You are on page 1of 10

Bid Number/बोली मांक ( बड सं या) :

GEM/2023/B/3789034
Dated/ दनांक : 21-08-2023

Bid Document/ बड द तावेज़

Bid Details/ बड ववरण

Bid End Date/Time/ बड बंद होने क तार ख/समय 12-09-2023 10:00:00

Bid Opening Date/Time/ बड खुलने क


12-09-2023 10:30:00
तार ख/समय

Bid Offer Validity (From End Date)/ बड पेशकश


90 (Days)
वैधता (बंद होने क तार ख से)

Ministry/State Name/मं ालय/रा य का नाम Ministry Of Power

Department Name/ वभाग का नाम Contracts And Materials

Organisation Name/संगठन का नाम Damodar Valley Corporation

Office Name/कायालय का नाम Damodar Valley Corporation

Total Quantity/कुल मा ा 1

Complete assembly of Scoop Type Fluid coupling Model No


Item Category/मद केटे गर
SC 11A (Q3)

MSE Exemption for Years of Experience and


No
Turnover/ अनुभव के वष से एमएसई छूट

Startup Exemption for Years of Experience


No
and Turnover/ अनुभव के वष से टाटअप छूट

Certificate (Requested in ATC),OEM Authorization


Certificate,Additional Doc 1 (Requested in ATC),Compliance
Document required from seller/ व े ता से मांगे of BoQ specification and supporting document
*In case any bidder is seeking exemption from Experience /
गए द तावेज़ Turnover Criteria, the supporting documents to prove his
eligibility for exemption must be uploaded for evaluation by
the buyer

Bid to RA enabled/ बड से रवस नीलामी स य कया No

Type of Bid/ बड का कार Two Packet Bid

Time allowed for Technical Clarifications


during technical evaluation/तकनीक मू यांकन के 7 Days
दौरान तकनीक प ीकरण हे तु अनुमत समय

Inspection Required (By Empanelled


Inspection Authority / Agencies pre- No
registered with GeM)

Evaluation Method/मू यांकन प ित Total value wise evaluation

1 / 10
EMD Detail/ईएमड ववरण

Required/आव यकता No

ePBG Detail/ईपीबीजी ववरण

Advisory Bank/एडवाइजर बक Bank of India

ePBG Percentage(%)/ईपीबीजी ितशत (%) 10.00

Duration of ePBG required (Months)/ईपीबीजी क


27
अपे त अविध (मह ने).

(a). EMD & Performance security should be in favour of Beneficiary, wherever it is applicable./ईएमड और संपादन
जमानत रािश, जहां यह लागू होती है , लाभाथ के प म होनी चा हए।

Beneficiary/लाभाथ :
Sr. Manager, Finance, KTPS,DVC
Damodar Valley Corporation, Contracts and Materials, Damodar Valley Corporation, Ministry of Power
(Sunil Kr Sinha)

Splitting/ वभाजन

Bid splitting not applied/बोली वभाजन लागू नह ं कया गया.

MII Purchase Preference/एमआईआई खर द वर यता

MII Purchase Preference/एमआईआई खर द वर यता Yes

MSE Purchase Preference/एमएसई खर द वर यता

MSE Purchase Preference/एमएसई खर द वर यता Yes

1. Preference to Make In India products (For bids < 200 Crore):Preference shall be given to Class 1 local supplier
as defined in public procurement (Preference to Make in India), Order 2017 as amended from time to time and its
subsequent Orders/Notifications issued by concerned Nodal Ministry for specific Goods/Products. The minimum
local content to qualify as a Class 1 local supplier is denoted in the bid document. If the bidder wants to avail the
Purchase preference, the bidder must upload a certificate from the OEM regarding the percentage of the local
content and the details of locations at which the local value addition is made along with their bid, failing which
no purchase preference shall be granted. In case the bid value is more than Rs 10 Crore, the declaration relating
to percentage of local content shall be certified by the statutory auditor or cost auditor, if the OEM is a company
and by a practicing cost accountant or a chartered accountant for OEMs other than companies as per the Public
Procurement (preference to Make-in -India) order 2017 dated 04.06.2020. Only Class-I and Class-II Local suppliers
as per MII order dated 4.6.2020 will be eligible to bid. Non - Local suppliers as per MII order dated 04.06.2020 are
not eligible to participate. However, eligible micro and small enterprises will be allowed to participate .The
buyers are advised to refer the OM No.F.1/4/2021-PPD dated 18.05.2023.
OM_No.1_4_2021_PPD_dated_18.05.2023 for compliance of Concurrent application of Public Procurement Policy

2 / 10
for Micro and Small Enterprises Order, 2012 and Public Procurement (Preference to Make in India) Order, 2017.

2. Purchase preference to Micro and Small Enterprises (MSEs): Purchase preference will be given to MSEs as
defined in Public Procurement Policy for Micro and Small Enterprises (MSEs) Order, 2012 dated 23.03.2012 issued
by Ministry of Micro, Small and Medium Enterprises and its subsequent Orders/Notifications issued by concerned
Ministry. If the bidder wants to avail the Purchase preference, the bidder must be the manufacturer of the offered
product in case of bid for supply of goods. Traders are excluded from the purview of Public Procurement Policy for
Micro and Small Enterprises. In respect of bid for Services, the bidder must be the Service provider of the offered
Service. Relevant documentary evidence in this regard shall be uploaded along with the bid in respect of the
offered product or service. If L-1 is not an MSE and MSE Seller (s) has/have quoted price within L-1+ 15%
(Selected by Buyer)of margin of purchase preference /price band defined in relevant policy, such Seller shall be
given opportunity to match L-1 price and contract will be awarded for 25%(selected by Buyer) percentage of
total QUANTITY.The buyers are advised to refer the OM No.F.1/4/2021-PPD dated 18.05.2023
OM_No.1_4_2021_PPD_dated_18.05.2023 for compliance of Concurrent application of Public Procurement Policy
for Micro and Small Enterprises Order, 2012 and Public Procurement (Preference to Make in India) Order, 2017.

Excel Upload Required/ए सेल म अपलोड कए जाने क आव यकता :

TC SHEET - 1692602517.xlsx

Complete Assembly Of Scoop Type Fluid Coupling Model No SC 11A ( 1 the number pi )
(Minimum 50% and 20% Local Content required for qualifying as Class 1 and Class 2 Local Supplier
respectively/ मशः ण
े ी 1 और ण
े ी 2 के थानीय आपूितकता के प म अहता ा करने के िलए आव यक)

Technical Specifications/तकनीक विश याँ

Buyer Specification
Download
Document/ े ता विश द तावेज़

Consignees/Reporting Officer/परे षती/ रपो टग अिधकार and/ तथा Quantity/मा ा

Consignee
S.No./ . Reporting/Officer/ Delivery Days/ डलीवर के
परे षती/ रपो टग Address/पता Quantity/मा ा
सं. दन
अिधकार

825421,KTPS Store, Damodar


1 Manoj Kumar Valley Corporation (KTPS), 1 210
Koderma Jharkhand

Buyer Added Bid Specific Terms and Conditions/ े ता ारा जोड़ गई बड क वशेष शत

1. Buyer Added Bid Specific ATC

Buyer Added text based ATC clauses

This tender is being processed on Single Tender (OEM) basi

3 / 10
s with approval of competent authority.
The bid will be considered only if it has been submitted by t
he OEM vendor i.e M/s Fluidomat Limited, 21A BALLYGUNGE
STATION ROAD KOLKATA-
700019 or their Bid specific authorised vendor. Bid submitt
ed by other than the OEM or their Bid specific authorised v
endor will outrightly be rejected.

A.TECHNO-COMMERCIAL TERMS AND CONDITIONS

1. PRICE BASIS: The rates quoted by the bidder must be Firm till execution of the contract and on FOR-D
estination Basis and in INR currency and the Offered/Quoted rate against the subject items should be inclu
sive of all taxes & duties (e.g. GST, freight, P&F etc.) for door delivery FOR KTPS basis.

2. Supplies must be strictly in accordance with specifications and/or drawings, samples etc. furnished or a
pproved by the DVC. Suppliers will be responsible for deviation in respect of technical specifications and c
ommercial terms and conditions whatsoever. Bidders are requested to go through the Clause No. 6 of GCC
before submitting their offer.

3. INSPECTION

Goods supplied will always be subject to our inspection on arrival at the destination.

4. The supplier will be held responsible for the stores not being sufficiently and properly packed at his exp
enses for transport by Road, so as to ensure them being free from loss or injury at their destination.

5. In accepting the order you are understood to accept to all responsibilities for any infringement in regist
ered design, trademark, patent rights etc.

6. TRANSIT INSURANCE

Arrangements for transit insurance can be made by DVC as per Mega Risk Policy arranged with existing un
derwriter as per time being imposed.

7. Goods are to be delivered at consignee's store on Freight Paid basis.

8. PAYMENT TERMS FOR MATERIALS

100% payment with full taxes & duties will be made within 15 working days of receipt of material at site a
nd inspection & acceptance thereof or within 15 (fifteen) working days of submission of invoice whichever i
s later.

4 / 10
9. DELIVERY: Materials are to be delivered at KTPS store on Freight Paid basis within delivery period from
the issuance of Purchase Order.

The details of delivery of materials are as follows.

a. Delivery Schedule (in days): 210 days from the date of issuance of Purchase Order.

b. Consignee: Controller of Stores, KTPS, DVC, Koderma.

The date of delivery to be reckoned as the date of receipt of the material at site by the consignee.

10. Guarantee/Warranty

The Vendor shall warrant that all material supplied under the Order shall be new, unused and conform to t
he Purchasers / owners requirements and specifications as mentioned in the NIT. The Vendor shall guarant
ee the material under the Order for 18 months from the date of delivery or 12 months from the date of co
mmissioning whichever is earlier.

The date of delivery to be reckoned as the date of receipt of the material at site by the consignee. The ven
dor shall agree to replace any material, which has been proved defective or fails to conform to the desired
specifications free of cost to the purchaser within the Guarantee/Warranty period. The guarantee period fo
r such replaced part shall be the same as that of materials specified earlier.

Inspection and acceptance of material by DVC at DVC Site shall not in any way relieve the vendor from the
responsibility for proper performance during the guarantee period.

11. FORCE MAJEURE: It will be guided as per Clause No. 16 of GCC. GCC is attached in Buyer uploaded A
TC document under "Buyer Added Bid Specific Additional Terms and Conditions" of GeM bid.

12. LIMITATIONS OF LIABILITY

Except in cases of Criminal Negligence or wilful misconduct,

(i) The Contractor and The Employer shall not be liable to the Other Party for any indirect or consequential
loss or damage, loss of use, loss of production, or loss of profits or Interest costs, provided that this exclusi
on shall not apply to any obligation of the Contractor to pay liquidated damages to the Employer

AND

(ii) The aggregate liability of the Contractor to the Employer, whether under the Contract, in tort or otherwi
se, shall not exceed the total Contract Price, provided that this limitation shall not apply to the cost of repai
ring or replacing defective equipment, or to any obligation of the Contractor to indemnify the Employer wit
h respect to patent infringement, copy right, workman compensation.

13. SECURITY DEPOSIT CUM PERFORMANCE GUARANTEE CLAUSE (SL)

You will have to furnish Security Deposit for an amount of 10% of ordered value. No Security Deposit-cum-
Performance Guarantee is required for contract value up to Rs.1 (One) lac. Security deposit is to be furnish
ed in the form account payee demand draft or bank guarantee (including e-bank guarantee) issued/confir
med from any of the commercial bank in India.

The successful tenderer will have to deposit as security, for satisfactory execution of the order, and for gua
ranteed performance of the supplied item/executed works or services for an amount equivalent to 10% of
the ordered value in the form of account payee demand draft or Bank Guarantee (as per format given in G
eM portal) within 21 days from the date of issuance of Supply / Work Order, from any Nationalised / Sche

5 / 10
duled Bank and it should have validity for 27 months from the date of execution of BG. The said BG sho
uld be extended suitably covering the entire warranty period after dispatch of materials.

Performance security should be for an amount of ten (10) percent of the value of the GeM con
tract in the form of account payee demand draft or Bank Guarantee (as per GeM format).

Note: The Bank Guarantee shall be issued on the SFMS (Structured Financial Messaging Syste
m) mode by issuing Bank. Details of advising bank: BANK OF INDIA, Banjhedih branch, Koderm
a. Account No.: 498930110000072, IFSC Code: BKID0004989.

In case contractor fails to submit the Performance Security within 30 Days of the date of issua
nce of LOA/ Work Order, DVC without prejudice to any other right or remedies it may possess
under the Contract, may forfeit the bid security (wherever applicable) and shall short close th
e contract as per CANCELLATION/SHORT CLOSURE clause and may retender and in this re-tend
er such defaulting bidder will not be allowed to participate.

The performance security will be forfeited and credited to DVC's account in the event of a breach of contra
ct by the contractor / Supplier / Service provider.

In case of a JV, wherever applicable, the performance security shall be provided by all partners in proporti
on to their participation in the project.

Performance Security should be refunded to the contractor without interest, after he duly performs and co
mpletes all obligations under the contract but not later than a specified date ["365 days for Works Contrac
t" or "60 days for Goods/Services Contract"] of completion of the Defect Liability Period (DLP)/ warranty pe
riod, as applicable. Before final payment or before release of the performance bank guarantee, a 'No Claim
Certificate' must be submitted by the Supplier/Contractor/ Service Provider to prevent future claims. Also,
an acknowledgement should be provided by the contractor after release of bank guarantee.

14. CANCELLATION/SHORT CLOSURE

It will be guided as per Clause No. 17 of GCC. GCC is attached in Buyer uploaded ATC document under "B
uyer Added Bid Specific Additional Terms and Conditions" of GeM bid.

15. LD CLAUSE AND RISK PURCHASE CLAUSE

(i) LD shall be 0.5% per week or part of the week of delayed period as pre-estimated damages not exceedi
ng 10% of the contract value.
(ii) Alternatively, the Purchaser reserves the right to purchase the material from elsewhere at the sole risk an
d cost of the Vendor and recover all such extra cost incurred by the Purchaser in procuring the material by t
he above procedure.

(iii) Alternatively, the Purchaser may cancel the Order completely or partly without prejudice to his right u
nder the alternatives mentioned above.

(iv) In the event of recourse to alternative (ii) and (iii) above, the Purchaser will have the right to repurchas
e the stores, to meet urgency in requirement caused by Vendors failure to comply with the schedule of deli
very irrespective of the fact whether the materials are similar or not.

16. PROPRIETARY ARTICLE CERTIFICATE

You must certify that the items quoted by you are proprietary ones and exclusively manufactured by you.

17. PRICE REASONABLITY CERTIFICATE

Please certify on your offer that the quoted rates are reasonable and same as charged to other Govt. /semi
–Govt. Organizations/PSUs including GeM and in support of price reasonability, the order copies of similar it
ems received from Govt. Organizations/ PSU including GeM are required to be furnished.

6 / 10
18. OFFER VALIDITY

Offers should invariably be kept open for acceptance for 90 days from the date of opening of the tender.

19. SUB-LETTING & ASSIGNMENT

The Supplier/Contractor/Service Provider shall not sub- let or assign any part of the contract to any other v
endor/agency without the prior written consent of DVC. Such assignments or sub-letting or transfer shall n
ot relieve the Supplier/Contractor/Service Provider from any obligation, duty and responsibility under the c
ontract. Any assignment, transfer or sub-letting without the prior written approval of DVC shall be void. DV
C shall have the right to cancel/ terminate the contract in whole or in part and to purchase the goods/ work
s/ services from elsewhere and the Supplier/ Contractor/ Service Provider shall be liable to DVC for any
loss or damage which DVC may sustain in consequence or arising out of such purchase and the Supplier /C
ontractor/Service Provider shall indemnify such loss or damage to DVC.

20. TAXES & DUTIES BEYOND SCHEDULED DELIVERY PERIOD

Any upward variation in taxes & duties beyond contract period will be borne by you. However, any decrea
se in this respect will have to be passed on to DVC.

21. TERMINATION

It will be guided as per clause no. 24 of Optional terms & condition of Contract of GCC. GCC is attached in
Buyer uploaded ATC document under "Buyer Added Bid Specific Additional Terms and Conditions" of GeM
bid.

22. Other Terms and conditions which are not specifically mentioned in the Terms and conditions of the NI
T shall be guided by DVC's G.C.C as per applicability. GCC is attached in Buyer uploaded ATC document un
der "Buyer Added Bid Specific Additional Terms and Conditions" of GeM bid.

23. SPECIAL INSTRUCTIONS TO BIDDER:

(i) Upload copy of valid PAN and GST Registration Certificate. (ii) Mention the HSN Code of all the materials
and also mention the applicable GST rate at present against each material. (iii) No price escalation will be
entertained. (iv) All Terms & Condition will be deemed to have been accepted by you if you quote the rate
and nothing mentioned in your offer.

24. QAP: Indicative QAP is attached under Generic clause no. 3 of ATC in place of Integrity Pact. No Integri
ty Pact is required for this Bid. It just makes a space for uploading QAP. Final QAP will be submitted by the
OEM/supplier on the basis of Tech Specification for DVC approval.

25. PDI: Pre-Dispatch Inspection (PDI) will be carried out by DVC representative at vendor’s w
orkshop/factory as per approved QAP, for which at least fifteen (15) days prior intimation shall
be given by the vendor.

26. BILL TRACKING SYSTEM

It has been advised that all the bill/invoice related to P.O/W.O. must be proceed through DVC portal with fo
llowing link https://application.dov.gov.in/vendor/detailed guidelines related to vendor registration & proce
ssing of bill for vendor bill tracking are available in the DVC portal under PROCUREMENT.

27. REQUIRED DOCUMENTS FOR ALL MATERIALS

7 / 10
Sl. N Document Description Submitted With Material Code
o.

1 Internal Inspection/Test Report Supply For All Materials

Fitment & Interchangeability Certi


2 Supply For All Materials
ficate.

3 Guarantee/Warranty Certificate Supply For All Materials

B. INSTRUCTION TO BIDDERS (ITB)


1. Certificate: Bidders are requested to download the format of Certificate, fill as per instruction and uplo
ad the same in website (GeM) in .pdf file. Format of Certificate is attached in Buyer uploaded ATC docume
nt under "Buyer Added Bid Specific Additional Terms and Conditions" of GeM bid.

2. MII Class 1/ Class2 Local Suppliers certificate: Bidders are requested to submit MII Class 1/ Class 2 Local
Suppliers certificate (self-authenticated) from OEM with details of place of local value addition.

3. The bidder is also requested to upload scanned copies in .pdf file of relevant documents as per NIT e.g.
GST Registration Certificate, Latest P.O./W.O. copy etc.

4. Settlement of Disputes and Arbitration: It will be guided as per Clause No. 33 of GCC and Clause N
o. 20 of optional terms & conditions of contract of GCC. GCC is attached in Buyer uploaded ATC document
under "Buyer Added Bid Specific Additional Terms and Conditions" of GeM bid.

5. Instructions for furnishing Bank Guarantee.

i. Bank Guarantee (B.G.) for Advance Payment, Mobilization Advance, B.G. for Security Deposit-cum-Perfor
mance Guarantee, Earnest Money should be executed on the Non-Judicial Stamp Paper of the app
licable value and to be purchased in the name of the Bank.

ii. The Executor (Bank authorities) may mention the Power of Attorney No. and date of execution in his/her
favour with authorization to sign the documents.

The Power of Attorney is to be witnessed by two persons mentioning their full name and address.

iii. The B.G. should be executed by a Nationalized Bank/Scheduled Commercial Bank. B.G. from
Co-operative Bank/Rural Banks are not acceptable.

iv. A Confirmation Letter/e-mail confirmation of the concerned Bank must be furnished as a proof of genuin
eness of the Guarantee issued by them.

v. Any B.G. if executed on Non-Judicial Stamp paper after 6 (six) months of the purchase of suc
h stamp paper shall be treated as Non-valid.

vi. Each page of the B.G. must bear signature and seal of the Bank and B.G. Number.

vii. The contents of the B.G. shall be as per GeM format.

viii. Any correction, deletion etc. in the B.G. should be authenticated by the Bank Officials signing the B.G.

ix. In case of extension of a Contract, the validity of the B.G. must be extended accordingly.

8 / 10
x. B.G. must be furnished within the stipulated period as mentioned in Purchase Order/L.O.I./Work Order et
c.

xi. Issuing Bank/The Vender are requested to mention the Purchase Order/Contract/Work Order reference
along with the B.G. No. for making any future queries to D.V.C.

xii. Signing by witnesses in the Bank Guarantee/Performance Guarantee/Security is not mandatory.

6. COMMUNICATION/ CONTACT NO:

For technical queries, if any, the bidders may contact the following personnel: -

(i) Smt. Mandawi, SE(C&M), KTPS, DVC, Koderma, Mob: 7033455949, email: mandawi.jha@dvc.gov.in

(ii) Mr. Sudipta Kander, Sr. Manager (M), FQA, KTPS, DVC, Koderma, Mob: 9434745952, email: sudipta.kan
der@dvc.gov.in

(iii) Mr. Amulya Ratna Rout, Manager (M), C&M, KTPS, DVC, Koderma, Mob: 9679100691, email: amulya.ro
ut@dvc.gov.in

(iv) Mr. Rajesh Ranjan, Dy. Manager (M), CHP, KTPS, DVC, Koderma, Mob: 8404938720, email: rajesh.ranja
n@dvc.gov.in

For bill/payment related queries, if any, the bidders may contact the following personnel: -

(i) Mr. Sunil Kumar Sinha, Sr. Manager (Fin), DVC, KTPS, Mob: 9431105148, e-mail: sunil.sinha@dvc.gov.in

(ii) Mr. Sudesh Murmu, Dy. Manager (E), Stores, KTPS, DVC, Koderma, Mob: 7667084925, email: sudesh.m
urmu@dvc.gov.in
.

2. Buyer Added Bid Specific ATC

Buyer uploaded ATC document Click here to view the file .

3. Generic

Buyer Organization specific Integrity Pact shall have to be complied by all bidders. Bidders shall have to
upload scanned copy of signed integrity pact as per Buyer organizations policy along with bid. Click here
to view the file

Disclaimer/अ वीकरण

The additional terms and conditions have been incorporated by the Buyer after approval of the Competent
Authority in Buyer Organization, whereby Buyer organization is solely responsible for the impact of these clauses
on the bidding process, its outcome, and consequences thereof including any eccentricity / restriction arising in
the bidding process due to these ATCs and due to modification of technical specifications and / or terms and
conditions governing the bid. Any clause(s) incorporated by the Buyer regarding following shall be treated as
null and void and would not be considered as part of bid:-

1. Definition of Class I and Class II suppliers in the bid not in line with the extant Order / Office Memorandum
issued by DPIIT in this regard.
2. Seeking EMD submission from bidder(s), including via Additional Terms & Conditions, in contravention to
exemption provided to such sellers under GeM GTC.

9 / 10
3. Publishing Custom / BOQ bids for items for which regular GeM categories are available without any
Category item bunched with it.
4. Creating BoQ bid for single item.
5. Mentioning specific Brand or Make or Model or Manufacturer or Dealer name.
6. Mandating submission of documents in physical form as a pre-requisite to qualify bidders.
7. Floating / creation of work contracts as Custom Bids in Services.
8. Seeking sample with bid or approval of samples during bid evaluation process.
9. Mandating foreign / international certifications even in case of existence of Indian Standards without
specifying equivalent Indian Certification / standards.
10. Seeking experience from specific organization / department / institute only or from foreign / export
experience.
11. Creating bid for items from irrelevant categories.
12. Incorporating any clause against the MSME policy and Preference to Make in India Policy.
13. Reference of conditions published on any external site or reference to external documents/clauses.
14. Asking for any Tender fee / Bid Participation fee / Auction fee in case of Bids / Forward Auction, as the
case may be.

Further, if any seller has any objection/grievance against these additional clauses or otherwise on any aspect of
this bid, they can raise their representation against the same by using the Representation window provided in
the bid details field in Seller dashboard after logging in as a seller within 4 days of bid publication on GeM. Buyer
is duty bound to reply to all such representations and would not be allowed to open bids if he fails to reply to
such representations.

This Bid is also governed by the General Terms and Conditions/ यह बड सामा य शत के अंतगत भी शािसत है

In terms of GeM GTC clause 26 regarding Restrictions on procurement from a bidder of a country which shares a land border with India, any bidder from a country which
shares a land border with India will be eligible to bid in this tender only if the bidder is registered with the Competent Authority. While participating in bid, Bidder has to
undertake compliance of this and any false declaration and non-compliance of this would be a ground for immediate termination of the contract and further legal action

in accordance with the laws./ जेम क सामा य शत के खंड 26 के संदभ म भारत के साथ भूिम सीमा साझा करने वाले दे श के बडर से खर द
पर ितबंध के संबंध म भारत के साथ भूिम सीमा साझा करने वाले दे श का कोई भी बडर इस िन वदा म बड दे ने के िलए तभी पा होगा
जब वह बड दे ने वाला स म ािधकार के पास पंजीकृ त हो। बड म भाग लेते समय बडर को इसका अनुपालन करना होगा और कोई भी
गलत घोषणा कए जाने व इसका अनुपालन न करने पर अनुबंध को त काल समा करने और कानून के अनुसार आगे क कानूनी कारवाई
का आधार होगा।

---Thank You/ ध यवाद---

10 / 10

You might also like