.9A 120 127V 60Hz, 3.6A Power Consumption Less than 180W Certification Safety, electromagnetic and energy star Features Scan to USB/SD, Media to Print,PD+E36F Batch Print, HDD Overwrite/Encryptions Functions, Full front operation Operating System File Format Widows XP, Windows Vista, Windows 7, Windows 8 (32-bit and 64 bit architectures) JPEG/TIFF/PDF and all other standard formats Remarks

7 ROLL FEEDER DOUBLE ROLL FEEDER Note:- With all accessories. TRAINING : 7 days training in A0 Size Plotter (Three-in-one) at Silvassa. WARRANTY : 12 months or more Specification not critical but will have cost advantage for the instruments having better features 15. Key Board and Display/Instrument Control unit : (a) Display (b) Keyboard On both faces( Instruments having identical display on both faces will have 1% cost advantage over the instruments having un-identical display on both faces = QWERTY/Virtual keyboard (Instruments having both key boards will have 2% cost advantage over instruments having one type of key board).

1. QUALIFICATION CRITERIA 8 ANNEXURE C GENERAL TERMS AND CONDITIONS OF SUPPLY (i) The bidder shall be a manufacturer or agent/dealer/distributor of the manufacturer, who has designed, manufactured, supplied, erected, commissioned equipment/instrument of similar type and are in successful operation in other National/international scientific organizations for two years on the date of bid opening (Submit documentary evidence along with registration details) (ii) The bidder shall furnish details of yearly turnover of minimum 3 Crore of last 3 years as well as the copy of last 3 years Income Tax Returns along with the copy of PAN card and TIN No. etc should also be furnished failing which the bid shall not be considered. (iii) The purchaser may, if required, see the demonstration of the equipment / Instrument installed in other scientific organizations located nearby Silvassa to verify whether the bidder meets the accuracy criteria as indicated in the technical specifications. Bids which do not meet the criteria will be treated as technically non-responsive. (iv) The bidder should not have been blacklisted by Central/State Governments Departments or should not found indulged in any unethical practice. (A notarized undertaking on Rs. 100/- stamp paper should be submitted to this effect). 2. FORMAT AND SIGNING OF BID (i) The bid shall be typed or written in English language only, in indelible ink and shall be signed by the bidder or a person or persons duly authorized to bind the bidder to the Contract. The letter of authorization shall be indicated by written power-of-attorney accompanying the bid. All pages of the bid, except for un-amended printed literature, shall be initialed by the person or persons signing the bid. (ii) The bid shall contain no interlineations, erasures or overwriting except as necessary to correct errors made by the bidder, in which case such corrections shall initialed by the person or persons signing the bid. 3. ADDITIONAL QUESTIONAIRE FOR TENDER ENQUIRIES (a) Please confirm that you will forward in advance one copy of each of installation, operation and maintenance instructions and diagrams in English, in case contract is awarded and order placed with you. (b) Please indicate, in a separate sheet, duly signed by you, full information in respect of the output that you obtained from the machine you have offered; and also that you guarantee for the performance of the machine under the normal conditions and also that you will demonstrate guaranteed output after installation of the machine. (c) Please attach lists duly signed by you, for such spare parts and tools as are absolutely essential for proper maintenance and operation of machine for a period of ten years (in the case of Electronic and Optical Spare Parts) and 5 years (in the case of Electronic and

9 Mechanical Spare Parts) giving full particulars of the spare parts and tools with the price of each spare part and tool separately. (d) Please confirm that you have adequate servicing and spare parts facilities in India in respect of the equipment/instrument tendered for by you or that you will arrange to provide such facilities simultaneously with the supply of the equipment/instrument.

10 APPENDIX (i) WARRANTY CERTIFICATE We warrant that everything to be supplied by us hereunder shall be brand new, free from all defects and faults in material, workmanship and manufacture and shall be of the highest grade & quality and consistent with the established and generally accepted standards for material of the type ordered, shall be in full conformity with the specifications/drawings of samples if any and shall operate properly. We shall be fully responsible for its efficient operation. In case of any latent defect or inconsistency due to poor manufacturing/repair & overhaul of the equipment/instrument, or defective supply not conforming to the specifications if observed at the time of final inspection and thereafter within 12 months from the date of acceptance, we undertake the guarantee to repair/supply free of cost the defective items up to the final destination and the inland expenses borne by the indenter, will be at our cost. The warranty shall survive inspection and payment for and acceptance of the goods but shall expire (except in respect of complaints of which the contractor has been notified prior to such date) twelve months after their successful acceptance by the purchaser. SEAL of manufacturer/supplier Enterprises Date Signature.. Name & address of manufacturer / supplier

11 APPENDIX-(ii) AGREEMENT An agreement made this.. day of. BETWEEN (hereinafter called the contractor which expression shall include his legal representatives) of the one part and the Administration of UT of DNH (hereinafter called the Government) of the other part and WHEREBY the contractor agrees to supply to the.. DNH Survey & Settlement Department (hereinafter called DNHSSD) the under mentioned articles at cost mentioned against them :- Name of Articles Rate Total Cost and on the terms and conditions hereinafter mentioned:- a) That all stores shall be delivered free at by. b) That all stores supplied shall be new and of good quality and in exact accordance with the sample submitted. c) That the inspection of the stores shall be carried out by the himself or by a Gazetted Officer deputed by him at the place mentioned in Para (a) above and that the stores rejected must be removed by the contractor within a week from the date of rejection. All stores not accepted shall lie at the risk of the contractor. If not removed within the period specified above the.. shall have the right to dispose of such stores as he thinks fit at the risk of the contractor and on his account or if he prefers to charge him rent for the space occupied by same. d) That the time of delivery stated above shall be of the essence of the contract and should the contractor fail to deliver the whole/any part of the stores within the period specified in clause (a) and as per the sample the.. shall have the right to forfeit the deposit mentioned in clause (f) and to purchase the stores elsewhere which the contractor has failed to deliver as aforesaid at the expenses of the contractor and the contractor will be liable to pay such further sum as will be sufficient to meet the difference of cost between the rates tendered and those at which the purchases are actually made should they be higher. This is without prejudice to action being taken under clause (h) thereof. e) That the. shall have full power to reject the whole or any part of the stores which to the true intent and meaning is not in exact accordance with the approved sample and that his decision shall be final.

12 f) That the contractor will deposit a sum of Rs.. as security for compliance with the terms and condition of this contract. g) That the contractor will be entirely responsible for the execution of this contract in all respect in accordance with the conditions of this contract and shall not assign or sub-let the same. h) If the contractor becomes insolvent or he or his Agent offers any bribe in connection with the contract or the contractor fails to observe or perform any condition of this contract, then notwithstanding any previous waiver of such default or action being taken under any other clause hereof the, may on behalf of the Government terminate the contract and forfeit the said deposit and recover from the contractor any loss suffered by the Government on account of the contract being terminated. i) If any dispute or difference shall arise including this contract the settlement of which is not hereinbefore provided for the same shall be referred to the arbitration of the Financial Secretary of UT of DNH and if he is unable or unwilling to act as arbitrator to the arbitration, of any person nominated by him in writing and the decision of such arbitrator shall be final and binding on the parties to this contract. In Witness whereof the parties have hereunto set their hands the day and year first above written. Signed by the said contractor In the presence of:- 1 st Witness Address 2 nd Witness Address Signed by the said for and on behalf of the Administration of UT of DNH In the Presence of:- 1 st Witness Address 2 nd Witness Address

13 APPENDIX (iii) BANK GUARANTEE BOND In consideration of the Administration of DNH (hereinafter called the Government ) having agreed to exempt (hereinafter called the said Contractor(s) from the demand, under the terms and conditions of an Agreement dated made between and for supply of Plotter (Three in one) equipment (hereinafter called the said Agreement ). of security deposit for the due fulfillment by the said contractors) of the terms and conditions contained in the said Agreement, on production of a Bank Guarantee for Rs. (Rupees only). We, (indicate the name of the bank) (hereinafter referred to as the Bank ) at the request of Contractor(s) do hereby undertake to pay to the Government an amount not exceeding Rs. against any loss or damage caused to or suffered or would be caused to or suffered by the Government by reason of any breach by the said contractors) of any of the terms or conditions contained in the said Agreement. 2. We (indicate the name of the Bank) do hereby undertake to pay the amount due and payable under this Guarantee without any demur, merely on a demand from the Government stating that the amount claimed is due by way of loss or damage caused to or would be caused to or suffered by the Government by reason of breach by the said Contractor s) failure to perform the said Agreement. Any such demand made on the Bank shall be conclusive as regards the amount due and payable by the Bank under this Guarantee. However, our liability, under this Guarantee shall be restricted to an amount not exceeding Rs.. 3. We undertake to pay to the Government any money so demanded notwithstanding any dispute or disputes raised by the contractor(s) supplier(s) in any suit or proceeding pending before any court or Tribunal relating thereto: our liability under this Guarantee being absolute and unequivocal. The payment so made by us under this Guarantee shall be a valid discharge of our liability for payment there under and the contractors) shall have no claim against us for making such payment.

14 4. We, (indicate the name of the Bank) further, agree that the Guarantee herein contained shall remain in full force and effect during the period that would be taken for the performance of the said Agreement and that it shall continue to be enforceable till all the dues of the Government under or by virtue of the said Agreement have been fully paid and its claims satisfied or discharged or till office/ Department / Ministry of certifies that the terms and conditions of the said Agreement have been fully and properly carried out by the said contractor(s) and accordingly discharge this Guarantee. Unless a demand or claim under this Guarantee is made on us in writing on or before the we shall be discharged from all liability under this Guarantee thereafter. 5. We, (indicate the name of the Bank) further agree with the Government that the Government shall have the fullest liberty without our consent and without affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said Agreement or to extend time of performance by the said contractor(s) from time to time or to postpone for anytime or from time to time any of the powers exercisable by the Government against the said contractors) and to forbear or enforce any of the terms and conditions relating to the said agreement and we shall not be relieved from our liability by reason of any such variation, or extension being granted to the said Contractor or for any forbearance, act or commission on the part of the Government or any indulgency by the Government to the said contractor(s) or by any such matter or thing whatsoever which under the law relating to sureties would, but for this provision, have effect of so relieving us. 6. This Guarantee will not be discharged due to the change in the constitution of the Bank or the Contractor(s) / Supplier(s). 7. We, (indicate the name of the Bank) lastly undertake not to revoke this guarantee during its currency except with the previous consent of the Government in writing: Dated the day of for (indicate the name of the Bank)

15 PRICE SCHEDULE S.NO Particulars Quantity Amount (in Rs) (Inclusive of all charges). 1. A0 Size Plotter (Three-in-one) 1 Signature.. Name & address of manufacturer / supplier

श सन द दर नगर हव ल सव एव ब द ब त क य लय No. SRV/ACCTT/PUR/T.STATION/89/2015/Vol-II/507 द.22.07.2015 2015-2016 क ई-ट डर (ऑन ल ईन) नम ण न टस न.2 ईल नक ट टल ट शन क खर द ह त प स थ ओ स सव एव ब द ब त वभ ग, द.न.ह., सलव स http://dnh.nprocure.com क उपर ऑन ल ईन न वद नम त करत ह म क य क न म न वद ID ज ट क बय न र श न वद र श ज म ग म समय स म अ द जत म य ( `.) व पस नह क ज एग 1 ईल नक AO स इज़ ल र ( इन वन ) क खर द 183763 16.00 ल ख 40,000/- 3,000/- 2nd Call 14 दन *ऑन ल ईन न वद ड उनल ड करन क श आत 22/07/2015 न वद द त व ज ड उनल ड करन क आ खर त र ख 04/08/2015 * न वद ऑन ल इन द खल करन RFP क अन स र तक न क द त व ज य प स जम करन 04/08/2015 16.30 बज 07/08/2015 16.30 बज ऑन ल इन ट क ब ल ख लन क श आत 10/08/2015 12.30 बज ऑन ल इन कमत क ब ल ख लन क श आत 12/08/2015 12.30 बज ब ल लग न व ल क कमत क ब ल ईल नक प म http://dnh.nprocure.com व बस इट पर त तकरण क आ खर दन और समय तक त त करन ह ग कस भ ह लत म भ तक प स कमत क ब ल व क र नह क ज एग न वद प, सभ ववरण जस म अन स च और शत एव नयम क स थ दय गय ह, जस क व बस ईट http://dnh.nprocure.com पर स ड उनल ड कर सकत ह (न न- रफ ड बल) न वद फ स उध ह त रत क प म DD/FDR क प म ज र द त व ज क स थ ब ल क स थ रखन ह ग न वद फ स और DD/FDR क प म EMD, स ट फकट क स थ स व स ट स/स एसट /व ट, र ज शन न बर, प न क ड न बर, ई य द अपल ड करन अ नव य ह और उपर ल खत द त व ज क ह ड -क प न वद म ग न व ल स त धश क RPAD/Speed Post/क रयर क व र भ जन ह न वद म गन व ल स त धश कस वल ब य द त व ज क ख ज न क लए ज म व र नह ह उपर त द त व ज उध ह त रत क क य लय म ब आकर जम कर सकत ह अगर क ई ब ल लग न व ल उपर बत ए गए द त व ज नह ज ड़त ह, त उसक ग रल यक म न ज एग और कमत क ब ल नह ख ल ज एग न वद म ग न व ल स त धश क प स क ई य सभ न वद क ई भ क रण बत ए बन व क र य अ व क र करन क ह क स र त रखत ह ब ल लग न व ल अपन न ई-म ल पत lro2-dnh@nic.in पर भ ज सकत ह अथव द. 04/08/2015 क 15.00 बज तक फ न न 0260-2640835 पर स पक कर सकत ह अगर क ई ब ल लग न व ल क ई प टत च हत ह य ऑन ल ईन न वद म भ ग ल न क त लम ल न च हत ह त, वह न न ल खत क य लय पर स पक कर (n) Code Solution-A Division, GNFC Ltd 403, GNFC Info Tower, Bodakdev, Ahmedabad-380054, Gujarat (India), E-Mail:- nprocure@gnvfc.net, Fax: +91 79 26857321 Website : www.nprocure.com सव एव ब द ब त अ धक र द दर नगर हव ल सलव स त, १. सभ म ख क य लय, य पक च र क लए २. म य च र अ धक र, य पक च र क लए ३. न शनल इ फ म ट स स टर, सलव स क इ टरन ट पर व बस इट व र य पक च र क लए