TENDER NOTICE PHONE: 27637928/27634888 FAX No

advertisement
TENDER NOTICE
PHONE: 27637928/27634888
FAX No: 27637928
E-Mail:pplitijpuri@gmail.com
GOVERNMENT OF NCT OF DELHI
INDUSTRIAL TRAINING INSTITUTE
JAHANGIR PURI, DELHI -110 033
EMD: Rs.3000/REF. NO. F.5(7)/ITIJHN/Tender-Raw Mat. Electonics/MS(P)/14-15/
Dated:
Principal, Industrial Training Institute Jahangir Puri,Delhi-110 033 invites Sealed Bids
(Technical & Commercial) from reputed manufacturers or their authorized dealers or
reputed suppliers for purchase of Raw Material/Consumables mentioned in the
Annexure-I
Important dates related to this Limited Tender enquiry is as below:
S.No.
Description
Date
Time
1.
Last date and time for 29.9.2014
receipt of Bid
11.30 AM
2.
29.9.2014
Time & date of
opening of Technical
Bids
11.30 AM
3.
Time & date of
opening of
Commercial Bids
29.9.2014
11.30 AM
Remar
ks
Note: All Bids must be accompanied with the Bid Security money as laid down in the
Bidding Document and must be dropped in the “Tender Box” placed at Reception.
However Bidders registered with DGS&D / NSIC are exempted from submitting the Bid
Security only for those items for which they are registered with DGS&D/NSIC.
1.
The complete Bid Document can also be downloaded from the website:
www.govtprocurement.delhi.gov.in
2.
Following firms are blacklisted by DTTE HQ and are not eligible for Bidding :
1. M/s Impex Sales India
2. M/s Sachdeva Sales Corporation
3. M/s Sameer Traders (India)
4. M/s Usha & Co.
5. M/s India Tool House
SECTION-I. INSTRUCTIONS TO BIDDERS
1. ELIGIBILITY FOR BIDDERS:
1.1 The Bidder should be a reputed manufacturer, or their authorized dealer or reputed
supplier.If the supplier is a “Manufacturer”it must furnish the details of its
organization,stating no.of personnel employed,manufacturing facilities,after sales
service facilitiesand quality control systems. If the supplier is not a manufacturer it
must furnish details of its organization,stating no.of personnel employed,tie-ups for
after sales service facilities,whether authorized dealer or not for items he is
supplying. The bidder must clarify that how will he provide the after-sales service
for the items he is supplying during the warrantee/Guarantee periodand
1.2 The bidder must furnish detail of their customers,like name of customers with full
address,phone,Fax No.,name of contact person,order no.,cost and date of supply
during the last two years ending on 31/3/2014 to whom they have supplied the
materials.
1.3 Bidder should not be under a declaration of ineligibility/Blacklisted for corrupt and
fraudulent practices issued by any Government office /Directorate of Training &
Technical Education, Delhi.
1.4 Bidder must be registered with Department of Value Added Tax, Govt. of Delhi for
Local Sales Tax/ VAT and should have Trader Identification Number (TIN).
1.5 Bidder should have VAT deposit certificate for the last financial year and have PAN
Number.
1.6 The Bidder who intends to quote must have Turnover of 30% of the estimated cost
in any one of the last four years,since 01/04/2010.Further,bidder must have average
financial Turnover of Rs. 3.0 lakh during the last three financial years since
01/04/2011(About 30 percent of the estimated value of the tender/package).
1.7 The specification of items quoted should be as per specification of the Bidding
Documents.The Bidders should not mention Best Quality/Good Quality/Superior
Quality etc.,but should give Make and Brand of item quoted.
Bidder must submit Bid Security (E.M.D.) in the form of Demand Draft / Banker’s
Cheque/ Fixed Deposit Receipt of a scheduled Bank in favour of DDO, I.T.I. Jahangir
Puri, Delhi for Rs.3000/-(Rupees Three Thousand only).
1.8 The validity of the Bids shall be for 120 days after the date of Technical Bid opening.
A bid valid for a shorter period will be rejected as non-responsive.
1.9 Exemption From submitting Bid Security (E.M.D)- Firms registered with
D.G.S.&D / N.S.I.C. are exempted from submitting the E.M.D only for those items
for which they are registered if they submit proof for its registration and validity.
1.10 Bidder must agree to all Terms & Conditions of Bid Document.
2.
TECHNICAL SPECIFICATIONS
The detailed Technical specifications, quantity required for items covered under
each category are mentioned in Annexure-I
3.
COST OF BIDING
3.1
The Bidder shall bear all the costs associated with the preparation and
submission of its Bid, and “the purchaser”, will in no case be responsible or liable for
those costs, regardless of the conduct or outcome of the Bidding process.
3.2 The Bidder is expected to examine all instructions, forms, terms and conditions in
the Bid documents. Failure to furnish all information required by the Bid documents
or submission of a Bid not substantially responsive to the documents in every
respect will be at the Bidder’s risk and may result in the rejection of its Bid.
4.
DOCUMENTS COMPRISING THE BID: I “TECHNICAL BID”
4.1 ENVELOPE No -I of the Technical Bid prepared by the Bidder shall comprise of the
following documents in a BIGGER ENVELOPE:
(i) A complete Bid Form duly signed & stamped.
(ii) Copy of Registration Certificate with Department of Value Added Tax, Govt. of Delhi
for VAT(Local Sales Tax).
(iii) Trader Identification Number (TIN).
(iv)Copy of VAT Deposit Certificate for the last financial year.
(v) Copy of Annual Sales Tax Return duly signed & stamped by sales tax/VAT
office,Delhi indicating turnover of the bidder.
(vi) PAN Number.
(vii) E.M.D. in the form of Demand Draft/Banker's Cheque/Fixed Deposit Receipt of a
scheduled Bank in the favour of Principal, I.T.I. Jahangir Puri, Delhi for the requisite
amount.
II.
“COMMERCIAL BID”
4.2 ENVELOPE No -II of the Commercial Bid prepared by the Bidder shall comprise of
the following documents in a BIGGER ENVELOPE:
(i) A complete price detail in separate smaller envelope for each item of category
quoted in Technical Bid in the Performa below:
Category:S.No.
of List
Name of Item
5. Bid Validity
Unit rate
(In Rs.)
Excise duty, if
any (In Rs.)
TOTAL(InRs.) VAT, if any
(In %)
5.1 Bids shall remain valid for 120 days after the date of Commercial Bid opening. A Bid
valid for a shorter period may be rejected as non-responsive.
6. Delivery Period
6.1 Two Weeks from the date of receipt of supply order.
7. Forfeiture of Bid Security
7.1 The Bid security will be forfeited
i) If a Bidder withdraws its Bid during the period of Bid validity;
ii) In the case of successful Bidder, if the Bidder fails to sign the contract or fails to
submit the Performance Security.
8. Extension of validity of Bids.
8.1 In exceptional circumstances, the purchaser may solicit the Bidder’s consent to
an extension of the period of validity of 60 days. The request and the responses
thereto shall be made in writing. The validity of EMD provided shall also be
suitably extended. A Bidder may refuse the request without forfeiting its Bid
security. A Bidder granting the request will not be required nor permitted to
modify its Bid.
9. Sealing and Marking of Bids:
I “TECHNICAL BID” IN SEPARATE “BIGGER” ENVELOPE FOR ALL ITEMS.
9.1 The Bidder shall seal all the smaller envelopes of separate category(Mention
category on each smaller envelope) in a BIG OUTER ENVELOPE duly marking as
“TECHNICAL BID-RAW MATERIAL & CONSUMABLE (ELECTRONICS) ITEMS”
addressed to Principal ITI,Jahangir Puri,Delhi and a statement on outer envelop
“DO NOT OPEN BEFORE 29.9.2014 (11.30 A.M.)"
9.2 All the columns should be filled clearly visible,no overwriting/cutting/fluiding are
allowed except these are duly attested.
II “COMMERCIAL BID” IN SEPARATE BIGGER ENVELOP FOR ALL
ITEMS/PACKAGE.
9.3 The Bidder shall seal all the smaller envelopes of separate category(Mention
category on each smaller envelope) in a BIG OUTER ENVELOPE duly marking as
“COMMERCIAL BID- RAW MATERIAL & CONSUMABLE (ELECTRONICS) ITEMS”
addressed to Principal ITI,Jahangir Puri,Delhi and a statement on outer envelop “DO
NOT OPEN BEFORE 29.9.2014(11.30 AM)"
9.4 If the outer envelope is not sealed and marked as required the institute will
assume no responsibility for the Bid’s misplacement or premature opening.
10. Late Bids:
10.1 Any Bid received by the purchaser after the deadline for submission of bids
prescribed by the purchaser will be rejected and/or returned unopened to the bidder.
11. Opening of Technical Bid by purchaser:
11.1 The purchaser will open “Technical Bids” in the presence of Bidders’
representatives only who choose to attend,on 29.9.2014 at 11.30 A.M. in the room of
Principal, ITI,Jahangir Puri,Delhi.
11.2 The Bidders representatives who are present shall sign minutes of tender opening
evidencing their attendance.
11.3 In the event of the specified date of Tender opening being declared a holiday for
the purchaser, the Tenders shall be opened at the appointed time and location on the
next working day.
11.4 The Bidders name, modifications or, Tender withdrawals and the presence or
absence of the requisite EMD,registered with DGS&D/NSIC and such other details as
the purchaser, at its discretion, may consider appropriate will be announced at the
opening.
12. Bid Rejection:
The Bid will be rejected under any one or more of the following cases:12.1 Non-production of original documents for verification, if required.
12.2 Non-submission of requisite Bid Security (EMD).
12.3Non-submission of VAT Deposit Certificate and/or Annual Return
12.4 Not meeting the Technical Specification.
12.5 If Bidder found indulging in malpractice of pooling of Bid.
12.6 If Bigger envelopes are not distinctively marked as Technical Bid and Commercial
Bid or both the envelopes are marked as “Technical Bid” or “Commercial Bid”.
12.7 If any envelop of Technical or Commercial Bid not found.
12.8 Or not found eligible as per requisite criteria.
12.9 If the column found blank and quoted rates are not as per criteria.
12.10 If the Technical Bid and/or Commercial Bid is not signed and stamped.
13. Opening of Commercial Bid by purchaser:
13.1 The Commercial Bids for items whose Technical Bids are qualified as per terms
and conditions of the Bid documents shall be opened on 29.9.2014(11.30 AM) in the
presence of Bidders’ representatives who choose to attend.
13.2 The Bidders’ representatives who are present shall sign minutes of Bid opening
evidencing their attendance.
13.3 In the event of the specified date of Bid opening being declared a holiday for the
purchaser, the Bids shall be opened at the appointed time and location on the next
working day.
13.4The rates of items found, as per specification of Tender Document of the respective
firm will be announced.
14. Evaluation and Comparison of Bids:
14.1 The purchaser will evaluate and compare the total Bid Price for each item, which
have been determined to be substantially responsive as per the clause-1.
14.2 The purchaser’s price evaluation of the Bid will be as below:
1. Unit Rate of item
2. Excise duty, if any,
3. Total Bid Price per unit.
4. VAT will be excluded and not taken into account for evaluation purpose.
5. The tenderer should quote all the rates on the basis of the delivery at the purchaser
site.No extra transportation charges,delivery charges,installation charges will be paid
or considered.
15. Purchaser’s right to accept any Bid and to reject any or all Bids:
15.1 The purchaser reserves the right to accept or reject any Bid, and to annul the Bid
process and reject all Bids at any time prior to award of contract, without thereby
incurring any liability to the affected Bidder or Bidders of any obligation to inform the
affected Bidder or Bidders of the grounds for the purchaser’s action.
16. Notification of contract and placement of supply order:
16.1 Prior to the expiration of the period of Bid validity, the purchaser will notify the
successful Bidders in writing that its Bid has been accepted.
16.2 The notification of award will constitute the formation of the contract.
16.3 Upon the successful Bidder’s furnishing of Performance Security, the purchaser
will promptly notify each unsuccessful Bidder and will discharge its EMD.
17. Signing of contract:
17.1 At the same time as the purchaser notifies the successful Bidder that its Bid has
been accepted, the purchaser will send the Bidder the Contract Form provided in the
Bid documents, incorporating all agreements between the parties.
17.2 Within 7 days of receipt of the contract form, the successful Bidder shall sign and
date the contract and return it to the purchaser.
18. Performance Security:
18.1 Within 07 days of notification of the award, the successful Bidder including those
who are registered with DGS&D/NSIC shall furnish the Performance Security in the
form of Bank Guarantee/Demand Draft/Banker’s Cheque amounting to 5% to 10% of
the contract value for # MARKED items valid for the period of the Contract i.e. upto One
Year.
18.2 Failure of the successful Bidder to furnish the Performance Security shall
constitute sufficient grounds for the annulment of the award and forfeiture of the Bid
security (EMD).
19. Inspection
19.1 The inspection of the Goods shall be carried out to check whether the Goods are in
conformity with the technical specifications attached to the contract.
19.2 The final inspection of the ordered goods shall be carried out by the Technical
Expert Committee duly constituted by the Principal of the institute.
19.3 Firms fail to supply items as per specification mentioned in the contract within
stipulated time, its performance security will be forfeited.
20. Warranty:
20.1 The supplier warrants that the goods supplied under this contract are new, unused
and most recent. The supplier further warrants that the goods supplied under this
contract shall have no defect arising from design or materials or workmanship or from
any act or omission of the supplier that may develop under normal use of the supplied
goods in the conditions at consignee place.
20.2 The purchaser shall promptly notify the supplier in writing of any claims arising
under this warranty.
20.3 Upon receipt of such notice, the supplier shall, with all reasonable speed, repair or
replace the defective goods or parts thereof, without costs to the purchaser.
20.4 If the supplier, having been notified, fails to remedy the defect(s) within a
reasonable period, the Purchaser may proceed to forfeit the Performance Bank
Guarantee.
21. Penalty for late deliveries applicable to all items.
21.1 Subject to clause 6, If the supplier fails to deliver any or all of the goods or to
perform the services within delivery period of TWO WEEKS, the purchaser shall,
without prejudice to its other remedies under the contract, deduct from the contract
price, as a liquidated damages @ 1% per week for undelivered items.
21.2 Once the maximum deduction of 9% is reached, the purchaser will terminate the
contract and forfeit the 10% Performance Security for undelivered goods.
22. Payment
22.1 The Supplier’s request for payment shall be made to the Principal in writing,
accompanied by an invoice/Bill describing, as appropriate, the Goods delivered, rate
and amount.
22.2 Payments shall be made promptly by the Purchaser but in no case later than sixty
days of after submission of an invoice/bill or claim by the supplier.
23. Purchaser right to vary quantities at the time of Award
23.1 The purchaser reserve the right at the time of award of contract to increase or
decrease by up to 15% the quantity of goods specified in the schedule of
requirement without any change in price or other terms & conditions.
24. Termination for Default
24.1 The 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:
(a) If the supplier fails to execute the supply order by the date specified in the order or
within any extension thereof granted by the purchaser.
(b) If the supplier fails to perform any other obligation(s) under the contract.
(c) If the supplier, in the judgment of the purchaser has engaged in corrupt or fraudulent
practices in executing the contract.
25. Force Majeure.
25.1 Notwithstanding the provisions of clause 21, 24 the supplier shall not be liable to
forfeiture of its performance security, liquidated damages of termination for default, if
and to the extent that, it’s delay in performance or other failure to perform its obligations
under the contract is the result of an event of force majeure.
25.2 “Force Majeure” means an event beyond the control of the supplier and not
involving the supplier’s fault or negligence and not foreseeable. Such invents may
include, but are not restricted to, acts of the purchaser either in its sovereign or
contractual capacity, wars or revolution, fires, floods, epidemics, quarantine restrictions
and freight embargoes.
25.3 If a force majeure situation arises, the supplier shall promptly notify the purchaser
in writing of such conditions and the cause thereof. Unless otherwise directed by the
purchaser in writing, the supplier shall continue to perform its obligations under the
contract as far as is reasonably practical, and shall seek all reasonable alternatives
means for performance not prevented by the force majeure event.
26. Resolution of disputes:
26.1 The Purchaser and the supplier shall make every effort to resolve amicably by
direct informal negotiation any disagreement or dispute arising between them under or
in connection with the contract.
26.2 Any dispute is subject to the jurisdiction of Delhi courts only.
BID FORM
Bid No:
Date………………………..
To
The Principal
ITI Jahangir Puri
Delhi.
Sir,
Having examined the Bid Documents, the receipt of which is hereby duly
acknowledged, we, the undersigned, offer to supply and deliver the items in conformity
with the said Bid documents in accordance with the schedule of prices attached
herewith and made part of this Bid.
We undertake, if our Bid is accepted, to deliver the goods within the delivery
period as specified in the Bid document of TWO WEEKS.
If our Bid is accepted we will submit the Performance Guarantee for an amount
equal to 10% of the contract value.
We agree to all Terms and conditions of this Bid for a period of 120 days after
the date fixed for Commercial Bid opening and it shall remain binding upon us and may
be accepted at any time before the expiry of that period.
Until a formal contract is prepared and executed, this Bid, together with your
written acceptance thereof and your notification of award, shall constitute a binding
contract between us.
We undertake that, in competing for (and, if the award is made to us, in
executing) the above contract, we will strictly observe the laws against fraud and
corruption in force in India namely “Prevention of Corruption Act 1988”, if we find in Bid
pooling or against law against fraud and corruption my / our firm may be black listed.
Further we certify that our organization is not blacklisted by any Govt.
Department.
Dated............................
(Signature)
SEAL
LIST OF ITEMS REQUIRED
REQUIREMENT FOR TRAINING IN ELECTRONICS TRADE AT I.T.I JAHANGIR PURI
20142015
S.NO
1
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
TRADE : ELECTRONICS MECHANICS
PARTICULARS WITH FULL SPECIFICATION
2
TRANSFORMER (9-0-9)
TRANSFORMER (12-0-12)
ELECROLYTIC CAPACITOR 100uF/25V
ELECROLYTIC CAPACITOR 2.2uF/50V
ELECROLYTIC CAPACITOR 1uF/50V
ELECROLYTIC CAPACITOR 2200uF/25V
ELECROLYTIC CAPACITOR 4.7uF/25V
ELECROLYTIC CAPACITOR 1000uF/50V
ELECROLYTIC CAPACITOR 10uF/63V
DIODE 4007
DIODE 4148
ZENER DIODE 3V
ZENER DIODE 6V
ZENER DIODE 9V
ZENER DIODE 12V
ZENER DIODE 18V
TRANSISTOR SL100B
TRANSISTOR SK100
TRANSISTOR 3055(POWER TRANSISTOR)
TRANSISTOR AC 188
REGULATED IC 7805
REGULATED IC 7812
REGULATED IC 7815
REGULATED IC 7905
REGULATED IC 7915
DIGITAL IC 7408
DIGITAL IC 7432
DIGITAL IC 7404
DIGITAL IC 7400
DIGITAL IC 7402
DIGITAL IC 7486
OP AMPLIFIER IC 741
AUDIO IC TB 810
AUDIO IC 2003
MICROPROCESSOR IC 8085
MICROPROCESSOR IC 8086
MICROCONTROLLER IC 8951
Quantity
proposed
to
purchase
this year
7
16 Nos.
18 Nos.
200 Nos.
200 Nos.
200 Nos.
100 Nos.
200 Nos.
100 Nos.
200 Nos.
200 Nos.
200 Nos.
50 Nos.
50 Nos.
50 Nos.
50
50 Nos.
100 Nos.
100 Nos.
50 Nos.
40 Nos.
50 Nos.
50 Nos.
50 Nos.
50 Nos.
50 Nos.
50 Nos.
50 Nos.
50 Nos.
100 Nos.
100 Nos.
30 Nos.
50 Nos.
50 Nos.
50 Nos.
20 Nos.
20 Nos.
20 Nos.
Rate per
Unit
V.A.T.
Net
Amount
per Unit
Total
Amount
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
59
60
61
62
63
64
65
66
67
68
69
70
AUDIO SPEAKER 10W
RELAY 12V
RESISTANCE (YUW) 33E
RESISTANCE 680E-YUW
RESISTANCE 1.5K
RESISTANCE 3.3 Ohm
RESISTANCE 3.3K
RESISTANCE 47 Ohm
RESISTANCE 150 Ohm
RESISTANCE 27K
RESISTANCE 1K
RESISTANCE 1M
RESISTANCE 270 Ohm
RESISTANCE 10K
RESISTANCE 27 Ohm
RESISTANCE (YUW) 6.8E
RESISTANCE (YUW)10M
RESISTANCE (YUW)100 Ohm
RESISTANCE (YUW)1.5M
RESISTANCE (YUW)6.8 Ohm
RESISTANCE (YUW)100K
RESISTANCE OF 1/2W - 4.7K
RESISTANCE OF 1/2W - 1K
RESISTANCE OF 1/2W - 220E
RESISTANCE OF 1/2W - 15E
RESISTANCE OF 1/2W - 22K
RESISTANCE OF 1/2W - 150E
SOLDER WIRE (GURU / BHARTI)
HOOK UP WIRE
TIN WIRE 22 SWG
TIN WIRE 24 SWG
TIN WIRE 26 SWG
FM RADIO PLATE (ASSEMBLED)
20 Nos.
100 Nos.
100 Nos.
100 Nos.
200 Nos.
200 Nos.
500 Nos.
500 Nos.
500 Nos.
400 Nos.
500 Nos.
500 Nos.
500 Nos.
500 Nos.
500 Nos.
500 Nos.
500 Nos.
500 Nos.
500 Nos.
500 Nos.
200 Nos.
100 Nos.
100 Nos.
50 Nos.
50 Nos.
40 Nos.
40 Nos.
2 Kg
2 Roll
4 Roll
4 Roll
4 Roll
34 Nos.
71
72
73
74
FM RADIO RECEIVER WITH
SD CARD, PENDRIVE
STAPPLER PINS
PVC COPPER WIRE 1/18
PVC ALUMINIUM WIRE 1.5mm2
4 Nos.
10 Box
8 Roll
8 Roll
Download