Tender document For Supply and installation IT Hardware at Block 8.

Similar documents
INDIRA GANDHI NATIONAL OPEN UNIVERSITY Maidan Garhi New Delhi Computer Division

IGNOU REGIONAL CENTRE, DEOGHAR

INDIRA GANDHI NATIONAL OPEN UNIVERSITY. Central Purchase Unit

INDIRA GANDHI NATIONAL OPEN UNIVERSITY Maidan Garhi New Delhi Computer Division

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

INDIRA GANDHI NATIONAL OPEN UNIVERSITY. Tender document for Empanelment of firm for the supply of Markeen Cloth

INDIRA GANDHI NATIONAL OPEN UNIVERSITY

Tender No. IG/CPU/IGCFSS/SOSS/Laptop/ Dated: INDIRA GANDHI NATIONAL OPEN UNIVERSITY

PEC University of Technology, Chandigarh

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

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

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

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

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

INDIRA GANDHI NATIONAL OPEN UNIVERSITY MaidanGarhi, New Delhi Central Purchase Unit SPEED POST

IGNOU THE PEOPLE S UNIVERSITY. Indira Gandhi National Open University Student Evaluation Division Maidan Garhi, New Delhi

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

Certificate by Chartered Accountant on letter head

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

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

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

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

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

UV-Visible Spectrophotometer

Embassy of India Abidjan (Cote d'ivoire)

INDIAN INSTITUTE OF TECHNOLOGY GANDHINAGAR

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

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

Tender document for Outsourcing the conduct of Written Test for various non-academic posts

COMMERCIAL TERMS AND CONDITIONS

Tender. for. Indian Institute of Technology Jodhpur

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

Notice for inviting E-Tender for hiring of vehicles

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

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

Notice Inviting Limited Tender (Re-Tender)

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

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

PART VI. Pre Contract Integrity Pact (IP) HINDUSTAN AERONAUTICS LIMITED Transport Aircraft Division Kanpur (India)

Circular to all trading and clearing members of the Exchange

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

ODISHA POWER TRANSMISSION CORPORATION LIMITED OFFICE OF G.M., EHT (O&M) CIRCLE, BURLA

Hiring of Commercial Vehicle for Official Use at STPI

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

BHARAT HEAVY ELECTRICALS LIMITED,

Standard Bid Document

Sub: - Notice inviting Quotation for Fully Automated Bio-chemistry Analyzer for CGHS, Jaipur.

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

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

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

BALMER LAWRIE & CO. LTD.

NORTH EASTERN ELECTRICITY SUPPLY COMPANY OF ORISSA LIMITED OFFICE OF THE CHIEF EXECUTIVE OFFICER

5.1 LETTER OF ACCEPTANCE

NOTICE INVITING TENDER FOR APPOINTMENT OF GST CONSULTANT SUMMARY

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

NATIONAL LAW UNIVERSITY AND JUDICIAL ACADEMY, ASSAM Established by the Assam act XXV of 2009

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

MISHRA DHATU NIGAM LIMITED

TENDER NO: PROCUREMENT OF TRANSFORMER OIL AS PER SPECIFICATION ATTACHED

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

DSA/F/PYKKA CORRES./ Page 1

AMC for Routers & Switches Page 1 of 18

Notice for inviting Tender for hiring of vehicle

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

Tender. for. Indian Institute of Technology Jodhpur

DAKSHIN GUJARAT VIJ CO LTD. CIN U40102GJ2003SGC SURAT CITY CIRCLE

3 rd Mile Stone, Faridabad-Gurgaon Expressway, Faridabad Phone:

Total No. of pages of the tender documents are 12 (Twelve) pages.

Ref. SNB/ENQ/MP/Pulse Generator/15-16/242(WP)

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

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

VOLUME I GENERAL CONDITIONS OF CONTRACT (GCC)

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

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

Himalayan Forest Research Institute

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

Tender. For. Scrub Stations

MAHARASHTRA RAJYA SAHAKARI DUDH MAHASANGH MARYADIT, MUMBAI MAHANAND DAIRY, GOREGAON (EAST), MUMBAI

TENDER No: STPIC/Admin/G&P/010/ / 003 Date: 15/09/2009 BID DOCUMENT. Tender for Supply of Radio Modems

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

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

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

OFFICE OF THE PRINCIPAL ACCOUNTANT GENERAL (A&E)- I MADHYA PRADESH, GWALIOR

INDIAN INSTITUTE OF ASTROPHYSICS

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

F. No. D-15017/16/2015-General Government of India Office of the Directorate General of Civil Aviation Opposite Safdarjung Airport, New Delhi

CEYLON PETROLEUM STORAGE TERMINALS LIMITED

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

Bharat Sanchar Nigam Limited (A Govt. of India Enterprise) Southern Telecom Region (An ISO 9001:2000 Organization) BID DOCUMENT

MECON LIMITED A Government of India Enterprise

SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. Head Office-Ground Floor, Raheja Chambers, Free Press Journal Marg, Nariman Point, Mumbai-21

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

Tender. For. Human Skeleton

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

5. Earnest Money Deposit: Rs \ (FortyThousand only)

REMOTE SENSING APPLICATIONS CENTRE, U.P.

EOI No / BSNL / CA / / 1. Bharat Sanchar Nigam Limited

TENDER DOCUMENT FOR PURCHASE OF: TELEPHONE CABLE ETC. Tender Number: /130/ELECTRIC, Dated:

Tender Notice. Qualification/ Eligibility Criteria and General Terms and Conditions

Transcription:

Tender No. IG/EGK/200-2 INDIRA GANDHI NATIONAL OPEN UNIVERSITY Tender document For Supply and installation IT Hardware at Block 8. (Estimated Cost: 9, 50,000/-) Last Date for submission of Tender: 07 th September 202 by 03:00 PM Date & Time for opening of Tender: 03:30 PM on 07 th September 202 Coordinator (egyankosh) Indira Gandhi National Open University Maidan Garhi, New Delhi 0068 Website: www.ignou.ac.in

INDIRA GANDHI NATIONAL OPEN UNIVERSITY Maidan Garhi New Delhi 0 068 egyankosh To, Sub: Quotation for Supply and installation IT Hardware at Block 8. F. No.: IG/EGK/ 200-2 Dated: 7.08.202 Sir, The specification of product is as under: Configuration/Specification S.No. Item Quantity CISCO-2960G 48 Port 0/00/000 Manageable Layer 2 WS-C2960G-48TC-L Catalyst 2960 48 0/00/000 4T/SFP LAN Base Image 2 Number of IBM X3850 Rack Server (specification at page 2) 3 32U Server Rack with front glass door with 2 Numbers of Power Strips with 0 sockets each 8 Port rack Mountable KVM switch with 8 4 Cables (6 meters each) for connecting and managing servers. Complete Networking (installation, 5 commissioning and testing) for 20 nodes (Including I/O box, Face Plate CAT6 Cable) 20 Nodes 6 Two number D-Link Air Premier DWL-3200AP 2 wireless access point for Wi-Fi internet access. 7 6 meters RJ-45 (CAT6) Factory Punched Cables 35 8 D-Link DWA-23 Wireless N 50 USB Adapter 20 9 TFT monitor 7", USB keyboard and USB Mouse 0 Rack Mountable UPS (APC- SRC6000UXI 6KVA UPS with 60 Minutes Backup. 2

Specifications S.No. Item Description Quantity 2 IBM x3850 X5, 2xXeon 6C E7-4807 95W.86GHz/8 MB L3, 2x4GB, O/Bay HS 2.5in SAS, 975W p/s, Rack 4GB (x4gb, 2Rx8,.35V ) PC3L-0600 CL9 ECC DDR3 333MHz LP RDIMM 2 ServerRAID M505 SAS/SATA Controller IBM 975 Power Supply 2 IBM UltraSlim Enhanced SATA DVD-ROM IBM HOT Swappable SAS HDD backplane IBM 300GB 2.5in SFF Slim-HS 0K 6Gbps SAS 4 Line Cord 2.8M 0A/250V C3(2P + Gnd) (India) 2 3

Terms and Conditions. Compliance with the technical specifications The equipment offered shall be in accordance with the minimum Technical Specification as provided above. However, higher version/additional specification/ deviation from the specification, if any, shall be clearly indicated along with the explanation. The university reserves the right to select the specification and other features as per its actual requirement. The bids/ quotation must be accompanied by the relevant document/ literature confirming the product to be supplied duly signed by the Tenderer with seal of the firm. The bid submitted in a casual manner and without proper documentation shall be summarily rejected. (Format of submission of bid is enclosed at Annexure-I) 2. Earnest Money Deposit Earnest Money deposit (EMD) amount of Rs.20,000/- (Rupees Twenty Thousand Only) shall be submitted along with the quotation in the form of a Bank Guarantee/ Demand Draft/ Banker s Cheque/ FDR from any commercial Bank drawn in favour of IGNOU payable at NEW DELHI. The EMD amount will be refunded to unsuccessful bidder(s) only after finalization of the tender. However, in case of successful bidder it will be refunded only after receipt of Performance Security. (Format of EMD Submission is at Annexure -II) 3. Performance Security Deposit The successful tenderer shall, before executing the order, within 30 days of dispatch of letter intimating acceptance of the offer in terms of Letter of Intent/P.O., deposit an amount of Rupees equivalent to 0% of the value of the contract as security deposit for due performance of the contract. The security deposit may be furnished in the format of a Bank Guarantee (Annexure III)/ Demand Draft/FDR drawn in favour of IGNOU or a bank guarantee from a commercial bank duly countersigned by the bankers. The validity of Bank Guarantee/Security Deposit shall be for the entire period of warranty plus Two months. Failure to furnish Security Deposit/Bank Guarantee shall be treated as breach of contract and entail cancellation of the contract and forfeiture of EMD. If the tenderer is not able to supply, install, and support the ordered items completely within the specified period to the complete satisfaction of the IGNOU, the Bank Guarantee / Security Deposit shall be invoked/ forfeited as the case may be. Performance Security shall remain valid for a period of sixty days beyond the date of completion of all contractual obligations of the supplier including warranty obligations. 4. Submission of Offer a) (i). All prices and other information like discounts etc. having a bearing on the price shall be written both in figures and words in the prescribed format Annexure-I. Where there is a difference between amounts quoted in words and figures, the amounts quoted in words shall prevail. (ii). The interested Tenderers will submit bid as asked for in the Tender Document Noncompliance of these may lead to rejection of bid. The bid should be for Item price with warranty/guarantee/ post warranty and comprehensive AMC. 4

b) The Excise Duty, Sales Tax/VAT etc., as applicable should be quoted separately in absence of which it will be presumed that they are included in the rates and IGNOU shall have no liability to pay these charges. The tender in the prescribed format should be addressed to the Coordinator (egyankosh) under sealed cover. The sealed cover shall be super scribed Quotation for Supply and installation IT Hardware at Block 8. which should be properly sealed and to be addressed to the Coordinator egyankosh, Room No. 0, Block-A, Academic Complex, IGNOU, Maidan Garhi, New Delhi, 0068. The earnest money deposit shall be kept in this envelope. The tenders not submitted in prescribed manner shall be summarily rejected and the Bid shall not be considered. The IGNOU reserves the right to accept or reject any tender without assigning any reason. c) The Bid shall be opened in the presence of the tenderer(s) representative(s) who may wish to be present. 5 Evaluation a) The Tenders will be evaluated on the basis of specification/brand/make of the product as per IGNOU requirement. If considered necessary, the Committee may take the decision in this regard and the decision taken by the Committee would be final and binding to the bidder. b) If the Purchaser i.e. IGNOU considers necessary, it may ask for revised bids from the short listed tenderers which should be submitted within three days of intimation of this effect in sealed envelopes on specified date and time. The revised bids shall not be for amounts more than one quoted earlier for an item, unless the specification is of higher configuration than the earlier ones, by the respective tenderer. Any tenderer quoting higher rates for the same item with same configuration quoted earlier in their revised financial bid shall be disqualified for further consideration and EMD submitted may be forfeited. c) The IGNOU reserves the right to select the tenderer on the basis of best possible features quoted. The decision of IGNOU arrived at in this regard shall be final and representation of any kind shall not be entertained on the above. Any attempt by any tenderer to bring pressure of any kind shall disqualify the tenderer for the present tender and the tenderer may be liable to be debarred from bidding for IGNOU tenders in future for a period of three years and EMD submitted may be forfeited. d) The IGNOU reserves the right to award the contract to any of the bidders in the interest of the University irrespective of not being lowest and in this respect, the decision of the University shall be final. 6. Effect and Validity of Offer (a) The offer shall be kept valid for acceptance for a minimum period of 90 (Ninety) Calendar days from the date of opening the commercial/financial bids. (b) Order shall be placed as per IGNOU s requirements by the authorized Officer. The successful tenderer will supply and install complete goods at the earliest but not later than 30 days from the date of placing the Purchase Order unless the period of delivery of goods extended due to justified reason duly accepted by the University. (c) The contract shall be valid for a period of one year from the date of award of contract. 5

(d) All the terms and conditions for the supply, testing and acceptance, payment terms, penalty etc. shall be as those mentioned herein and no change in the terms and conditions will be acceptable. (e) During the validity of the contract including the extended period, if any, if the tenderer sells any system or sub-system of the same or equivalent configuration to any other Department/Organization in India at a price lower than the price fixed for the Purchaser, the tenderer shall automatically pass on the benefits to the Purchaser. (f) In case the Purchaser finds that the market rates have come down from the time when rates were finalized in the rate contract/order or there is a need for selection of new system configuration based on market trends, the Purchaser, may ask the short listed tenderers to requote the prices and the tenderer shall be selected on the basis of procedure given earlier. The time difference between such re-quoted shall be minimum three months except in case of the Union Government budget. 7. Delivery The contractor shall deliver the store at the earliest but not later than 30 days from the date of issue of supply order unless the period of delivery of goods extended due to justified reason is duly accepted by University in accordance with the conditions of the Contract at the time/place and in the manner specified in the Contract/Supply Order. Any delay in the supply, installation and commissioning within the time fixed or in the event of repudiation of the contract, the (IGNOU) purchaser reserves the right to recover damage for Breach of Contract as indicated below: a) To recover from the contractor liquidated damages including administration expenses a sum equivalent to 0.05% of the price of stores which the contractor has failed to deliver within the period fixed for delivery/commissioning for each week or part thereof during which delivery is in arrears subject to an overall ceiling of 0% of the total contract price. 8. Payment Terms (a) For bids offered in Indian Rupees i) 00 % payment shall be made within 30 days of submission of bills duly supported by the consignee s receipt with satisfactory performance report and as governed by the following: No part of the contract price shall become due or payable until the tenderer has delivered, installed and commissioned the items to the complete satisfaction of IGNOU. Payment shall be made subject to recoveries, if any. ii) A pre-receipted bill shall be submitted in duplicate in the name of IGNOU. It shall be done soon after the delivery, installation and commissioning of the items along with a copy of the duly receipted delivery challan of the consignee certifying satisfactory commissioning. 9. Warranty The equipment/goods shall have a comprehensive on-site warranty for minimum one year or in accordance with the terms of the OEM, as the case may be. 0. Penalty for Delay in attending Fault Reports during the Warranty 6

(a) During the Warranty period, if the performance (Fault Reports) are not rectified within a period of 24 working hours from the time it is reported verbally or through phone/fax /letter to the contractor or his Field nominee, the same shall render the contractor liable for liquidated damages at the rate of % (One percent) of the total value of the faulty items per week subject to maximum of Five weeks and thereafter the IGNOU holds the option for purchasing a new system from other Vendor and may invoke the Bank guarantee of the supplier depending upon the severity of the problem with the system supplied by the supplier. (b) The decision of the authority placing the order in this regard will be final. If the tenderer does not feel satisfied with the decision, he will be at liberty to approach Vice- Chancellor, IGNOU. His decision in this regard will be full and final.. Dispute Settlement If the dispute cannot be settled by mutual discussion within 30 days as provided herein, the courts at Delhi/ New Delhi, India only will have the jurisdiction to adjudicate upon the matter. You are, therefore, requested, to quote your most competitive rate and submit the quotation in a sealed envelope super scribing Quotation for Supply and installation IT Hardware at Block 8. along with the requisite documents in Block A, Academic Complex Room No. 0, IGNOU, Maidan Garhi, New Delhi- 0068, latest by 03.00 PM on 07.09.202 which will be opened on same day i.e. 07.09.202 at o3.30 PM. Thanking you, Yours faithfully, (Uma Kanjilal) Coordinator egyankosh OTHER DETAILS. Name of the Firm: 2. Address: 3. Whether the firm s ownership is Sole Proprietorship or partnership: 4. Annual turnover: 5. PAN/TAN No. (to be attached): 6. Landline/Mobile No.: 7. Authorized Signatory: 8. Copy of ITCC/STC etc. if applicable (To be attached): 7

(To be filled and sent in sealed envelope) FORMAT OF QUOTATION FOR SUBMISSION OF BID (TECHNICAL and FINANCIAL both) Annexure I Technical Technical Make/ Deviations Qty. Quoted Taxes (if Total Specifications as per tender Specifications of model (if any) Unit Rate any) give Amount the product offered with in Rs. break up in Rs. offered/compliance remark Please give brief description on the technical superiority/inferiority/additions/deviation, if any, of the item to be supplied by tenderer. The specification must be given in clear terms supported by the related documents/literature, if any, duly signed with seal of the firm. 8

Other forms and formats for submission Annexure - II (To be duly filled in and sent in sealed envelope no. () Technical Bid) EARNEST MONEY DEPOSIT AND TENDER FEE DETAILS Name of the Company Details of Earnest Money Deposit: Total EMD Amount: ` (in words) (Rupees in figures) Details of each Demand Draft : Amount Name of the Bank DD No. Date Date : 9

Annexure- III BANK GUARANTEE PERFORMA. In consideration for the Vice-chancellor, Indira Gandhi National Open University (hereinafter called the IGNOU) 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.. of EMD/Performance Security for the due fulfillment of the said contractor(s) of the terms and conditions contained in the said Agreement, on production of Bank Guarantee for `. (Rupees ) (indicated the name of the bank) at the request of... contractor(s) do hereby undertake to pay to the IGNOU an amount not exceeding `.. Against any loss or damage caused to or suffered would be caused to or suffered by the IGNOU by reason of any breach of the said Contractor(s) of any of the terms or conditions contained in the said agreement. 2. We.. do hereby undertake to pay the amount due and payable under this Guarantee without any demur, merely or a demand from the IGNOU stating that the amount claimed is due by way of loss or damage caused to or would be caused to or suffered by the IGNOU by reason of breach by the said contractor(s) of any of the terms or conditions contained in the said agreement or by reason of the 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 `. 3. We undertake to pay the IGNOU any money so demanded not withstanding any dispute or disputes raised by the contractor(s)/supplier(s) in any suit or proceeding pending before any Court or Tribunal relating there to liability under this present being absolute and unequivocal. The payment so made by us under this Bond shall be a valid discharge of our liability for payment thereunder and the contractor(s)/supplier(s) shall have no claim against us for making such payment. 4. We,. 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/ validity of the offer and that it shall continue to be enforceable till all the dues of the IGNOU under or by virtue of the said Agreement have been fully paid and its claim satisfied or discharged or till that the terms and conditions of the said Agreement have been fully and properly carried out by the said Contractor(s) and accordingly discharges this Guarantee. Unless a demand or claim under this Guarantee is made on us in writing on or before the. Guarantee thereafter. 5. We.. further agree with the IGNOU that the IGNOU 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 any time or from time to time any of the powers exercisable by the 0

IGNOU against the said contractor(s) and the 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(s) or for any forbearance, act or omission of the part of the IGNOU or any indulgence by the IGNOU to the said contractors 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. Notwithstanding anything contained herein above our liability under the guarantee is restricted to `.. And shall remain in force until.. Unless acclaim or suit under this guarantee is filled with us on before.. ALL OUR RIGHTS UNDER THE GUARANTEE SHALL BE FORFEITED and Bank shall be relieved and discharged from all liabilities therein. 7. This Guarantee will not be discharged due to the change in the constitution of the Bank or the Contractor(s)/ supplier(s). 8. We.. Lastly undertake not to revoke this Guarantee during its currency except with the previous consent of the IGNOU in writing. Dated the date of..202 For. (Indicate the name of bank) Signature... Name of the Officer.. (In block capitals) Designation of... Code no.. Name of the Bank & Branch [To be counter signed by the branch bank of the indenter]