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issued by any Government designated agency under IT Act-2003. 1.3 Bids once submitted online cannot be resubmitted or withdrawn. 1.4 Conditional bids and the bids not meeting the qualifying criteria on the date of receipt of bids shall be summarily rejected.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.