Page No. 01 to 54 Form-241 e-PROCUREMENT

advertisement
1
Page No. 01 to 54
Form-241
e-PROCUREMENT TENDER NOTICE
GOVERNMENT OF INDIA, (MHA)
DIRECTORATE GENERAL,
SASHASTRA SEEMA BAL
PROVISIONING DIRECTORATE (PROC. BRANCH)
EAST BLOCK-V, R. K. PURAM NEW DELHI-66
TEL. NO. 011-26177024, Fax. 011-26101054
(e-mail-digpanw@gmail.com)
File No. 19/Proc/SSB/ATI/Tactical Boot/2015(18)/2840-41
Dated: 29/07/2015
On behalf of the President of India, Director General, SSB invites
e-tender, under two Bid System i.e. Technical Bid & Financial Bid for procurement of
Tactical Boot (PU Sole) Black.
Earnest Money
Rs. 6,20,000/-
In form of Bankers Cheque, Demand Draft or
B.G may be prepared in favour of Sr. Accounts
Officer, PAO, MHA, SSB, East Block-IX, R.
K. Puram, New Delhi-66. In case bidders
intend to deposit Bank Guarantee, the validity
of BG should be 8 months from the date of
opening of tender.
Tender Cost
Rs. 500/( Not refundable)
In form of Demand Draft in favour of Sr.
Accounts Officer, PAO, MHA, SSB, East
Block-IX, R.K. Puram , New Delhi.
CRITICAL DATE SHEET:
Published Date
29/07/2015
Bid Document download Start Date
29/07/2015
Clarification start date
30/07/2015
Clarification end date
06/08/2015
Pre-bid meeting (if required)
12/08/2015 at 1200 hrs. (if required)
Bid submission start date
19/08/2015
Bid submission end date
15/09/2015 at 1430 hours.
Bid opening date
15/09/2015 at 1500 hours.
1|Page
Signature of Firms/bidders
With date & stamp & Name of tender.
2
Notice for Firms/vendors/supplier:All details, tender terms & conditions alongwith tender document of ibid
1.
e-procurement are available on our websites www.ssb.nic.in and https://
www.eprocure.gov.in. Any changes/modifications in the tender enquiry will
be intimated through above websites only. Firms/bidders are therefore,
requested to visit our websites regularly to keep themselves updated.
1.1 Bidders must submit their bids online. Off Line bids would not be considered
1.2 For submission of e-bids, bidders are required to get themselves registered
with www.eprocure.gov.in website alongwith class-III digital signature
certificates issued by any Government designated agency under IT Act-2003.
1.3
Bids once submitted online cannot be resubmitted or withdrawn.
1.4
Conditional bids and the bids not meeting the qualifying criteria on the date of
receipt of bids shall be summarily rejected.
Bids will be opened online as per time schedule mentioned in Critical Date
Sheet.
1.5
1.6
Before submission of online bids, bidders must ensure that copies of all
necessary documents asked for have been attached with bid.
1.7
The Department will not be responsible for delay in online submission due to
any reasons.
1.8
All the required information for bid must be filled and submitted online.
1.9
The details of cost of documents, EMD specified in the tender documents
should be the same as submitted online (scanned copies) otherwise tender will
summarily be rejected.
Entire tender process will be carried out online through above mentioned
website.
In case of any difficulty being faced while completing the above procedures
the following officer can be contacted at the given telephone No.:- Assistant
Director (Proc), 011-26177024.
The Firm will submit the original documents in respect of Lab Test Report,
Earnest Money Deposit & Tender Cost in the tender box marked Assistant
Director (Proc), Procurement Branch, kept at the reception counter at
Sashastra Seema Bal, Headquarters, East Block-V, R. K. Puram, New Delhi66.
01 pair Tender Sample of Tactical Boot (PU Sole) Black is required to be
deposited with Procurement Branch, SSB manually by each bidder alongwith
Lab Test report issued from FDDI, A-10, Sector-24, Gautambudha Nagar,
Noida-201301, (UP), conforming to QRs/Specifications given at Chapter -04
on or before date of opening of tender. The sample should be from same lot,
test certificate of which is submitted alongwith the tender and the counter
sample (remnant portion of the test sample duly sealed & signed by the LAB
and vendor should be attached with the sample).
1.10
1.11
1.12
1.13
2|Page
Signature of Firms/bidders
With date & stamp & Name of tender.
3
1.14 Offer received without tender sample & Lab Test report or in case the tender
sample received after the due date and time the tender shall be ignored
summarily.
1.15 Lab test certificate should not be older than the date of issue of this tender
enquiry.
1.16 The bidders must submit documentary proof to support that Lab from where
sample testing has been done is accredited by FDDI.
1.17 Lab test report should be in same chronological order as in Tender Enquiry
specification. In the Lab test report, comments of FDDI, A-10, Sector-24,
Gautambudha Nagar, Noida-201301, (UP) such as “ Whether tender sample
conforming all parameters of Specific QRs/Specification or not conforming,
must be clearly written by the in-charge of FDDI, A-10, Sector-24,
Gautambudha Nagar, Noida-201301, (UP) alongwith their name &
designation, failing which offer/tender of the Firm(s) will be rejected.
1.18 All other terms & conditions are specified in the tender documents.
Assistant Director (Proc)
For and on behalf of the President of India.
3|Page
Signature of Firms/bidders
With date & stamp & Name of tender.
4
CONTENTS OF BIDDING DOCUMENTS
CHAPTERS
Chapter
- (1) :
DETAILS
Special Instructions to Bidders
PAGE NO.
05 to 07
Chapter
- (2) : Condition of Contract
08 to 23
Chapter
- (3) : Schedule of Requirement
24 to 25
Chapter
- (4) : QRs/Specifications.
26 to 32
Chapter
- (5) : Price Schedule (to be utilized by the bidders
for quoting their prices)
33
APPENDICES (To be filed & submitted by Firms/bidders)
APPENDICES
(a) Appendix-(i)
DETAILS
: Contract Form
(b) Appendix-(ii)
: Performance Statement of last
three years.
: Questionnaires
(c) Appendix-(iii)
(d) Appendix-(iv)
PAGE NO.
34
35
36 to 37
: Proforma for equipment &
quality control
: Proforma for specific answer of
vendor
: Bank Guarantee format for
furnishing EMD.
Bank Guarantee Proforma for
Performance Security.
: Amendments of DGS&D
Pamphlets.
: List of Consignees
38 to 39
49
(k) Appendix-(x)
: Details of tender required to be
furnished by vendor
: Undertaking
(l) Appendix-(xi)
: Certificate
51
(m) Appendix(xii)
:
52
(n) Appendix-(xiii)
: Check list of bidders.
(e) Appendix-(v)
(f) Appendix-(vi-A)
(g) Appendix-(vi-B)
(h) Appendix-(vii)
(i) Appendix-(viii)
(j) Appendix-(ix)
Authority Letter
40 to 44
45
46
47
48
50
53-54
4|Page
Signature of Firms/bidders
With date & stamp & Name of tender.
5
CHAPTER : (1)
SPECIAL INSTRUCTIONS TO BIDDERS
( If any instruction contained in this tender is contrary to instruction mentioned in
special instruction the special instruction will prevail)
1
Bids submission end date. 15/09/2015 at 1430 hours.
2
Bids opening date.
15/09/2015 at 1500 hours.
3
Items & quantity
Tactical Boot (PU Sole) 51,149 Pairs.
Black
4
Estimated cost of item
3,08,93,996/5
QRs/Specification
Circulated vide MHA instructions vide No. UII-98(Spec)/2013-14- Prov dated 26/12/2013
(As per Chapter -4 of TE)
6
Validity of tender/offer
06 month from date of opening of tender and
extendable for further period.
7
Inspection:
(i) Authority:
DG SSB.
(ii) PDI
Board of Officer to be detailed by DG, SSB.
8
EMD and its Validity
(i) Rs. 6,20,000/- only with 06 months validity
from date of opening of e-Tender
(ii) In case EMD is furnished in the form of
BG/FDR/BD then it should be valid for
8 months from the date of opening of
e-Tender.
9
Tender Cost
Rs. 500/- (Non refundable)
10
Terms of Delivery
Free Delivery at Consignees locations.
11
Delivery Period
90 days from the date of placing of supply
order/ approval of Advance Sample:12
Payment terms
100% payment will be made on receipt of the
store in full quantity and good condition by
the consignees against Line Committee
Reports to be issued by the consignees and
final acceptance of the stores by the
consignees.
13
Eligibility Criteria
(i) Only those firms should respond who are
the manufacturer or the first & genuine
authorized dealer/distributors /suppliers
of the OEM for the stores specified.
(ii) Authorized dealer/distributors should
attach
certificate
of
authorized
dealership/distributorship alongwith their
bid.
(iii) Certificate of authorized Dealership/
Distributorship must be valid at least for
12 months from the date of opening of
tender.
5|Page
Signature of Firms/bidders
With date & stamp & Name of tender.
6
14
15
16
17
18
19
All tender documents attached with this invitation to tender including
specification are SACROSANCT for considering any offer as complete offer.
It is therefore, important that all tender documents are duly completed and
signed on each page.
The Bidders should submit the tenders in Two-Bid system i.e. the bidder
should give the Price Bid in .XLS format and the Technical details along with
detailed specification of the stores offered supported by leaflets in .PDF
format.
FIRST COVER should contain the:(i)
Scanned copy of Tender documents duly completed, signed &
stamped but without indicating the rates.
(ii)
Scanned copy of Documents regarding certificate of Manufacture
or Agent.
(iii) Scanned copy of registration certificate with DGS&D/NSIC/
KVIC, if any.
(iv) Scanned copy of Mandatory Limit of amount in case of registered
Firm.
(v)
Scanned copy of Period of Validation.
(vi) Scanned copy of Period of Warrantee/Guarantee.
(vii) Scanned copy of PAN No.
(viii) Scanned copy of Tin No.
(ix) Scanned copy of Earnest Money Deposit.
(x)
Scanned copy of Tender Cost.
(xi) Scanned copy of Supply Order placed recently by any Govt/Semi
Govt/organization for the quoted model if any; If not copy of
International Price list.
(xii) Scanned copy of any other relevant documents which firm wishes
to submit.
(xiii) Scanned copy of Lab Test Report.
(xiv) Scanned copy of ECS details.
(xv) Scanned copy of Undertaking duly signed and stamped.
(xvi) Scanned copy of compliance statement duly signed.
SECOND COVER should contain the following:(i)
Price bid /Financial bid in .XLS format.
(ii)
Bidders may attach copies of Govt. Notification in support of all
applicable taxes/duties in the offer in .PDF format.
The technical details of the store/make, offered along with the supporting
original technical literature leaflet, brochure etc. is to be submitted. The
confirmation the store/make, offered with the TE specification and deviation
if any, will be clearly mentioned in technical bid.
The attention of bidders is invited to clause 1 (A) of the form DGS&D -231,
instructions to furnish clause by clause compliance of specification, bring out
clearly the deviation from specification if any. Firms are advised to submit the
compliance statement along with technical bid failing which their offer will be
treated as incomplete and liable to be ignored.
6|Page
Signature of Firms/bidders
With date & stamp & Name of tender.
7
The compliance statement should be given in separate sheet.
20
Specification of Compliance to tender In case non compliance
Equipment
enquiry Specifications, deviation to be indicated on
Offered.
whether Yes or No.
unambiguous term
(i)
(ii)
(iii)
As per
Chapter -04 of
tender enquiry.
PURCHASER’S DISCRETION :-
20.1 The purchaser reserves the right to Cancel/Reject any or all the tenders
without assigning any reason.
20.2 The purchaser reserves the right to increase or decrease the quantity up to 25%
or above.
20.3 The purchaser reserves the right to change the consignees and allocation of
quantity at any stage without assigning any reason.
21
Bidders must clearly indicate in their offer the Forms of different taxes etc.
mentioning clearly the present rate thereof. Vague offers like “duties as
applicable shall not be considered”.
22
Purchaser
: The President of India.
23
Inspecting Authority
: DG SSB
24
Inspecting Officer
: Board of Officers to be detailed by DG, SSB.
25
Stores required at
: Free delivery at consignee‟s locations.
(As per Appendix-VIII)
26
Guarantee/Warranty of stores:
As per TE Chapter-2, Clause-18 two year guarantee/warranty period will start
from the date of acceptance of stores in full and final acceptance of stores in
full and final quantity in satisfactory condition, after due inspection and or
successful installation and commission as applicable.
Payment Terms:
100% payment of the stores shall be made after successful completion of
supply of the stores.
27
28
The charge for Samples testing/inspection carried out by another Govt.
accredited Laboratory/agency to know the authentication of samples, if
required by the purchaser will be charged/paid by respective
Firm/Supplier.
7|Page
Signature of Firms/bidders
With date & stamp & Name of tender.
8
CHAPTER- (2)
1
1.1
1.2
1.3
1.4
1.5
2
2.1
2.2
2.3
2.4
Conditions of Contract:The conditions of contract which will govern any contract made are contained
in Pamphlet No. DGS&D-39 entitled "Conditions of Contract governing
contracts placed by the Central Purchase Organization of the Government of
India as amended upto 31-12-91" and those contained in the Pamphlet No.
DGS&D-229 containing the various instructions to bidders quoting against
the tender enquiry issued by the DGS&D read with the amendments enclosed
with this tender enquiry. Any special conditions attached to this invitation to
tender will also form part of the conditions.
The above pamphlets and the lists of corrections thereto can be obtained on
payment from the under mentioned officers:(a)
The Manager of Publications, Civil Lines, Delhi.
(b) The Superintendent, Government Printing & Stationery,
UP, Allahabad.
(c)
The Superintendent, Government Printing & Stationery, Mumbai.
(d) The Superintendent, Government Press, Chennai.
(e)
The Superintendent, Government Printing & Stationery, Nagpur.
(f)
The Superintendent, Government Printing Gulzarbag, Patna, Bihar.
(g) DGS&D New Delhi and its Regional offices at Mumbai, Chennai,
Calcutta & Kanpur.
(h) Government of India Book Depot, 8 Hastings Street, Kolkata.
If you are in position to quote for supply in accordance with the requirements
stated in the attached Chapter to tender, all documents attached should be
duly filled in signed and returned to this office. You must also furnish with
your tender all the information called for as indicated in pamphlet No.
DGS&D-229 mentioned in Para 1 above. An a list of questionnaire, which is
should also be answered and should be returned with the tender, failing which
your tender will be liable to be ignored and not considered.
This tender is not transferable.
Bidders are required to quote rates on free delivery at consignee's locations
only. Rate to be quoted for all destination / consignees. Tenders received on
FOR destination station/ station of despatch basis or different rates for
different destination shall be summarily rejected.
DISPATCH INSTRUCTIONS:
Stores are required to be dispatched by the Firm by road transport under their
own arrangement on FOR destination i.e. Door delivery to the consignee
location quoted in (Appendix-VIII).
The supplier shall intimate to the purchaser, by telephone, Fax or speed post
before seven (07) working days about the mode of transport and probable
date of delivery of consignment.
Bulk supplies in the case of successful bidders should conform to Advance
Sample accepted in physical & trail evaluation in all respect besides
specification mentioned in Chapter-4.
The bidders shall submit their bids online before specified time and date
mentioned in TE. Late /delayed tender shall not be accepted and summarily
rejected.
8|Page
Signature of Firms/bidders
With date & stamp & Name of tender.
9
3
3.1
4
4.1
4.2
4.3
4.4
4.5
4.6
4.7
4.8
5
5.1
5.2
5.3
Packing & Marking: The store should be packed in such a way that it is not damaged during
transportation, and as per Clause -12 of conditions of contract contained in
DGS & D-68 (Revised)
Terms of Delivery: FOR Destination with free delivery to Consignee basis only. Delivery of
Store‟s required within 90 days from date of placing of Supply Order/
approval of Advance Sample.
The attached list of questionnaire should be answered and returned with the
tender, failing which your tender is liable to be ignored and will not be
considered.
Public Sector Undertaking/State undertaking or Central/ State owned
companies is not exempted from the payment of Earnest Money unless
registered with DGS&D/NSIC etc.
All Firms having FAX /No. must indicate the same on their tender for faster
communication.
Rates quoted by the Firm should be Firm price basis. Rates only for FOR
destination with free delivery to consignees be quoted. Tender received on
FOR Destination station or station of dispatch shall be summarily rejected.
Bidders offering import store shall make their own arrangement to deliver the
goods at consignees location and should quoted the rate accordingly.
Bidders should mention price of item as per schedule of Price Bids.
Bidders should clearly indicate the location with full address. (Telephone No/
FAX No, if available) of the works place where the stores will be
manufactured and offered for inspection.
The full name and designation of the person signing the tender documents
must be clearly mentioned in their tender.
Earnest Money Deposit: All the firms who are not specifically registered with DGS&D/NSIC for the
subject stores as per Specifications shall be required to deposit fixed amount
of Earnest Money as mentioned in Tender Enquiry, failing which their offers
will be summarily rejected. Registration with any other organization or to any
other specification will not be exempted then from depositing Earnest Money.
For claiming exemption from depositing Earnest Money Deposit, the bidders
should be registered with NSIC or DGS&D specifically for the stores with
Specifications as mentioned in tender chapters and bidders must produce
authentic certificate of concerned Department/Organization in this regard
alognwith bidding documents.
The Firms registered with DGS&D / NSIC with some monetary limits for the
stores of required specification shall be treated as unregistered for the value
exceeding their monetary limit of registration. Such Firms shall be required to
deposit proportionate Earnest Money over and above their exemption limit.
The range of proportionate Earnest Money Deposit will be 2% to 5%,
beyond their monetary limit of registration. In case, such Firms fail to deposit
Earnest Money beyond their monetary limit of registration, their offer will be
summarily rejected.
9|Page
Signature of Firms/bidders
With date & stamp & Name of tender.
10
5.4
5.5
5.6
5.7
5.8
5.9
5.10
5.11
5.12
6
6.1
6.2
Similarly, Firms who are specifically registered for the stores with specified
specifications with NSIC/DGS&D, but with a certain monetary limit, will be
treated as unregistered for their tender value exceeding their monetary limit of
registration. In case such firms fail to deposit EMD, their offer for the tender
value exceeding their M.L is liable to be ignored.
The EMD and Tender cost can be deposited in any one of the following
alternative forms:
(a) Account Payee Demand Draft, Banker Cheque or BG in favour of
Sr. Accounts Officer PAO, SSB, MHA, East Block-IX, R. K. Puram,
New Delhi, payable at SBI, R. K. Puram, Code No. 01076. The draft
should be payable at New Delhi.
(b) Bank Guarantee of any Nationalized/Schedule Bank or reputed
commercial bank in the format attached, which may be verified at any
stage of tender. The validity of BG should be 8 months from date of
opening of tender. The BG received with less validity period will not be
accepted an offer of ibid Firm will be rejected.
The earnest money shall be valid and remain deposited with the Purchaser for
the period of 240 days from the date of tender opening. If the validity of the
tender is extended, the validity of the BG/ or any other document submitted
in, lieu of EM will also be suitable extended by the bidders, failing which the
tender after the expiry of the aforesaid period shall not be considered by the
purchaser.
No interest shall be payable by the Purchaser on the EM deposited by the
bidders.
The EM deposited is liable to be forfeited if the bidders withdraws or amends,
impairs on derogates from the bidders in any respect within the period of
validity of his tender.
The EM of the successful bidders shall be returned after the performance
security deposit as required in terms of the contract is furnished by the bidder
(s).
If the successful bidders fails to furnish the Performance Security Money as
required in the contract within the stipulated period, the EMD shall be liable
to be forfeited by the purchaser.
EMD of all the unsuccessful bidders shall be returned by the Purchaser as
early as possible after the expiry of the bid validity, but not later than 30 days
after placement of contract. Bidders are advised to send a pre-receipted
challan along with their bids so that refund of EMD is made in time.
Any tender not accompanied with earnest money in any one of the approved
forms acceptable to the purchaser, shall be rejected.
Terms for depositing of Tender Cost:Tender is available at our Website i.e www.ssb.nic.in & CPP Portal against
payment basis. All bidders have to submit tender fee Rs. 500/- (non
refundable) through demand draft only drawn in favour of Sr. Accounts
Officer, PAO, SSB. R.K. Puram New Delhi. Payable at SBI R.K. Puram,
Branch Code-01076.
The Fee of tender should not be clubbed with EMD, failing which tender
shall be summarily rejected.
10 | P a g e
Signature of Firms/bidders
With date & stamp & Name of tender.
11
7
7.1
7.2
7.3
7.4
8
8.1
8.2
8.3
8.4
EXIM POLICY:
The offers from the Indian agents of foreign principal, not enlisted with
DGS&D for such products which fall under the restricted list of EXIM Policy
under compulsory registration scheme on the date of opening of technical
bids, will not be considered and will be ignored unless they enclose document
showing that they have already applied for enlistment with DGS&D in their
tender. However, offers from the Indian agents, who have applied to DGS&D
for registration / enlistment before the time & date of tender opening of
technical bid; such offers will be further processed if they can secure
enlistment with DGS&D before opening of the price bid. In case the product
offered does not fall under the restricted list of EXIM Policy; the
documentary proof should be furnished.
The Indian agents of the foreign firms with DGS&D under compulsory
enlistment as Indian agent of foreign supplier will not be treated as registered
DGS&D, for the purpose of exemption from payment of EMD and such
Indian agents will have to deposit the Earnest Money as mentioned in Tender
Enquiry, otherwise their offer will be ignored.
Public Sector Undertaking/ State Govt. Undertaking or Central/ State owned
companies are not exempted from the payment of Earnest Money unless
registered with DGS &D/ NSIC.
The offer of agents/ Indian agents of foreign principal will not be considered,
if it is not supported by proper authorization certificate. Authorized agents/
Indian agents of foreign firms must enclose an authorization certificate from
the manufactures of the stores in question appointing them as agents with
specific reference to this tender. A general authorization will not be
acceptable.
PERFORMANCE SECURITY DEPOSIT
The successful Firm shall have to deposit 10% of the contract value as
performance security within 30 days from the date of placement of A/T as per
provision contained in clause 7 of DGS&D-68 (revised). Failure on the part of
the Firm to deposit the security Deposit within stipulated time will make the
supply order null and void.
The Performance Security Deposit submitted by the supplier will remain valid
for a period of 60 - days beyond the date of completion of all contracted
obligations of the supplier including Warranty period. All provisions of GFR158 are applicable for security performance. Normally the validity period of
Bank Guaranty should be 24 months from the date of opening of tender.
If the supplier fail to deliver the stores in a promised period and places a
request for extension of time, the supplier will submit an undertaking on NonJudicial Stamp paper of Rs. 10/- duly attested by the Notary Public stating
that Performance Security Deposit has already been extended for six months
further beyond the last date of supply promised in the request of extension of
time of delivery.
The Performance Security Money shall be withheld or forfeited in full or part
in case the supply order is not executed satisfactorily within the stipulated
period or requisite standard of the store within the guarantee period is not
undertaken to the best satisfaction of the use by the consignees or purchaser.
11 | P a g e
Signature of Firms/bidders
With date & stamp & Name of tender.
12
8.5
9
9.1
10
10.1
11
11.1
12
12.1
Performance Security in the form of cash will not be accepted. The
Performance Security will be returned subject to supply being made in full
within the stipulated period of delivery and the stores being in conformity
with the approved samples kept in the custody of this office. The decision of
the Inspector General (Prov), SSB, shall be final and binding in all matters
pertaining to refund of the Performance Security/Earnest Money etc.
LIQUIDATED DAMAGES CHARGES:In case the Firm does not complete the supply within the delivery period then
Liquidated Damages Charges will be imposed @ 0.5% per week i.e. 2% per
month subject to 10% maximum on total value of the items, as per Para-15.7
of DGS &D, manual and Para 14(7) of DGS &D (revised).
VERIFICATION OF CLAUSE :If the date of registration by NSIC, DGS &D is older than 12 months on the
date of opening of bid, it shall not be considered unless capacity of bidders
has been re-verified by the DGS &D QA wing during 36 months preceding
the date of opening of bids.
“for this purpose, bidders who are either not at all registered with DGS &D/
NSIC or whose registration with DGS &D/NSIC is older than 12 months
from the date of opening of bid, and whose capacity has not been verified by
DGS &D QA wing during preceding 36 months from their date of opening of
bids, must provide the details of Plant & Machinery in the proforma enclosed
with tender enquiry in duplicate and furnish the same with their offer for the
purpose of verification/ re-verification of their capacity by QA wing of
DGS & D, failing which their offer shall be summarily ignored”.
TERMS OF PAYMENT
The 100% of payment of the stores will be made on receipt of the store in full
quantity & good condition by the Consignees against certificate/Line
Committee Reports to be issued by the Consignees and final acceptance of
stores by the Consignees.
EVALUATION OF THE PROPOSAL :
A triple stage procedures will normally be adopted:Stage-(i) :Evaluation of technical bids to assess their suitability against the laid down
QRs/Specification. Bidders must ensure that they enclosed all original
technical literature and detailed documentary proofs which specifically bring
out the compliance of the equipment being offered against the
QRs/Specifications. In case it is not possible to verify compliance of
equipment offered due to lack of adequate documents not reference will be
make to bidders and the bid will not be considered further.
12 | P a g e
Signature of Firms/bidders
With date & stamp & Name of tender.
13
13
13.1
14
14.1
15
15.1
16
16.1
16.2
16.3
Stage- (ii) :If required– Functional demonstration/physical evaluation of the stores found
meeting the QRs/Specifications in technical evaluation will be done to verify
the compliance of the stores with the laid QRs/Specifications. The bidders will
have to give such functional demonstration on no cost no commitment
basis at a location specified by the purchaser. In case of imported stores no
assistance whatsoever will be provided by the purchaser in any matter
whatsoever and it will be the bidders responsibility to submit the samples on
the appointed date and time and place. No request in any manner whatsoever
shall be entertained in this case.
Stage-(iii) :Financial Evaluation-The Financial Bids of only those stores found acceptable
in functional demonstration/trial shall be opened evaluated and considered
further. It is in the bidders interest to include all relevant and detailed technical
date with their bid.
PERIOD FOR WHICH OFFERS WILL REMAIN OPEN
Tendering Firms should note the period for which their offers should remain
open for acceptance. Offers from those firms who have not kept the validity
open till the period stipulated in the tender enquiry, will be treated
unresponsive and will be ignored without making any back reference.
Tendering firms may further note that in the absence of any indication of the
date up to which the offer has been kept valid, it will be assumed that their
offer will remain open for acceptance for the period specified in the tender
Enquiry.
EXTENSION OF VALIDITY OF TENDER & EARNEST MONEY
If the validity of the tender is extended, the validity of the Earnest Money in
whatever Firms submitted will also have to be suitably extended by the bidders
failing which their tender shall not be considered by the purchaser after the
expiry of the aforesaid period.
REFUND OF EXCESS PAYMENT
Supplier has to refund the excess payment if any made for Sale Tax, Excise
Duty, and Custom Duty etc.
EARNEST MONEY DEPOSITED & PERFORMANCE SECURITY
MONEY WILL BE FORFEITED in case suppliers breach of contract in
any sphere.
All Rules and terms in GFR-2005, DGS& D Manual, and Manual of MoF etc.
will be applicable as Tender clauses.
Purchaser may, without prejudice to any other remedy for breach of contract,
by written notice of default sent to the supplier, terminate the contract in
whole or in part.
An authenticated copy of the written agreement between the Manufacture and
the Firm by which the later has been appointed as authorized agent/
distributors as specified in clause 24 © of Form- DGS & D- 230 .
13 | P a g e
Signature of Firms/bidders
With date & stamp & Name of tender.
14
17
17.1
Option Clause/Tolerance Clause
The purchaser reserves the right to place order on the successful bidders for
additional quantity upto 25% of the quantity offered by them at the rates
quoted at the time of placement of contract during the currency of the
contract as per CI. 31 of form DGS&D -230.
18
Guarantee / Warranty:
As per governing QRs/Specifications of the store or Except as otherwise
provided in the invitation to the tender, the contractor hereby declares that the
goods/stores/articles sold/supplied to the purchaser under this contract shall
be of the best quality and workmanship and new in all respects and shall be
strictly in accordance with the specification/Brand and particulars
contained/mentioned in the contract. The contractor hereby guarantees that
the said stores/goods/articles would continue to confirm to the description
and quality aforesaid for a period of 12 months from the date of delivery of
the said goods/stores / articles to the purchaser or 15 months from the date
of shipment/dispatch from the Contractor's works, whichever is earlier and
the notwithstanding the fact that the purchaser (Inspector) may have inspected
and or approved the said goods/stores /articles, if during the aforesaid
period of 12/15 months the said stores/articles/goods be discovered not to
conform to the description and quality aforesaid or not giving the satisfactory
performance or have deteriorated and the decision of the purchaser in that
behalf shall be final and binding on the contractor and the purchaser shall be
entitled to call upon the contractor to rectify the goods/stores/articles or such
portion thereof as is found to be defective by the purchaser within a
reasonable period of such specified period as may be allowed by the purchaser
in his discretion on an application made thereof by the contractor and in such
a event, the above mentioned warranty period shall apply to the goods
/articles/stores rectified from the date of rectification thereof. In case of
failure of the contractor to rectify or replace the goods etc. within specified
time, the purchaser shall be entitled to recover the cost with all expenses from
the contractor for such defective stores.
In the event of contract being cancelled for any breach committed and the
purchaser effecting repurchase of the stores at the risk and the cost of the
contractor, the purchaser is not bound to accept the lower offer of Beamy
or allied or sister concern of the contractor.
18.1
18.2
18.3
Purchaser will not pay separately for transit insurance and the supplier will be
responsible till the entire stores contracted for, arrive in good condition at the
destination. The consignee as soon as possible but not later than 30 days from
the date of arrival of the stores at destination, will notify to the contractor any
loss or damages to the stores that may have occurred during the transit.
Bidder (s) who are past suppliers of the item as per TE should submit their
performance Statement in enclosed proforma. In case, it is found that
information furnished is incomplete or incorrect, their tender will be liable to
be ignored.
14 | P a g e
Signature of Firms/bidders
With date & stamp & Name of tender.
15
18.4
19
19.1
19.2
19.3
20
20.1
20.2
20.3
21
21.1
22
22.1
23
Tenders who are registered with DGS&D/NSIC for this particular item
should submit the photo copy of Regd. Certificate with all subsequent
amendments and also the photo copy of latest ITCC not more than one year
old.
EXCISE DUTY:If it is decided to ask for excise duty or any other charges extra, the same must
be specifically stated. In absence of such stipulation it will be presumed that
prices are inclusive of all such charges and no claim for the same will be
entertained.
Bidders are requested to quote F.O.R. Destination. However, any bidders
quotes EX-Works, the break-up of the different elements of prices be
indicated, failing which the tender will be ignored. In case quotation is on
F.O.R. Station of dispatch basis, name of station must be specified.
If supplier is found involved in a case of misconduct and proposed for
blacklisting by any CPOs/CPMFs/other departments, his contract will be
summarily rejected at any stage without assigning any reason and explanation.
PURCHASER’S DISCRETION:
Inspector General (Prov), SSB reserves the right to cancel/reject any or all the
tenders without assigning any reason.
Inspector General (Prov), SSB reserves the right to increase or decrease the
quantity at any stage without assigning any reason.
Inspector General (Prov), SSB reserves the right to change the consignee and
allocation of quantity at any stage without assigning any reason.
PURCHASE PRICE PREFERENCE:
The purchaser reserves the option to give a purchase/price preference to
offers from Public Sector units and SSI units over other Firms in accordance
with the policies of the Govt. from time to time.
CAPACITY VERIFICATION:
Bidders must furnish complete details of their Plant and machinery on
standard proforma enclosed with this TE irrespective of their registration
status, and forward the same with their offer. Purchaser reserves the right to
get the manufacturing capacity of any bidders re-verified through the
inspecting agencies/Board of Officers of SSB, irrespective of their registration
status.
MINIMUM QUANTITY TO BE OFFERED:
23.1
Bidders are required to quote for full quantity of the stores. Offer of less than
full quantity shall be rejected summarily.
24
DISPATCH INSTRUCTIONS AND DOCUMENTATION:
24.1
The seller shall intimate to the purchaser, by telephone or fax and speed post
seven (07) working days in advance, the mode of transport and probable date
of delivery of consignment.
15 | P a g e
Signature of Firms/bidders
With date & stamp & Name of tender.
16
25
25.1
25.2
25.3
25.4
26
26.1
SUPPLY OF STORES:
Bulk supplies in the case of successful bidders should conform to tender
samples accepted in trail evaluation/technical evaluation in all respect besides
specifications mentioned in Chapter-(4) of TE or authentic copy of
international reputed Lab.
Bidders will be fully responsible for proper testing of stores before delivery to
the purchaser and final settlement of account.
The store should be BRAND NEW, Lot/Model No. batch No./year of
manufacturing name of manufacturer and other detail should be given.
The pre-dispatch inspection of stores to be carried out by Board of Officers of
SSB on hearing from successful bidders regarding readiness of stores to be
supplied, failing which offer of the Firm will be liable for rejection.
EFFECTIVE DATE OF CONTRACT:
The time allowed for carrying out the supply will start from the day of issue of
written orders for supply of store.
27
RIGHT TO REJECTION:
27.1
The decision of the Inspector General (Prov), FHQ, SSB, shall be final as to
the quality of the stores shall be binding upon the bidders and in case of any of
the articles supplied not being found as per Specification and approved sample
shall be liable to be rejected or replaced and any expenses or losses caused to
the suppliers should be borne by the supplier and ensured by the supplier that
articles supplied should be best in quality and free from all defects.
The acceptance of articles will be made only when the articles are inspected
and found up to the standard specifications and free from all defects.
The rejected items must be removed by the Firms/bidders from the
consignee‟s premises within 15 days from the date of the intimation about
rejection at the risk and cost of the supplier.
The in-charge stores concerned will take reasonable view of such materials but
in no case shall be responsible for any loss, shortage, damages that any occur
to it while it is in the premises of the consignee.
27.2
27.3
27.4
28
28.1
28.2
29
29.1
29.2
LAW GOVERNING THE CONTRACT:
The contract shall be governed by the Laws of India for the time being in
force. The contract shall be interpreted in accordance with these Laws.
Jurisdiction of Court: Delhi N.C.R to decide any dispute arising out of or in
respect of the contract.
ARBITRATION:
Arbitration proceedings shall be held at FHQ, SSB, R.K.Puram, New Delhi-66
and the language of the arbitration proceedings and that of all documents and
communications between the parties shall be in English.
In the case of dispute or difference arising between the purchaser and the
supplier relating to any matter arising out of or connected with the contact,
such dispute or difference shall be settle in accordance with the Indian
Arbitration and Conciliation Act-1996.
16 | P a g e
Signature of Firms/bidders
With date & stamp & Name of tender.
17
29.3
30
30.1
30.2
30.3
31
31.1
31.2
31.3
31.4
32
32.1
33
33.1
33.2
Sole arbitration will be by Secretary, Ministry of Home Affairs, Govt. of India
or by some other person appointed by him. As provided in Clause-24 of
General Condition of Contract form DGS&D-68, Ministry of Commerce
Department of Supplies.
CORRESPONDENCE PROCEDURE:
Any query/Clarification/Representation related to this tender must be strictly
be addressed to Assistant Director (Proc), FHQ, SSB, East Block-V, R.K.
Puram New Delhi. Phone-011-26177024, Fax/No. 011-26195724 only, till the
issuance of e-Tender.
Firms/bidders are requested to write full name and designation of authorized
signatory on all the correspondence to be made with the purchaser.
Firm should intimate any change in their Address/Telephone/Fax/e-mail
immediately. The state of non-communication with firm at any stage will
make the offer/contract liable for rejection and cancellation respectively.
QUERY AND CLARIFICATION:
In case of any contradiction noticed in this tender enquiry, bidders/vendors
/Firms should clarify it in pre-bid meeting as per schedule of Critical Date
Sheet of tender.
Queries/representations on tender enquiry received upto Pre-Bid meeting
would only be entertained and considered. All queries and representations
received after the date of Pre-Bid meeting are liable to be ignored.
For any change in terms and condition of tender/tender specification, the
Firms/bidders are requested to visit our Websites www.ssb.nic.in and
www.eprocure.gov.in regularly. Any changes/modification in tender enquiry
will be intimated through these website only.
Firms/bidders are advised to visit above websites regularly to obtain updates
information.
INSTRUCTION FOR ONLINE BID SUBMISSION:
As per the directives of Department of Expenditure, this tender document has
been published on the Central Public Procurement Portal
(URL://eprocure.gov.in). The bidders are required to submit soft copies of
their
bids
electronically
on
the
CPP
Portal
at
http://eprocure.gov.in/eprocure/app, using valid Digital Signature
Certificates. The instructions given below are meant to assist the bidders in
registering on the CPP Portal, prepare their bids in accordance with the
requirements and submitting their bids online on the CPP Portal.
More information useful for submitting online bids on the CPP Portal may be
obtained at : https://eprocure.gov.in/eprocure/app.
REGISTRATION:
Bidders are required to enroll on the eProcurement module of the Central
Public Procurement Portal (URL:https://eprocure.gov.in/eprocure/app) by
clicking on the link “Click here to Enroll”. Bidder enrolment on the CPP
Portal is free of charge.
As part of the enrolment process, the bidders will be required to choose a
unique username and assign a password for their accounts.
17 | P a g e
Signature of Firms/bidders
With date & stamp & Name of tender.
18
33.3
33.4
33.5
33.6
34
34.1
34.2
34.3
35
35.1
35.2
Bidders are advised to register their valid email address and mobile numbers as
part of the registration process. These would be used for any communication
from the CPP Portal.
Upon enrolment, the bidders will be required to register their valid Digital
Signature Certificate (Class II or Class III Certificates with signing key usage)
issued by any certifying authority recognized by CCA or any other authorized
Government agency authorized by CCA.
Only one valid DSC should be registered by a bidder. Please note that the
bidders are responsible to ensure that they do not lend their DSCs to others
which may lead to misuse.
Bidders then log in to the site through the secured log-in by entering their user
ID/Password and the password of the DSC/eToken.
SEARCHING FOR TENDER DOCUMENTS:
There are various search options built in the CPP Portal, to facilitate bidders
to search active tenders by several parameters. These parameters could
include tender ID, organization name, location, date, value, etc. There is also
an option of Advance search for tenders, wherein the bidders may combine a
number of search parameters such as organization name, form of contract,
location, date, other keywords etc. to search for a tender published on the CPP
Portal.
Once the bidders have selected the tenders they are interested in they may
download the required documents/tender schedules. These tenders can be
moved to the respective „My tenders‟ folder. This would enable the CPP
Portal to intimate the bidders through SMS/email in case there is any
corrigendum issued to the tender documents.
The bidder should make a note of the unique tender ID assigned to each
tender, in case they want to obtain any clarification/help from the Helpdesk
contact from Assistant Director (Proc), SSB, Tele-011-26177024.
PREPARATION OF BIDS:
Bidder should take into account any corrigendum published on the tender
document before submitting their bids.
Please go through the tender advertisement and the tender document carefully
to understand the documents required to be submitted as part of the bid.
Please note the number of covers in which the bid documents have to be
submitted, the number of documents-including the names and content of each
of the document that need to be submitted. Any deviations from these may
lead to rejection of the bid.
18 | P a g e
Signature of Firms/bidders
With date & stamp & Name of tender.
19
35.3
35.4
Bidder, in advance, should get ready the bid documents to be submitted as
indicated in the tender document/schedule and generally, they can be in
PDF/XLS/RAR/DWF formats. Bid documents may be scanned with 100 dpi
with black and white option.
To avoid the time and effort required in uploading the same set of standard
documents which are required to be submitted as a part of every bid, a
provision of uploading such standard documents (e.g. PAN card copy, annual
reports, auditor certificates etc.) has been provided to the bidders. Bidders can
us “My Space” available to them to upload such documents. These
documents may be directly submitted from the “My Space” area while
submitted a bid, and need not be uploaded again and again. This will lead to a
reduction in the time required for bid submission process.
36
SUBMISSION OF BIDS:
36.1
Bidder should log into the site well in advance for bid submission so that
he/she upload the bid in time i.e. on or before the bid submission time.
Bidder will be responsible for any delay due to other issues.
The bidder has to digitally sign and upload the required bidding documents
one by one as indicated in the tender documents.
Bidder has to select the payment option as “Offline” to pay the tender
fee/EMD/tender samples etc. as applicable and enter details of the
instrument.
Bidder should prepare the EMD as per the instructions specified in the tender
document.
Price Bid format is provided in a standard BoQ format (.xls file). Which has
been provided with the tender document to be filled by all the bidders?
Bidders are requested to note that they should necessarily submit their
financial bids in the format provided and no other format is acceptable.
Bidders are required to download the BoQ file, open it and complete the white
coloured (unprotected) cells with their respective financial quotes and other
details (such as name of the bidder). No other cells should be changed. Once
the details have been completed, the bidder should save it and submit it
online, without changing the filename. If the BoQ file template is found to be
modified by the bidder, the bid will be rejected.
36.2
36.3
36.4
36.5
36.6
The server time (which is displayed on the bidders‟ dashboard) will be
considered as the standard time for referencing the deadlines for submission
of the bids by the bidders, opening of bids etc. The bidders should follow this
time during bid submission.
36.7
All the documents being submitted by the bidders would be encrypted using
PKI encryption techniques to ensure the secrecy of the data. The data entered
cannot be viewed by unauthorized persons until the time of bid opening. The
confidentiality of the bids is maintained using the secured Socket Layer 128 bit
encryption technology. Data storage encryption of sensitive fields is done.
19 | P a g e
Signature of Firms/bidders
With date & stamp & Name of tender.
20
36.8
The uploaded tender documents become readable only after the tender
opening by the authorized bid openers.
36.9
Upon the successful and timely submission of bids, the portal will give a
successful bid submission message & a bid summary will be displayed with the
bid No. and the date & time of submission of the bid with all other relevant
details.
36.10 The bid summary has to be printed and kept as an acknowledgement of the
submission of the bid. This acknowledgement may be used as an entry pass
for any bid opening meetings.
37
COUNTER OFFER:
37.1
If L-I firm (s) is not able to meet/supply the full quantity, a counter offer for
the remaining quantities will be given to the remaining eligible and technically
qualified bidders in the tender process, asking them to confirm acceptance of
L-I rates. The remaining eligible and technically qualified bidders will be asked
to give their acceptance or otherwise in writing. (In sealed envelopes) to the
purchasing authority by a date and time (to be deposited either by hand or in
the tender box). Depending upon the written confirmation/acceptance/denial
of remaining quantities at L-I rates, the competent authority will take a final
decision for distribution of remaining quantities at L-I rate to other eligible
bidder (s) who have accepted the counter offer of L-I rate based on their
monetary capacity, production capacity etc.
RISK PURCHASE CLAUSE:
In the event of failure of the supplier to deliver or dispatch the stores or
provide the required services within the stipulated date/period of the supply
order or A/T or in the event of breach of any of the terms and conditions of
the A/T, the purchaser will have the right to purchase the store elsewhere at
the risk and cost of the defaulting supplier after giving a notice to the
defaulting supplier. The cost as per risk purchase exercise may be recovered
from the pending bills of the supplier even against any other supplies outside
this contract or even from the pending bills with any other
Government/Department/ Ministry.
In the event of a contract being cancelled for any breach committed and the
purchaser effecting re-purchase of the store at the risk and the cost of the
contractor, the purchaser is not bound to accept the lower offer of Benami or
allied or sister concern of the contractor.
EXEMPTION FROM DUTIES/TAXES
Customs and any other exemption certificate will not be given unless
applicable on production of Govt. notifications in this regard through a formal
request from the Firms/bidders.
FALL CLAUSE
The price charged for the stores supplied under the contract by contractor
shall in no event exceed the lowest price at which the contractor sells the
stores or offer to sell store of identical description to any persons/
organization during the currency of this contractor.
38
38.1
38.2
39
39.1
40
40.1
20 | P a g e
Signature of Firms/bidders
With date & stamp & Name of tender.
21
40.2
41
41.1
41.2
41.3
42
42.1
42.2
If at any time, during the said period the contract reduces the sale price, sells
or offer to sell such store to any person/organization at a price lower than the
price chargeable under the contract, it shall forthwith notify such reduction or
sale or offer of sale to the Director General, SSB.
PENALTY FOR USE OF UNDUE INFLUENCE
The seller should undertake that he has not given, offered or promised to give
directly or indirectly any gift, consideration, reward, commission, fees
brokerage of inducement of any person in service of the purchaser or
otherwise in procuring the contract or forbearing to do or for having done or
forborne to do any act in relation to the obtaining or execution of the contract
or any other contract with the Government for showing or forbearing to show
favour or disfavor to any person in relation to the contract or any other
contract with the Government.
Any breach of the aforesaid undertaking by the seller or any one employed by
him or acting on his behalf (whether with or without the knowledge of the
seller) or the commission of any offers by the seller or any one employed by
him or acting on his behalf, as defined in Chapter IX of the Indian Penal
Code-1860 or the prevention of corruption act-1947 or any other act enacted
for the prevention of corruption shall entitle the Purchaser to cancel the
contract and all or any other contracts with the seller and recover from the
seller the amount of any loss arising from such cancellation.
A decision of the purchaser or his nominee to the effect that a breach of the
undertaking had been committed shall be final and binding on the seller.
Giving or offering of any gift, bribe or inducement or any attempt at any such
act on behalf of the seller towards any officer/employee of the purchaser or to
any other person in a position to influence any officer/employee of the
purchaser for showing any favour in relation to this or any other contract, shall
render the seller or such penalty as the purchaser may deem proper, but not
limited to termination of the contract, imposition of penalty damages,
forfeiture of the Bank Guarantee and refund of the amounts paid by the
purchaser.
AGENT AND AGENCY COMMISSION:
The seller confirms and declares to the purchaser that the seller is the original
manufacturer or the stores referred to in this contract and has not engaged
any individual or Firm, whether Indian or Foreign whatsoever, to intercede,
facilitate or in any way to recommend to the Government of India or any of
its functionaries, whether officially or unofficially, to award the contract to the
seller, nor has any amount been paid, promised or intended to be paid to any
such individual or Firm irrespective of any such intercession, facilitation or
recommendation.
The seller agrees that if it is established at any time to the satisfaction of the
purchaser that the present declaration is in any way incorrect or if at a later
stage it is discovered by the purchaser that the seller has engaged any such
individual/Firm and paid or intended to pay any amount, gift, reward, fees,
commission or consideration to such personal party, Firm or institution,
whether before or after the signing of this contract the seller will be liable to
refund that amount to the purchaser.
21 | P a g e
Signature of Firms/bidders
With date & stamp & Name of tender.
22
42.3
The purchaser will also have a right to consider cancellation of the contract
either wholly or in part, without any entitlement or compensation to the seller
who shall in such eventuality be liable to refund all payment made by the
buyer in terms of the contract alongwith interest at the rate of 02% per
annum. The purchaser will also have the right to recover any such amount
from any contracts concluded earlier with the Government of India.
42.4
The seller will also be debarred from entering into any supply contract
with the Government of India for a minimum period of five years.
43
43.1
ACCESS TO THE BOOKS OF ACCOUNT
In case it is found to the satisfaction of the purchaser that the seller has
engaged an agent or paid commission or influenced any person to obtain the
contract as described in clauses relating to agent/agency commission and
penalty for use of undue influence, the seller, on a specific request of the
purchaser shall provide necessary information/ inspection of the relevant
financial documents / information.
PATENT AND OTHER INDUSTRIAL/INTELLECTUAL PROPER
RIGHT:
44
44.1
The prices quoted in the present tender shall be deemed to include all amount
payable for the use of patents, copyright, registered charges, trademarks and
payment for any other industrial property rights.
44.2
The Firms/bidders shall indemnify the purchaser against all claims from a
third party at any time on account of the infringement of any or all the rights
mentioned in the previous paragraphs, whether such claims arise in respect of
manufacture or the use. The Firms/bidders shall be responsible for the
completion of the supplies, irrespective of the fact of infringement of any or
all the rights mentioned above.
TRANSFER AND SUB-LETTING
45
45.1
46
46.1
The Firms/bidders has no right to give, bargain, sell, assign or sublet or
otherwise dispose of the resultant contract or any part thereof, as well as to
give or to let a third party take benefit or advantage of the resultant contract or
any part thereof.
FORCE MAJEURE CLAUSE:
It at any time, during the continuance of this contract, the performance in
whole or in part by either party of any obligation under this contract shall be
prevented or delayed or becomes impossible or unlawful by reason of any war,
hostility, acts of public enemy, civil commotion, sabotage, fires, floods,
explosions, epidemics, quarantine restrictions, strikes, lockouts or act of God
(hereinafter referred to “events”) provided, notice of the happening of any
such event is given by either party to the other within 21 days from the date of
occurrence thereof, neither party shall by reason of such event, be entitled to
terminate this contract nor shall either party have any claim for damages
22 | P a g e
Signature of Firms/bidders
With date & stamp & Name of tender.
23
47
47.1
against the other in respect of such non-performance or delay in performance,
and deliveries under the contract shall be resumed as soon as practicable after
such event has come to an end or ceased to exist, and the decision of the
purchaser as to whether the deliveries have been so resumed or not, shall be
final and conclusive, PROVIDED FURTHER that if the performance in
whole or part or any obligation under this contract is prevented or delayed by
reason of any such event for a period exceeding 60 days, either party may at its
option terminate the contract provided also that if the contract is terminated
under this clause, the purchaser shall be at liberty to take over from the
contractor at a price to be fixed by the purchaser, which shall be final, all
unused, undamaged and acceptable materials, brought out components and
stores in course of manufacture in the possession of the contractor at the time
of such termination or such portion thereof as the purchaser may deem fit
excepting such materials, bought out components and stores as the contractor
may with the concurrence of the purchase elect to retain.
TERMINATION OF CONTRACT:
The purchaser shall have the right to terminate this contract without any
notice in part or in full in any of the following cases:(a) Time shall be the essence of the contract.
(b) For breach of the contract.
(c) The delivery of the material is delayed for causes not attributable to
Force Majeure after the scheduled date of delivery.
(d) The seller is declared bankrupt or becomes insolvent.
(e) The delivery material is delayed due to causes of force majeure by more
than 60 days.
(f) In case Performance Security Money and Advance Samples not
deposited as per tender Clauses.
SIGNATURE OF THE FIRMS/BIDDERS WITH SEAL:
NAME IN BLOCK LETTER: ___________________
CAPACITY IN WHICH TENDER SIGNED:
FULL ADDRESS ____________________________
23 | P a g e
Signature of Firms/bidders
With date & stamp & Name of tender.
24
CHAPTER- (3)
1
2
2.1
2.2
2.3
2.4
2.5
2.6
2.7
2.8
2.9
2.10
2.11
2.12
2.13
SCHEDULE OF REQUIREMENT:
TENDER SAMPLE
01pair Tender Sample of Tactical Boot (PU Sole) Black is required to be
deposited with Procurement Branch, SSB manually by each bidder alongwith
Lab Test report issued from FDDI, A-10, Sector-24, Gautambudha Nagar,
Noida-201301, (UP), conforming to QRs/ Specifications given at Chapter -04
on or before date of opening of tender. The sample should be from same lot,
test certificate of which is submitted alongwith the tender and the counter
sample (remnant portion of the test sample duly sealed & signed by the LAB
and vendor should be attached with the sample).
Tender Sample is to be submitted at “ON NO COST NO
COMMITMENT BASIS”.
The bidders should ensure that the samples submitted by them fully conform
to all the parameters of the tender enquiry QRs/Specifications.
Offer received without tender sample or in case the tender samples are
received after due date and time specified in the instant TE shall be ignored.
All tender samples should have a card affixed to it duly signed and stamped by
the firm indicating the following:(i)
Name of firm.
(ii) Tender No.
(iii) Date of opening of tender.
(iv) Name of Store.
Bidders must ensure that the counter samples (remnant portion of the test
samples) duly sealed, Stamped and Signed by the Lab should be attached with
the Lab test report.
The Lab test report (Original) submitted by the Firms/bidders should be free
from any ambiguity and should give clear verdict in respect of all the tests
required as per relevant Specification i.e. whether the sample is meeting all the
requirement of the governing Specifications and the sample is acceptable/not
acceptable with reference to its governing Specifications.
The lab test report should not be older than the date of issue of
e-Tender Notice. The Lab test report obtained before issue of tender notice
will not be considered and offer of bidder will be rejected.
All the Inspection Charges of samples will be borne by the bidders.
Tender sample should have card affixed duly signed and stamped by
concerned Lab issued the Lab Test report of the intended tender sample
otherwise the offer is liable for rejection.
Samples sent on basis “FREIGHT TO PAY” will not be accepted.
The samples may be utilized by the purchaser for carrying out Physical
Evaluation on all the parameters of QRs/Specifications including destructive
tests, in that case the cost of samples will be borne by the supplier.
In case offers are received both from manufacturer as well as from their agent,
offers from manufacturers only shall be considered and offer from their agent
shall be summarily rejected.
24 | P a g e
Signature of Firms/bidders
With date & stamp & Name of tender.
25
2.14
3
3.1
3.2
3.3
3.4
3.5
3.6
3.7
3.8
4
4.1
Samples submitted by the bidders whose offers are not accepted may be
collected by their authorized representatives on requisition or hearing from
this office. In case samples are not collected within given time, the samples
will be disposed off.
ADVANCE SAMPLE/APPROVED SAMPLE
The successful bidder shall submit Seven (07) Pairs. identical pieces of
Tactical Boot (PU Sole) Black as Advance Samples duly tested from FDDI,
A-10, Sector-24, Gautambudha Nagar, Noida, 201301(UP), conforming to
QRs/Specifications within 30 days from the date of issue of A/T at “ON NO
COST NO COMMITMENT BASIS”.
In case all the tested parameters as per tender specification meet the
requirement of the indenter, Inspecting Authority of FDDI, A-10, Sector-24,
Gautambudha Nagar, Noida, 201301(UP) shall label and seal the samples with
remarks as “Approved” otherwise with remarks of “Not Approved”.
Purchaser shall retain one set of samples with him, forward one set to the
Inspecting Authority to verify the Lab testing and the balance one set to the
supplier for his guidance/further bulk production of the store.
Samples approved as above shall be known as “Approved Advance Samples”.
In the event of purchaser having a repeat order under the contract on the
same supplier, the samples approved in earlier A/T can be adopted against the
subsequent A/T.
Failure to submit the sample by the stipulated date or in the event of sample
being rejected by the Inspecting Authority or by the Purchaser, the A/T shall
be liable to be cancelled at the risk and expense of the contactor without any
further reference to the supplier. The purchaser shall also be entitled to taken
contractual, administrative and other remedial measures including short
closure of the A/T.
During manufacturing/inspection of the store before dispatch, it shall be
ensured that offer/accepted lots shall be similar in the appearance, Shape, Size,
tone, make-up, finishing and workmanship etc. when compared with
“Approved Samples.
Purchaser has the option to get the Lab Test of Advance Samples done on all
the parameters of Specifications including Destructive Test.
Reference Sample:
After the successful Pre- Dispatch Inspection of the store is carried out by the
Board of Officers of SSB at the location, date & time intimated by the
supplier, the supplier will provide 01 Pair Tactical Boot (PU Sole) Black as
reference samples to each consignees without cost. The Purchaser will seal and
sign one sample for each consignee from each accepted bulk supply lot and
pack it with the consignment for reference and guidance to the consignees.
25 | P a g e
Signature of Firms/bidders
With date & stamp & Name of tender.
26
CHAPTER- (4)
QRs/SPECIFICATION OF TACTICAL BOOT (PU SOLE) BLACK
S.No Item
Tactical Boot (PU Sole)
1.
Black
Specification
QRs/Specification as approved MHA instructions
vide No. U-II-98(Spec)/2013-14- Prov.
Dated 26/12/2013
(Attached page-27 to 32)
Assistant Director (Proc)
For and on behalf of the President of India.
26 | P a g e
Signature of Firms/bidders
With date & stamp & Name of tender.
27
27 | P a g e
Signature of Firms/bidders
With date & stamp & Name of tender.
28
28 | P a g e
Signature of Firms/bidders
With date & stamp & Name of tender.
29
29 | P a g e
Signature of Firms/bidders
With date & stamp & Name of tender.
30
30 | P a g e
Signature of Firms/bidders
With date & stamp & Name of tender.
31
31 | P a g e
Signature of Firms/bidders
With date & stamp & Name of tender.
32
Assistant Director (Proc)
For and on behalf of the President of India
32 | P a g e
Signature of Firms/bidders
With date & stamp & Name of tender.
33
CHAPTER-(5)
Tender inviting Authority
Name of Store
Contract No.
Bidder Name
DG, SSB.
Tactical Boot (PU Sole) Black
PRICE SCHEDULE
S
/
N
o.
Item
description.
Quantity
in
numbers
1. 2.
3.
51,149
Pairs.
1 Tactical
Boot
(PU Sole)
Black
Basic
Price
per
Nos.
in Rs.
4.
Excis
e
Duty
(ED)
on
BP in
Rs.
5.
Custom
Duties
(CD)
on BP
in Rs.
Sale
Tax/Va
t
(ST/V
AT) on
BP in
Rs.
6.
7.
Total in figures
Total in word
Any
other
Leviable
Taxes/C
harges/s
ubcharges
on BP in
Rs.
8.
Total
amou
nt
witho
ut
taxes
(BPQty)
In Rs.
Net
Price
Per
Unit
(NP) in
Rs.
includi
ng all
taxes in
Rs.
Total
amoun
t in Rs.
with
taxes
(NP,Qt
y)
9.
10.
11.
0.00
0.00
0.00
Rupees only
Assistant Director (Proc)
For and on behalf of the President of India
33 | P a g e
Signature of Firms/bidders
With date & stamp & Name of tender.
34
Appendix-I
FORM -68-A
TENDER NO._______________________________________
Full Name and address of the Firms/bidders in
addition to Post Box No. if any should be quoted
in all communications to this office.
From
Contractors Telegraphic Address :
____________________________________
____________________________
________________________________
Telephone No.
Fax No.
City code used.
Dear Sir,
I / We hereby offer to supply the stores detailed in the schedule hereto or such
portion thereof as you may specify in the Acceptance of Tender at the price given in the
said schedule and agree to hold this offer open till _____________________. I / We
shall be bound by a communication of acceptance within the prescribed time.
2.
I/ We have understood all the instructions to bidders in the booklet DGS&D-229
and conditions of contract in the Form No. 68 (Revised) including the Pamphlet entitled
"Conditions of Contract governing contracts placed by the Central Purchase
Organization of the Government of India" read with the amendments annexed herewith
and have thoroughly examined the specification drawing and / or pattern quoted in the
schedule hereto and am / are fully aware of the nature of the stores required and my /
our offer is to supply stores strictly in accordance with the requirements.
3.
The following pages have been added and form part of this tender.
Here paste coupon in case where coupons are supplied
to contractors on payment.
Yours faithfully,
(SIGNATURE OF BIDDERS WITH SEAL)
Address:
Dated
Signature of witness
Address:
34 | P a g e
Signature of Firms/bidders
With date & stamp & Name of tender.
35
Appendix- II
PERFORMANCE STATEMENT FOR LAST THREE YEARS.
NAME OF FIRM
_______________________________________________________________
_______________________________________________________________
Contract
No.
Description of Quantity
Stores
Value
Original
Delivery
Period.
Quantity
supplied
with
original
DP
Last
supply
Position
Extd.
DP /
Final
DP
Present
Position
with
reasons
for delay.
Signature of the bidders.
35 | P a g e
Signature of Firms/bidders
With date & stamp & Name of tender.
36
Appendix-III
QUESTIONNAIRE
1.
Name and Address of contractor
_______________________________________
________________________________________
2.
(a)
Whether registered with DGS&D
for subject store.
b)
If yes, Monetary limit Enclose Rs.
Photocopy of Regd. Certificate)
c)
Validity Date:__________________
(a)
Whether registered with NSIC for
Subject store.
3.
(b)
If yes, monetary limit (Enclose
Photocopy of Regd. Certificate)
(c)
Validity: ___________________
4.
Whether you agree to submit advance
Sample if called upon to do so within
Specified period of 30 days.
5.
Whether past supplier of subject store to
DGS&D or Min. of Home Affairs during
the last 3 years. (If yes, submit
Performance report in enclosed Performa).
Yes
(Lakh)
6.
Terms of Delivery: "Free delivery to Consignee"
7.
(a)
(b)
Whether excise duty extra
If extra, rate of excise duty
Assessable value Rs.
No.
(without Limit)
Permanently :
Yes
No
Yes
No
Permanently:
Yes
NO
Yes
NO
Yes
NO
Yes
Yes
NO
NO
36 | P a g e
Signature of Firms/bidders
With date & stamp & Name of tender.
37
8.
(a)
(b)
(c)
9.
10
Yes
No.
%
Discount offered if any
(a)
(b)
11
Whether Sales Tax extra :
If yes, rate of Central Sales Tax
applicable at present.
Rate of local Sales Tax applicable at
present
Delivery period in months from the
date of placement of order/approval of
Advance Sample.
Monthly rate of supply
(a)
whether stores fully conforms to
Tender Schedule Specifications in all
respect.
(b)
If answer to 11(a) is "NO", indicate the
details of deviation on separate sheet.
%
%
Months.
Yes
No.
Yes
No
12.
Acceptance to conditions of contract as contained
in DGS&D (Revised) amended upto 31-12-91 and
those contained in Pamphlet No. DGS&D-229
read with Annexure attached.
13.
Whether required EM enclosed :
(furnish details of EM document)
Yes
No
14.
Whether you agree to accept 25 %
tolerance clause?
Yes
No
15.
Do you agree for arbitration clause.
16.
All the laid down Rules in GFR- 2005
and all terms & conditions of concerned
Manual of DGS& D/ MOF would be
applicable in all respect to invoke the
Laid down provisions at any stage and
the bidders are to abide by these conditions.
Yes
No
Yes
No
Yes
No
Yes
No
17.
Have your Firm ever failed to complete ordered
supply and tender short closed.
18
Has ever been any FIR/ complaint lodged
against your Firm with Police.
Signature of Firms/bidders ________________
with seal.
37 | P a g e
Signature of Firms/bidders
With date & stamp & Name of tender.
38
Appendix-IV
FORM-7
PROFORMA FOR EQUIPMENT AND QUALITY CONTROL
Tender No. & Date------------------------------------------------------For the supply of ---------------------------------------------------------1.
(a)
(b)
2.
3.
4.
5.
6.
Details of Firm :
Name
i) Office
ii) Address
iii) Telephone
iv) Fax
v) E-Mail
Works
i) Address
ii) Telephone
iii) Fax
iv) E-Mail
Location of Manufacturing Works/factory,
factories owned by you (Documentary). In
case you do not own the factory but utilize
the factory of some other firm for the
manufacture/fabrication of the stores for
which you apply for registration on lease
or other base you should furnish a valid
legal agreement that the factory of
…………………………… (Here indicate
the name of the firm whose factory is
being utilized) has been put at your
disposals for the manufacture/fabrication
of the stores for which registration has
been applied for.
Brief description of the factory (e.g. area
covered, accommodation, departments
into which it is divided, laboratory etc., )
Details of plant and machinery erected and
functioning
in
each
Department
(Monograms and descriptive pamphlets
should be supplied, if available.)
Whether the process of manufacture in
factory is carried out with the aid of power
or without it.
Details and stocks of raw material held
(state whether imported or indigenous
against each item.
38 | P a g e
Signature of Firms/bidders
With date & stamp & Name of tender.
39
7.
Production capacity of each item with the
existing plant & Machinery :
a)Normal _______________________
b)Maximum _____________________
8.
Details of arrangement for quality control
of products such as laboratory etc.,
9.
(a) Details of Technical / Supervisory staff
in-charge of production & quality control.
b) Skilled labour employed:
c) Un-skilled labour employed:
d) Maximum No., of workers (Skilled &
Un-skilled) employed on any day
during the 18 months preceding the
date of application.
Place:
Date:
SIGNATURE & DESIGNATION OF THE BIDDERS
39 | P a g e
Signature of Firms/bidders
With date & stamp & Name of tender.
40
Appendix-V
TENDERS SHOULD FURNISH SPECIFIC ANSWERS TO ALL THE QUESTIONS
GIVEN BELOW. BIDDERS MAY PLEASE NOTE THAT IF THE ANSWER SO
FURNISHED ARE NOT CLEAR AND/OR EVASIVE, THE TENDER WILL
LIABLE TO BE IGNORED.
1.
Tender No.
2.
Whether the stores offered fully
conform to the
technical
particulars
and
specifications/drawings, specified by the
purchaser in the Schedule to
Tender. If not, mention here
details of deviation.
Brand of Store offered
3.
4.
5.
6.
7.
8.
9.
10.
a)
b)
Name and address of manufacturer:(a) Name
(b) Address
(c) Name of company
(d) Telephone land line mobile
(e) e-mail
(f) Fax.
Station of Manufacture
Please confirm that you have offered
packing as per tender enquiry
requirements. If not indicate deviations.
Gross
weight
of
consignment
_____________ Net weight of each
item _________________
What is your permanent income Tax
A/C No.
Confirm whether you have attached
your latest / current ITCC or photo
copy thereof.
Status
Indicate whether you are LSU or SSI.
Are you registered with DGS&D for the
item quoted? If so, indicate whether
there is any monetary limit on
registration.
40 | P a g e
Signature of Firms/bidders
With date & stamp & Name of tender.
41
c)
d)
11 a)
b)
If you are a small scale unit registered
with NSIC under Single Point
Registration scheme, whether there is
any monetary limit.
In case you are registration Scheme for
the item quoted, confirm whether you
have attached a photo copy of the
registration certificate indicating the
items for which you are registered.
If you are not registered either
NSIC or with DGS&D, please
whether you are registered
Directorate of Industries of
Government concerned.
with
state
with
State
If so, confirm whether you have
attached a copy of the certificate issued
by Director of Industry.
12.
Please indicate :-
13.
Name & Full address of your Banker
Business name and constitution of the
firm. Is the firm registered under :i) The Indian Companies Act, 1956, (ii)
The Indian Partnership Act 1932 (Please
also give name of partners.) (iii) Any Act
: If not, who are the owners. (Please give
full names and address. )
14.
Whether the tendering firm is are :i)
ii)
iii)
Manufacturer,
Manufacturer's
authorized
agents,
Holders in stock of the stores
tendered for
N.B. If manufacturer's agents, please
enclose with tender the copy of
manufacturer's authorization.
41 | P a g e
Signature of Firms/bidders
With date & stamp & Name of tender.
42
15.
If Stores offered are manufactured in India,
please state whether all the raw materials,
components etc. used in their manufacture
are also produced in India. If not, give details
of materials Components etc., that are
imported and their breakup of the
Indigenous and Imported components
together with their value and proportion it
bears to the total value of the store should
also be given.
16.
State whether raw materials are held in stock
sufficient for the manufacture of the stores.
17.
Please indicate the stocks in hand at present
time :
i)
ii)
Held by your against these enquiry,
held
by
M/S
__________________________
___________________________________
over which you have secured an option.
18.
Do you agree to sole arbitration by Secretary,
Ministry of Home Affairs or by some other
person appointed by him as provided in
Clause 24 of the General conditions of
Contract Form DGS&D-68 acceptance of
this clause will not influence the decision of
the tender. If should, however, be noted that
an omission to answer the above question
will be deemed as an acceptance of the
clause.)
19
For Partnership Firms state whether they are
registered or not registered under Indian
Partnership Act, 1932. Should the answer to
this question by a Partnership firm be in the
affirmative, please state further :-
(a)
Whether by the partnership agreement,
authority to refer disputes concerning the
business of the partnership to arbitration has
been conferred on the partner who has
signed the tender.
42 | P a g e
Signature of Firms/bidders
With date & stamp & Name of tender.
43
(b)
If the answer to (a) is in the negative, whether
there is any general power of attorney executed
by all the partners of the firm authorizing the
partner who has signed the tender to refer
dispute concerning business of the partnership
to arbitration.
(c)
If the answer to either (a) or (b) is in the
affirmative, please furnish a copy of either the
partnership agreement or the general power of
attorney as the case may be.
NB
(1) Please attach to the tender a copy of either
document on which reliance is place for
authority of partners on the partner signing the
tender to refer disputes to arbitration. The copy
should be attested by a Notary Public or its
execution should be admitted by Affidavit on a
properly stamped paper by all the partners.
(2)
Where authority to refer disputes to
arbitration has not been given to the partner
signing the tender the tenders must be signed by
every partner of the firm.
20
Here state specifically :
a)
Whether the price tendered by you is to
the best of your knowledge and belief, not more
than the price usually charged by you for stores
of same nature/class or description to any
private purchaser either foreign or as well as
Govt. Purchaser. If not state the reasons thereof.
If any, also indicate the margin of difference.
In respect of indigenous items for which
there is a controlled price fixed by law, the price
quoted shall not be higher than the controlled
price, and if the price quoted exceeds the
controlled price the reasons thereof should be
stated.
Are you
b)
21.
i)
Holding valid Industrial License (s)
Registration Certificate under the industrial
Development and Regulation Act, 1981. If so,
please give particulars of Industrial Income
Registration Certificate.
43 | P a g e
Signature of Firms/bidders
With date & stamp & Name of tender.
44
ii)
Exempted from the licensing provision of
the Act for the manufacture of item quoted
against this tender. If so, please quote relevant
orders and explain your position.
iii)
Whether you possess the requisite license
for manufacture of the stores and / or for the
procurement of raw materials belonging to any
controlled category required for the manufacture
of the store? In the absence of any reply it would
be assumed that no license is required for the
purpose of raw materials and / or that you
posses the required license.
22.
State whether business dealings with you have
been banned with Min./Deptt of Supply /
Ministry of Home Affairs ?
23.
Please confirm that you have enclosed the
required Earnest Money alongwith your offer
(all firms who are not registered with DGS&D
or NSIC for stores specifically as per TE
specifications are required to deposit EM
alongwith the offer. Please read the enclosed
EM conditions carefully before submitting
Tender Documents.)
24.
Please confirm that you have read all the
instructions carefully and have complied with
accordingly.
Signature of Witness with full address:
Signature of Vendor:
44 | P a g e
Signature of Firms/bidders
With date & stamp & Name of tender.
45
Appendix-VI (A)
BANK GUARANTEE FORMAT FOR FURNISHING EMD
Whereas………………………………………………………………………
(hereinafter called the “Tenderer”)
has submitted their offer dated ………………………………………………….. for
the supply of ……………………….……………………………………………
(hereinafter called the “Tenderer”)
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……./I.
THE CONDITIONS OF THIS OBLIGATION ARE:
(1)
If the Tenderer withdraws or amends, impairs or derogates form the tender in any
respect within the period of validity of this tender.
(2)
If the Tenderer having been notified of the acceptance of his tender by the
Purchaser during the period of its validity:(a) If the Tenderer fails to furnish the Performance Security for the due
performance of 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 upto and including 45 days after the period of
tender validity and any demand in respect thereof should reach the Bank not later than
the above date.
………………………………………………..
(Signature of the authorized officer of the Bank)
………………………………………………..
………………………………………………..
Name and designation of the officer
………………………………………………..
Seal, Name & address of the Bank and address of the Branch.
45 | P a g e
Signature of Firms/bidders
With date & stamp & Name of tender.
46
Appendix-VI(B)
BANK GUARANTEE PROFORMA FOR PERFORMANCE SECURITY
To
The Director General,
Sashastra Seema Bal,
East Block-V, R.K. Puram,
New Delhi- 110066.
Whereas
……….…………………………………………………………………….
(Name and Address of the supplier) (hereinafter called “the supplier”) has undertaken, in
pursuance of contract No ……………………………………………. Dated pursuance of
contract No ………………………………………………………………………………… to
supply (description of goods 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 a Bank Guarantee by a scheduled commercial recognized by you 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 the supplier, up to a total of ………………………………
………...……………………………………………………. (amount of the guarantee in
works 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 us with the demand.
We further agree that no change or addition to or other modification of the terms of the
contract to be performed there under or of any of the contract documents which may be made
between you and the supplier shall in any way release us from any liability under this guarantee
and we hereby waive notice of any such change, addition or modification.
This guarantee shall be valid until the ……….. day of ………, 20………
(Signature of the authorized officer of the Bank)
………………………………………………..
Name & designation of the officer
………………………………………………..
………………………………………………..
Seal, name and address for the bank and address of the Branch with Telephone No.
46 | P a g e
Signature of Firms/bidders
With date & stamp & Name of tender.
47
Appendix-VII
1.
The following amendments may be carried out in the pamphlet entitled
"Conditions of Contract Governing the contracts placed by Central
Purchase Organization of Government of India 1991 addition bearing
Symbol DGS&D-39 Form No. DGS&D-68 (Revised)".
1.1
The definition of "Government" Provided in clause 1 (b) page 2 of
DGS&D Conditions of contract may be amended as under :"Government" means the Central Government.
1.2
The definition of Secretary Clause 1 (k) Page 3 of DGS&D conditions of
contract may be modified as under:"Secretary" means Secretary of Ministry of Home Affairs for the time being
in the administrative charge of the subject matter of contract and included
Additional Secretary, Special Secretary, Joint Secretary, or Director of
Deputy Secretary in such Ministry, DG, IG (Prov.), DIG/Prov. and
A.D.(Proc), SSB in (MHA) and every other officer authorized for the time
being to execute contracts relating to purchase and supply of stores on
behalf of the President of India.
1.3.
Under clause 2 (c) - Page 5 of DGS&D Conditions of contract, the word
"Director General of Supplies & Disposals or heads of his concerned
regional officers " may be replaced by Director General, (SSB).
1.4
Clause 24 i.e. Arbitration: - DGS&D may be replaced by DG, SSB wherever
occur in this clause of DGS&D 68 (Revised).
1.5.
Similarly the reference to DGS&D wherever appearing may be suitably
modified.
2.
Following amendments may be carried out in the Pamphlet No. DGS&D 229 containing various instructions to Firms/bidders.
Form No. DGS&D - 230.
Reference to DGS&D wherever appearing in clause No. 14, 33, 34, 35, 39
and 40 and Appendix "A" for Form No. DGS&D -69 may be amended to
read as Director General, SSB (MHA).
Signature of the Firms/bidders.
47 | P a g e
Signature of Firms/bidders
With date & stamp & Name of tender.
48
LIST OF CONSIGNEES FOR SUPPLY OF
TACTICAL BOOT (PU SOLE) BLACK.
Sl.No.
01.
Name of Consignee
The Inspector General,
FTR Hqrs, SSB, Ranikhet,
Sewa Bhawan (Ganiyadeoli)
Ranikhet, Distt. Almora,
(Uttarakhand) - 263645.
Quantity
6,340 Pairs
03.
The Inspector General,
15,567 Pairs
FTR Hqrs, SSB, Patna,
Rukunpura House, Rukunpura,
Bailey Road, Distt.- Patna,
(Bihar)- 800014.
04.
The Inspector General,
FTR Hqrs, SSB, Siliguri,
Village - Ranidanga,
PO - Susrulanagar,
Distt.- Darjeeling,
(WB)- 734012.
9,535 Pairs
05.
The Inspector General,
FTR Hqrs, SSB, Guwahati,
Nikita Complex,
House No -345,
G. S. Road, Khanapara,
Guwahati (Assam) - 781022.
19,707 Pairs
Grand Total
51,149 Pairs
Appendix-VIII
Size wise
Size 6- 100 Pairs
Size 7- 813 Pairs
Size 8- 2078 Pairs
Size 9- 1941 Pairs
Size 10 - 1117 Pairs
Size 11- 229 Pairs
Size 12- 62 Pairs
Total - 6,340 Pairs
Size 6- 80 Pairs
Size 7- 1429 Pairs
Size 8- 4021 Pairs
Size 9- 4617 Pairs
Size 10 - 2615 Pairs
Size 11- 2724 Pairs
Size 12- 81 Pairs
Total - 15,567 Pairs
Size 6- 200 Pairs
Size 7- 1039 Pairs
Size 8- 2817 Pairs
Size 9- 2922 Pairs
Size 10 – 1657 Pairs
Size 11- 791 Pairs
Size 12- 109 Pairs
Total - 9,535 Pairs
Size 5- 100 Pairs
Size 6- 500 Pairs
Size 7- 1800 Pairs
Size 8- 5823 Pairs
Size 9- 5824 Pairs
Size 10 - 3500 Pairs
Size 11- 1900 Pairs
Size 12- 260 Pairs
Total - 19,707 Pairs
Assistant Director (Proc)
For and or behalf of President of India
48 | P a g e
Signature of Firms/bidders
With date & stamp & Name of tender.
49
Appendix-IX
DETAILS REQUIRED TO BE FURNISHED BY THE BIDDERS
S/No. Details required about
01.
Manufacture
To be filled by the Firm
Registration Status
(a) Whether Regd. with NSIC?
(b) Whether Regd. with DGS&D?
(c) Whether Regd. with SSI Units?
(d) Validity of Regd. Upto:
(e) Monetary limit
(f) Annual turnover of the Farm/breeders for
last three years?
02.
Whether EMD deposited or not?
03.
Whether Tender Cost deposited or not?
04.
Whether Tender Samples deposited or not?
05.
Whether Lab Test deposited or not?
06.
Offer validity mentioned or not?
07.
08.
Manufacturing capacity per month mentioned or
not?
Financial/Price bid submitted or not?
09.
Specifications of store conforming or not?
10.
FOR (requirement free delivery at consignee
location) complied or not?
11.
Delivery within----------days?
12.
Whether past performance of particular stores
enclosed or not?
13.
Whether business dealing banned or not?
14.
Whether tender signed & filled up properly or
not?
49 | P a g e
Signature of Firms/bidders
With date & stamp & Name of tender.
50
Appendix-X
UNDERTAKING
It is certified that all the clauses in the instant tender documents have
been read thoroughly and accepted in letter and spirit to follow the relevant
instructions contained therein.
Date:-
Signature of bidder with stamp.
50 | P a g e
Signature of Firms/bidders
With date & stamp & Name of tender.
51
Appendix-XI
Ref. Tender Enquiry No.:
Dated:
CERTIFICATE
I/We the Bidder/Proprietor/Partners/Director of M/S……………….. is
hereby certified that any one of us are not related to any employee of SSB involved in
the purchase.
Signature & Full Address of the Proprietor
/Bidder (With Seal)
51 | P a g e
Signature of Firms/bidders
With date & stamp & Name of tender.
52
Appendix-XII
Ref. Tender Enquiry No.:
Dated:
AUTHORITY LETTER
I/We the bidder/Proprietor/Partners/Director of M/S…………………… is
hereby authorised to Mr……………………..S/O ……………………..whose full
address and specimen signature are appended below to participate in the Pre-Bid
Meet/technical bid of ……………………………………….
Full Address of Participant
Specimen Signature:(i) ____________________
(ii) ____________________
(iii)____________________
Signature & Full Address of the Proprietor
/Bidder (With Seal)
52 | P a g e
Signature of Firms/bidders
With date & stamp & Name of tender.
53
CHECK LIST FOR BIDDERS
Appendix-XIII
(Bidders should check following requirements for compliance before submission of
the tender documents)
S/ Requirement to be checked by the bidders before Compliance (To be
No. submission of the tender.
indicated by the
bidders with “YES”
after compliance of
the requirement.
1
Bidders should mention quantity for which they have
quoted. This should be mentioned in the covering
/forwarding letter head of the technical bid.
2
Bidders should ensure cost of tender has been
enclosed with tender documents, if downloaded from
Website. If not, than supporting documents proving
exemption to this enclosed.
3
Bidders should ensure deposit of required earnest
money deposit, if the bidders are not registered with
any Govt. agencies who give privilege about depositing
of EMD.
4
Firms/Bidders should deposit latest registration
certificate of concerned agency if any ?
5
Bidders should confirm that their equipment
/products conform to the governing Specification of
the quoted stores as per Tender enquiry.
6
Bidders should mention their monthly supplying
capacity.
7
Bidders should mention in Tender enquiry that they
accept our delivery terms i.e. They agree to supply
stores at consignee‟s location at freight, risk and cost
of the bidders.
8
Tenderer should mention that their offer is valid up to
180 days from the date of opening of the tender.
9
10
11
12
13
Bidders should mention their delivery period clearly.
Bidders should mention that they agree to the
tolerance clause of the tender enquiry.
Bidders should give their past performance in the
specified format given in the tender documents.
Bidders should mention that business dealing with
their Firms has not been banned by any Govt./Private
agencies.
Bidders should ensure to sign each page of the tender
documents with name, designation, seal and address of
the signatory.
53 | P a g e
Signature of Firms/bidders
With date & stamp & Name of tender.
54
14
15
16
17
18
19
20
If the bidders want to mention any specific condition,
it should be on the covering/forwarding letter only,
which will be placed on the First Page of the technical
bid. Such condition mentioned in any other
documents shall not be given any consideration.
Signatures of witness with full name and address have
been added wherever required on tender documents.
Proposal has been submitted in two bid systemTechnical bid and separate price bid as per tender
enquiry.
Payments terms as per tender have been excepted and
mentioned in tender.
Compliance Statement in format required in tender
has been enclosed alongwith supporting technical
documents/ proof for each point/ parameter clearly
showing wherever it is being complied with or not.
Guarantee terms as per tender accepted.
The following Proforma as enclosed with tender have been
properly and completely filled in, sign and stamped.
i) Form 68 (A)- offer of stores.
ii) Questionnaire
iii) Form -7, Proforma for equipment and quality control.
iv) Details of manufacturer.
v) Certificate for acceptance of terms and conditions of
supply.
vi) Authorization certificate to attend at the time of tender.
54 | P a g e
Signature of Firms/bidders
With date & stamp & Name of tender.
Download