Standard Bid Document

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

Supply and Installation of A3 Size Scanner

Re-Tender. for. Supply & Installation of the Water Chiller. Indian Institute of Technology Jodhpur

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

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

Tender. for. Indian Institute of Technology Jodhpur

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

UV-Visible Spectrophotometer

1. Main & Mini Anganwadis Floor Mats(plastic) (5x7) fts. 9,805

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

Embassy of India Abidjan (Cote d'ivoire)

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

INVITATION FOR TENDERS FOR SUPPLY OF Item No. 5: Optical Microscope with Camera and Image Analysis Software

Procurement of Single Phase Pre-Paid Meters and Miniature Circuit Breakers for The Last Mile Connectivity Project (AFD/EU) (e-procurement System)

REQUEST FOR PROPOSAL For Food Plaza for Leasing

ROADS, PUBLIC WORKS & TRANSPORT SECTOR TENDER DOCUMENT

Republic of Uganda. Bidding Document for Framework Contracts for Supplies

BANGALORE MEDICAL COLLEGE AND RESEARCH INSTITUTE SUPER SPECIALITY HOSPITAL (PMSSY) VICTORIA HOSPITAL CAMPUS, BANGALORE

CHEMELIL SUGAR COMPANY LIMITED

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

TAMIL NADU TEXTBOOK AND EDUCATIONAL SERVICES CORPORATION

TENDER FOR SUPPLY OF HOT AIR OVEN HOMOEOPATHIC PHARMACY DR. ABHIN CHANDRA HOMOEOPATHIC MEDICAL COLLEGE & HOSPITAL, BHUBANESWAR

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

e-tender NOTIFICATION FOR 160KVA DIESEL GENERATER SET TO THE KARNATAKA SECONDARY EDUCATION EXAMINATION BOARD

INDIAN MARITIME UNIVERSITY (A Central University) Ministry of Shipping, Govt. of India EAST COAST ROAD, UTHANDI CHENNAI CAMPUS

TENDER DOCUMENT FOR VALUATION OF COMPANY ASSETS

vkbz-lh-,-vkj- ifjlj] ikslv & fcgkj ossvujh dkwyst] ivuk & ¼fcgkj½] Hkkjr

CEYLON PETROLEUM STORAGE TERMINALS LIMITED

INVITATION OF TENDER BIDS WATER TANKS

CEYLON PETROLEUM STORAGE TERMINALS LIMITED

QUOTATION FOR DISPOSAL OF OLD & OBSELETE COMPUTER H/W SYETEM, PRINTERS ETC. Only through

TENDER DOCUMENT FOR REHABILITATION OF ROADS WITHIN VIHIGA COUNTY

RESERVE BANK OF INDIA HUMAN RESOURCE MANAGEMENT DEPARTMENT Hyderabad

Tender. for. Indian Institute of Technology Jodhpur

VOLUME I GENERAL CONDITIONS OF CONTRACT (GCC)

Tender Enquiry No: BCL/PUR/ CO2 Gas/SS/CW/VW/18-19/Rehab Dated:

The tender document may be download from the website,www,cdac.in/

HOSTEL SECTION RE-TENDER PAPER. Hostel No. / 302 / TENDER. :08/01/2018 up to 5:00 p.m.

TENDER DOCUMENT. For. Consultancy for ISO 9001:2008 Certification. Tender Reference Number: 15-5/2012-Lib. Dt

TAMIL NADU TEXTBOOK AND EDUATIONAL SERVICES CORPORATION TENDER DOCUMENT FOR SUPPLY AND DELIVERY OF

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

TAMIL NADU TEXTBOOK AND EDUCATIONAL SERVICES CORPORATION

BANK OF BARODA. Regional Office 129-D, Civil Lines Bareilly

SUMMARY SHEET ADDENDUM-1

Air Conditioner Maintenance Committee

COMMERCIAL TERMS AND CONDITIONS

TAMIL NADU TEXTBOOK AND EDUCATIONAL SERVICES CORPORATION TENDER DOCUMENT FOR

Board of Intermediate Education Bakhtiari Youth Center, North Nazimabad, Karachi

HLL Biotech Limited (A Government of India Enterprise) (A Subsidiary of HLL Lifecare Limited)

PEC University of Technology, Chandigarh

STANDARD TENDER DOCUMENT FOR PROCUREMENT OF GOODS. (Procurement of Goods)

OPEN TENDER TENDER NO: KRCS/PRF02080/2018 PROVISION OF INSURANCE COVER FOR KENYA RED CROSS GLA/GPA/WIBA FOR THE YEAR 2018/2019

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

NATIONAL INSTITUTE OF TECHNOLOGY ANDHRA PRADESH

WEST BENGAL INDUSTRIAL DEVELOPMENT CORPORATION LIMITED PROTITI, 23, Abanindranath Tagore Sarani (Camac Street), Kolkata TENDER DOCUMENT FOR

GOVERNMENT OF HIMACHAL PRADESH DIRECTORATE OF TRANSPORT SHIMLA

e-tender NOTIFICATION FOR THE SUPPLY OF GUNNY CLOTH & THREAD TO THEKARNATAKA SECONDARY EDUCATION EXAMINATION BOARD.

of Server No. of Server Period of AMC 06 One year The details of tender document are as below:

Tender no: SPMU/NRC/CLOTH ENVELOPE FOLDER/283/2016/6 Dated June 9, 2016 TENDER FOR SELECTION OF AGENCY FOR SUPPLY OF CLOTH ENVELOPE DOCUMENT

Request for Quotation for Supply of Computer, Accessories & Equipment. Supply of Computer, Accessories & Equipment

NOTICE INVITING TENDER

Regional office, MMTC Limited, 4th floor, NIC Bldg, 8, India Exchange Place, Kolkata , Telephone No

Kenya Literature Bureau. Tender Document. For. Book Binding Glue TENDER NO: KLB/T/04/

TENDER DOCUMENT FOR PURCHASE OF: CYBEROAM (FIREWALL HARDWARE) Tender Number: /349/IT, Dated:

F.No.III-129/2017-NZP/ Government of India National Zoological Park Mathura Road, New Delhi - 3

NOTICE INVITING e-tender

TENDER ENQUIRY FOR ENGAGING AN ADVERTISING AGENCY FOR PUBLISHING TENDERS AND OTHER ADVERTISEMENTS OF SPM HOSHANGABAD IN NEWS PAPERS

TENDER DOCUMENT FOR ANNUAL SOFTWARE SUBSCRIPTION AND SUPPORT RENEWAL FOR IBM LOTUS DOMINO LICENSES

DIRECTORATE OF COLLEGIATE EDUCATION, CHENNAI, TAMILNADU TENDER DOCUMENT

REPUBLIC OF KENYA COUNTY GOVERNMENT OF NAKURU

Tender For. Supply of LED Street Light Fittings 185 Nos At SHILPARAMAM, HYDERABAD

REPUBLIC OF KENYA GOVERNMENT OF MACHAKOS COUNTY DEPARTMENT OF TRANSPORT & ROADS TENDER NO. GMC/MTRPH/7/ &

SUPREME COURT OF INDIA (ADMN. MATERIAL (P&S) NOTICE INVITING TENDER FOR AWARDING OF RATE CONTRACT FOR CAMC of LCD AND LED TV WITH CONNECTED PC'S

TENDER DOCUMENT. Sub: Tender for Supply, Installation & Commissioning of Fujitsu RAM for Server Hardware

ASSAM POLICE HEADQUARTERS ULUBARI, GUWAHATI. Corrigendum 1

NATIONAL LAW UNIVERSITY, DELHI Sector-14, Dwarka New Delhi

NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF FORMS AND FORMATS. DATE OF COMMENCEMENT OF SALE OF BIDDING DOCUMENT : 12 th February 2016

NOTICE INVITING TENDER (NIT)

DIRECTORATE OF COLLEGIATE EDUCATION, CHENNAI, TAMIL NADU TENDER DOCUMENT FOR

SUPPLY AND DELIVERY OF DRUGS, LABORATORY REAGENTS AND DENTAL CONSUMABLES TENDER NO. CBK/038/

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

TAMILNADU TEXTBOOK AND EDUCATIONAL SERVICES CORPORATION

RESERVE BANK OF INDIA Human Resource Management Department Civil Lines, Nagpur

TENDER DOCUMENT FOR PURCHASE OF: AMC FOR DATA RECOVERY CENTER D.G SET Tender Number: /13/ESTATE, Dated:

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

TENDER CALL NOTICE NO.

NATIONAL INSTITUTE OF TECHNOLOGY ANDHRA PRADESH

DAKSHIN GUJARAT VIJ CO LTD. CIN U40102GJ2003SGC SURAT CITY CIRCLE

DIRECTORATE OF COMMERCIAL TAXES GOVERNMENT OF WEST BENGAL 14, BELIAGHATA ROAD, KOLKATA TENDER NO: DOCT/COMP/e-NIT20/ DATE: 13/08/2018

INVITATION TO BID. The Lump-sum Fixed Price/Amount shall be on the basis of following tender documents.

Request for Proposal (RFP) For. Caretaker Services at various ATMs of Bank of Baroda located in all over Uttarakhand under OPEX Model.

Dr. Harisingh Gour Vishwavidyalaya, SAGAR.(M.P.)

TENDER DOCUMENT FOR PURCHASE OF: S S PERFORATED SHEET Tender Number: /391/GWS, Dated:

TAMIL NADU TEXTBOOK AND EDUCATIONAL SERVICES CORPORATION TENDER DOCUMENT

vkbz-lh-,e-vkj-& jk"vªh; tutkfr LokLF; vuqla/kku lalfkku ICMR - NATIONAL INSTITUTE OF RESEARCH IN TRIBAL HEALTH

The last date for submission of the bids is at

INDIAN INSTITUTE OF TECHNOLOGY INDORE

INDIAN INSTITUTE OF TECHNOLOGY GANDHINAGAR

Supply of Notebook Computers

22 Climate Resilience Improvement Project

Transcription:

Standard Bid Document TECHNICAL SPECIFICATIONS FOR DESKTOP S. No Items Description (Desktop) Quantity 1 Desktop Intel Core i3, 7 th Gen or Higher, 4GB DDR4 RAM, 500 GB HDD or Higher, DVD Writer, LAN & Wi-Fi Windows 10 Professional, 18 or greater LED Display, (3 year or Higher onsite Warranty), Keyboard, Mouse(optical) Brands: HP, Dell, Acer 70 Format for Financial BID S.No Description Quantity Total Cost (Inclusive of all Taxes) 1 2 hardware as Specified in Technical Specification Onsite warranty as specified in the technical bid and value subscription including licensing of services if any As specified in Technical bid As specified in Technical bid 3 Total (1+2) 4 Mention Make & Model: 1. Submission Type Bidding will be carried out under Single Stage Two Envelope (Technical & Financial Bid) System. Submissions have to be made in two parts Part 1 is the Technical Bid and Part 2 is the Financial Bid. An envelope containing the tender document cost shall be pre-condition to open the bids for the bidders, who have downloaded the tender. The first envelope should have the technical bid, along with EMD, with Technical Bid clearly written over it. The second envelope should have the financial bid with Financial Bid clearly written over it. Both the envelopes should be put into a bigger single envelope with name of the tender & contact details written over it. Part 1 should contain: a) The tender document should be submitted in hard copy as well as soft copy in a CD appropriately labeled with Tender No and tenderer s name. b) EMD is to be submitted in the form of bank draft/bankers cheque/ bank guarantee in our format issued by a scheduled bank in favour of Director, Chandragupt Institute of Management Patna. The validity of EMD should be 14 days beyond the bid validity period. Bids without EMD will be considered as non-responsive and will be summarily rejected. EMD of unsuccessful bidders will be released within 45 days from the date of agreement with the successful bidder. No other option will be considered against EMD. c) Certificate/work order showing at least one similar work done having not less than 25 Lakhs of contract value or two work orders having not less than 15 Lakhs of contract value. d) Copies of original documents defining the constitution or legal status, place of registration, and principal place of business; written power of attorney of the signatory of the Bid to commit the Bidder; audited balance sheet and ITR for last three years 1

e) Experience in works of a similar nature and size for each of the last three years, and details of works underway or contractually committed; and clients who may be contacted for further information on those contracts; f) Authority to seek references from the Bidder's bankers; Part 2 should contain: a. Item wise cost sheet for the specification provided in the tender document is to be submitted in hard copy as well as soft copy in a CD appropriately labeled with Tender No and tenderer s name. b. Statement of compliance to payment terms c. Statement of guarantee/warranty of the products as per tender specification In addition, refer the pre-qualification criteria as stated in point no.3.1 and 3.2 2. Notes on specifications Tenderers will have to adhere on the specifications provide, however dimensional and material specifications must be adhered too. 3. Completion of Installation Timely installation is of the essence of the contract. All installation should be completed and handed over within 15 days from date of placing order. 4. Payment Terms CIMP s payment terms are: - 50% payment after supply of the ordered item to CIMP Premises. - 50% payment after completion of installation and handing over. 5. Last Date of Submission of Bid: The last date for receipt of bids is on 22.02.2019 at 14.00 hrs 6. Bid Opening Technical and financial bids will be opened in the presence of authorized representatives of the bidders on 22.02.2019 at 16.00 hrs at and 25.02.2019 at 15:00 hrs respectively. 7. The successful bidder will be expected to complete the works by the intended completion date specified in the Contract data. 8. Throughout these bidding documents, the terms 'bid' and 'tender' and their derivatives (bidder/ tenderer, bid/tender, bidding/tendering, etc.) are synonymous. 9. This Invitation for Bids is open to all bidders. 10. Even though the bidders meet the above qualifying criteria, they are subject to be disqualified if they have: 11. made misleading or false representations in the forms, statements and attachments submitted in proof of the qualification requirements; and/or have record of poor performance such as abandoning the works, not properly completing the contract, inordinate delays in completion, litigation history, or financial failures etc; and/or participated in the previous bidding for similar work and had quoted unreasonably high bid prices and could not furnish rational justification to CIMP 12. Each bidder shall submit only one bid for any item or more than one item or group. A bidder who submits or participates in more than one Bid (other than as a subcontractor or in cases of alternatives that have been permitted or requested) 2

will cause all the proposals with the Bidder's participation to be disqualified. 13. The bidder shall bear all costs associated with the preparation and submission of his Bid and CIMP will in no case be responsible and liable for those costs. In case of cancellation of tender, cost of bidding document will be charged each time 14. The Bidder, at the Bidder's own responsibility and risk and obtain all information that may be necessary for preparing the Bid and entering into a contract supply of IT products. The costs of visiting the Site (CIMP) shall be at the Bidder's own expense. 15. A pre-bid meeting is scheduled to be held on 07.02.2019 at 16.00 hrs. All interested parties are requested to attend the meeting in order to discuss and seek clarifications on their quarries relating to tender in the conference hall at Chandragupt Institute of Management Patna, Mithapur Institutional Area, B/H Bus Station, Mithapur, Patna-800001 in person. 16. All duties, taxes, and other levies payable by the contractor under the contract or for any other cause shall be included in the rates, prices and total Bid Price submitted by the Bidder 17. The rate should include the cost of all seen and unseen expenditure. No claim, whatsoever, will be entertained due to non-inclusion of any such event necessary for the completion of the item of work. 18. The unit rates and the prices shall be quoted by the bidder entirely in Indian Rupees. All payments shall be made in Indian Rupees. 19. The Earnest Money of the successful bidder will be discharged when the bidder has signed the Agreement and furnished the required Performance Security. 20. The Earnest money may be forfeited: or - If the Bidder withdraws the Bid after Bid opening during the period of Bid validity: - in the case of a successful Bidder, if the Bidder fails within the specified time limit to Sign the Agreement; or Furnish the required Performance Security 21. Conditional Tender will be rejected forthwith. 22. Each of the envelopes shall indicate the name and address of the bidder to enable the bid to be returned unopened in case it is declared late. 23. If the outer envelope is not sealed and marked as above, CIMP will assume no responsibility for the misplacement or premature opening of the bid. 24. Information relating to the examination, clarification, evaluation and comparison of Bids and recommendations for the award of a contract shall not be disclosed to Bidders or any other persons not officially concerned with such process at any stage. 25. Any effort by a Bidder to influence CIMP's processing of Bids or award decisions may result in the rejection of his Bid. 26. During detailed evaluation of "Technical Bids", CIMP will determine whether each Bid (a) meets the eligibility criteria, (b) has been properly signed; (c) is accompanied by the required securities and; (d) is substantially responsive to the requirements of the Bidding documents. During the detailed evaluation of the "Financial Bid", the responsiveness of the bids will be further determined with respect to the remaining bid conditions, i.e. priced bill of quantities, technical specifications. 27. A substantially responsive "Financial Bid" is one which conforms to all the terms, conditions, and specifications of the Bidding Documents, without material deviation or reservation. A material deviation or reservation is one (a) which affects in any substantial way the scope, quality or performance of the items; (b) which limits in any substantial way, inconsistent with the Bidding Documents, CIMP's rights or the Bidder's obligations under the Contract; or (c) whose rectification would affect unfairly the competitive position of other Bidders presenting substantially responsive Bids. 28. If a "Financial Bid" is not substantially responsive, it will be rejected by CIMP, and may not subsequently be made responsive by correction or withdrawal of the nonconforming deviation or reservation. 29. A bid, in the opinion of CIMP which contains several items in the Bill of Quantities 3

which are unrealistically priced or do not meet critical technical requirements, may be rejected as non-responsive. 30. CIMP reserves the right to accept or reject any Bid, and to cancel the Bidding process and reject all Bids, at any time prior to the award of Contract, without thereby incurring any liability to the affected Bidder or Bidders or any obligation to inform the affected Bidder or Bidders of the ground for CIMP's action. 31. The Bidder whose Bid has been accepted will be notified of the award by CIMP prior to expiration of the Bid validity period by e-mail confirmed and by registered letter. This letter (hereinafter called the "Letter of Acceptance") will state the sum that CIMP will pay the Contractor in consideration of the execution, completion and maintenance of the Works by the Contractor as prescribed by the Contract (hereinafter and in the Contract called the "Contract Price"). 32. The notification of award will be followed by formation of the Contract including furnishing of the performance security. 33. After the issue of the Letter of Acceptance, the successful Bidder shall be informed to execute the agreement and to deliver a Performance Security in any of the forms given below for an amount equivalent to 10% of the Contract price. 34. If the performance security is provided by the successful Bidder in the form of Bank Guarantee or fixed deposit receipts in the name of CIMP, it shall be issued either (a) at the Bidder's option, by a Nationalised/ Scheduled Indian bank within state or (b) acceptable to CIMP. 35. Failure of the successful Bidder to comply with the requirements of Clause 37 shall constitute sufficient grounds for cancellation of the award and forfeiture of the Bid Security. 36. Tender documents are not transferable. 37. CIMP will reject a proposal for award if it determines that the Bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the contract in question and will declare the firm ineligible, either indefinitely or for a stated period of time, to be awarded a contract with CIMP, if it at any time determines that the firm has engaged in corrupt or fraudulent practices in competing for the contractor, or in execution. 38. Quantities mentioned in the tender are indicative. CIMP reserves the right to increase or decrease quantities. 39. A bid, in the opinion of CIMP which contains several items in the Bill of Quantities which are unrealistically priced may be rejected as non-responsive. 40. Manufacturing company may participate through authorised dealer with the certificate issued by the company in favour of the distributor authorising to participate in the tender. 41. Minimum warranty period shall be 3 years. The certificate should be furnished. PRE QUALIFICATION CRITERIA 3.1 Financial Criteria Authorization letter of distributorship from respective OEM Duly signed by CA should be Enclosed).In case the accounts are not audited for the year 2018-19, the Turnover certified by the CA will be accepted. For above, the Tenderer has to submit audited balance sheets of their financial turn over/accounts along with profit and loss account for the last three (3) years, along with the Tender. Where necessary, the Employer can make enquiries with the Tenderer s Bankers. 4

3.2 Technical Criteria Intending tenderer should have A (a) At least 3 years of Experience in Manufacturing/assembling/supplying. (Incorporation certificate duly signed by CA / Notarized should be enclosed) (c) Certified copy of membership of ISO 9001:2000, ISO (preferable) (d) Certified copy of Current Solvency Certificate from Banker. AND B Intending tenderer Should have completed satisfactorily following works during last two years i.e after 30/01/2017, in any Central/ State Govt/ Local Body/ PSUs / reputed multinational companies as below: - (a) One similar work costing not less than INR 25.00 Lakhs. OR (b)two similar work costing not less than INR 15 Lakhs each. C Intending tenderer should produce supporting documents (Enclose dully attested/certified by CA or Notarized copies along with the Photographs) to confirm following supplying to execute the work. Note: - a) For the benefit of the intending tenderer s a checklist is required to be enclosed with the document to be submitted along with tender. b) Apart from above mentioned list of items, bidder has to submit an undertaking for having arrangements of all necessary items required for satisfactory completion of project. Certificates: a) All tenderers should submit the valid registration certificate. Commercial tax certificate, balance sheet with profit and loss statement for at least 3 years. b) The tenderers shall also submit satisfactory completion certificates in support of each quoted experience along with work order. The satisfactory completion certificate should be signed by an officer not below the rank of Executive Engineer concerned in case of Government department or the rank of General Manager in case of public sector as the case may be. c) The Supplier should have either their own branch office or dealer network in Patna. 5

AFFIDAVIT 1. I, the undersigned, do hereby certify that all the statements made in the required attachments are true and correct. 2. The undersigned also hereby certifies that neither our firm M/s has been blacklisted nor has abandoned any work in any government department, India nor any contract awarded to us for such works have been rescinded, during last five years prior to the date of this bid. 3. The undersigned hereby authorizes and request(s) any bank, person, firm or corporation to furnish pertinent information deemed necessary and requested by CIMP to verify this statement or regarding my (our) competence and general reputation. 4. The undersigned understands and agrees that further qualifying information may be requested, and agrees to furnish any such information at the request of CIMP. (Signed by an Authorized Officer of the Firm) Title of Officer Name of Firm Date 6

BID SECURITY (UNCONDITIONAL BANK GUARANTEE) WHEREAS [name of Bidder] (hereinafter called "the Bidder") has submitted his Bid dated [date] for [name of Contract hereinafter called "the Bid"]. KNOW ALL PEOPLE by these presents that We [name of Bank] of [name of country] having our registered office at (hereinafter called "the Bank") are bound unto CIMP (hereinafter called "the Employer") in the sum of * for which payment well and truly to be made to the said Employer by the Bank itself, his successors and assigns by these presents. SEALED with the Common Seal of the said Bank this day of, 2019 THE CONDITIONS of this obligation are: (1) If after Bid opening the Bidder withdraws his bid during the period of Bid validity specified in the Form of Bid; OR (2) If the Bidder having been notified to the acceptance of his bid by the Employer during the period of Bid validity : (a) fails or refuses to execute the Form of Agreement in accordance with the Instructions to Bidders, if required; or (b) fails or refuses to furnish the Performance Security, in accordance with the Instruction to Bidders; or (c) falls under the purview of Clause 25 We undertake to pay to the Employer up to the above amount upon receipt of his first written demand, without the Employer having to substantiate his demand, provided that in his demand the Employer will note that the amount claimed by him as due to him owing to the occurrence of one or any of the three conditions, (specifying the occurred condition or conditions). This Guarantee will remain in force up to and including the date ** days after the deadline for submission of Bids as such deadline is stated in the Instructions to Bidders or as it may be extended by the Employer, notice of which extension(s) to the Bank is hereby waived. Any demand in respect of this guarantee should reach the Bank not later than the above date. DATE WITNESS SIGNATURE SEAL (Signature, name and address) * The Bidder should insert the amount of the guarantee in words and figures denominated in Indian Rupees.. **25 days after the end of the validity period of the Bid. Date should be inserted by the Employer before the Bidding documents are issued. 7

PERFORMANCE BANK GUARANTEE To [Name of Employer] [Address of Employer] WHEREAS [name and address of Contractor] (hereafter called "the Contractor") has undertaken, in pursuance of Contract No. dated to execute _ [name of Contract and brief description of Works] (Hereinafter called "the Contract"). AND WHEREAS it has been stipulated by you in the said Contract that the Contractor shall furnish you with a Bank Guarantee by a recognized bank for the sum specified therein as security for compliance with his obligation in accordance with the Contract; AND WHEREAS we have agreed to give the Contractor such a Bank Guarantee: NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you on behalf of the Contractor, up to a total of [amount of guarantee]* (in words), such sum being payable in the types and proportions of currencies in which the Contract Price is payable, and we undertake to pay you, upon your first written demand and without cavil or argument, any sum or sums within the limits of [amount of guarantee] as aforesaid without your needing to prove or to show grounds or reasons for your demand for the sum specified therein. We hereby waive the necessity of your demanding the said debt from the contractor before presenting us with the demand. We further agree that no change or addition to or other modification of the terms of the Contract or of the works to be performed there under or of nay of the Contract documents which may be made between your and the Contractor shall in any way release us from any liability under this guarantee, and we hereby waive notice of any such change, addition or modification. This guarantee shall be valid until 28 days from the date of expiry of the Defect Liability Period. 8

Signature and Seal of the guarantor Name of Bank Address Date * An amount shall be inserted by the Guarantor, representing the percentage the Contract Price specified in the Contract including additional security for unbalanced Bids, if any and denominated in Indian Rupees. UNDERTAKING I, the undersigned do hereby undertake that our firm M/s agree to abide by this bid for a period days for the date fixed for receiving the same and it shall be binding on us and may be accepted at any time before the expiration of that period. (Signed by an Authorized Officer of the Firm) Title of Officer Name of Firm Date 9