| सी.एस.आई.आर. - राष्ट्रीय पयाावरण अभियांात्रिकी अनसु ांधान संास्थान C.S.I.R. - NATIONAL ENVIRONMENTAL ENGINEERING RESEARCH INSTITUTE नेहरू मार्ा ,नार्पुर, िारत / Nehru Marg, NAGPUR -440 020, INDIA Phone - 0712- 2249758 Email: pmpddivision@neeri.res.in Enquiry No. PMPD/GST/2019-20/23/1 Date: 07.04.2021 Last Date and time for submission of E-Bids: 22.04.2021 (upto 03.00PM)Date and time for opening of Bid: 23.04.2021 (03.00PM)
 निमंत्रण निविदा दस्तािेज / BID INVITATION DOCUMENTSCSIR-National Environmental Engineering Research Institute, Nagpur is an R&D establishment of
 national repute under the aegis of Council of Scientific & Industrial Research, New Delhi, funded by
 Govt. of India. CSIR – NEERI is involved in High Quality & High Impact Research & Development,
 Training & Consultancy in the field of sustainable environment and societal responsibilities in terms of
 clean water, waste management, sanitation, pollution control etc.
 1. Director, CSIR- NEERI (NATIONAL ENVIRONMENTAL ENGINEERING RESEARCH INSTITUTE,NAGPUR) , invites e-tenders through www.etenders.gov.in from Service
 provider/manufacturers, their authorized distributors, Suppliers and for the Services /
 items as mentioned below :-
 1 Description / Request for Proposals (RfP) from Chartered Accountant / Cost Tender Details Accountant Firms for conducting GST Audit for the Financialfor Services Years 2017-18 and 2018-19 services as mentioned in Chapter 4
 - Scope of Work (Detailed Scope of Work as per Chapter 4) 2 Type of Bid – Single Bid System (Technical and Price Bid as per BOQ-together)
 Limited
 Tender Technical Bid and Financial Bid as per Chapter 5 together Page 1 of 323 Bid Security / Earnest Submit Bid-Securing Declaration in Annexure III
 Money Deposit OR(EMD)
 in lieu of the above, Bidder can submit EMD of Rs. 10,000/-
 (a D.D./FD/B.G. refer Form for Bid Security format Annexure III) * Bid Security (EMD) is Exempted to firms registered with NSIC / as Micro and Small Enterprises (MSEs) as defined in MSE Procurement Policy issued by Department of Micro, Small and Medium Enterprises (MSME) or are registered with the Central Purchase Organisation or the concerned Ministry or Department .Copy of Valid Certificate for the item tendered must be enclosed
 along with Bid Securing Declaration for availing EMD exemption *The MSEs are provided tender document free of cost and are exempted fromthe payment of Bid Security provided the goods are produced and the services
 are rendered by them and not for any trading activities undertaken by them.
 4 Performance Security 03 % of Work Order 2. इच्छु क बोलीदाता वैग्याननक एव्म प्रमुख , पी एम पी डीववजन , सी एस आय आर-ननरी,नार्पुर के कायाालय से ववस्ततृ जानकारी प्राप्त कर सकते हैं । Interested Bidders can obtain further information from the office ofthe Scientist & Head, Project Monitoring & Planning Division, CSIR-NEERI, Nehru Marg, Nagpur
 440 020. Ph 0712-2249758 3. जैसाकक ऊपर ववननदेशन ककया र्या है, सिी बोभलयों के साथ बोली प्रनतिूनत सांलग्न की जानी चाहहए और उन्हें उपयुका ्त तारीख को उपयुका ्त समय पर उपयुका ्त कायाालय को सौंपा जाना चाहहए । बोभलयाां बोलीदाताओंा के उनप्रनतननधधयों की मौजूदर्ी में खोली जाएंार्ी, जो ववननदेभशत तारीख को और ववननदेभशत समय पर उपस्स्थत होंर्े ।
 यहद बोभलयांा प्राप्त करने और बोभलयांा खोलने की ववननदेभशत तारीख को खरीदार के कायाालय मंे कोई अवकाश का
 हदन होर्ा, तो बोभलयाां प्रस्तुत करने और बोभलयाां खोलने की ननयत तारीख, ननधााररत समय पर, अर्ला कायहा दवस होर्ी । All bids along with the stipulated Bid Security (To be submitted in form of a DDissued by a scheduled bank /nationalized Bank in favour of the Director, CSIR-NEERI,
 Nagpur payable at Nagpur or through a Bank Guarantee issued by a scheduled bank/nationalized bank in India as per Form attached to this document) must be delivered to this office at the date and time indicated above. Bids so received will be opened in the presence of Bidders' representatives who choose to attend on the specified date and time. In the event of the date specified for bid receipt and opening being declared as a closed holiday for purchaser’s office, the due date for submission and opening of bids will be the following working day at the appointed time. 
 4. ननदेशक, नीरी ,नार्पुर, िारत को यह अधधकार है कक वह, कोई कारण बताए त्रबना, ककसी या सिी ननववदाओां को अांशत: या पूणता : स्वीकार कर सकता है, या उसके /उनके क्रम को िांर् कर सकता है । The Director, NEERI,Nagpur, India reserves the right to accept any or all tenders either in part or in full or to split the
 order without assigning any reasons thereof.
 5. E-bids are invited through the electronic tendering process and tender document can be downloaded from the e-tender portal of Govt. of India www.etenders.gov.in free of cost. Please note that the submission of e-bids will be only through e -portal www.etenders.gov.in. Note : 1) Please note that the submission of bid shall be presumed that the bidder have gonethrough, read out & understood the tender in total and there is no further query / doubt
 in the particular tendering process.
 2) All correspondence may be addressed to Director, CSIR-NEERI,NAGPUR only.
 Page 2 of 32TERMS & CONDITIONS:-
 1. The acceptance of the quotation will rest with the competent authority of Director, CSIR-NEERI, NAGPUR 440020, who does not bind himself to accept the lowest quotation and reserves the right to himself to reject, or
 partially accept any or all the quotations received without assigning any reason.
 2. Price quoted should be net and valid for a minimum period of 90 days from the date of opening of thequotation.
 3. Participation in this tender is by invitation only and is limited to the selected Purchaser’s registered suppliers.Unsolicited offers are liable to be ignored. However, suppliers who desire to participate in such tenders in future
 may bring it to the notice of the purchaser and apply for registration as per procedure. It may be noted that
 Conditional tenders shall not be considered.
 4. The bidder must submit the applicable Price Schedule as per BOQ (Price Bid).5. In cases of agents quoting on behalf of their foreign service providers, one agent cannot represent two service
 providers or quote on their behalf in a particular tender enquiry. One service provider can authorize only oneagent/dealer. There can be only one bid from the following:-
 1. The foreign service provider directly or through one Indian agent on his behalf; or
 2. Indian/foreign agent on behalf of only one principal service provider.
 6. Please indicate the name and address of the agents in India if any, the details of service to be rendered by them
 & the percentage of commission payable to them. Agency commission payable to the Indian Agent should be
 clearly indicated. The Agency commission would be payable only in Indian Rupees after acceptance.
 7. This lab/Institute Is registered with the Department of Scientific & Industrial Research, Govt. of India andconcessional customs duty and GST & IGST are leviable vide notification no. 54/2002-Customs on all imports
 covered under notification No.51/96-Customs dated 23.07.1996, Notification No.47/2017-Integrated Tax
 (Rate) and Notification No.45/2017-Central Tax (Rate) both dated 14th November, 2017 and similar State Tax
 (Rate) notifications.
 8. The mode of dispatch/transportation of the items must be by Air/Road (In case of Import) and Road (For LocalSupply within India) only. , in case of supply of goods.
 9. Work Completion period required should be invariably specified in the quotation. The offered work completionperiod shall have to be strictly adhered to in case an order is placed.
 10. Liquidated Damages Clause for delays in completion of work after period mentioned in Tender Enquiry: Theapplicable rate is 0.5% per week and maximum deduction is 10% of the contract price
 11. If the deliveries are not maintained and due to that account the purchaser is forced to buy the material at yourrisk and cost from elsewhere, the loss or damage that may be sustained there by will be recovered from the
 defaulting supplier.
 TDS would be recovered as per rules in case of Fabrication/ Servicing/ Maintenance jobs/Installation charges12. etc.
 Kindly furnish your PAN & GST Number etc. in your quotation for our records. Page 3 of 3213. Payment Term : As per Chapter 3 . Please inform your Bank details for RTGS payment.
 14. All disputes shall be settled in the courts of NAGPUR,MAHARASHTRA Jurisdiction only.
 15. The dispute settlement mechanism/arbitration proceedings shall be concluded as under:
 (a) In case of Dispute or difference arising between the Purchaser and a domestic supplier relating toany matter arising out of or connected with this agreement, such disputes or difference shall be
 settled in accordance with the Indian Arbitration & Conciliation Act, 1996, the rules there under and any
 statutory modifications or re-enactments thereof shall apply to the arbitration proceedings. All such
 cases shall be referred to Delhi International Arbitration Centre (DIAC), Delhi High Court, New Delhi
 for final decision.
 (b)In the case of a dispute between the purchaser and a Foreign Supplier, the dispute shall be settled
 byarbitration In accordance with provision of sub-clause (a) above. But if this is not acceptable to the
 supplier then the dispute shall be settled in accordance with provisions of UNCITRAL (United Nations
 Commission on International Trade Law) Arbitration Rules.
 All the above instructions and our standard terms and conditions for Tender Enquiry as per linkhttps://www.neeri.res.in/file_homes/79204452_STD.pdf must be complied, failing which your offer
 may be liable for rejection.
 16. Bids shall be submitted online only at CPPP website: https://etenders.gov.in/eprocure/app forboth technical and financial bid.
 Manual bids shall not be accepted.
 Sd/-Scientist & Head, PMP Division
 For Director, CSIR-NEERI, NAGPUR
 Page 4 of 32CRITICAL DATE SHEET
 Sl. No. Stage Date & Time 1. Publish Date & Time 07.04.202105.00PM
 2. Document Download Start Date & Time
 07.04.2021
 3. Bid Submission Start Date & time 05.00PM
 4. Bid Submission End Date & Time 07.04.202105.00PM
 5. Bid Opening Date & Time
 22.04.2021
 03.00PM
 23.04.202103.00PM
 Chapter INDEX1 Content
 2
 3 Instructions to Bidders
 4 Conditions of Contract
 5 Schedule of Requirement
 6 Specifications and Allied Technical Details
 7 Price Schedule Forms
 8 Qualification Requirements
 Contract Form
 Other Forms
 PROCUREMENT PLANNING Sl.No Stage Tentative Time Frame 1. Date of Bid Opening XX 2. Date of Completion of Technical Bid Evaluation XX + 503. Date of communication of Rejection of Bids XX + 65
 4. Date of Receipt of context, if any, from Bidders XX + 705. Opening of Financial Bid XX + 80
 6. Notification of Award XX + 90 Page 5 of 32Note:-Complete set of tender Terms & Conditions shall be applicable as per link:
 https://www.neeri.res.in/file_homes/79204452_STD.pdf (Chapter1&Chapter2) also
 available on website www.neeri.res.in under Tender column Terms & Conditions for Tender.
 Bidders are requested to go through the documents before submitting their bid. Submission
 of bids shall be presumed that the Tender documents from Chapter 1 -8 have been read out,
 understood and accepted and there is no deviation / reservation at bidder’s end.
 CHAPTER 3Schedule of Requirements
 1 Description of Services/Item (As on page one & Scope of Work details as perChapter 4)
 2 Period required for completion of Within 02 months from the date of receipt of Work OrderWork as per Tender Enquiry
 3. Performance Security The successful bidder shall be required to furnish a Performance(DD/ PBG/FDR ) Security of 3% of the value of contract to be submitted within 21
 days of receipt of Award Letter in the form of an Account Payee
 Demand Draft / Performance Bank Guarantee / Fixed Deposit
 Receipt from a Nationalised / Scheduled Bank in India in favour
 of Director, CSIR-NEERI, Nagpur. The Performance Security shall
 remain valid for a period of sixty days beyond the date of
 completion of all contractual obligations. In case, the contract
 period is extended further, the validity of Performance Security
 shall also be extended by the Service Provider accordingly.
 4. Final Destination for work CSIR-NEERI, NAGPUR 440 020 5. Payment Term:- 100% on bill basis, payment shall be made after completion of the entirework/services, submission of invoice and submission of applicable Performance Security.
 Page 6 of 32Chapter 4
 TECHNICAL DETAILS / SCOPE OF WORK Chapter 4 – Details BACKGROUND The CSIR-National Environmental Engineering Research Institute (NEERI), Nagpur, isone of the constituent Laboratories of the Council of Scientific and Industrial
 Research (CSIR), New Delhi, dedicated to R&D in the area of Environmental Science and
 Engineering. CSIR-NEERI has a nation-wide presence with its five Zonal Centres at
 Chennai, Delhi, Hyderabad, Kolkata and Mumbai.
 The mandate of CSIR-NEERI is:
  To conduct research and developmental studies in environmental science andengineering
  To render assistance to the industries of the region, local bodies, etc. in solving theproblems of environmental pollution through S&T intervention
  To interact and collaborate with academic and research institutions on environmentalscience and engineering for mutual benefit
  To participate in CSIR thrust area and National mission projects SCOPE OF WORK Purpose of GST Audit GST Act has made it mandatory to get the accounts audited by a Chartered Accountant or aCost Accountant who shall submit a copy of the audited annual accounts, the reconciliation
 statement under sub-section (2) of section 44 of CGST Act and such other documents in
 such form and manner as may be prescribed. The CSIR-NEERI invites quotations on Limited
 Tendering basis from audit firms for carrying out GST audit for the FYs 2017-18 and 2018-19
 as prescribed in GST Provisions. As per the requirement of Goods and Services Tax (GST)
 Acts / laws, at present, CSIR-NEERI has obtained centralized registration at Nagpur. The
 entire audit activities are to be carried out centrally at CSIR-NEERI Headquarters Office at
 Nagpur as the CSIR-NEERI is having centralized mechanism for compliance under GST.
 Detailed activities / functions that the selected auditor is expected to perform is given in
 Terms of Reference (TOR) given below. In case, more registrations (due to merger,
 expansion of activities or any other reasons) are obtained, during the term of assignment, the
 selected firm will be expected to conduct GST audit and file annual returns of additional
 registrations also without any additional cost.
 Page 7 of 32Terms of Reference
 1. The auditor will be required to carry out audit for the FYs 2017-18 and 2018-19 underSection 35(5) of CGST Act, 2017 read with Rule 80 for all registrations and to issue separate
 audit report (including filing of annual returns, reconciliations or any other
 statements/report/certificate required for annual returns) required under existing GST Act or
 GST Act amended from time to time.
 2. The entire audit activities will be required to be carried out centrally at CSIR-NEERI HQrsat Nagpur as the CSIR-NEERI is having centralized mechanism for compliance under GST.
 However, if required, the auditor may visit the branches / Zonal Centres of the CSIR-NEERI,
 Nagpur located at Chennai, Delhi, Hyderabad, Kolkata, and Mumbai in connection with the
 audit.
 3. The Auditor will also be required to issue Audit report, Certificates as per the requirementsof the GST legislation (existing or amended from time to time) as per the timelines fixed by
 CSIR-NEERI for timely compliance of the GST legislations. Necessary input in the statutory
 forms and its filing / uploading on the GSTN portal shall be carried out by the Auditors.
 4. Further, if any new requirements are provided in the GST Act, Rules, Provisions,legislation etc., then the selected firm will be required to comply with those requirements also
 and issue necessary reports/certificates/statements and complete the audit and annual return
 filing activity to comply with amended requirements.
 5. The engagement will come into effect after finalisation of the bidder and engagement willend after completion of audit of annual returns i.e. if engagement starts from APRIL, 2021,
 the assignment will end with completion of GST audit and its related work.
 6. Appointment can be renewed on completion of the assignment only on submission ofnecessary declaration regarding fulfilling the following eligibility criteria:-
 a) eligible for being appointed as Tax Auditor under Income Tax Act,1961 and CharteredAccountant Act,1949.
 b) conditions to conflict of interest – Submit attached format at Annexure-VII. c) The firm is not banned / declared ineligible for corrupt and fraudulent practices by theGovt. of India / State Governments / RBI / ICAI / or any other regulator and should not have
 any disciplinary proceedings pending against the applicant firm or any of the partners with
 ICAI/RBI or any other regulator.
 7. After the expiry of the period of assignment, the CSIR-NEERI may consider at its owndiscretion to extend/renew the tenure of the Auditor on the same terms and conditions.
 8. Compiling, Consolidating, Preparing, Filing and Certifying of the Audit Report under theGST Regime in Form GSTR-9C which covers the following reconciliation of the figures and
 Page 8 of 32certifying the same to be true and correct according to the records and free of any material
 mis-statement. Reconciliation Statement is divided into five parts as below:-
 Part – I: Basic Details
 Consists of FY, GSTIN, Legal Name and Trade Name. The taxpayer must also mention if he
 is subject to audit under any other law.
 Part – II: Reconciliation of turnover declared in the Audited Annual Financial Statement
 with turnover declared in Annual Return (GSTR9)
 This involves reporting the gross and taxable turnover declared in the Annual return with theAudited Financial Statements. It is to be noted that most often, the Audited Financial
 statements are at a PAN level. This might require the breakup of the audited financial
 statements at GSTIN level for reporting in GSTR-9C.
 Part - III: Reconciliation of the tax paid
 This section requires GST rate-wise reporting of the tax liability that arose as per theaccounts and paid as reported in the Annual Return i.e. GSTR-9 respectively with the
 differences thereof. Further, it requires the Auditor to state the additional liability due to
 unreconciled differences noticed upon reconciliation. .
 Part – IV: Reconciliation of Input Tax Credit (ITC)
 This part consists of the reconciliation of Input Tax Credit availed and utilized by taxpayers asreported in GSTR-9 and as reported in the Audited Financial Statement. Further, it needs a
 reporting of expenses booked as per the Audited Accounts, with a breakup of eligible and
 ineligible ITC and reconciliation of the eligible ITC with that amount claimed as per GSTR-9.
 This declaration will be after considering the reversals of ITC claimed, if any.
 Part - V: Auditor's recommendation on the additional liability to be discharged by the
 taxpayer due to non-reconciliation of turnover or ITC
 The Auditor must report any tax liability identified through reconciliation exercise and GSTaudit, pending for payment by CSIR-NEERI. This can be non-reconciliation of turnover or ITC
 on account of the following:-
 a) Amount paid for supplies not included in the Annual Returns (GSTR-9).
 b) Erroneous Refund to be paid back to the Government.c) Other Outstanding demands to be settled.
 Payment Terms Page 9 of 32The payment shall be made against the services provided by the firm, subject to the following
 terms and conditions:-
  The payment during the entire contract period shall be made in accordance with the
 financial bid submitted by the selected bidder and accepted by the Institute. No pricevariation would be allowed during the contract period. The financial price quoted by the
 contracting firm shall be final. No request for extra payment on account of increase in
 workload on whatever account will be entertained. No extra payment on account of any out
 of pocket expenses shall be paid.
  Goods and Service tax is payable extra as per applicable rates.
  Payments shall be subject to TDS under Income tax at applicable rates.
  Payment shall be made 100% on bill basis after completion of services / work, submission
 of report and Tax Invoice duly certified by the concerned Division Head of CSIR-NEERI.
 The Chartered Accountant firm shall submit the bill accordingly.
 If the tender is not supported by the “Essential certificates” or “other documents” forcredentials as envisaged in the tender documents, the relevant credentials shall not be
 considered for evaluation without any further reference to the Bidder.
 The Director, CSIR-NEERI reserves the right with himself to accept or reject any or all the
 tenders received or accept any or all the tenders wholly or partially, without assigning any
 reason thereof. NIT & detailed tender document is also available on our Institute website
 “www.neeri.res.in”.
 Queries Regarding the Tender
 This tender document is self-explanatory hence no enquiry will be entertained.
 Minimum fee :Rs. 50,000/- per financial year
 Page 10 of 32ANNEXURE - A
 Sr. Criterion Particulars Description Index-Reference
 No. Page Nos.
 1 The firm must have Name of the Firm local address (Submit copy of Address of HOsupporting
 documentregarding address) Address of Branch office
 The C.A./Cost Designation/QualificationAccountant firm of Head Authority at
 should be Branch Office
 registered with the
 ICAI/ICWA and Telephone No.
 must possess
 permanent account Mobile No.
 number (PAN)
 under Income Tax E-Mail:
 and registration
 under GST. Registration No. with
 (Provide copies of ICAI/ICWA
 all Registration
 certificates)
 Date of Registration PAN of CA/CostAccountants Firm
 GST No. 2 Provide copy of Empanelment No.valid registration Period/Validity
 certificate
 3 Provide necessary Year of Registration/ evidence Starting of Operations Page 11 of 32Number of years in
 operation after registration (in years) Certified that the above particulars are true & correct. In the event of any suchinformation/document is found to be incorrect/false/manipulated, the Institute is at liberty to
 reject the proposal of the Chartered Accountant/Cost Accountant Firm without assigning any
 reasons thereof and without giving any opportunity of being heard.
 Date: Signature:....................................... SEAL: Name and Designation:.................... Page 12 of 32Criteria or Grounds for Summarily Rejection of offers
 1. Bid submitted is not valid for minimum period of 90 days from the date of opening of technical bid.2. Late submission of bid.
 3. Any conditional clause in quoted Bid which is not as per NEERI tender.
 4. Quoted offer is not as per NEERI tender and there is deviation .
 5. Bid is unsigned.
 6. Bidder is not eligible.
 7. The tenderer has not agreed to some essential condition(s) incorporated in the tender enquiry.
 Points on which clarifications from suppliers can be sought 1. Ambiguity in quoted bid2. Ambiguity in commercial terms including payment terms. Necessary information/ documentation to
 rectify non-material non-conformities or omission in the bid related to Documentation requirement butnon-related to any aspect of the price of the bids.
 3. Non-submission of sufficient supporting Technical Literature / data.
 4. Bid validity extension beyond 90 days, in case it is required by the institute.
 5. Non-submission of any or all requisite formats as per tender.
 6. Non-acceptance to payment terms mentioned in Tender Document.
 Page 13 of 32CHAPTER 5
 PRICE SCHEDULE FORM Kindly submit Price Bid through BOQ ( E-Tender )Certified that Total price BOQ inclusive of GST & all other charges for 02 years.
 ANDPrice Certificate
 “Certified that rates quoted are not higher than the rates quoted for the same / similar work/
 audit charged to any other govt. organization / PSUs / CSIR Labs/ or any other organization”.
 Signature and seal of Bidder on page Notes:a. Statutory Deductions like TDS / IT etc., shall be deducted by the Institute as per
 statutory rates and norms wherever applicable.
 b. Payment shall be made 100% on bill basis 1) after completion of services / work
 2) submission of report & Tax Invoice duly certified by the concerned Division
 Head of CSIR-NEERI 3) submission of Performance Security. – Payment Terms
 Accepted
 Signature and seal of Bidder on page Page 14 of 32CHAPTER 6
 Eligibility / Qualification Criteria Sr.No. Details Bidder’sConfirmation
 1 The Applicant firm should have been registered with ICAI Copy and practicing continuously in India for the last 5 years as enclosed / on 31.03.2021 Constitution Certificate issued by ICAI Complied Certified copy of registration Certificate issued by Registrar in case of Limited Liability Partnership (LLP). 2 The total of the turnover of the firm for last 3 years Complied – should be more than Rs. 10 Lakhs. (Total of year 1st ,2nd Document& 3rd should be more than Rs 10 Lakhs)
 Enclosed
 3 The firm should have its owned Head/Regional/Branch Confirm & Office in Nagpur, Maharashtra. Complied 4 The tenderers should have valid TAN No./PAN No./GST Confirmed & No. Complied 5 The tenderer should submit copies of its Income Tax Copies Returns for the last three years. Enclosed & Complied 6 The firm should not have been banned / declared ineligible for Confirmed & corrupt and fraudulent practices by the Govt. of India / State CompliedGovernments / RBI / ICAI or any other regulator and should
 not have any disciplinary proceedings pending against the applicant firm or any of the partners with ICAI/RBI or any other regulator. 7 The tenderer should submit a copy of valid certificates Enclosed & issued by ICAI /ICAI(Cost Accountant) along with Complied quotations. Confirmation on above points with Seal & Signature of quoted firm: _________ Page 15 of 32CHAPTER 7- Contract Form - NOT APPLICABLE
 Contract No. _____________________________ Date:_____________________ THIS CONTRACT AGREEMENT is made the [ insert: number ] day of [ insert: month ], [ insert: year ]. BETWEEN (1) The Council of Scientific & Industrial Research registered under the Societies Registration Act 1860 of the Government of India having its registered office at 2, Rafi Marg, New Delhi-110001, India represented by ___________[ insert complete name and address of Purchaser (hereinafter called “the Purchaser”), and (2) [ insert name of Supplier ], a corporation incorporated under the laws of [ insert: country of Supplier ] and having its principal place of business at [ insert: address of Supplier ] (hereinafter called “the Supplier”). WHEREAS the Purchaser invited bids for certain Goods and ancillary services, viz., [insert brief description of Goods andServices] and has accepted a Bid by the
 Supplier for the supply of those Goods and Services in the sum of [insert Contract Price in words and figures, expressed in
 the Contract currency(ies) ] (hereinafter called “the Contract Price”).
 NOW THIS AGREEMENT WITNESSETH AS FOLLOWS: 01. In this Agreement words and expressions shall have the same meanings as are respectively assigned to them in the Conditions of Contract referred to. 02. The following documents shall constitute the Contract between the Purchaser and the Supplier, and each shall be read and construed as an integral part of the Contract: (a) This Contract Agreement (b) Special Conditions of Contract (c) General Conditions of Contract (d) Technical Requirements (including Schedule of Requirements and Technical Specifications) (e) The Supplier’s Bid and original Price Schedules (f) The Purchaser’s Notification of Award (g) [Add here any other document(s)] 03. This Contract shall prevail over all other Contract documents. In the event of any discrepancy or inconsistency within the Contract documents, then the documents shall prevail in the order listed above. 04. In consideration of the payments to be made by the Purchaser to the Supplier as hereinafter mentioned, the Supplier hereby covenants with the Purchaser to provide the Goods and Services and to remedy defects therein in conformity in all respects with the provisions of the Contract. 05. The Purchaser hereby covenants to pay the Supplier in consideration of the provision of the Goods and Services and the remedying of defects therein, the Contract Price or such other sum as may become payable under the provisions of the Contract at the times and in the manner prescribed by the Contract. IN WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance with the laws of Union of India on the day, month and year indicated above. For and on behalf of the Council of Scientific & Industrial Research Signed: [insert signature]in the capacity of [ insert title or other appropriate designation ]
 in the presence of [ insert identification of official witness ]Signed: [ insert signature ]
 in the capacity of [ insert title or other appropriate designation ]
 in the presence of [ insert identification of official witness ]For and on behalf of the Supplier
 Signed: [ insert signature of authorized representative(s) of the Supplier ]
 in the capacity of [ insert title or other appropriate designation ]
 in the presence of [ insert identification of official witness ] Page 16 of 32CHAPTER 8
 Other Standard Forms(To be enclosed as indicated below)
 Table of Contents Sl. Name AnnexureNo. I
 01. Bidder Information Form (to be enclosed with the technical bid)
 02. Bid Security Form (to be enclosed with the technical bid) II 03. Bid Securing Declaration. (to be enclosed with the technical bid) III(Bid Security Declaration)
 04. Performance Statement Form (to be enclosed with the technical IVbid)
 05. Technical Specification Compliance cum Deviation Statement VForm (to be enclosed with the technical bid)
 06. Service Support Detail Form (to be enclosed with the technical VI bid) 07. Bid Form (to be enclosed with the priced bid) VII 08. Performance Security Form (to be submitted by the Technically VIIIqualified lowest bidder after receipt of award of contract).
 9. Acceptance Certificate Form (to be submitted after completion of IXservices by successful bidder, do not submit with bid )
 10. Integrity Pact (Not Applicable) X 11. Format of declaration of abiding by the code of integrity and XI conflict of interest to be submitted by the bidder. (to be enclosed with the technical bid) 12 Affidavit of Self Certification regarding Local Content, If XII applicable (to be enclosed with the technical bid) 13 Check List (to be enclosed with the technical bid) XIII Page 17 of 32Annexure– I
 Bidder Information Form (a) The Bidder shall fill in this Form in accordance with the instructions indicated below. No alterationsto its format shall be permitted and no substitutions shall be accepted. This should be done of the
 letter head of the firm]
 Date: [insert date (as day, month and year) of Bid Submission] Tender No.: [insert number from Invitation for bids] Page 1 of_______ pages 01. Bidder’s Legal Name [insert Bidder’s legal name]02. In case of JV, legal name of each party: [insert legal name of each party in JV]
 03. Bidder’s actual or intended Country of Registration: [insert actual or intended Country
 of Registration]04. Bidder’s Year of Registration: [insert Bidder’s year of registration]
 05. Bidder’s Legal Address in Country of Registration: [insert Bidder’s legal address in
 country of registration]06. Bidder’s Authorized Representative Information
 Name: [insert Authorized Representative’s name]Address: [insert Authorized Representative’s Address]
 Telephone/Fax numbers: [insert Authorized Representative’s telephone/fax
 numbers]
 Email Address: [insert Authorized Representative’s email address]
 07. Attached are copies of original documents of: [check the box(es) of the attached
 original documents]
 Articles of Incorporation or Registration of firm named in 1, above.
 Signature of Bidder ______________________Name _________________________________
 Business Address _______________________
 Page 18 of 32Annexure– II
 BID SECURITY FORM Whereas __________________________ (hereinafter called the tenderer”) has submitted their offer dated_________________ for the supply of _____________________________
 (hereinafter called the tender”) against the purchaser’s tender enquiry No.______________
 ___________________
 KNOW ALL MEN by these presents that WE ______________________________________ of____________________________________________________ having our registered office at
 _______________________________________ are bound unto ____________________ (hereinafter called
 the “Purchaser”)
 In the sum of __________________________________________________________________for which payment will and truly to be made to the said Purchaser, the Bank binds itself, its successors and
 assigns by these presents. Sealed with the Common Seal of the said Bank this ______________ day of
 ____________ 20__________.
 THE CONDITIONS OF THIS OBLIGATION ARE: (1) If the tenderer withdraws or amends or modifies or impairs or derogates from the Tender in anyrespect within the period of validity of this tender.
 Or
 (2) If the tenderer having been notified of the acceptance of his tender by the Purchaser during theperiod of its validity:-
 (a) If the tenderer fails to furnish the Performance Security for the due performanceof the contract.
 (b) Fails or refuses to accept/execute the contract. WE undertake to pay the Purchaser up to the above amount upon receipt of its first written demand,without the Purchaser having to substantiate its demand, provided that in its demand the Purchaser will
 note that the amount claimed by it is due to it owing to the occurrence of one or both the two conditions,
 specifying the occurred condition or conditions.
 This guarantee will remain in force up to and including 45 days after the period of tender validity i.e., up to_____________ and any demand in respect thereof should reach the Bank not later than this date.
 ______________________(Signature of the authorized officer of the Bank)
 Name and designation of the officerSeal, Name & Address of the Issuing Branch of the Bank
 Note: Whenever the bidder chooses to submit the Bid Security in the form of Bank Guarantee, then heshould advise the banker issuing the Bank Guarantee to immediately send by Registered Post (A.D.) an
 unstamped duplicate copy of the Guarantee directly to the Purchaser with a covering letter to compare
 with the original BG for the correctness, genuineness, etc.
 Page 19 of 32Annexure– III
 Bid-Securing Declaration Form (Bid Security Declaration) Date:___________________Bid No. _________________
 To (insert complete name and address of the purchaser) I/We. The undersigned, declare that: I/We understand that, according to your conditions, bids must be supported by a Bid Securing Declaration. I/We accept that I/We may be disqualified from bidding for any contract with you for a period of one yearfrom the date of notification if I am /We are in a breach of any obligation under the bid conditions,
 because I/We
 (a) have withdrawn/modified/amended, impairs or derogates from the tender, my/our Bid during theperiod of bid validity (Minimum 90 days) specified in the form of Bid; or
 (b) having been notified of the acceptance of our Bid by the purchaser during the period of bid validity(i) fail or reuse to execute the contract, if required, or (ii) fail or refuse to furnish the Performance
 Security, in accordance with the Instructions to Bidders.
 I/We understand this Bid Securing Declaration shall cease to be valid if I am/we are not the successfulBidder, upon the earlier of (i) the receipt of your notification of the name of the successful Bidder; or (ii)
 thirty days after the expiration of the validity of my/our Bid.
 Signed: (insert signature of person whose name and capacity are shown) in the capacity of (insert legalcapacity of person signing the Bid Securing Declaration).
 Name: (insert complete name of person signing he Bid Securing Declaration) Duly authorized to sign the bid for an on behalf of : (insert complete name of Bidder) Dated on _____________ day of ___________________(insert date of signing) Corporate Seal (where appropriate) (Note: In case of a Joint Venture, the Bid Securing Declaration must be in the name of all partners to theJoint Venture that submits the bid)
 Page 20 of 32Annexure– IV
 PERFORMANCE STATEMENT FORM (For a period of last 3 years) Name of the Firm………………………. Order Order Descrip- Value Date of Date of Remarks Has the ContactPlaced by No. tion of of comple- actual indicating services has person along
 (full address and the order tion of completi reasons been with
 of date services deliver on of for late completed Telephone
 Purchaser) as per delivery delivery, if satisfactory No., FAX No.
 Contract any ? (Attach a and
 certificate e-mail
 from the address
 purchaser/C
 onsignee)
 Signature and Seal of the manufacturer/Bidder ……………………………. Place :Date :
 Page 21 of 32Annexure– V
 Technical Specification Compliance cum Deviation Statement Form
 Sr. CSIR-NEERI, Vendor In case of Compliance, Deviations to Reasons for Specialsupporting printed CSIR-NEERI deviations Remarks, if any,
 No. Scope of Quoted technical literature Scope of Work
 mentioning page no. if any, 7.
 Work Scope of Column & line has also to
 be highlighted
 Work
 1. 2. 3. 4. 5. 6. 2. 3. 4. 5. Technical compliance against CSIR-NEERI Tender No.________________________ Place:Date:
 Signature and seal of theManufacturer/Bidder on this page
 NOTE:
 1) Where there is no deviation, the statement should be returned duly signed with an endorsement
 indicating “No Deviations”.
 Annexure–VI SERVICE SUPPORT FORM Sl. No. Nature of training List of similar type of Address, TelephoneImparted Services completed in Nos. , Fax Nos. and
 the past 3 years e-mail address
 If any
 Place : Signature and Seal of the manufacturer/Bidder…………………………….Date :
 Page 22 of 32
 Annexure–VII
 Bid Form
 ( To be submitted with Price Bid)
 [The Bidder shall fill in this Form in accordance with the instructions indicated No alterations to its format shall bepermitted and no substitutions shall be accepted.]
 Date: [insert date (as day, month and year) of Bid Submission]
 Tender No.: [insert number from Invitation for Bids] Invitation for Bid No.: [insert No] To: [insert complete name of Purchaser] We, the undersigned, declare that: (a) We have examined and have no reservations to the Bidding Documents, including Addenda No.: [insert the number and issuing date of each Addenda]; (b) We offer to provide services in conformity with the Bidding Documents and in accordance with the Schedules specified in the Schedule of Requirements the following Services [insert a brief description of the Services]; (c) The total price of our Bid, (d) below, is: [insert the total bid price in words and figures, indicating the various amounts andthe respective currencies];
 (d) The discounts offered and the methodology for their application are: Discounts: If our bid is accepted, the following discounts shall apply. [Specify in detail each discount offered and the specific item of the Schedule of Requirements to which it applies.] (e) Our bid shall be valid for the period of 90 days from the date fixed for the bid opening, and it shall remain binding upon us and may be accepted at any time before the expiration of that period; (f) If our bid is accepted, we commit to submit a performance security as per Tender for the due performance of the Contract and also submit order acceptance within 14 days from the date of contract (g) We understand that you are not bound to accept the lowest evaluated bid or any other bid that you may receive. Signed:[insert signature of person whose name and capacity are shown]
 In the capacity of [insert legal capacity of person signing the Bid Submission Form]
 Name: [insert complete name of person signing the Bid Submission Form]
 Duly authorized to sign the bid for and on behalf of: [insert complete name of Bidder]
 Dated on ____________ day of ________________, _______ [insert date of signing]
 Page 23 of 32Annexure–VIII
 PERFORMANCE SECURITY FORM- if specified in tender(To be submitted with Order Acceptance)
 MODEL BANK GUARANTEE FORMAT FOR PERFORMANCE SECURITYTo,
 …………………………..
 WHEREAS ………………………………. (name and address of the supplier) (hereinafter called “the supplier”) hasundertaken, in pursuance of contract No. ……………………………………….…. dated ……………….to supply
 (description of goods and services) (herein after called “the contract”).
 AND WHEREAS it has been stipulated by you in the said contract that the supplier shall furnish you with abank guarantee by a scheduled commercial bank recognized by you for the sum specified therein as
 security for compliance with its obligations in accordance with 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 thesupplier, up to a total of …………………………………. (amount of the guarantee in words and figures), and we
 undertake to pay you, 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 uswith the demand.
 We further agree that no change or addition to or other modification of the terms of the contract to beperformed 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.
 This guarantee shall be valid until the ………………….. day of ……………………, 20………….. (Signature of the authorized officer of the Bank) ………………………………………………………….Name and designation of the officer
 ………………………………………………………….Seal, Name & Address of the Issuing Branch of the Bank
 Note: Whenever, the bidder chooses to submit the Performance Security in the form of Bank Guarantee,then he should advise the banker issuing the Bank Guarantee to immediately send by Registered Post
 (A.D.) an unstamped duplicate copy of the Bank Guarantee directly to the Purchaser with a covering letter
 to compare with the original BG for the correctness, genuineness, etc.
 Page 24 of 32Annexure–IX
 ACCEPTANCE CERTIFICATE FORM- For information Do not submit with bid
 No.___________________ Dated: ________________ M/s. ________________________________________________________________________
 ____________________________________
 Sub: Certificate of completion of service---------------------
 01. This is to certify that the services has been completed (subject to remarks in Para 2).(a) Contract No. _____________________________ Date___________
 (b) Description of the Services _______________________________
 (c) Name of the Service provider ___________________________________
 (d) Penalty/LD for delay in providing services (at Lab./Instts. level) ₹___________________
 Details of services not yet completed and recoveries to be made on that account: Sl. No. Description Amount to be recovered 02. The supplier/service provider has fulfilled his contractual obligations satisfactorilyor
 03. The supplier has failed to fulfil his contractual obligations with regard to the following: (a) ………………………………(b) ………………………….….
 (c) ………………………………
 (d) ……………………………...
 The amount of recovery on account of failure of the supplier / service provider to meet hiscontractual obligations is as indicated at Sr. No. 3.
 For Supplier / Service Provider For PurchaserSignature ….……………………………… Signature………………………………..
 Name ……………………………………….. Name……………………………….........
 Designation ………………………….. Designation……………………………..
 Name of the firm……………………….. Name of the Lab/Instt.……………..
 Date ……….………………………………… Date………………………………………… Page 25 of 32Annexure–X
 Format of Integrity Pact – Not Applicable INTEGRITY PACT BetweenCouncil of Scientific & Industrial Research (CSIR) is a Society registered under the Societies Registration
 Act, 1860 represented by NEERI, Nagpur hereinafter referred to as “The Principal”.
 And …………………………………………………herein referred to as “The Bidder/ Contractor.” PreambleThe Principal intends to award, under laid down organizational procedures, contract/s for
 ………………………………………. The Principal values full compliance with all relevant laws of the land, rules,
 regulations, economic use of resources and of fairness / transparency in its relations with its Bidder(s)
 and/or Contractor(s).
 In order to achieve these goals, the Principal will appoint an Independent External Monitor (IEM), who willmonitor the tender process and the execution of the contract for compliance with the principles mentioned
 above.
 Section 1 – Commitments of the Principal (1) The Principal commits itself to take all measures necessary to prevent corruption and to observethe following principles:
 (a) No employee of the Principal, personally or through family members, will in connection with thetender for, or the execution of a contract, demand, take a promise for or accept, for self or third
 person, any material or immaterial benefit which the person is not legally entitled to.
 (b) The Principal will, during the tender process treat all Bidder(s) with equity and reason. The Principal will in particular, before and during the tender process, provide to all Bidder(s) the same information and will not provide to any Bidder(s) confidential/additional information through which the Bidder(s) could obtain an advantage in relation to the tender process or the contract execution. (c) The Principal will exclude from the process all known prejudiced persons. (2) If the Principal obtains information on the conduct of any of its employees which is a criminaloffence under the IPC/PC Act, or if there be a substantive suspicion in this regard, the Principal will
 inform the Chief Vigilance Officer and in addition can initiate disciplinary action.
 Section 2 – Commitments of the Bidder(s)/Contractor(s) (1) The Bidder(s)/Contractor(s) commit himself to take all measures necessary to prevent corruption.He commits himself to observe the following principles during his participation in the tender
 process and during the contract execution.
 (a) The Bidder(s)/Contractor(s) will not, directly or through any other Person or firm, offer, promise orgive to any of the Principal’s employees involved in the tender process or the execution of the
 contract or to any third person any material or other benefit which he/she is not legally entitled to,
 in order to obtain in exchange any advantage of any kind whatsoever during the tender process or
 Page 26 of 32during the execution of the contract.
 (b) The Bidder(s)/Contractor(s) will not enter with other Bidders into any undisclosed agreement orunderstanding, whether formal or informal. This applies in particular to prices, specifications,
 Certifications, subsidiary contracts, submission or non-submission of bids or any other actions to
 restrict competitiveness or to introduce cartelization in the bidding process.
 (c) The Bidder(s)/Contractor(s) will not commit any offence under the relevant IPC/PC Act; further theBidder(s)/Contractor(s) will not use improperly, for purposes of competition or personal gain, or
 pass on to others, any information or document provided by the Principal as part of the business
 relationship, regarding plans, technical proposals and business details, including information
 contained or transmitted electronically.
 
 (d) The Bidder(s)/Contractor(s) of foreign origin shall disclose the name and address of theAgents/representatives in India, if any. Similarly the Bidder(s)//Contractors(s) of Indian Nationality
 shall furnish the name and address of the foreign principals, if any. Further details as mentioned in
 the “Guidelines on Indian Agents of Foreign Suppliers” shall be disclosed by the
 Bidder(s)/Contractor(s). Further, as mentioned in the Guidelines all the payments made to the
 Indian agent/representative have to be in Indian Rupees only. Copy of the “Guidelines on Indian
 Agents of Foreign Suppliers” is annexed and marked as Annexure.
 (e) The Bidder(s)/Contractor(s) will, when presenting his bid, disclose any and all payments he hasmade, is committed to or intends to make to agents, brokers or any other intermediaries in
 connection with the award of the contract.
 (2) The Bidder(s)/Contractor(s) will not instigate third persons to commit offences outlined above or bean accessory to such offences.
 Section 3 – Disqualification from tender process and exclusion from future Contracts (1) If the Bidder(s)/Contractor(s), before award or during execution has committed a transgressionthrough a violation of Section 2, above or in any other form such as to put his reliability or
 credibility in question, the Principal is entitled to disqualify the Bidder(s)/Contractor(s) from the
 tender process or take action as per the procedure mentioned in the “Guidelines on Banning of
 business dealings”. Copy of the “Guidelines on Banning of business dealings” is annexed and
 marked as Annex -“B”.
 Section 4 – Compensation for Damages (1) If the Principal has disqualified the Bidder(s) from the tender process prior to the award accordingto Section 3, the Principal is entitled to demand and recover the damages equivalent to Earnest
 Money Deposit/ Bid Security.
 (2) If the Principal has terminated the contract according to Section 3, or if the Principal is entitled toterminate the contract according to Section 3, the Principal shall be entitled to demand and
 recover from the Contractor liquidated damages of the contract value or the amount equivalent to
 Performance Bank Guarantee.
 Section 5 – Previous transgression (1) The Bidder declares that no previous transgressions occurred in the last 3 Years with any otherCompany in any country conforming to the anti-corruption approach or with any other Public Sector
 Enterprise in India that could justify his exclusion from the tender process.
 (2) If the Bidder makes incorrect statement on this subject, he can be disqualified from the tender Page 27 of 32process or action can be taken as per the procedure mentioned in “Guidelines on Banning of
 business dealings.”
 Section 6 – Equal treatment of all Bidders / Contractors / Sub-contractors(1) The Bidder(s)/Contractor(s) undertake(s) to demand from all Subcontractors a commitment in
 conformity with this Integrity Pact, and to submit it to the Principal before contract signing. (2) The Principal will enter into agreements with identical conditions as this one with all Bidders,Contractors and Subcontractors.
 (3) The Principal will disqualify from the tender process all bidders who do not sign this Pact or violateits provisions.
 Section 7 – Criminal charges against violating Bidders / Contractors/ Subcontractors (1) If the Principal obtains knowledge of conduct of a bidder, Contractor or Subcontractor or of anemployee or a representative or an associate of a bidder, Contractor or Subcontractor which
 constitutes corruption, or if the Principal has substantive suspicion in this regard, the Principal will
 inform the same to the Chief Vigilance Officer.
 Section 8 - Independent External Monitors (1) The Principal appoints competent and credible Independent External Monitor for this Pact. The task of the Monitor is to review independently and objectively, whether and to what extent the parties comply with the obligations under this agreement. (2) The Monitor is not subject to instructions by the representatives of the parties and performs hisfunctions neutrally and independently. He reports to the JS (A), CSIR.
 (3) The Bidder(s)/Contractor(s) accepts that the Monitor has the right to access without restriction toall Project documentation of the Principal including that provided by the Contractor. The Contractor
 will also grant the Monitor, upon his request and demonstration of a valid interest, unrestricted
 and unconditional access to his project documentation. The same is applicable to
 Subcontractors. The Monitor is under contractual obligation to treat the information and
 documents of the Bidder(s)/ Contractor(s) / Subcontractor(s) with confidentiality.
 (4) The Principal will provide to the Monitor sufficient information about all meetings among theparties related to the Project provided such meetings could have an impact on the contractual
 relations between the Principal and the Contractor. The parties offer to the Monitor the option to
 participate in such meetings.
 (5) As soon as the Monitor notice, or believes to notice, a violation of this agreement, he will so informthe Management of the Principal and request the Management to discontinue or take corrective
 action, or to take other relevant action. The monitor can in this regard submit non-binding
 recommendations. Beyond this, the Monitor has no right to demand from the parties that they act
 in a specific manner, refrain from action or tolerate action.
 (6) The Monitor will submit a written report to the JS(A), CSIR within 8 to 10 weeks from the date ofreference or intimation to him by the Principal and should the occasion arise, submit proposals for
 correcting problematic situations.
 (7) Monitor shall be entitled to compensation on the same terms as being extended to/provided toIndependent Directors on the CSIR.
 (8) If the Monitor has reported to the JS(A),CSIR, a substantiated suspicion of an offence under Page 28 of 32relevant IPC/PC Act, and the JS(A), CSIR has not, within the reasonable time taken visible action to
 proceed against such offence or reported it to the Chief Vigilance Officer, the Monitor may also
 transmit this information directly to the Central Vigilance Commissioner.
 (9) The word ‘Monitor’ would include both singular and plural. Section 9 – Pact Duration This Pact begins when both parties have legally singed it. It expires for the Contractor 10 months after thelast payment under the contract, and for all other Bidders 6 months after the contract has been awarded.
 If any claim is made/lodged during this time, the same shall be binding and continue to be valid despitethe lapse of this pact as specified above, unless it is discharged/determined by JS(A), CSIR.
 Section 10 – Other provisions(1) This agreement is subject to Indian Law. Place of performance and Jurisdiction is the Registered
 Office of the Principal, i.e. New Delhi (2) Changes and supplements as well as termination notices need to be made in writing. Sideagreements have not been made.
 (3) If the Contractor is a partnership or a consortium, this agreement must be signed by all partners orconsortium members.
 (4) Should one or several provisions of this agreement turn out to be invalid, the remainder of this agreement remains valid. In this case, the parties will strive to come to an agreement to their original intentions. _____________________________ _______________________________ (For & On behalf of the Principal) (For & On behalf of Bidder/Contractor) (Office Seal) (Office Seal) Place………………… Place……………………… Date………………….. Date………………………. Witness 1:(Name & Address): ______________________________________________Witness 2::(Name & Address): _____________________________________________
 Page 29 of 32Annexure–XI
 Format for declaration by the Bidder for Code of Integrity & conflict of interest (Must enclosed with Technical bid )(On the Letter Head of the Bidder)
 Ref. No: ______________________ Date _________________ To,______________________________
 ______________________________
 (Name & address of the Purchaser)
 Sir,With reference to your Tender No.________________ dated _____________ I/We hereby declare
 that we shall abide by the Code of Integrity for Public Procurement as mentioned under Para 1.3.0 of ITB ofyour Tender document and have no conflict of interest as mentioned under Para 1.3.0 of ITB of Tender.
 The details of any previous transgressions of the code of integrity with any entity in any countryduring the last three years or of being debarred by any other Procuring Entity are as under:
 ab
 c
 We undertake that we shall be liable for any punitive action in case of transgression/ contraventionof this code.
 Thanking you, Yours sincerely, Signature(Name of the Authorized Signatory)
 Company Seal Page 30 of 32Annexure - XII
 Format for Affidavit of Self Certification regarding Local Content in a R & D, if applicableServices to be provided on Rs.100/- Stamp Paper
 Date: I S/o, D/o, W/o , Resident ofdo hereby
 solemnly affirm and declare as under: That I will agree to abide by the terms and conditions of the policy of Government of India issued videNotification – Public procurement (preference to Make in India) Order 2017 dt 15th June, 2017.
 That the information furnished hereinafter is correct to be of my knowledge and belief and I undertake to
 produce relevant records before the procuring entity or any authority so nominated for the purpose of assessing
 the local content.
 That the local content for all inputs which constitute the said Services / equipment has been verified by me and I
 am responsible for the correctness of the claims made therein.
 That in the event of the domestic value addition of the product mentioned herein is found to be incorrect and not
 meeting the prescribed value-addition norms, based on the assessment of an authority so nominated for the
 purpose of assessing the local content, action will be taken against me as per Order No. P-45021/2/2017/-E.E.-II
 dated 15.06.2017.
 I agree to maintain the following information in the Company’s record for a period of 8 years and shall make
 this available for verification to any statutory authority: (Kindly fill up the below mentioned particulars)
 i. Name and details of the Domestic Manufacturer (Registered Office, Manufacturing Unit location, nature of legal entity) ii. Date on which this certificate is issued iii. R &D Services / Equipment for which the certificate is produced iv. Procuring entity to whom the certificate is furnished v. Percentage of local content claimed vi. Name and contact details of the unit of the manufacturer vii. Sale Price of the product viii. Ex-Factory Price of the product ix. Freight, insurance and handling x. Total Bill of Material xi. List and total cost value of inputs used for manufacture of the R &D Services/Equipment xii. List and total cost of inputs which are domestically sourced. Value addition certificates from suppliers, if the input is not in-house to be attached. xiii. List and cost of inputs which are imported, directly or indirectly For and on behalf of (Name of firm/entity) Authorized signatory (To be duly authorized by the Board of Director) Page 31 of 32Annexure-XIII
 Check list for Service Provider/OEM/Supplier/Authorised Indian Agent to be submitted alongwith Technical BidNote: 1. Service Provider / Indian Agent should go through the entire Tender Document
 enclosed with the Technical Bid for compliance2.Enclose Separate Annexures wherever asked for and number them serially.
 3.Acceptance of every clause/condition is must for the bidder to qualify in the evaluation process.
 1. EMD / Bid Security / Bid Securing Valid for minimum 135 days from the date of opening of bid –Declaration Agreed by bidder.
 2. Is the firm registered as MSE with CSIR Yes / No Labs / Institutes, exempted from payment of bid security for the item / If yes, please specify the name of Department and validity of such equipment manufactured and service exemption order. Certified copy of valid registration may be provided by them. enclosed. 3. Performance Security ,submit if 03% of total ordered value to be submitted within 21 days from specified in Tender receipt of Work Order . - Agreed 4. L.D. / Penalty clause - Agreed as per Tender 5. Compliance to Qualification/ Eligibility Enclosed as Annexure _______ criteria 6. Documents to be enclosed with As per Chapter 8 Technical Bid 7. Documents to be enclosed with Price / Financial Bid 1.Bid Form - enclosed as Annexure _________ 2.Applicable Price Schedule Form (Price Bid ) Chapter 5 – enclosed as Annexure ____ 8. Validity of Bid Minimum 90 days from the date of bid opening – Agreed& Complied 9. Schedule for completion of services AS PER SCHEDULE OF REQUIREMENT - Agreed 10. Agreeing for Payment Term As per Tender .- Agreed 11. Performance Security,if specified in Tender , Penalty/LD , Qualifying Criteria, , Payment Terms : As per Tender - Agreed 12. Type of Bid: Single Bid System Technical Bid and Check List is enclosed Price Bid is enclosed Technical Bid and Price Bid together - Complied 13. Agreed for payment of applicable stamp Agreed duty in case of award of contract 14. Price certificate “Certified that rates quoted are not higher than the rates quoted for the same / similar service charged to any other Govt. organization / PSUs / CSIR Labs or any other organization”. Enclosed at Annexure __________ Signature & Seal of the Service ProviderPage 32 of 32
 |