UNDERTAKING TO BE SUBMITTED BY THE BIDDER To . - National Fertilizers

Transcription

27042016UNDERTAKING TO BE SUBMITTED BY THE BIDDERTo,DGM (Prod.)NFL, Vijaipur.Sub: Tender for “Bagging of Product Urea & Loading the same in Wagons/Trucks”Dear Sir,1.I hereby confirm having read and understood the tender documents and the requirements of work under this tender. The ratesquoted by me are not inclusive of service tax.2.I agree to abide by all the terms and conditions of the tender documents, in case the job is awarded to me.3.I declare that none of my sister / group / partnership concerns is participating in this tender. It is further declared that our firm /company has not been disqualified during last five years by NFL or any other company in the past for participating in the tenderprocess for any reason and we have no legal disqualification and nothing have been concealed in this regard. Declaration is tobe given on 10 Rs. non-judicial stamp paper.4.I agree to cancel the contract and to debar me from future participation in this tender, in case any concealment of facts on my partis detected at any stage after the award of the contract.5.I agree to carry out the work as per instructions of and to the full satisfaction of the engineer in-charge.6.I shall have no objection to the forfeiture of security deposit amount, in case I fail to execute the contract faithfully and thecontract is terminated as per contract conditions.7.I shall fulfill all applicable statutory requirements for and in connection with the execution of the contract.8.I or my authorized competent representative shall personally remain available at site for supervision of the contract. I furtheragree to employ competent contact person in shift, who shall be experienced enough in supervision of labour & well conversantwith the jobs, rules & regulation pertaining to the contract in all the shifts / General shift to coordinate and control the activities ofshift /General shift.1.I have fully acquainted myself / ourselves with the work conditions at the work place and have been fully satisfied.10.I hereby certify that none of the regular employees working in NFL is related to me or the following employees of NFL are relatedto me:a)b)11.I / We have quoted the workable rates keeping in view the due considerations of the incidence of the labour and all the factors forconstitution of costs.Thanking you,Yours faithfully,(Bidder’s Signature)Along-with seal1

ATTACHMENT - ANAME OF WORK: - BAGGING OF PRODUCT UREA AND LOADING THE SAME IN WAGONS & TRUCKS.INSTRUCTIONS TO BIDDERS1.The bidders shall acquaint themselves fully and thoroughly with the terms and conditions and limitations including thescope requirement and official / statutory regulations, conforming to which and subject to which services are to beperformed. Failure to comply with the above mentioned requirements will not absolve the bidders of their obligationsand duties under the contract in the event of their bids being accepted. Nor shall entertain any claim whatsoever onthe plea of ignorance on the part of bidders.2.Bidders are advised to inspect and examine the site and its surroundings and satisfy themselves before submittingtheir bids about the form and nature of the site, the means of access to the site, the accommodation they may requireand in general shall themselves obtain all necessary information as to risks, contingencies and other circumstances,which may affect the execution of bid. A bidder shall be deemed to have full knowledge of the site whether heinspects it or not and no extra cost consequent on any misunderstanding or otherwise shall be allowed.3.NFL shall have at its sole discretion can withdraw the NIT and / or to postpone the bid opening date and / or time. Ifany change with regards to opening of bids is affected, the same shall be intimated to all the bidders well in timealong with intimation of revised bid opening schedule. NFL’s decision in this regard shall be final, binding andconclusive.4.No oral, e-mail, telephonic, electronic, telegraphic or bids submitted in hard copies / physical form will be entertained.5.The bidders shall upload one set of this document duly signed on each page as token of acceptance of all terms andconditions. The following documents are also required to be submitted by the tenderer:a) Cost of tender documentb) EMDc) PF Code Number along with copy of registration certificated) Income Tax return and assessment order for the last three-yearse) Service Tax registration No.6.7.No amendments to the bids will be allowed under any circumstances after the closing date and time for receipt ofbids.NFL shall be under no obligation to entertain / accept any claim / demand of the bidders for the cost, charges orincidentals in connection with the preparation and submission of bids.8.NFL at its sole and unfettered discretion may accept or reject any bid in whole or in part without assigning any reasonthereof. NFL shall also have discretion to award the subject contract to one or more bidders in the manner deemed fitand NFL's decision in this regard shall be final, binding and conclusive.9.The offer shall be valid for a period of 120 days from the date of opening of technical bid.10. The bids shall be accompanied by both, EMD of Rs. 1, 00,000/- (Rs. One lac only) and tender cost - of Rs. 1000/-(One Thousand Only) by way of separate D.D’s drawn in favor of National Fertilizers Ltd. payable at SBI BavrikhedaBranch Code 8455. The scanned copies of DDs for cost of Tender documents and EMD for Rs. 1000/- & 100000/respectively shall be uploaded along with the signed copies of Techno commercial bid. EMD can be submitted eitherby DD or by Bank Guarantee from a scheduled Indian Bank except Rural / Co-operative Bank in NFL’s format. Bidswithout DD / BG will be rejected.11. The EMD shall be forfeited in case the bidder after having submitted the bid withdraws the same or changes thequoted prices or any condition of bid within the period of validity or refuse to start the work after issue of LOI or / afteracceptance of its bid, either wholly or in part, refuses to enter into contract.2

12. EMD of the successful bidders shall be adjusted against initial Security Deposit or refunded on submission ofSecurity Deposit as per the terms and conditions of the contract. The EMD of the unsuccessful bidders shall berefunded as early as possible.13. EMD / Security Deposit will not carry any interest.14. Escalation / De-escalation ClauseThe rates quoted by the tenderer shall remain firm during the currency of the contract including extended period also,except increase / decrease in the minimum wages of the labour by MP Govt. The escalation / de-escalation onaccount of increase / decrease in the minimum wages shall be adjusted as per the formula indicated below:Escalation/De-escalation Formula:[Billed Amount x (65/100) x (Escalated / De-escalated minimum wages of Un-skilled labour - Min. wages of Un-skilledlabour on bid opening date of Techno-commercial un-priced bid)] [Minimum wages of Un-skilled labour on bid opening date of Techno -commercialun-priced bid]The MP Govt. notifies minimum wages of labour from time to time. The above formula for escalation / de-escalationwill be used for the minimum wages of Un-skilled labour prevailing at the time of opening of Techno-commercial unpriced bid.Escalation / De-escalation shall be calculated on the minimum wages of Un-skilled labour declared in thenotifications issued by MP Govt. as applicable on the date of opening of Techno-commercial un-priced bid. Even ifthe notification is issued at a later date, it shall be considered.Once the Price Bids are opened, NFL under no circumstances will entertain any correspondence regarding offer ofreduction in rates etc. of any kind by the tenderer unless specifically asked by NFL.15. The bidder shall sign each page of the tender documents marked as attachments A, B, C, and D along with theundertaking in token of acceptance of the terms and conditions contained therein and upload the same.16. PROCEDURE OF BIDS SBMISSION:The bidders shall upload duly signed copies of their bids / documents in the following manner: 16.1 Submission / uploading of EMD and Tender FeeThe bidder(s) shall submit / upload (1) Crossed Demand Draft or a Bank guarantee for EMD and (2) DD for costof tender fee as required at clause No.10.16.2 To Upload duly signed Tender documents by Tenderer(s) / Bidder(s):The tenderer / bidder shall sign each page of the tender documents marked as attachment A, B, C, and D alongwith undertaking by the tenderer in token as acceptance of the terms and conditions content therein. The tenderdocuments and under taking shall be uploaded as per clause No 15 above.16.3 Submission of The price bid details as per “Schedule of Rate”The price details as per "Schedule of Rates" given in Attachment-E shall be uploaded by the tenderer / bidder.16.4 The ORIGINAL (1) Demand Draft (DD) / Bank Guarantee of EMD and (2) DD of Tender Fee should reachVijaipur Unit at following address before opening of Techno commercial un-priced bid.DGM (Prod.)National Fertilizers Limited,Vijaipur, Distt. GUNA (M.P.) - 473 111.3

If the original DDs & Bank Guarantee do not reach before due date at above address, the bid of that / thosebidder(s) shall not be opened. NFL takes no responsibility for delay, loss or non-receipt of EMD & Tender Feesent by post / courier.17. The tenders will be opened electronically by NFL from Vijaipur Office. The submission of bids may however be doneby Tenderer(s) / Bidder(s) from their office or from place of their choice or they can visit our Vijaipur Office and useNFL’s facilities for preparation and submission of their bids. Bids cannot be submitted after the due date & time asper the schedule.Price bid of all the Tenderer(s) / Bidder(s) who are techno-commercially acceptable shall be opened electronically.18. On the scheduled date of opening, Technical and Commercial Bid & EMD will be opened first. All the Technical &Un-priced Commercial Bid and EMD shall be examined. Those bids that are found meeting all the requirements, andare found to be technically acceptable shall only be considered for further opening of their price Bids (Schedule ofRates). Price Bids of those acceptable bidders only will be opened on date & time to be intimated later. Decision ofNFL in this regard shall be final and binding on all bidders.19. The bidder is requested to certify that none of their group / sister concern / partnership firm as indicated in clause 20hereunder is participating in this tender. It is also requested to submit an undertaking that in case of concealment ofany facts, if detected later, the bidder along with group / sister concern / partnership concerns participating in this bidmay be debarred from all future bids in addition to other action like forfeiture of Earnest Money.20. The bidders are requested to furnish the following details in Technical and Commercial Bid: Name of the Company nature (Pvt. Ltd. / Public Ltd. / Partnership Firm / Sole Proprietor):Registration Number: Names of the Director / Partner / Proprietor: Father's Name / Husband's Name:In case of sole proprietary firm:Residential address of Each Directors / Partners: Office address: Tel. No. Office/ Residence: Name of the person duly authorized to sign and submit the bid in case of partnership firm / company :21. The bidders shall fill the bids neatly and accurately. Any alteration erasing or overwriting should be avoided. Bidcontaining erased and alterations of the bid documents are liable to be rejected unless the persons signing the biddocuments authenticate these.22. Bidders should quote the rates both in figure and words. In case of any discrepancy, rates quoted in Wordsshall be applicable.23. All the requests for interpretations, clarification in connection with bid document shall be addressed in writing to theDGM (Production), NFL, Vijaipur at least seven days prior to the closing Date of the bid.24. Bidders shall upload their bids complete in all respects with all documents Mentioned in the bid.25. Bidders shall quote rates for each schedule of jobs taking into consideration its workability. NFL also may decide toaward jobs in the schedule to separate contractors in the manner deemed fit and NFL's decision in this regard shallbe final, binding and conclusive.26. Sales Tax or any other tax (except Service Tax), which becomes Payable under this contract shall be borne andpaid by the contractor. NFL will not entertain any claim in this behalf.4

27. Every bid shall be made in English Language. In Addition to English, bid in Hindi may also be submitted. In case ofany conflict, the bid submitted in English shall be final.28. The tenders shall be liable to summary rejection in following conditions:a)b)c)d)e)f)If the tenderer resorts to canvassing.If the tender does not fulfill the conditions of the tender documents, Eligibility criteria.If the bid is received late for any reason;If the tender contains any uncalled remarks or any alteration / additional conditions.If the tender does not contain the EMD or cost of tender documents.If otherwise liable to the rejected in the opinion of NFL or found to be against public policy or interest.The bidders shall have to write the basic minimum wages for their quoted rates in the price bid29.30. Eligibility Criteria:Financial Sound bidders having experience of similar nature of work fulfilling following conditions can apply:iAverage Annual financial turnover during the last 3 years ending 31st March of the previous financial year, viz.for 2014-15, 2013-14, 2012-13, should be at least Rs. 2.30 crores (Rs. Two point three crores)iiBidder should have completed similar works during last 7 years ending last day of the month previous to theone in which applications are invited should bea. Three similar completed works costing not less than the amount equal to Rs 3.10 crores (Rs. Three pointone crores)eachORb. Two similar completed works costing not less than the amount equal to Rs. 3.80 crores (Rs. Three pointeight crores)eachORc. One similar completed work costing not less than the amount equal to Rs. 6.10 crores (Rs. Six point onecrores).d. Solvency Certificate issued by any Nationalized Bank should not earlier than six months from the date ofBid submission date. The minimum amount of Solvency Certificate should be of Rs. 2.30 crores (RupeesTwo point three crores Only)e. Bidder(s) have to submit the copies of audited profit & loss and balance sheet in order to adjudge thefinancial capability and also to check positive net worth of the bidder(s)Besides above the documents as mentioned under clause no. 5 above shall also be furnished by the bidders.31. Evaluation Criteria:1. Evaluation of the contract value shall be done on overall L-I (lowest quoted rates) basis i.e. the total valuearrived at taking into consideration of all the item rates in Schedule of rates at Annexure - E.Note: - Similar work means operation of bagging machines, & loading of bagged materials in wagons, trucks inPetrochemicals, Fertilizers, port or any process industry. The value of work order shall be considered for period ofone year. In case the WO period is more than one year than value on pro-rata basis shall be considered.5

ATTACHMENT-BSCOPE OF WORK AND SPECIAL CONDITIONS OF CONTRACTA. Scope of WorkThe scope of work shall include but not be limited to the followings operations:01. Filling of empty bags with 50 Kg of urea through weighing cum tipping machines, stitching of filled bags andloading the same into wagon / trucks.02. The contractor will mobilize adequate resources for stacking filled urea bags using all the stacking positions ofthe Stacking Conveyors viz. ET-13 & 14 in each platform, i.e. A, B & C. Further, the contractor will mobilizeadequate resources to load these stacked bags immediately into the wagons parallel along with direct loadingfrom other stations. In case, no wagons / trucks are available, contractor will have to continue the baggingoperation and stack the bags on working platform, as per the instruction of EIC.03. Shifting of empty bag bales from bag storage in adequate nos. to meet the requirement of bags for the shift.04. Minor manual pushing of wagons and placing of wooden stoppers on the track for exact positioning for loading.05.(a) To spread the bag wrappers / LDPE sheets on the floor of the covered wagon before loading and also onthe sides of Box wagons. To bring and adjust the portable conveyers / wooden steps on the station for theloading of Box-N Wagons, as & when required.(b) To position portable conveyors between ET-12 & Box wagon and remove the same after loading. “Thecontractor shall ensure that the flapper at the head end of portable conveyor is folded back from the boxwagon before shunting operation or manual pushing of the concerned wagon for adjacent wagons”(c) In case of problem in portable conveyors, the wooden steps / ramp is to be placed and used for loading.06. Contractor shall ensure loading of exact number of bags in the wagons / trucks as per the stacking pattern fixedby NFL and “contractor shall also write the stacking pattern on the wagon with chalk”07. To ensure correct weight of urea in filled bags, random checking of the weight of filled bags will be done from allthe running stations / filling machines once for each placement of rail wagons / trucks i.e. minimum two bagsshall be weighed per station per wagon / truck loaded and also whenever required by NFL.08. For covered wagons, the gaps after closing the doors are to be sealed properly with tarpaulin strips / tar felt orjute cloth so that rainwater does not flow inside. The wagon doors are to be latched properly. Box wagons areto be covered with tarpaulin and the same is tied with ropes properly & tightly or as instructed by Engineer Incharge (EIC) / authorized official of NFL.09. Bag wrappers & unused empty bags will be collected and stacked neatly at the end of each shift. These shall notbe left scattered. Partly used thread spools will not be discarded. Any intentional loss / damage to bags andthread shall be viewed seriously and suitable penalty shall be imposed.10. In each shift before starting bagging operation, bag holders and stitching machines will be cleaned of dust withpressurized air.11. The contractor shall deploy adequate competent contact person in each shift who will look after all the activitiespertaining to bagging / loading operation.12. The contractor shall deploy competent contact person(s) for smooth operation of loading. He will check andensure:i)Fitness of wagons / trucks for loading.6

ii)iii)iv)v)vi)vii)Type of bags to be used.Exact number of bags to be loaded into wagons / trucks as per loading pattern.Correct weight of filled bags.Quality of material filled in bags.Number of stitches per bags per placement / wagon.Proper opening & closing of doors of covered wagons including BCNAHL wagons.He shall maintain all the relevant information in a register. In case of any abnormality, he will inform Shift Incharge/EIC.13. Contractor shall be liable for adequate & efficient resource deployment for maintaining speed & quality ofBagging / loading operation as per work requirement.14. The contractor will ensure that his workmen take proper care to load only those bags, which meet the qualitycriteria with respect to material and condition of bags and stitching. Un-stitched, weight varied and torn bags arenot to be loaded in wagons or trucks. Any bag not meeting the criteria will be segregated and Shift in Charge willbe informed of the same.15. As per requirement of Shift In-charge (Production), hammering of bunkers shall be carried out for smooth flow ofurea, whenever required.16. Contractor will ensure that adequate tools and tackles like, chisels, hammers and hack-saw, are supplied bycontractor to his workmen for opening the riveted / bolted / welded wagon doors.17. Bagging operation shall be carried out in all the three shifts. All the workmen, deployed by the contractor mustreport in time at the beginning of each shift and bagging / loading operation should start within 15 minutes at thebeginning of each shift.18. Surprise checking of loaded wagons / trucks shall be got done, as and when required by NFL. The contractorshall arrange unloading / reloading of the loaded trucks / wagons for this purpose. Contractor will be paidunloading / reloading charges as per his quoted rates only, if no abnormality is found during the checking.19. Contractor will ensure that during bag closing the number of stitches are being maintained as per direction ofEIC.20. The contractor will be required to draw filled urea bags as reference sample as per directions given by EIC.21. The contractor shall load number of bags in the covered wagons, open Box-N rake and trucks as directed byNFL / EIC.22. Minimum 12 no. of stations to be operated in each shift. The contractor shall operate any additional number ofstations in each shift as per requirement of NFL. Normally 12 14 no. of stations will be operated.23. The contractor shall ensure that lubrication of the stitching machines is carried out by his labour in each shift oras per directions of EIC.24. In case, loaded bags gets scattered during shunting operations, the same bags shall be restacked in a propermanner as per the instruction of EIC.25. In case of ambiguity in the interpretation in the implementation of contract conditions. The conditionsinterpretation, specifications etc. provided in the special condition shall have precedent over conditionsspecifications etc. provided under general conditions in the following manners and order.i)ii)iii)iv)v)Special Conditions of ContractGeneral ConditionsGeneral Instructions to TenderersWork OrderOther Correspondence7

26. Removal of unwanted persons:(i) Contractor shall deploy the person of bona fide character and antecedent in the event any person isfound to be of suspected or otherwise character / antecedent, contractor will immediately remove suchperson from the factory area at the advice and instructions of NFL, CISF or other security force.(ii) In case, any worker deployed by the contractor is found to be misbehaving and also creating hindrancein work, the worker may be removed by contractor under advice of NFL / CISF. In case, the worker isreverted back, permission of authority from whom advise / instructions received to remove the personis necessary.(iii) NFL factory being a strategic installation contractor shall himself also keep NFL informed about theunlawful activities of its employees.B.Penalty/ Incentive:Penalty for less loading: Penalty for less loading shall be levied as given below.1.0 Delay in loading/Less loading:Normally, a loading of 6300 MT to 7300 MT per day is required. In case the loading for the shift is less than2100 MT for reason not attributable to NFL, a penalty @ Rs 20 per MT for the shortfall in loading in a shift,will be levied on the contractor. The penalty will be levied exclusively on shift loading basis.2.0 :There will be some periods during the year when the required loading would be much less than 2100 MT/shiftfor reasons attributable to NFL. In such events, penalty as per clause 1.0 above may not be applicable.3.0 Absence of Contact Person in the ShiftA penalty of Rs.500 per shift will be imposed for absence / non availability of contact person at the site.4.0 Over Weight/underweight bags and improper stitching:In case any variation in gross weight allowable limit and improper stitching is noticed on checking, contractorwill have to unload already loaded material to recheck the weight / stitching. No unloading / reloading chargeswill be paid in such case. A penalty of Rs. 500 per MT urea (20 bags) will be levied from the contractor, if noof bags are less than 20. If the nos of bags are more than 20 bags then penalty will be levied at the rate ofRs. 50 per bag.5.0 Variation in no. of bags:During surprise checking if the number of bags in wagon / truck is less / more than the stipulated numbers,the unloading / reloading charges for that wagon / truck will not be paid to contractor. Besides additionalpenalty at following rates will be imposed:Excess / Short loading in wagons/trucks - Rs. 500 /- (Rupees five hundred only) per bag.6.0 Closing of doors of covered wagons: (New Clause)In case the doors of covered wagons including BCNHL wagons are not closed properly a penalty of Rs. 200per wagon shall be levied.7.0i) In event, contractor fails to operate 12 Nos. stations a penalty @ 7000/- for shortfall of each station per Shiftshall be levied on contractor when there is no reason attributable to NFL. There will be some periods duringthe year when the loading would be less due to reasons attributed to NFL then penalty as mentioned aboveshall not be levied.ii) If the contractor fails to operate additional stations over and above 12 Nos. of stations as required by NFL apenalty of Rs. 4000/- per station per shift shall be levied on the contractor.C. Incentive Scheme for loading:8

Incentive will be paid for loading done on the following basis, for meeting stipulated loading targets as indicatedbelow:a) Monthly Incentive:Payment shall be made to the contractor for achieving the minimum loading target for the months as stipulatedbelow with 12 Nos. of stations. Incentive payment shall be made on monthly invoice raised by the contractor.Loading Target (MT)Incentive Amount (Rs.)(Base: 6000 MT/day x No of days in a month)a)For a month of 31 days186000178560b)For a month of 30 days180000172800c)For a month of 29 days174000167040d)For a month of 28 days168000161280This basic monthly incentive amount shall be increased on pro-rata basis for the period during which additionalstations above 12 Nos. shall be required to run on requirement of NFL and pro- rata increase in shift loading isachieved with base taken as 2100 MT on 12 Nos. stations. This condition of pro rata increase in shift loadingshall only be applied for the purpose of calculating pro rata increased incentive over and above the basicincentive scheme indicated above and shall not be applicable if the reasons of less loading are not attributable tothe contractor.Shift Incentive:In addition to the Monthly target incentive at a) above, shift incentive shall also be payable to the contractor onachieving the following shift loading target slabs. It shall be payable irrespective of the monthly loading achievedduring the month and shall be over and above the monthly incentive.Shift Loading(MT)2400 2600 MT2601MT and aboveIncentive Amount per shift(Rs.)5100/8400/-D. Special Conditions of Contract1. The contractor shall remain available at site during the tenure of contract. If contractor is required to leave thesite, he will depute his authorized representative to receive the instruction of Engineer in-charge (EIC) and tocarry out the required jobs. In case the contractor or his authorized representative are not available at site anddon't take remedial action or failed to take instructions / communication deliberately even after notice is servedon him, the contract may be cancelled after serving of 7 day’s notice.2. The approximate quantity of product urea to be handled in the plant is 43.00 Lac MT. The total quantity mayincrease by 10% however; NFL does not guarantee the minimum quantum of job or the continuous flow of work.NFL shall in no way be liable to pay any idle labour charges / minimum charges / cost in this behalf.3. The plant is operated in three rotating shifts of 8 hours each. The timing observed is IST shift from 6.00 AM to2.00 PM, 2nd shift from 2.00 PM to 10.00 PM and 3rd shift from 10.00 PM to 6.00 AM. Some jobs may beoperated in general shift only i.e. from 8.00AM to 5.00 PM with one hour lunch break from 1.00 PM to 2.00 PM.4. The contractor shall arrange adequate and efficient number of manpower to manage the works in an efficientmanner.9

5. The contractor shall mobilize resources and manpower at short notice in order to maintain the operations in theplant. He should be able to make all necessary arrangements for the said purpose.6. If the contractor is not able to mobilize sufficient & proper workforce & supervisory staff for smooth running /execution of the contract. In case of default payment of bills will be stopped and repeated non-compliance mayalso lead to termination of contract.7. NFL shall provide space to facilitate supply of tea and snack to the workers engaged by contractor.8. The contractor shall ensure that the working area is kept clean and free from bag wrappers; suthli and othertools & tackles etc. must be kept in their proper place to maintain good housekeeping.9. Contractor must ensure that fresh empty bags are used only for loading of urea. He shall ensure that bags andother consumables like thread and LDPE sheets etc. are not misused / wasted. Non-compliance will attractpenalty.10. Contractor shall ensure that his workers do not resort to go-slow or suspension of work. Any dispute or any issueneeding settlement will be sorted out through discussions by and between contract workmen and himself. Proper& sufficient notice will be given by the contractor to NFL in case of any dispute between contractor and hisworkmen. However, this will not absolve the contractor of his obligations under the terms & conditions ofcontract.11. It will be the duty of the contractor to ensure that his workmen are shifted from their normal place of work to anyother place in case NFL shift in-charge asks for such shifting of manpower to meet the exigencies of work.10

ATTACHMENT: CCOMMERCIAL TERMS AND CONDITIONS1.0SCHEDULE OF RATES (Excluding Service Tax)1.1The bidder shall quote rates as per the "schedule of rates" given in Attachment-E.1.2It should be ensured by the bidder that the rates quoted by him are inclusive of all taxes (except service tax),duties, royalties and other statutory levies leviable at present. Compliance for payment of the taxes and otherStatutory levies shall be the responsi

4 If the original DDs & Bank Guarantee do not reach before due date at above address, the bid of that / those bidder(s) shall not be opened. NFL takes no responsibility for delay, loss or non-receipt of EMD & Tender Fee