TENDER. : IITJ/SPS/COW/2/3(II)/ /12. NIT Issue Date : April 18, Last Date of Submission : May 10, 2013.

Similar documents
Tender. for. Indian Institute of Technology Jodhpur

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

Tender. for. Supply & Installation of the Xenon-Arc Lamp. 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

Tender. for. Indian Institute of Technology Jodhpur

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

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

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

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

Tender. For. Bio Medical Waste Bins. At All India Institute of Medical Sciences, Jodhpur

Tender. For. Scrub Stations

Gel Documentation system

Tender. For. Human Skeleton

Tender for Supply & Installation of Thermal Evaporation System. Indian Institute of Technology Jodhpur

NATIONAL INSTITUTE OF TECHNOLOGY ANDHRA PRADESH

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

Tender For Supply of Lubricating Oil for DG sets installed at 33kV sub-station At All India Institute of Medical Sciences, Jodhpur

HOSTEL OFFICE. Web: Phone: : within 30 days from the date of purchase order

Standard Bid Document

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

Tender. for. Supply & Installation of Multimode Microplate Reader and Washer. Indian Institute of Technology Jodhpur

Slotted Angle Rack At All India Institute of Medical Sciences, Raipur

PEC University of Technology, Chandigarh

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

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

NOTICE INVITING TENDER

Notice inviting e-bids for Printing and Supply of IEC Material

National Intelligence Grid (Ministry of Home Affairs) 2nd Floor, Vijaya Building, 17, Barakhamba Road, New Delhi

FOR PURCHASE OF ROUTER MACHINE WITH ALL ACCESSORIES NIFT, DELHI CAMPUS HAUZ KHAS, NEW DELHI

SUPREME COURT OF INDIA ADMN. MATERIALS (P & S) Tilak Marg, New Delhi

TENDER DOCUMENT FOR PROVIDING AND FIXING OF MODULAR WORKSTATION FURNITURE

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

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

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

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

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

No. AN/III/2001/OC/briefcases & hb/ Subject:- Procurement of briefcases/handbags

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

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

IMPORTANT NOTICE SUPPLIERS SHALL TAKE NOTICE ON THE FOLLOWING POINTS FOR ITS STRICT COMPLIANCE.

Himalayan Forest Research Institute

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

1 P a g e. To be generated automatically by the E-procurement portal of the Govt. of Punjab.

INDIRA GANDHI NATIONAL OPEN UNIVERSITY. Central Purchase Unit

TENDER No: SPMU/NRC/SVC Bills/333/2016/ dated July 11, 2017 TENDER FOR PRINT WORK ISSUED BY

e- TENDER NO: BL/CFS/KOL/CONT. SEAL/18-19 TECHNICAL / COMMERCIAL BID

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

Government of West Bengal Office of the Director General, West Bengal Fire & Emergency Services 13-D, Mirza Ghalib Street, Kolkata

Bank Note Paper Mill (BNPM) India Private Limited, Mysore. The cost of tender document is Rs 1000/- which is non-refundable.

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

BID DOCUMENT SECTION I

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

IDBI Tower, WTC Complex, Cuffe Parade, Mumbai TENDER NOTICE. Supply & installation of MS Slotted Angle Racks

Notice Inviting Tender For Two Year Rate Contract for Consumable Item for Radiodiagnosis Department At All India Institute of Medical Sciences, Raipur

No. AERC. 8/2002/B/01 Dated Guwahati the 23 rd February, 2018 NOTICE INVITING TENDER FOR PRINTING VARIOUS BOOKS ETC. OF AERC (NIT NO.

SUB: EMPANELMENT OF AGENCIES FOR PROVIDING PHOTOCOPY & BOOK BINDING SERVICEAT ICSI HQ NEW DELHI AND NOIDA

RAICHUR POWER CORPORATION LIMITED. Procurement of MS ERW Pipes for YTPS

Cost of tender document Rs. 500/- Punjab ICT Education Society, Punjab SCO , 2nd Floor, Sector 34-A, Chandigarh

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

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

Department of Mechanical Engineering

TENDER NO: BLC/CFS/Weighing scale /xx Dt Tender Document for. Supply of 500 Kg capacity weighing scale

BHARAT HEAVY ELECTRICALS LIMITED,

SUPREME COURT OF INDIA ADMN. MATERIALS (P & S) Tilak Marg, New Delhi

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

TAMIL NADU TEXTBOOK AND EDUCATIONAL SERVICES CORPORATION

ADMINISTRATIVE TRAINING INSTITUTE GOVERNMENT OF WEST BENGAL FC-BLOCK, SALT LAKE CITY, SECTOR-III, KOLKATA NOTICE INVITING TENDER

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

PUDUCHERRY DISTILLERIES LIMITED (A Govt. of Puducherry Undertaking)

iùku izca/k cksmz PORT MANAGEMENT BOARD vameku rfkk fudksckj }hilewg ANDAMAN & NICOBAR ISLANDS

Qty Specification EMD (RS) As per Appendix- A attached 3,000/- (Three thousand) only

No. AERC 649/2017/1 Dated: 4 th October, 2017 NOTICE INVITING TENDER FOR PRINTING A COMPENDIUM OF AERC REGULATIONS (NIT NO.

No:532/Z/17/11/ /10/2014 RE-TENDER NOTICE FOR REMOVAL OF NON BIO MEDICAL WASTE

Tender No.3558/H/2012/Roots Dated:

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

TENDER DOCUMENT FOR PURCHASE OF: SUPPLY AND INSTALLATION OF UPS Tender Number: /63/ELECTRICAL, Dated:

Rajiv Gandhi Institute of Petroleum Technology [Institute of National Importance established under the Act of Parliament] FOR TENDER DOCUMENT

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

Supply and Installation of A3 Size Scanner

SECURITY PAPER MILL, HOSHANGABAD TENDER DOCUMENT FOR PROCUREMENT OF KRAFT PAPER GRADE I

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

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

Department of Civil Engineering

BALMER LAWRIE & CO. LTD. TECHNICAL / COMMERCIAL BID

DAKSHIN GUJARAT VIJ CO LTD. CIN U40102GJ2003SGC SURAT CITY CIRCLE

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

Tender Document. Printing & Supply of 25 th Annual Report of OIDC for the Financial Year

Rajiv Gandhi Institute of Petroleum Technology, Assam Centre Vill: Gohain Gaon, Akhoiphutia Road, Dist: Sivasagar, State: Assam, Pin:

TENDER DOCUMENT FOR PURCHASE OF: DIES & PUNCHES Tender Number: /31/BLANKING, Dated:

PUNJAB TECHNICAL UNIVERSITY,

BALMER LAWRIE & CO. LTD., SBU LEATHER CHEMICALS 32, MANALI, CHENNAI 68. (Regd. Office: 21, Netaji Subhas Road, Kolkata )

TENDER NOTICE (NIT NO: CDFD/ENGG/HVAC/WORKS/ /05)

JAWAHAR NAVODAYA VIDYALAYA, LOHARA DISTT.MOGA

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

INDIAN INSTITUTE OF TECHNOLOGY BOMBAY Materials Management Division For IIT Goa

ASSAM POLICE HEADQUARTERS ULUBARI, GUWAHATI. Corrigendum 1

TENDER DOCUMENT FOR. Purchase Section University of Kashmir Hazratbal, Srinagar, J&K

GOVERNMENT OF RAJASTHAN ELECTION DEPARTMENT. No. F. 1(3)III/C/Elec./2009/ 6775 Jaipur, dated

Last Date of submission of Tender: up to A.M.

Transcription:

TENDER FOR SUPPLY & INSTALLATION OF THE HOSTEL FURNITURE S NIT No. : IITJ/SPS/COW/2/3(II)/2013-14/12. NIT Issue Date : April 18, 2013. Last Date of Submission : May 10, 2013. Indian Institute of Technology, Jodhpur Old Residency Road, Ratanada, Jodhpur 342011, Rajasthan Telefax: 0291-2449011 email: sps@iitj.ac.in Page 1 of 15

Notice Inviting Tender Indian Institute of Technology (IIT), Rajasthan (hereinafter referred to as the Institute ) Jodhpur, an Educational Institute of National Importance under the Ministry of Human Resource & Development, Govt. of India, invites the sealed tenders in two bids (1.Technical Bid 2. Financial Bid) format from wellestablished reputed manufacture / authorized dealers for supply & installation of the Hostel Furniture s at Hostels located at Kendranchal Colony, GPRA, Vivek Vihar, Kudi, Jodhpur, as per the specification given in the schedule attached with tender as Annexure I. Tender document can be downloaded from the Institute website at URL link: http://www.iitj.ac.in/tenders.html or from Central Public Procurement Portal link: http://www.eprocure.gov.in. The tenderer shall be required to submit the Earnest Money Deposit (EMD) for an amount of ` 50,000/- (Rupees Fifty Thousands only) which is refundable and a non-refundable tender fee for an amount of ` 200/- (Rupees Two Hundred only) by way of demand drafts only. The demand drafts shall be drawn in favour of Director, IIT Rajasthan payable at Jodhpur. The demand drafts for earnest money deposit & tender fee must be enclosed in the envelope containing the technical bid. Offer in the financial bid should be written in English and price should be written in both figures and words. The offer should be typed or written in ink pen or ball pen. Use of pencil will be ignored. The relevant supporting documents as required must be enclosed. Envelope of technical bid & financial bid should be individually sealed and then placed in a third envelope, to be sealed and superscribed with tender number, due date of submission and address to: The Director, IIT Jodhpur Stores & Purchase Section Old Residency Road, Ratanada Jodhpur 342011, Rajasthan Sealed tender should reach the Institute, latest by May 10, 2013 at 03:00 PM. Tender(s) received beyond the last date of submission will be rejected. No tender will be entertained by E-mail or FAX. Technical bid(s) will be opened on May 10, 2013 at 04:00 PM in the Conference Hall, Administrative Block of the Institute in the presence of the tenderer(s) or their authorized representative(s), who are present at the scheduled date and time. Date and time of the opening of the financial bid(s) will be decided after the technical bid(s) have been evaluated by the Institute. The financial bid(s) of only those tenderer(s) will be opened, who qualifies the Page 2 of 15

technical evaluation, on the specified date and time. The date, time & place of opening of the financial bid(s) will be intimated in due course of time. In the event of the due date of receipt and opening of the tender being declared as a holiday for the Institute, then due date of receipt / opening of the tender will be the next working day at the same time. The tenderer are requested to read the tender document carefully and ensure to compliance with all the instructions herein. Non-compliance of the instructions contained in this document may disqualify the tenderer from the tendering exercise. The Institute reserves the right to select certain items in single or multiple units and reject the others or all as mentioned in the schedule and to revise or alter the specifications before acceptance of any tender and accept or reject any or all tenders, wholly or partly or close the tender without assigning any reason whatsoever. INSTRUCTIONS TO TENDERER Tender should be submitted in two parts, Part I (Technical Bid) & Part II (Financial Bid). Envelop of Part I should be superscribed as Tender for Supply & Installation of the Hostel Furniture s Part I Technical Bid and envelop of part II should be superscribed as Tender for Supply & Installation of the Hostel Furniture s Part II Financial Bid. 1. Pre Qualification Criteria: I. Only manufacturer(s) or their sole authorized distributor / agent are eligible to bid. Authorization letter from manufacturer in favor of authorized agent to bid / negotiate / conclude the order against this tender must be enclosed with technical bid. II. III. The tenderer shall be required to submit the Earnest Money Deposit (EMD) for an amount of ` 50,000/- (Rupees Fifty Thousand only) which is refundable and a non-refundable tender fee for an amount of ` 200/- (Rupees Two Hundred only) by way of demand drafts only. The demand drafts shall be drawn in favour of Director, IIT Rajasthan payable at Jodhpur. The demand drafts for Earnest Money Deposit & tender fee must be enclosed in the envelope containing the technical bid. The tenderer should have a minimum 03 (three) years of experience for supply & successful installation of the furniture. Atleast 02 (two) latest satisfactory supply / installation reports must be enclosed with the technical bid. Page 3 of 15

IV. Annual turnover of the tenderer for each of the last three financial years should not be less than ` 20/- lakhs (Rupees Twenty Lakhs). Financial statements with net profit, duly audited / certified by Chartered Accountant (CA) of the last three financial years along with the copies of Income Tax Return (ITR) must be enclosed with the technical bid. V. The tenderer should not have been debarred or blacklisted by any Central / State Government Departments of India. An affidavit to that effect on Non-Judicial stamp paper of ` 10/- duly notarised must be enclosed with the technical bid in prescribed format. The proforma of the affidavit is attached with the tender as Annexure III. VI. The tenderer shall submit the one copy of the tender document and addenda thereto, if any, with each page of this document signed and stamped to confirm the acceptance of entire term & conditions of the tender by the tenderer. The tender of any tenderer, who has not complied with one or more of the conditions of pre-qualification criteria and / or fail to submit the required documents in prescribed format as mentioned / or required / or conditional tender are liable to be summarily rejected. 2. Earnest Money Deposit: The tenderer shall be required to submit the Earnest Money Deposit (EMD) for an amount of ` 50,000/- (Rupees Fifty Thousands only) which is refundable and a non-refundable tender fee for an amount of ` 200/- (Rupees Two Hundred only) by way of demand drafts only. The demand drafts shall be drawn in favour of Director, IIT Rajasthan payable at Jodhpur. The demand drafts for earnest money deposit & tender fee must be enclosed in the envelope containing the technical bid. The firms who are registered with National Small Industries Corporation (NSIC) / or Small Scale Industrial (SSI) are exempted to furnishing the EMD and tender fee. Self-attested photocopy of valid registration certificate must be enclosed with the technical bid. The demand drafts for earnest money deposit & tender fee must be enclosed in the envelope containing the technical bid. Any technical bid is found without the demand drafts of earnest money deposit and tender fee will be rejected. The Institute will not be liable to pay any interest on such an amount. The earnest money deposit shall be forfeited, if the tenderer withdraws its bid during the period of tender validity. The earnest money deposit of the tenderer, whose tender has been accepted, will be returned on the submission of the performance security. Earnest money deposit of the successful tenderer shall be Page 4 of 15

forfeited, if it refuses or neglects to execute the order or fails to furnish the required performance security within the time frame as specified by the Institute. After the award of the contract to the successful tenderer, the earnest money deposit of the unsuccessful tenderer(s) will be refunded within 30 days. 3. Validity: Quoted rates must be valid for a period of 120 days from the date of the closing of the tender. The overall offer for the assignment and tenderer quoted price shall remain unchanged during the period of validity. If the tenderer has quotes the validity shorter than the required period, the same will be treated as unresponsive and it may be rejected. In case the tenderer withdraws, modifies or changes his offer during the validity period, the tender is liable to be rejected and the earnest money deposited shall be forfeited without assigning any reason thereof. The tenderer should also be ready to extend the validity, if required, without changing any terms, conditions etc. of their original tender. 4. Warranty / Guarantee: The furniture(s) shall be quoted with a minimum 12 months on-site warranty / guarantee against any manufacturing defect, poor quality of material and workmanship and it will be started from the date of the installation. Defective furniture shall be replaced / or repaired within 3 days from the date of written complaint at their own cost. Rejected items, if any, have to be removed and replaced within 3 days from the date of complaint. 5. Delivery & Installation: All the ordered furniture should be delivered & put in appropriate place within 6 weeks from the date of receipt of the purchase order. All the aspects of safe delivery and installation shall be the exclusive responsibility of the supplier. Liquidated Damages (LD): If the supplier has fails to perform the satisfactory installation / commissioning of the furniture and / or which is not ready to use within stipulated time then penalty at the rate of 1% per week subject to maximum of 10% of the order value will be deducted. In case the supplier has failed to complete the order / project within the stipulated time, Institute reserves the right to cancel the contract / order and performance security / EMD may be forfeited. Page 5 of 15

6. Performance Security: After the award of work, the supplier shall be required to submit the performance security in the form of irrevocable bank guarantee in the prescribed format (Annexure V) issued by any Nationalised Bank / or Fixed Deposit Receipt, for an amount equal to the 10% of order value and it will be kept valid for a period of 60 days beyond the date of completion of warranty period. 7. Payment Term: 90% Payment of the order value shall be released after the erection / commissioning / installation of the furniture, for those furniture(s) which are accepted by Institute. Unaccepted furniture shall be replaced within a week from the date of rejection / information. Balance 10% of the order value shall be released after the submission of the performance security 8. Financial Bid: The rates should be quoted in Indian Rupees (INR) inclusive of all the essential charges on FOR at destination site basis in the prescribe format (Annexure II) with complete description. Name of the manufacturer, model number must be indicated clearly in the proforma invoice / quotation failing which the same shall be liable for rejection. If the tenderer has failed to quote the item wise breakup it is presumed that the total cost is inclusive of all charges & taxes. The rates quoted should be applicable to Educational Institutions and any cost advantage received in lieu thereof should be passed on to the Institute. Institute is registered with DSIR, Govt. of India (Custom Duty Notification No. 51/96- Custom dt: 23 July, 1996 and Central Excise Duty Notification No. 10/97- Central Excise dt: 1 March, 1997) and is therefore, exempted from Excise Duty and partial exempted from Custom Duty (CD applicable to IIT Jodhpur is 5.15%). Exemption Certificate of the same shall be issued. NB: If any of the conditions mentioned in the tender enquiry document are alter / changed / modified / add any new condition, which are not compliance with tender enquiry document, by tenderer in their proposal, which may be treated as unresponsive and it may be rejected. Page 6 of 15

9. Tender Evaluation: The Institute will evaluate the entire tenders, strictly on the basis of the terms & conditions incorporated in the tender enquiry document and terms, conditions etc. as stipulated by the tenderer(s) in their tender to determine whether these are compliance in all respects, as specified in the tender enquiry document. During the evaluation / scrutiny of the tenders, at any stage, if it is found that any of the tenderer(s) terms and conditions are not compliance with tender enquiry document, Institute may seek the clarification within the specified target time and if the tenderer has fails to reply / or not agree / accept the terms and conditions, their tender will be treated as unresponsive and it is liable for rejection. If the schedule of requirements contains more than one schedule, then offers for each schedule are to be evaluated and ranked separately, if it is in the benefit of the Institute, order may be awarded accordingly. Evaluation of the proposals shall be done in two stages as: (a) Stage I (Technical Evaluation): Institute will examine all the bids to determine whether these are qualifies the essential prequalification criteria, whether tenderer have submitted the EMD & Tender fee with technical Bid, whether all the documents as mentioned / or required in the tender document to be submitted with technical bid have submitted, whether all the documents are in prescribed format and has been properly signed & stamped and whether the bid are completed and generally in order. Tender who will not qualify technical evaluation shall be rejected. (b) Stage II (Financial Evaluation): Financial bid(s) of the only technically qualified tenderer will be opened for financial evaluation. The Financial bids will be evaluated on item wise cost of furniture(s) as quoted. 10. Award of Contract: After due evaluation of the financial bids, the Institute will award the contract to the lowest evaluated responsive tenderer(s) for individual item(s) (hereinafter referred to as the Supplier ). Page 7 of 15

11. Force Majeure: Any delay due to Force Majeure will not be attributable to the bidder. Force Majeure events shall mean one or more of the following acts or events: Acts of God or events beyond the reasonable control of the Affected Party which could not reasonably have been expected to occur, exceptionally adverse weather conditions, lightning, earthquake, cyclone, flood, volcanic eruption or fire or landslide; Radioactive contamination or ionizing radiation; Strikes or boycotts (other than those involving the Supplier or its employees / representatives or attributable to any act or omission of any of them) interrupting supplies and services of the Project for a period exceeding a continuous period of 7 (seven) days; An act of war (whether declared or undeclared), invasion, armed conflict or act of foreign enemy, blockade, embargo, riot, insurrection, terrorist or military action, civil commotion or politically motivated sabotage which prevents rendering of supplies or specified services by the Supplier for a period exceeding a continuous period of 7 (seven) days. 12. Arbitration and Laws: In case of any dispute or difference arising out of or in connection with the tender conditions / order and Contract, the Institute and the Supplier will address the dispute / difference for a mutual resolution and failing which, the matter shall be referred for arbitration to a sole Arbitrator to be appointed by the Institute. The Arbitration shall be held in accordance with the provisions of the Arbitration and Conciliation Act, 1996 and the venue of arbitration shall be at Jodhpur only. The resolution of the Arbitrator shall be final and binding on both the parties. 13. Jurisdiction: The courts at Jodhpur alone will have the jurisdiction to try any matter, dispute or reference between parties arising out of this tender / contract. It is specifically agreed that no court outside and other than Jodhpur court shall have jurisdiction in the matter. Page 8 of 15

ANNEXURE I Detailed Specifications of Furniture(s) with Drawings and Quantity required. 1. Study Table Size: Top size 525 x1050 mm (750 ht.) Qty. 100 Nos. Study Table as per sketch above, MS pipe frame 25x25mm square, floor stand in 25x50 mm square section with level adjuster screws, with three drawer box made in 26 Gauge sheet with single lock system in drawer s left side. Spray paint in two colours. Table top made of 18 mm thick both side pre-laminated board with PVC edge beading and foot level shelf of 11 x 36 with PVC edge beading. 2. Chairs Qty. 100 Nos. Chair made of MS round pipe in 16 Gauge as per sketch above and sample available. Seat & back in perforated sheet 20 gauge. Arm Rest with P.U. Hand rest Pad. Complete chair is powder coated in black color. Page 9 of 15

3. Bed Size: Size: 30 x 72 Qty. 100 Nos. Made of MS pipe 16 Gauge as per image above and sample available, using 50 x 25 mm main frame on two sides (along the length) bolted on frames of head side and foot side made of MS sq pipe32 mm and round pipes of diameter 32 mm, 25 mm and 18 mm as per design with 4 numbers 25 mm sq. MS pipes resting on u shaped support fixed to main frame. Bed top made of 18 mm thick both side pre laminated board ISI mark with all edges spirit polished. Main frame will have 4 nos. inverted U shaped mattress supports. Complete steel framework of bed powder coated in black color. 4. Almirah Qty.: 100 Nos. Specifications of CRCA sheet almirah CRCA Sheet Almirah CRCA Sheet BODY in 22 gauge CRCA Sheet Door in 20 gauge CRCA Sheet shelves in 20 gauge Outer Dimensions: Height 66 inch, breadth 30 inch, depth 20 inch Overall inner height 60 inch, Number of shelves 4 Total height, i.e. distance from top to bottom of each shelf (starting from the top) Shelf 1: 22 inch Shelf 2: 13 inch Shelf 3: 13 inch Shelf 4: 9 inch Thickness of each shelf 1 inch (i.e. the sheet border bend to 1 inch thickness). Two Door handles Two Gate latches with nickel polish on the top, one for each door. Page 10 of 15

Almirah to have a latch arrangement on the door for putting a lock. Spray painted (Light Silver) with glossy finish. Note: Tenderer(s) are requested to visit Hostel for details view of samples, in case of any doubt. Page 11 of 15

ANNEXURE II Price Bid Format S. No. Item(s) Quantity Unit Rate Taxes % Total Cost including Taxes 1. Study Table s 100 Nos. 2. Chairs 100 Nos. 3. Bed s 100 Nos. 4. Almirah 100 Nos. D E C L A R A T I O N 1. This is certified that the rates quoted above are not more than the rates charged from any other Institution / Department / Organization. 2. I / We have gone through the terms & conditions stipulated in the tender document and confirm to abide by the same. 3. No other charges would be payable by the Institute. SIGNATURE OF AUTHORIZED PERSON WITH SEAL Page 12 of 15

ANNEXURE III DECLARATION REGARDING BLACKLISTING / DEBARRING FOR TAKING PART IN TENDER. (To be executed & attested by Public Notary / Executive Magistrate on Rs.10/- non judicial Stamp paper by the bidder) I / We Manufacture / Partner(s)/ Authorized Distributor /agent of M/S. hereby declare that the firm/company namely M/s. has not been blacklisted or debarred in the past by Union / State Government or organization from taking part in Government tenders in India. Or I / We Manufacture / Partner(s)/ Authorized Distributor / agent of M/s. hereby declare that the Firm / company namely M/s. was blacklisted or debarred by Union / State Government or any Organization from taking part in Government tenders for a period of years w.e.f. to. The period is over on and now the firm/company is entitled to take part in Government tenders. In case the above information found false I / we are fully aware that the tender/ contract will be rejected/cancelled by Director, IIT Rajasthan, and EMD / SD shall be forfeited. In addition to the above Institute, will not be responsible to pay the bills for any completed / partially completed work. DEPONENT Name Address Attested: (Public Notary / Executive Magistrate) Page 13 of 15

Annexure-IV BANK GUARANTEE FORM FOR PERFORMANCE SECURITY The Director Indian Institute of Technology Jodhpur, Jodhpur (India) 342011. WHEREAS. (Name and address of the Supplier) (hereinafter called the Supplier ) has undertaken, in pursuance of contract no. dated. (hereinafter called the contract ) to supply. AND WHEREAS it has been stipulated by you in the said contract that the Supplier shall furnish you with a bank guarantee by a scheduled nationalized bank recognised by you for the sum specified therein as security for compliance with its obligations in accordance with and due performance of the contract; AND WHEREAS we have agreed to give the Supplier such a bank guarantee; NOW THEREFORE we hereby affirm that we are guarantors and responsible to you, on behalf of the Supplier, up to a total of.(amount of the guarantee in words and figures), and we hereby irrevocably and absolutely undertake to pay you immediately, upon your first written demand declaring the Supplier to be in default under the contract 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 or the sum specified therein. We hereby waive the necessity of your demanding the said debt from the Supplier before presenting us with the demand. We further agree that no change or addition to or other modification of the terms of the contract to be performed there under or of any of the contract documents which may be made between you and the Supplier shall in any way release us from any liability under this guarantee and we hereby waive notice of any such change, addition or modification. Page 14 of 15

The Bank guarantee shall be interpreted in accordance with the laws of India. The Guarantor Bank represents that this Bank Guarantee has been established in such form and with such content that is fully enforceable in accordance with its terms as against the Guarantor Bank in the manner provided herein. The Bank Guarantee shall not be affected in any manner by reason of merger, amalgamation, restructuring or any other change in the constitution of the Guarantor Bank or the Supplier. The Bank further undertakes not to revoke this Guarantee during its currency except with the previous express consent of the Buyer in writing. The Bank declares that it has power to issue this Guarantee and discharge the obligations contemplated herein, the undersigned is duly authorized and has full power to execute this Guarantee for an on behalf of the Bank. This guarantee shall be valid up to and including the.. day of, 20. (Signature with date of the authorised officer of the Bank). Name and designation of the officer. Seal, name & address of the Bank and address of the Branch Page 15 of 15