TENDER FOR FOR SUPPLY OF COMPUTER FURNITURE FOR

MAHARASHTRA SMALL SCALE INDUSTRIES DEVELOPMENT CORPORATION LTD .
(A Govt. of Maharashtra Undertaking)
“Krupanidhi”, 9, Walchand Hirachand Marg, Ballard Estate, Mumbai – 400001.
Telephone No - 022- 22611121/ 22 / 23 & 22614824
Fax No - 022-22620623 / 22614514
-------------------------------------------------------------------------------------------------------------------------
TENDER FOR
FINALIZATION OF RATE CONTRACT
FOR SUPPLY OF
COMPUTER FURNITURE
FOR THE YEAR 2014-15
TECHNICAL BID ( Part-I)
(Contains Pg. No. 1 To 56 )
TENDER INDEX
Sr.
No.
Contents
Page No.
1
Tender Index
2 to 3
2
Product Index
4
3
Product Specifications & Drawings
4
Time Schedule of the Tender
30
5
Instructions to the Tenderers
31 To 33
6
Submission of the Tender
7
Technical Bid (Part I)
33 To 34
8
Additional documents to be submitted by the tenderer
34 to 35
9
Special Terms & Conditions of the Tender
i)
Submission of sample
ii)
Pre-despatch Inspection
iii)
Capability Assessment
iv) Packing
iv) Inspection-cum-Certificate of Acceptance (Delivery challan)
v)
Marking on Product
vi) Bill Of Material
viii) Estimated Rates
x)
List of Machinery
: Appendix No 01
5 to 29
33
35 to 37
10
Specifications & Price Bid
37
11
General Terms & Conditions
38
12
MSSIDC Role
38
13
Reservation of Item
38
14
Price Variation
38
15
Manufacture of goods
38
16
Acceptance of Tender
38
17
Acceptance of Order
38
18
Delivery of Stores
19
Delivery Period
39
39
20
Delivery Performance
39
21
Agreement & Security Deposit
39
22
Period of the Contract
40
23
Drawal of Stores
40
Seal & signature of the tenderer
Page 2 of 56
Sr.
No.
Contents
Page No.
24
Validity of the Offer
40
25
Jurisdiction
40
26
Payment Terms
40
27
Recovery of Dues
40
28
Falls Clause
40
29
Guarantee / Warranty
41
30
Replacement of Defective Stores
41
31
Force Majeure Clause
41
32
Liquidated Damages
41
33
Rebate Paid to MSSIDC
42
34
Tenderers’ 0bligation of Execution of Consignees’ 0rder and Payment
of Rebate Thereof
42
35
Government Directives
42
36
MSSIDC’s supply order
42
37
Delayed Payment
38
Submission of the Tender
39
Addresses, Telephone and Fax no of MSSIDC
Head Office and Divisional Office.
40
Information to be submitted by the tenderer
for capability and capacity assessment of the
tenderer
41
Self Declaration
42
Details of Group -wise samples to be Submitted :Appendix No.05
49
43
Past Performance
50
44
Detailed List of Machinery Installed in the Unit
45
Detailed list of Employees
: Appendix No.08
52
46
Undertaking From the Tenderer
: Appendix No.09
53
47
Details of Different modes of Online Payment
to e-Tendering Services Provider
: Appendix No.10
54
48
Undertaking regarding non-blacklisted of unit
: Appendix No.11
55
49
Rate Schedule for Computer Furniture
: Appendix No.A
56
Seal & signature of the tenderer
42 to 43
43
: Appendix No.02
: Appendix No.03
: Appendix No.04
: Appendix No.06
: Appendix No.07
44
45 to 47
48
51
Page 3 of 56
PRODUCT INDEX
Sr.
Name of item /
No.
Sizes in Inches
approx.
1
2
Drawing No.
Printer Table
MSSIDC/RCT/
30Hx24Wx24L
CPT-001
Computer Table Works
Station
MSSIDC/RCT/
Page No.
6 to 7
Size in mm
Product
specification
page no.
750Hx610Wx610L
8 to 9
10 to 11
750Hx610Wx910L
12 to 13
14 to 15
750Hx610Wx1200L
16 to 17
18 to 19
820-920H x 650Wx650D
21 to 22
820-920Hx650Wx650D
24-25
800-900Hx650Wx650D
26
27-28
1050-1150Hx650Wx650D
29
CPT-002
30Hx24Wx36L
3
Computer Table
MSSIDC/RCT/
Super Works Station
CTS-003
30Hx24Wx48L
4
Premier Works Chair
with Arms
MSSIDC/RCT/
20
PWC-006
32-36Hx26Wx26D
5
Premier Works Chair
MSSIDC/RCT/
Without Arms
PWC-007
23
32-36Hx26Wx26D
6
Revolving Chair
MSSIDC/RCT/
Low Back
LBC-005
32-36Hx26Wx26D
7
Revolving Chair
MSSIDC/RCT/
High Back
HBC-004
42-46Hx26Wx26D
Seal & signature of the tenderer
Page 4 of 56
Appendix No.01
PRODUCT SPECIFICATIONS
&
DRAWINGS
COMPUTER FURNITURE
Seal & signature of the tenderer
Page 5 of 56
Seal & signature of the tenderer
Page 6 of 56
Seal & signature of the tenderer
Page 7 of 56
SPECIFICATIONS FOR PRINTER TABLE
( Drawing No.:-MSSIDC/RCT/ CPT – 001 )
1)
OVERALL SIZE :
The overall size of the Printer Table should be 610 mm (L) x 610 mm (W) x 750 mm
(H)
2)
TOP :
The top should be made of NOVAPAN prelaminated particle board of 18mm thick
with pre-glued hot pressed,2mm PVC Edge bended on all the four sides. The top
should be fitted to the frame with the help of screws. The Top should be fitted to the
frame with the help of screws. The top of the printer table shall be provided with a
slot of size 50 mm (W) x 406 mm (L) for feeding continuous stationery input.
3)
FRAME :
The supporting frame for the top of the Table should be made out of 25 mm MS
Square Pipe of 1.6 mm thickness.
4)
LEGS :
The supporting legs for the frame of top should be manufactured out of 25 mm MS
square Pipe with wall thickness of 1.6 mm. Between the two vertical side leg
supports a pre-laminated particle board should of 18 mm thickness be fixed with the
help of the screws as shown in the drawing. The legs should be provided with two
horizontal leg supports manufactured out of rectangle pipe of size 25 mm x 50 mm of
1.6 mm wall thickness. The horizontal leg supports should be provided with four level
adjusters.
5)
SHELVES :
The table should be provided with two shelves made out of Novapan top of 18 mm
thickness with pre-glued hot pressed tape pasted on all the sides and with 25 mm
MS square pipe supports. The top should be fixed to the pipe with the help of the
screws as shown in the drawing.
6)
WIRE MESH BASKET :
The Printer Table should be provided with wire mesh basket made out of 8 mm and
6 mm thick wire of size 380 mm (L) x 150 mm (H) x 500 mm (W). the wire mesh
basket should be provided with two clips of 20 mm x 3 mm flat for fixing to the printer
table. The wire mesh basket should be fixed to the table with the help of screws
under the slot as shown in the drawing.
Seal & signature of the tenderer
Page 8 of 56
7)
COLOUR :
All metal parts should be coated with epoxy polyester powder of black or any other
colour of consignee’s choice and coated film of minimum 50 micron. All metal parts
should be thoroughly pre-treated by individual hot dip tank process including
degreasing, pickling , phosphating. All these processes must be done in-house only.
These works cannot be outsourced. All the treated material should be then coated
with epoxy polyester powder with minimum 50 micron thick and oven baked at 180 to
200 centigrade.
8)
PACKING :
The product shall be packed in such a way that no damage is caused to them during
the transit i.e. each product is to be properly packed in corrugated sheets / plastic
sheets / gunny bas etc. as per standard practice and requirement of the product to
avoid damages in transit.
The Printer Table should be manufactured as per drawing No. MSSIDC/RCT/CPT
/001.
Seal & signature of the tenderer
Page 9 of 56
Seal & signature of the tenderer
Page 10 of 56
Seal & signature of the tenderer
Page 11 of 56
SPECIFICATIONS FOR COMPUTER TABLE(WORK STATION)
( Drawing No. MSSIDC/RCT/ CT – 002 )
1)
OVERALL SIZE :
The overall size of the Computer Table should be 910 mm (L) x 610 mm (W) x 750
mm (H)
2)
TOP :
The top should be made of NOVAPAN prelaminated particle board of 18mm thick
with pre-glued hot pressed,2mm PVC Edge bended on all the four sides The Top
should be fitted to the frame with the help of screws.
3)
FRAME :
The supporting frame for the top of the Table should be made out of 25 mm MS
Square Pipe of 1.6 mm thickness.
4)
LEGS :
The supporting legs for the frame of top should be manufactured out of 25 mm MS
square Pipe with wall thickness of 1.6 mm. Between the two vertical side leg
supports a pre-laminated particle board of 18 mm thickness should be fixed with the
help of the screws as shown in the drawing. The legs should be provided with two
horizontal leg supports manufactured out of rectangle pipe of size 25 mm x 50 mm of
1.6 mm wall thickness. The horizontal leg supports should be provided with four
level adjusters.
5)
SHELVES :
The table should be provided with two shelves for CPU and UPS, made out of
Novapan top of 18 mm thickness with pre-glued hot pressed tape pasted on all the
sides and with 25 mm MS square pipe supports. The top should be fixed to the pipe
with the help of the screws as shown in the drawing.
6)
KEYBOARD DRAWERS :
The table should be provided with a Keyboard Drawer of size 790 mm (L) x 450 mm
(W) x 100 mm (H). attached below the top of the table. The drawer should be
provided with Novapan plank 18 mm for keyboard. The plank should be fixed to the
drawer with the help of telescopic channels made out of 14 G. CRCA sheets with
ball bearings for smooth in and out movements. The back side of the drawer shall
be provided with a slot as shown in the drawing for keyboard cable. All the open
faces of the pre-laminated board shall be pasted with pre-glued hot pressed tape
pasted on all the sides.
7)
COLOUR :
All metal parts should be coated with epoxy polyester powder of black or any other
colour of consignee’s choice and coated film of minimum 50 micron . All metal parts
should be thoroughly pre-treated by individual hot dip tank process including
degreasing , pickling , phosphating. All these processes must be done in-house only.
Seal & signature of the tenderer
Page 12 of 56
These works cannot be outsourced. All the treated material should be then coated
with epoxy polyester powder with minimum 50 micron thick and oven baked at 180
to 200 centigrade.
8)
PACKING :
The product shall be packed in such a way that no damage is caused to them
during the transit i.e. each product is to be properly packed in corrugated sheets/
plastic sheets/ gunny bas etc. as per standard practice and requirement of the
product to avoid damages in transit.
The Computer Table ( Works Station ) should be manufactured as per drawing
No.MSSIDC / RCT/CT /002.
Seal & signature of the tenderer
Page 13 of 56
Seal & signature of the tenderer
Page 14 of 56
Seal & signature of the tenderer
Page 15 of 56
SPECIFICATIONS FOR COMPUTER TABLE( SUPER WORK STATION )
( Drawing No. MSSIDC/RCT/CTS – 003 )
1)
OVERALL SIZE :
The overall size of the Computer Table ( Super Work Station ) should be 1200 mm
(L) x 610 mm (W) x 750 mm (H)
2)
TOP :
The top should be made of 18mm MDF board with long side covered post-formed
0.8mm laminate of peach / gray / teak or any other colour with balancing laminate on
other side .Two long edges of the top shall be performed in radius with half round
profile and other two plain sides shall have edge banded with 2mm thick PVC
lipping. The Top should be fitted to the frame with the help of screws.
3)
FRAME :
The supporting frame for the top of the Table should be made out of 25 mm MS
Square Pipe of 1.6 mm thickness.
4)
LEGS :
The supporting legs for the frame of top should be manufactured out of 25 mm MS
square Pipe with wall thickness of 1.6 mm. Between the two vertical side leg
supports a pre-laminated particle board should of 18 mm thickness be fixed with the
help of the screws as shown in the drawing. The legs should be provided with two
horizontal leg supports manufactured out of rectangle pipe of size 25 mm x 50 mm of
1.6 mm wall thickness. The horizontal leg supports should be provided with four
level adjusters.
5)
SHELVES :
The table should be provided with three shelves for CPU, Stationery and UPS, made
out of Novapan top of 18 mm thickness with pre-glued hot pressed tape pasted on all
the sides and with 25 mm MS square pipe supports. The top should be fixed to the
pipe with the help of the screws as shown in the drawing.
6)
KEYBOARD DRAWERS :
The table should be provided with a Keyboard Drawer of size 715 mm (L) x 450 mm
(W) x 75 mm (H). attached below the top of the table. The drawer should be
provided with Novapan plank 18 mm for keyboard. The plank should be fixed to the
drawer with the help of telescopic channels made out of 14 G. CRCA sheets with
ball bearings for smooth in and out movements. The back side of the drawer shall
be provided with a slot as shown in the drawing for keyboard cable. The Keyboard
Drawer should be provided with locking arrangement, 6 lever lock with duplicate
keys. All the open faces of the drawers should be fitted with pre-glued hot pasted
tape.
Seal & signature of the tenderer
Page 16 of 56
7)
COLOUR :
All metal parts should be coated with epoxy polyester powder of black or any other
colour of consignee’s choice and coated film of minimum 50 micron. All metal parts
should be thoroughly pre-treated by individual hot dip tank process including
degreasing, pickling, Phosphating. All these processes must be done in-house only.
These works cannot be Outsourced. All the treated material should be then coated
with epoxy polyester powder with minimum 50 micron thick and oven baked at 180 to
200 centigrade.
8)
PACKING :
The product shall be packed in such a way that no damage is caused to them during
the transit i.e. each product is to be properly packed in corrugated sheets / plastic
sheets / gunny bas etc. as per standard practice and requirement of the product to
avoid damages in transit.
The Computer Table (Super Work Station) should be manufactured as per drawing
no. MSSIDC/RCT/CTS /003.
Seal & signature of the tenderer
Page 17 of 56
Seal & signature of the tenderer
Page 18 of 56
BILL OF MATERIAL FOR REVOLVING CHAIR PREMIERE WORK CHAIR WITH
ARMS Dr. No. PWC/006
5
WHEEL
M.S.STAND 650-650 MM
POWDER COATED WITH
PLASTIC COVER
ONE NO
HYDROLIC PUMP
ONE NO
M.S.ASSEMBALLY TO FOR
WELDING SEAT BACK
ONE NO
HANDAL PAIR
ONE PAIR
SEAT NAD BACK PAIR
ONE PAIR
Seal & signature of the tenderer
Page 19 of 56
1)
SPECIFICATIONS FOR PREMIER WORK CHAIR WITH ARMS
(Drawing No. MSSIDC/RCT/ PWC – 006)
OVERALL SIZE :
Width: 650 mm, Depth: 650 mm, Height: 820 mm to 920 mm – adjustable.
2)
SEAT :
The size of the seat should be 430 mm x 430 mm (approx.). The seat should be
made up of 10 mm thick hot pressed plywood upholstered with fabric and foam of 32
densities, 50 mm thick. The foam shall be covered with good quality acrylic cotton
fabric tapestry. The height of the seat should be adjustable from 470 to 510 mm.
3)
BACK :
The size of the back should be 420 mm x 300 mm (approx.). The back should be
made up of 12 mm thick hot pressed plywood upholstered with fabric and foam of 32
densities, 40 mm thick. The foam shall be covered with good quality acrylic cotton
fabric tapestry. The back rest shall be provided with lifting arrangement on flat iron
and helical spring.
4)
ARM RESTS :
The arm rests should be one piece and made out of black integral skin polyurethane
and reinforced with MS insert and scratch and weather resistant.
5)
PEDESTAL ASSEMB LY :
The Pedestal assembly should be made out of five prongs welded together centrally
with M.S. Pedestal bush.
6)
CASTORS :
The twin wheel castors should be provided made out of injection moulding in black
nylon.
7)
MECHANISM :
The chair should have Gas lift mechanism for adjustment of height.
8)
COLOUR :
All metal parts should be coated with epoxy polyester powder of black or any other
colour of consignee’s choice and coated film of minimum 50 micron. All metal parts
should be thoroughly pre-treated by individual hot dip tank process including
degreasing, pickling, Phosphating. All these processes must be done in-house only.
These works cannot be outsourced. All the treated material should be then coated
with epoxy polyester powder with minimum 50 micron thick and oven baked at 180 to
200 centigrade.
9)
PACKING :
The product shall be packed in such a way that no damage is caused to them during
the transit i.e. each product is to be properly packed in corrugated sheets / plastic
sheets / gunny bas etc. as per standard practice and requirement of the product to
avoid damages in transit.
The Premier work Chair with arms should be manufactured as per drawing no.
MSSIDC/RCT/ PWC /006.
Seal & signature of the tenderer
Page 20 of 56
Seal & signature of the tenderer
Page 21 of 56
BILL OF MATERIAL FOR REVOLVING CHAIR PREMIERE WORK CHAIR WITH
OUT ARMS Dr. No. PWC-007
5 WHEEL M.S.STAND 650-650
POWDER COATED WITH MM
PLASTIC COVER
ONE NO
HYDROLIC PUMP
ONE NO
M.S.ASSEMBALLY
FOR
WELDING AT SEAT BACK
ONE NO
SEAT NAD BACK PAIR
ONE PAIR
Seal & signature of the tenderer
Page 22 of 56
SPECIFICATIONS FOR PREMIER WORK CHAIR WITHOUT ARMS
( Drawing No. MSSIDC/RCT/PWC – 007 )
1)
OVERALL SIZE :
Width : 650 mm, Depth : 650 mm, Height : 820 mm to 920 mm – adjustable.
2)
SEAT :
The size of the seat should be 430 mm x 430 mm ( approx. ). The seat should be
made up of 10 mm thick hot pressed plywood upholstered with fabric and foam of
32 density, 50 mm thick. The foam shall be covered with good quality acrylic cotton
fabric tapestry. The height of the seat should be adjustable from 470 to 510 mm.
3)
BACK :
The size of the back should be 420 mm x 300 mm ( approx. ). The back should be
made up of 12 mm thick hot pressed plywood upholstered with fabric and foam of
32 density, 40 mm thick. The foam shall be covered with good quality acrylic cotton
fabric tapestry. The back rest shall be provided with lifting arrangement on flat iron
and helical spring.
4)
PEDESTAL ASSEMBLY :
The Pedestal assembly should be made out of five prongs welded together centrally
with M.S. Pedestal bush.
5)
CASTORS :
The twin wheel castors should be provided made out of injection moulding in black
nylon.
6)
MECHANISM :
The chair should have Gas lift mechanism for adjustment of height.
7)
COLOUR :
All metal parts should be coated with epoxy polyester powder of black or any other
colour of consinee’s choice and coated film of minimum 50 micron . All metal parts
should be thoroughly pre-treated by individual hot dip tank process including
degreasing , pickling , phosphating. All these processes must be done in-house only.
These works cannot be outsourced. All the treated material should be then coated
with epoxy polyester powder with minimum 50 micron thick and oven baked at 180
to 200 centigrade.
8)
PACKING :
The product shall be packed in such a way that no damage is caused to them during
the transit i.e. each product is to be properly packed in corrugated sheets / plastic
sheets / gunny bas etc. as per standard practice and requirement of the product to
avoid damages in transit.
The Premier work Chair without arms should be manufactured as per drawing No.
MSSIDC /RCT/PWC /007.
Seal & signature of the tenderer
Page 23 of 56
Seal & signature of the tenderer
Page 24 of 56
BILL OF MATERIAL FOR REVOLVING CHAIR LOW BACK Dr. No. LBC/005
5 WHEEL M.S.STAND 650-650
POWDER COATED WITH MM
PLASTIC COVER
ONE NO
HYDROLIC PUMP
ONE NO
M.S.ASSEMBALLY
FOR
WELDING TO SEAT BACK
ONE NO
P.U.HANDAL PAIR
ONE PAIR
SEAT NAD BACK PAIR
ONE PAIR
Seal & signature of the tenderer
Page 25 of 56
SPECIFICATIONS FOR REVOLVING CHAIR LOW BACK)
( Drawing No. MSSIDC/RCT/ LBC – 005 )
1)
OVERALL SIZE :
Width : 650 mm, Depth : 650 mm, Height : 800 mm to 900 mm – adjustable.
2)
SEAT :
The size of the seat should be 460 mm x 460 mm ( approx. ). The seat should be
made up of 12 mm thick hot pressed plywood upholstered with fabric and foam of
40 to 50 density, 50 mm thick. The foam shall be covered with good quality acrylic
cotton fabric tapestry. The height of the seat should be adjustable from 400 to 510
mm.
3)
BACK :
The size of the back should be 460 mm x 510 mm ( approx. ). The back should be
made up of 12 mm thick hot pressed plywood upholstered with fabric and foam of
40 to 50 density, 50 mm thick. The foam shall be covered with good quality acrylic
cotton fabric tapestry.
4)
ARM RESTS :
The arm rests should be one piece and made out of black integral sikin polyurethane
and reinforced with MS insert and scratch and weather resistant.
5)
PEDESTAL ASSEMBLY :
The Pedestal assembly should be made out of five prongs welded together centrally
with M.S. Pedestal bush.
6)
CASTORS :
The twin wheel castors should be provided made out of injection molding in black
nylon.
7)
MECHANISM :
The chair should have Gas Lift mechanism for adjustment of height.
8)
COLOUR :
All metal parts should be coated with epoxy polyester powder of black or any other
colour of consignee’s choice and coated film of minimum 50 micron. All metal parts
should be thoroughly pre-treated by individual hot dip tank process including
degreasing, pickling, phosphating. All these processes must be done in-house only.
These works cannot be outsourced. All the treated material should be then coated
with epoxy polyester powder with minimum 50 micron thick and oven baked at 180
to 200 centigrade.
9)
PACKING :
The product shall be packed in such a way that no damage is caused to them during
the transit i.e. each product is to be properly packed in corrugated sheets / plastic
sheets / gunny bas etc. as per standard practice and requirement of the product to
avoid damages in transit.
The REVOLVING CHAIR LOW BACK should be manufactured as per drawing No.
MSSIDC /RCT/LBC /005.
Seal & signature of the tenderer
Page 26 of 56
Seal & signature of the tenderer
Page 27 of 56
BILL OF MATERIAL FOR REVOLVING CHAIR HIGH BACK Dr. No. HBC/004
5 WHEEL M.S.STAND 650-650
POWDER COATED WITH MM
PLASTIC COVER
ONE NO
HYDROLIC PUMP
ONE NO
M.S.ASSEMBALLY
FOR
WELDING TO SEAT BACK
ONE NO
P.U.HANDAL PAIR
ONE PAIR
SEAT NAD BACK PAIR
ONE PAIR
Seal & signature of the tenderer
Page 28 of 56
SPECIFICATIONS FOR REVOLVING CHAIR HIGH BACK)
( Drawing No. MSSIDC/RCT/HBC – 004 )
1)
OVERALL SIZE :
Width : 650 mm, Depth : 650 mm, Height : 1050 mm to 1150 mm – adjustable.
2)
SEAT :
The size of the seat should be 460 mm x 460 mm ( approx). The seat should be
made up of 12 mm thick hot pressed plywood upholstered with fabric and foam of 40
to 50 density, 50 mm thick. The foam shall be covered with good quality acrylic
cotton fabric tapestry. The height of the seat should be adjustable from 400 to 510
mm.
3)
BACK :
The size of the back should be 460 mm x 610 mm ( approx. ). The back should be
made up of 12 mm thick hot pressed plywood upholstered with fabric and foam of
40 to 50 density, 50 mm thick. The foam shall be covered with good quality acrylic
cotton fabric tapestry.
4)
ARM RESTS :
The arm rests should be one piece and made out of black integral sikin polyurethane
and reinforced with MS insert and scratch and weather resistant.
5)
PEDESTAL ASSEMBLY :
The Pedestal assembly should be made out of five prongs welded together centrally
with M.S. Pedestal bush.
6)
CASTORS :
The twin wheel castors should be provided made out of injection molding in black
nylon.
7)
MECHANISM :
The chair should have Gas Lift mechanism for adjustment of height.
8)
COLOUR :
All metal parts should be coated with epoxy polyester powder of black or any other
colour of consinee’s choice and coated film of minimum 50 micron. All metal parts
should be thoroughly pre-treated by individual hot dip tank process including
degreasing , pickling , phosphating. All these processes must be done in-house only.
These works cannot be outsourced. All the treated material should be then coated
with epoxy polyester powder with minimum 50 micron thick and oven baked at 180
to 200 centigrade.
9)
PACKING :
The product shall be packed in such a way that no damage is caused to them during
the transit i.e. each product is to be properly packed in corrugated sheets / plastic
sheets / gunny bas etc. as per standard practice and requirement of the product to
avoid damages in transit.
The REVOLVING CHAIR HIGH BACK should be manufactured as per drawing No.
MSSIDC / RCT/HBC/004.
Seal & signature of the tenderer
Page 29 of 56
TIME SCHEDULE OF THE TENDER
1
TENDER NO.
MSSIDC/RCT/07/COMPUTER FURNITURE/20142015
2
COST OF TENDER FORM
RS.2000/- Non-refundable, by D.D. in favor of
MSSIDC LTD OR by cash
3
SALE OF TENDER
DOCUMENTS AND PERIOD
FOR SUBMISSION OF
DD/CASH TOWARDS THE
COST OF BLANK TENDER
From 21.4.2014 to 12.5.2014 . up to 15.00 hrs.
The prospective bidders will be authorized to
download the tender from the website
https://mssidc.maharashtra.etenders.in. only after the
bidders have deposited the Demand Draft /by cash
towards cost of blank Tender form as mentioned
above.
4
LAST DATE FOR
SUBMISSION OF SAMPLES
5
PRE BID MEETING
6
SCHEDULE OF E-TENDERING ACTIVITY
Sr.
No.
On or before
21.5.2014 upto 15.00 Hrs. at
Divisional Offices of the Corporation as per
Annexure ‘I’
Pre bid meeting will be held on 29.4.2014
at 3.00 P.M. at M.S.S.I.D.C.Ltd., Krupanidhi,
9 Walchand Hirachand Marg, Ballard Estate,
Mumbai.
Activities
Start
Expiry
Date
Time
Date
Time
1
Online Tender Release
16.4.2014
10:00 Hrs
21.4.2014
16:00 Hrs
2
Online Tender documents
download
21-4-2014
16:01 Hrs
12.5.2014
17.00 Hrs
3
Online Bid preparation
21.4.2014
16:01 Hrs
21.5.2014
17:00 Hrs
4
Online Technical bid closing
21.5.2014
17:01 Hrs
23.5.2014
17:00 Hrs
5
Online Commercial bid
closing
21.5.2014
17:01 Hrs
23.5.2014
17:00 Hrs
6
Online submission of Bid
23.05.2014
17:01 Hrs
28.5.2014
17:00 Hrs
7
Online Tender opening
(Technical)
29.5.2014
10:00 Hrs
30.6.2014
17:00 Hrs
8
Online Tender opening
(Commercial)
29.5.2014
10:00 Hrs
30.6.2014
17:00 Hrs
NOTE : All bid related activities (process) like tender download, bid preparation , bid
submission and bid opening will be governed by time schedule under the key dates
mentioned in above schedule. The venue for opening of bids and pre bid meeting will be at
Head Office Mumbai.
Seal & signature of the tenderer
Page 30 of 56
In accordance with the G.R. SPO.1088 /(2512)/ IND-6 dated 02.01.1992 issued by the
Government of Maharashtra, the General Manager (Marketing),Maharashtra Small Scale
Industries Development Corporation Limited, Krupanidhi, 9 Walchand Hirachand Marg,
Ballard Estate, Mumbai 400 001, invites online digitally sealed tenders in Two Bid System
from small, scale industries, for finalization of Rate Contract for supply of COMPUTER
FURNITURE for the year 2014-15.
1.
INSTRUCTIONS TO TENDERERS
1.1
The Tenders shall be submitted online through “e” tendering process only. No tender
will be accepted manually or through fax etc.
1.2
The Tender form will be available online only. No tender form shall be sold/issued
manually from any of the office of the MSSIDC.
1.3
The tender document will be uploaded / released on Govt. of Maharashtra
e-tendering website http://mssidc.maharashtra.etenders.in . The tenderer is required
to download the tender document from this website as per the schedule of activities
for online tender document download.
1.4
The tenderer has to pay the cost of the tender document by a demand draft drawn in
favour of MSSIDC Ltd. at any of the Divisional Offices. To download the tender
document from the website, the tenderer is required to fill the details of the demand
draft he has drawn towards the cost of the tender documents. The tender documents
downloaded without filling the details of the demand draft of tender cost shall not be
considered as valid tender document.
1.5
At the time of downloading the tender, the tenderer has to fill the details of demand
draft towards the cost of the tender documents and generate e-receipt. If e-receipt is
not generated, then tenderer will not be able to upload the tender document and the
Corporation will not be responsible, if the tenderer fails to upload the tender
document due to non generation of e-receipt.
1.6
The tenderer is required to deposit the demand draft drawn towards the cost of the
tender document at any of the Divisional Offices of the Corporation on any working
day excluding Saturday, Sunday and Govt. holidays (between 10.30 am to 5.00
pm.), as per the addresses given at Appendix No.02
1.7
The tenderer is required to get photo copy of the demand draft which he has drawn
towards the cost of tender and upload the photo copy of the demand draft at the time
of uploading the documents required for technical bid.
1.8
1.9
The tenderer is required to download the tender document within the schedule of
activity for online tender document download. After expiry of the date and time for
tender document download, the Corporation shall not be responsible for any failure
on the part of tenderer for not downloading the document within the scheduled time
even though he has paid the cost of the tender to the Corporation. In such case, the
cost of the tender paid by the tenderer shall not be refunded.
During the activity of bid preparation, the tenderer is required to upload all the
documents mentioned in the terms & conditions of the technical bid by scanning the
documents and uploading it in the PDF format or Zip file. This activity of uploading
the documents as well as preparation of commercial bid and other Appendices
Seal & signature of the tenderer
Page 31 of 56
enclosed with the tender, shall be completed within the schedule given for bid
preparation. The tenderer will not be able to submit the technical as well as
commercial documents after closing of bid preparation as per time schedule.
1.10
After bid preparation, the tenderer is required to submit the bid again during the
activity of submission of bid without which the tender will not be submitted.
1.11
The tenders submitted online will be opened on the schedule date before the
participants. At the time of opening of the technical bid the tenderer should bring all
the original documents which has been uploaded along with the technical bid so that
same can be verified at the time of opening of technical bid, if required by the tender
opening committee. If the tenderer fails to produce the original documents at the time
of opening of technical bid then the decision of the committee taken on the basis of
document uploaded will be final and binding on the tenderer.
1.12
As the tenders are invited online, tenderers are required to upload tender as per
the schedule given. The Corporation is not responsible for failure on the part of
tenderer to upload tender within the time schedule. In case of any help required for
this purpose the tenderer shall contact to help line of e-tendering agency M/s. Sify
Nex Tenders on telephone nos. 020- 253 155 55. , 56 & 022-26611117(Extn.25/26)
M – 9167969601 & 04
1.13
Tenderers are requested to go carefully through the process of e-tendering given on
the website of https://mssidc.maharashtra.etenders.in, to avoid disqualification of
their tender on any ground.
1.14
The tenderer is required to pay tender processing fee of Rs.1038.00 per tender to
e-tendering agency, M/s. Sify Nex Tenders, at the time of filing of their tender
through e-payment (through credit cards/debit card/net banking). Details of different
modes of online payment to e-tendering service provider is as per Appendix No.10.
Non payment of fees will result in non submission of the tender and Corporation will
not be responsible if the tenderer is not able to submit their offer due to non payment
of processing fees to the e-tendering agency.
1.15
Any amendment to the tender will be placed on the e-tendering website of the Govt.
of Maharashtra. The tenderer will not be communicated separately regarding the
amendment. The tenderer should download the amendment. The signed and sealed
copy of amendments shall be uploaded during uploading of technical bid as it is
being a part of technical documents. However, if the tenderer fails to upload these
amendment then it will be presumed that the tenderer has quoted his/ her rates by
taking the note of these amendments.
2.
SUBMISSSION OF TENDER
The tender is divided in two parts and required to be submitted online only .
Technical Bid (PART I) - Contains technical information such as detail drawing
and technical specifications, terms & conditions of the tender, documents required to
be submitted to become qualified for opening of commercial bid, special terms &
conditions of the tender, general terms & conditions of the tender, instructions to the
tenderer for submission of the tender, other Appendices required to be submitted by
the tenderer along with the technical bid, confirmation to tender terms & conditions.
Seal & signature of the tenderer
Page 32 of 56
Detailed specification & drawing of the tendered items shall be as per Appendix
No.01
Commercial Bid (PART II ) - Contains price bid to be filled in by the tenderer.
3.
TECHNICAL BID( PART I)
Technical bid shall contain following Compulsory documents duly certified by
Gazetted Officer or Divisional Manager or Deputy Manager, MSSIDC Ltd. These
documents shall be in the form of PDF files / scanned image, if required in Zip file.
These documents needs to be digitally signed by the tenderer and uploaded in the
technical bid during online bid preparation stage.
a) A Copy of Demand Draft / Money Receipt drawn in the name of M.S.S.D.C.Ltd .
towards the cost of blank tender documents. No exemption is granted for payment
of tender cost (including unit registered with NSIC). Tender submitted without
payment of tender cost will be treated as invalid tender.
b) The tenderer participating first time or not holding the rate contract of the
Corporation ( Rate contract for supply of Steel furniture with powder coating /
Computer furniture ) for the year 2013-14 has to pay factory inspection charges of
Rs.10,000/- by demand Draft drawn in the name of M.S.S.I.D.C.Ltd to ascertain
capability and capacity of the tenderer to manufacture tendered items, shall be
deposited at any Divisional Office of MSSIDC and copy of demand draft shall be
uploaded in technical bid. The Inspecting authority will carry out inspection of the
factory to ascertain capability and capacity of the tenderer to manufacture
tendered items. The tenderer who will be approved by the inspecting agency
during factory inspection, will only be taken for consideration for opening of
commercial bid.
c) Acknowledgement of samples
A Copy of acknowledgement towards receipt of samples by the Divisional Office.
d) Copy of permanent SSI Registration Certificate issued by Director of Industries,
Government of Maharashtra in case of SSI unit & registration certificate from
competent authorities in case of medium & large scale industrise with the
inclusion of tender product (Complete set ).
e) PAN Card:
Copy of PAN card in the name of firm in case of Partnership or Private Limited
Company or in the name of Proprietor in case of Proprietary firm. New tenderers
who have not completed one year of production on the date of opening of the
tender shall be exempted from submission of PAN card . Such tenderer shall
furnish duly acknowledged copy of the application made to the IT authorities for
permanent account number, under Income-Tax Act.
f) Copy of Value Added Tax (VAT)/TIN Registration Certificate.
g) Value Added Tax (VAT) :Value Added Tax Clearance Certificate as on 31.12.2013 in Form No.415 . In
case the Value Added Tax Clearance Certificate in Form No.415 valid on the
date of opening of the tender is not uploaded, a copy of application in Form
Seal & signature of the tenderer
Page 33 of 56
No.414 submitted to Sales Tax Department for issue of Value Added Tax
Clearance Certificate should be uploaded. However, the units should submit the
Value Added Tax Clearance Certificate before 11.00 a.m. on the scheduled date
of opening of commercial bid.
h) E.M.D. : The medium scale & large scale units will have to deposit the Earnest
Money Deposit equivalent to 3% of their monthly committed supply capacity by
Demand Draft drawn in favor of M.S.S.I.D.C. Limited,” in concerned
Divisional Office of MSSIDC. Copy of DD be uploaded
N.B. : If any of the documents from the compulsory documents as mentioned
above are not uploaded in the technical bid ( Part – I ), such tender will be
treated as invalid.
3.1
3.2
ADDITIONAL DOCUMENTS TO BE SUBMITTED BY THE TENDERER
(i)
Statement indicating last 3 years sales turnover / Balance Sheet duly
certified by Chartered Accountant, ( Not applicable to new units.) Units
completing less than 3 years are required to submit statement for the
completed years.
(ii)
If the tenderer is awarded rate contract by DGS&D then copy of rate contract
should be submitted in the technical bid. If the rate contract is not awarded by
DGS&D then the undertaking as per per appendix no. 04 on the letter-head
duly signed & sealed and upload the same in technical bid.
(iii)
A copy of the statement indicating existing plant & machinery, testing facilities
installed in the factory duly certified by the Chartered Accountant with his seal
and signature indicating registration number of the C.A.
(iv)
Tenderer has to upload details as per Appendix
given format
(v)
The unit participating in the tender shall fill all information in the enclosed
appendix no. 03 and upload the same in technical bid.
(vi)
In cases where mistakes / lapses are observed in respect of VAT clearance
and additional documents / certificates as specified, submitted with Technical
Bid, the concerned tenderer should submit / rectify the same before 11.00
a.m. ( Eleven A.M. ) on the due date of opening of the Envelope – II i.e. Price
Bid failing which such tenders shall be deemed to be invalid and Price Bid of
such tenderers shall not be opened. Name of disqualified tenderers will be
announced before opening of the Envelope – II.
(vii)
Tenderers submitting insufficient information and / or not fulfilling tender
conditions and / or not accepting conditions specified in the tender shall be
liable for disqualification and Price Bid submitted by such tenderers in
Envelope II shall not be opened
(viii)
Tenderer will have to upload self declaration in appendix- No11. that their
unit is not black listed by MSSIDC or any Govt./Semi Gov .Departments etc..
06, 07, 08 & 09 , in the
SPECIAL TERMS & CONDITIONS OF THE TENDER.
Seal & signature of the tenderer
Page 34 of 56
(i)
Submission of sample
a) The tenderers are required to submit samples of the items for which rate is
quoted in the tender as per specification given in Appendix No.05 . The
sample shall be submitted to H.O. or Divisional Office or place informed by
our office. The tenderer should get the details of the place where the
samples are to be submitted from the concerned Divisional Office / Head
Office. The sample submitted by the tenderer , will be got inspected from
the Inspection Agency and only offer of the approved sample of the tenderer
will be taken for consideration. Details of groupwise samples to be
submitted are as per Appendix No.05.
b) The sample if damaged during storage / inspection, the tenderer shall not
complain about the same and that no compensation will be paid on this
account.
c) Inspecting authority is advised to put permanent mark for accepted /
approved samples at prominent place and shall not be scratchable /
removable and shall be temper proof.
d) It is the responsibility of the tenderer to preserve the accepted / approved
samples at their factory site till the completion of contractual period for
verification / inspection as and when required.
e) Tenderer should bear all the costs for preparation, transport of the samples
to inspection site and back to factory site.
(ii)
Pre-despatch inspection :
(iii)
As per Govt. directives, pre-dispatch inspection of the stores shall be carried
out at tenderer’s factory premises by independent Govt. Inspection Agency
i.e. Govt. Engineering College / Govt. Polytechnic and any other inspecting
agency as per the choice of the MSSIDC Ltd / Indenter / Consignee.
Inspection charges, if any, shall be borne by the tenderer.
Capability Assessment
The tenderer unit during capability assessment should present original
documents for verification. All the machinery available with the tenderer unit
should be in good working conditions. The tenderer unit should give objective
evidence of their process capacity of manufacturing furniture in question, to
the governing specifications.
(iv)
Packing :
The product shall be packed in such a way that no damage is caused to
them during the transit i.e. each product is to be properly packed in
corrugated sheets / plastic sheets / gunny bas etc. as per standard practice
and requirement of the product to avoid damages in transit. Damaged goods
(dents/wear off of paint / other minor scratches etc.) shall not be considered
as acceptable quality of goods.
(v)
Inspection cum Certificate of Acceptance ( Delivery Challan ) :
Unit should ensure that product is delivered without damage and have been
accepted by the purchaser (consignee) or its authorized person,
Seal & signature of the tenderer
Page 35 of 56
unconditionally. Thereafter, Inspection cum Certificate of Acceptance
(Delivery Challan) should be obtained , in the prescribed format of MSSIDC,
from the purchaser (consignee) or its authorized person along with his name,
signature & seal, date and the same shall be submitted along with invoice
(bill) .
(vi)
Marking on product
As far as possible, all products shall be embossed at front side, at lower
position of doors of storage unit or at visible place for other items, but in no
case embossing shall be done at under side of the top or bottom of the
product. The embossing shall include :‘MSSIDC / ______________________ / __________________’ (Financial
year of supply ) (Manufacturer’s name)
e.g. 1) Cupboard supplied by M/s YYY in the month of March, 2014 shall be
embossed as follows :
‘MSSIDC/2013-14/M/s YYY’
e.g. 2) Cupboard supplied by M/s YYY in the month of April, 2014
shall be embossed as follows :
‘MSSIDC/2014-15/M/s YYY’ The product delivered without marking on the
product as above, will not be considered as delivered and payment will not be
made.
(vii)
Bill Of Material:The item wise bill of material shown in the specifications and drawings is
indicative only.
(viii) Estimated Rates:The estimated rates given in the rate schedule are based on current market
rates of raw material and are indicative only. If the tenderer quotes rate 3%
below / above estimated rate, then tenderer is required to submit detailed rate
analysis. If the rate analysis submitted by the tenderer is not justifiable, then
in such cases MSSIDC reserves the right not to award rate contract for such
items to the tenderer.
(ix)
INSPECTION CHARGES FOR CAPABILITY & CAPACITY ASSESSMENT
Tenderer participating in the tender for rate contract for supply of steel furniture and
computer furniture are required to pay Rs.10,000/- towards inspection charges for
capacity and capability assessment of unit to manufacture the tendered furniture.
Tenderer participating both the tenders are required to submit only one D.D. of
Rs.10,000/- towards inspection charges
3.3
List of Machinery
Seal & signature of the tenderer
Page 36 of 56
The units participating in the tender must have following machinery installed at
factory address mentioned in the SSI registration issued by District Industries
Centre.
(1)
(2)
(3)
(4)
(5)
(6)
(7)
(8)
(9)
(12)
(13)
(14)
Shearing Machine.
Straightening M/C.
Welding M/C. Elec / Gas / Spot.
Press M/C. Power Press / Hand Press.
Drilling M/C.
Bench Grinder M/C.
Gauges
Vernier, Micro Meter.
Tanks for degreasing derusting, pickling & phospheting, suitable for tendered
furniture items
Oven baking facility (air circulating & temperature control facility) suitable for
tendered furniture items.
Powder Coating Plant,(complete with gun, booth and baking plant) suitable for
powder coating of tendered furniture items.
Sheet bending M/C.
Pipe Bending M/C.
Welding Transformer.
4.
Specifications & price bid.
(i)
Specifications : As per Appendix No. 01 enclosed with part I of the tender.
(ii)
Rates :
a)The rates should be quoted per number basis in the Appendix No. A annexed to
this tender – Part II.
(10)
(11)
b)
(i) Rate quoted should be fixed & firm and inclusive of Free Delivery of Stores
at consignees stores / site anywhere in Maharashtra, inclusive of VAT,
excise duty, packing, transit insurance, loading & unloading charges,
stacking of the goods at consignees store / site, excluding Local Body Tax
(LBT) / octroi charges and local levies.
(ii) Rates quoted should be exclusive of Local Body Tax (LBT) / octroi charges
and local levies. These charges at actual shall be reimbursed by the
consignee who are not entitled to issue LBT / Octroi Exemption Certificate /
Exemption from local levies.
5.
GENERAL TERMS & CONDITIONS
Seal & signature of the tenderer
Page 37 of 56
(1)
MSSIDC ROLE
Vide Govt. Resolution No.SPO – 1088 / (2512) / IND-6 dated 2.1.92 State Govt. has
designated MSSIDC as the Govt. agency to finalize this tender and operate the Rate
Contract with approval of the Stores Purchase Committee of the Government.
(2)
RESERVATION OF ITEM :
Vide Govt. Resolution No.SPO – 1088 / (2512) / IND-6 dated 2.1.92 State Govt. has
reserved the item of Steel/Computer Furniture’s for exclusive purchase through SSI
unit from Maharashtra on rate contract . However, MSSIDC is allowed to supply steel
furniture through medium and large scale industries, as & when capacity of SSI units
to produce & supply furniture as per rate contract rates, terms & conditions is over.
(3)
PRICE VARIATION:
No Price variation on any account (statutory or otherwise) shall be admissible during the
currency of the contract or thereafter. Tenderer shall have to supply the stores at contracted
rates, terms & conditions during the currency of the contract.
(4)
MANUFACTURE OF GOODS :
It is a specific condition of the tender that the tenderer shall possess the necessary
plant & machinery of the requisite capacity and testing equipments / facilities for
manufacture and testing of the entire specified quantity of the goods which confirm to
the specifications/standards indicated in the tender and shall manufacture the same
himself for execution of orders under this tender. If it is subsequently discovered that
the tenderer has not complied with this condition, MSSIDC shall be entitled to
unilaterally terminate this contract and blacklist the tenderer from participating in
future tenders for supply of goods for such period as may be deemed necessary
from the date of such blacklisting. This shall be in addition to the other remedies to
which the MSSIDC can resort to.
(5)
(6)
ACCEPTANCE OF TENDER :
a)
MSSIDC reserves the right to accept any tender which has been deemed to
be substantially responsive.
b)
MSSIDC also reserves the right to offer rate approved by Central Store
Purchase Committee of Govt. of Maharashtra to all eligible tenderer subject
to acceptance by tenderer to supply the material as per the specifications,
terms and conditions of the tender at approved rate.
ACCEPTANCE OF ORDER :
On awarding the Rate contract, the renderer is required to supply the stores only
through MSSIDC Ltd. The renderer also confirms and agrees that he will not
undertake nor supply directly the tendered stores to any of the indenting depts. The
renderer further undertakes and confirms that he will not quote lower rates to
any of the Central/State Govt./Semi- Govt. Departments, organizations,
undertakings, etc. than the rates of Rate Contract accepted by the tenderer. Despite
this commitment and undertaking, if it is observed and noticed that without the prior
knowledge and approval of the corporation, the tenderer has quoted the lower
rates for supply of stores, then the tenderer is liable for penal action as the
Seal & signature of the tenderer
Page 38 of 56
Corporation may deem fit and necessary, including cancellation of the tenderer’s
contract and dis-associating unit from the Corporation’s Marketing Assistance
Scheme.
(7)
DELIVERY OF STORES :
a) i) The stores ordered under the Rate Contract should be dispatched by the
contractor Unit to the indenter/consignee only after its due inspection and
approval by the nominated inspection agency or consignee representative as the
case may be. Copy of the inspection report should be furnished to the
consignee/indenter along with the stores.
ii) If consignee desires to carry out the inspection of stores by their representative, in
addition to the inspection by inspection agency appointed for the purpose,
consignee may do so at their own cost.
b) Date of offer of stores for inspection made by the contractor in writing shall be taken
as date of delivery of material for the purpose of considering delivery period subject
to the conditions that :
i) Inspection call letter is sent along with inspection fee & acknowledgement
obtained thereon (fee not required to consignee inspection) at least 15 days in
advance before expiry of the delivery period.
ii) Delivery of the stores is completed within 15 days from the date of Inspection
Report.
(8)
DELIVERY PERIOD:
The stores ordered should be manufactured, inspected and delivered to the
consignee site/stores within a period of 30 days from the date of placement of order
or delivery period fixed, depending upon quantum of order mutually decided.
(9)
DELIVERY PERFORMANCE:
a) If unit fails to supply the stores within the delivery schedule further orders
shall not be placed with him till such time the pending orders are serviced.
b) The unit will be liable for dis-qualification for further orders, if he fails thrice to
adhere to the quality as well as delivery schedule and orders in hand shall be
cancelled at contractor’s risk and cost.
(10)
AGREEMENT & SECURITY DEPOSIT :
Tenderer accepting the contract is required to –
a) Pay security deposit of Rs. 50,000/- in form of Demand Draft or FDR/TDR drawn
in the name of MSSIDC Ltd. or pledged in favour of MSSIDC duly released by
the drawer. No interest will be paid on Security Deposit. . No exemption is
granted for payment of security deposit (including unit registered with NSIC)..
b)
(11)
Execute the agreement in the prescribed format on Rs.100/- Stamp Paper.
PERIOD OF THE CONTRACT :
Seal & signature of the tenderer
Page 39 of 56
The tenders are invited for fixing of Rate Contract for a period up to 30.6.2015 and
the same can be extended for a period of two months at such rates and terms as
may be mutually agreed upon.
(12)
DRAWAL OF STORES :
Drawal of quantity of stores against the rate contract is not guaranteed and not
binding on Corporation.
(13)
VALIDITY OF THE OFFER :
The validity of the offer shall be for 120 days from the date of opening of Envelope
No. II. The validity of these tenders can be further extended if required with the
consent of tenderers.
(14)
JURISDICTION :
As the tender is floated and finalized by MSSIDC in Mumbai and MSSIDC has
registered office in Mumbai, for any legal dispute arising out of this tender, Courts in
Brihan Mumbai will have exclusive jurisdiction.
(15)
PAYMENT TERMS :
Those units who have been awarded the Rate Contract will be considered for
placement of order by issuing supply orders in the prescribed form of the
Corporation. The payment term mentioned in the supply order are applicable to the
tenderer. As per the terms and condition of the supply order, the tenderer is eligible
to receive the payment as and when the Corporation receives the payment from the
consignee against the supplies.
(16)
RECOVERY OF DUES :
Whenever any claim arises for the payment by reason of default by the unit ,
MSSIDC shall be entitled to recover such amount by appropriating (in whole or part)
any amount retained by MSSIDC on behalf of the unit and/or any amount due to
the unit from any of the Govt. consignee on any account whatsoever. If such
appropriated sum is not sufficient to cover the full amount recoverable/due from the
unit, the unit shall on demand pay to the MSSIDC the balance amount due.
(17)
FALLS CLAUSE :
(18)
It is a condition of the contract that all through the currency of the rate contract with
MSSIDC, the Rate at which rate contract holder would supply the stores to any
customer shall not be lower than the rate contract rate and in case the stores are
supplied by the Rate contract holder at lower rate (lower than the Rate Contract
rate), all subsequent supplies made to MSSIDC under the Rate contract will be
deemed to have been made at such lower price changed by RC holders to other
and he shall be paid accordingly as such lower price. It shall be mandatory on the
part of Rate Contract holder to promptly furnish such information in writing to
MSSIDC and obtain acknowledgement thereof, failing which it shall be deemed to be
breach of Rate Contract and RC holder shall make himself liable for the action as
may be deemed necessary including debarment from the existing contract and
participation in future Rate contracts for such period as may be decided by MSSIDC.
GUARANTEE / WARRANTY :
Seal & signature of the tenderer
Page 40 of 56
The renderer should give warranty that the stores supplied under the rate contract
shall be strictly in accordance with the specifications and shall guarantee that stores
supplied shall continue to confirm to the description, specification and quality for a
period of 12 months from the date of receipt of stores by the indenter/consignee.
(19)
REPLACEMENT OF DEFECTIVE STORES :
The contractor shall replace defective stores with stores conforming with the
specifications laid down in the tender within 15 days from the date of receipt of letter
from Corporation for replacement of defective stores.
(20)
FORCE MAJEURE CLAUSE
If 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 by reason of any War, Hostility, Act of Public Enemy, Civil commotion,
Sabotage, Fire, Floods, Explosions or any other acts beyond its control being acts of
God (hereinafter referred to as ‘events’) it shall immediately give a notice of the
same to the other party.
In case the unit pleads that he is delayed or prevented either wholly or partially from
performing his part of the contract by giving the notice as aforesaid, the MSSIDC
shall verify and satisfy itself the occurrence/continuance of such events and take
such of action as may be deemed necessary and the action so taken by MSSIDC
shall be binding on the tenderer.
(21)
LIQUIDATED DAMAGES:
In case the unit fails to deliver the stores of any consignment thereof, within the
contracted period of delivery or in case the stores are found not in accordance with
the prescribed specifications and/or approved sample, the MSSIDC shall exercise its
discretionary power either –
a) to recover from the unit as liquidated damages sum equivalent to ½% of the price of
the undelivered stores at the stipulated rate for each week or part thereof during
which the delivery of such stores may be delayed subject to a maximum limit of 10%
of value in case of any order not exceeding Rs.1 lakh and 5% of value in case of an
order exceeding Rs.1 lakh at the stipulated price of the stores so ‘undelivered’.
MSSIDC shall be entitled to deduct/recover the amount of liquidated damages from
the current bill payable to the unit or any other amount due as payable to him
against this or any other amount due as payable to him against this or any other
contract from MSSIDC or from any of the Govt. consignee.
OR
To cancel the contract and to purchase elsewhere on unit’s account the stores so
undelivered at the risk and cost of the contractor. In addition to this, to take any
other action as may be deemed necessary including blacklisting of the unit ,
forfeiture of security deposit, etc.
Seal & signature of the tenderer
Page 41 of 56
(22)
REBATE PAID TO MSSIDC :
The tenderer on awarding of the contract shall supply the stores / material only
through MSSIDC. The tenderers are required to pay rebate at the rate of 6% of the
bill value excluding VAT to MSSIDC.
(23)
TENDERERS OBLIGATION OF EXECUTION OF CONTRACTORS ORDER
AND PAYMENT OF REBATE THEREOF:
On awarding the contract, it will be binding on the successful tenderer units to
execute the orders received from the Contractors against Government/Semi
Government Contracts through the Corporation only and in no case such orders will
be executed directly. In case it is observed that the orders are executed directly it
will be treated as breach of the Contract and the name of such unit will be deleted
from the Rate Contract.
The successful tenderer unit on awarding the Rate Contract, accepting the orders
from the Corporation towards supply of the materials to the Contractors against Rate
Contract will be liable to pay the rebate irrespective of their execution or nonexecution of order once the same has been accepted by them and not cancelled by
MSSIDC.
(24)
GOVERNMENT DIRECTIVES :
All specific govt. directives concerning Govt. Purchase Program as have been
issued from time to time shall be applicable irrespective of the fact that it has not
been incorporated in this tender specifically.
(25) .
MSSIDC’s Supply Order :
All the terms & conditions of the supply order issued by the Corporation,
against rate contract from time to time shall be applicable and binding on the
Rate Contract holder , irrespective of the fact that it has not been incorporated
in this tender specifically.
(26)
DELAYED PAYMENT :
As per the Section 15 of the Micro, Small & Medium Enterprise Development Act,
2006 “Where any supplier supplies any goods or renders any services to any buyer,
the buyer shall make payment therefore on or before the date agreed upon between
him and the supplier in writing or where there is no agreement in this behalf, before
the appointed day.
Provided that in no case the period agreed upon between the supplier and the buyer
in writing shall exceed forty-five days from the date of acceptance or the day of
deemed acceptance.
As such under no circumstances, the Govt. consignee shall not delay the payment
due to MSSIDC beyond 45 days or earlier as agreed to while placing the order.
Seal & signature of the tenderer
Page 42 of 56
MSSIDC being a nodal agency nominated by the Govt. of Maharashtra to operate
the Rate Contract vide GR dt.02.01.1992, it may please be noted that the indenter /
consignee who are the ultimate beneficiary and actual consumer of the stores, shall
only be solely responsible for the interest on the delayed payment beyond the
stipulated 45 days or earlier as agreed to as referred to above. The consignor unit
shall be not raise any interest claim on the Corporation.
(27)
Submission of the Tender :
The tender is divided in two parts and is required to be submitted online only. The
tender submitted through telex / telegram / fax / E-mail / by post / by hand / by
courier / and / or without tender documents will not be accepted .
MSSIDC reserves the right to accept or reject any or all tenders without
assigning any reason whatsoever and the decision of MSSIDC in this regard
shall be final and binding on all tenderers.
Signature and Seal of the Tenderer
Date
:
PLACE:
Appendix No.02
Seal & signature of the tenderer
Page 43 of 56
Appendix No.03
ADDRESS, TELEPHONE & FAX NOS. OF
MSSIDC HEAD OFFICE & DIVISIONAL OFFICES
OFFICE
HEAD OFFICE
DIST. COVERED
ADDRESS
“Krupanidhi”,
9, Walchand Hirachand
Marg,Ballard Estate,
Mumbai - 400 001
th
TELEPHONE NOS.
Mumbai
Tel. No. : 022– 22611121/ 22/
23/22615626
Fax No. : 022– 22614939/
22614824
PUNE DIVISION
Kamala Chambers, 4
floor, 687, Budhwar
Peth, Near Prabhat
Talkies,Bajirao Road,
Pune - 411 002
Pune, Sangli,
Satara, Kolhapur
& Solapur
Tel. No. : 020 – 24430482
Fax No. : 020 – 24486860
NASIK DIVISION
P-5,MIDC, Satpur,
Near SBI,Trimbak Road,
Nashik 422 007
Nashik,Jalgaon,
Ahemadnagar,
Dhule & andurbar
Tel. No. : 0253 – 2350151 /
2353085
Fax No. : 0253 – 2350012
AURANGABAD
DIVISION
Vikas Bhavan, 3 Floor,
Rajendra Prasad Road,
Aurangabad - 431 001
Aurangabad, Beed
& Jalana
Tel. No. : 0240 – 2331138 /
2344048
Fax No. : 0240 – 2331035
AMRAVATI
DIVISION
Shidore Plots, Camp,
Amravati - 444 602
Amravati,
Yavatmal, Akola,
Buldhana &
Washim
Tel. No. : 0721 – 2662374 /
2665698
Fax No. : 0721 – 2665698
NANDED
DIVISION
B – 2, Nanded Co-op.
Ind. Estate,College
Road,
Nanded - 431 602
Nanded, Parbhani
& Hingoli.
Tel. No. : 02462 – 242060
Fax No. : 02462 – 234969
NAGPUR
DIVISION
11, Farmland Layout,
Near Shakti Offset, Jail
Road,
Nagpur.
Nagpur,
Gadchiroli,
Bhandara,
Wardha,
Chandrapur &
Gondia
Tel. No. : 0712 – 2422484 /
2423544 /45
Fax No. : 0712 – 2423825
LATUR DIVISION
Chilkote Bldg., Tilak
Nagar,
Latur - 413 512
Latur &
Usmanabad
Tel. No. : 02382 – 245133
Fax No. : 02382 – 245133
THANE
( KONKAN
DIVISION )
1/3, Himgiri Co.Op. Hsg.
Society Ltd., Veena
Nagar Phase-II, Near
Vertex Hospital, Mulund(West), Mumbai – 400
080
Thane, Navi
Mumbai,
Ratnagiri,
Sindhudurg &
Alibag
rd
Seal & signature of the tenderer
Tel. No. : 022-21649952
21640983
Fax No. :
Page 44 of 56
INFORMATION TO BE FURNISHED BY THE TENDERER FOR CAPABILITY AND
CAPCITY ASSESSMENT OF THE TENDERER
(To be enclosed along with technical bid) (Part – I)
(Note : Tenderer must read the enclosed Terms and Conditions before filling up the
particulars in this form.)
1.
Particulars of Tenderer :
(i)
Name of the Manufacturer
-----------------------------------------------(ii)
SSI Registration No. and Year of Registration
(with Documentary Evidence)
-----------------------------------------------(iii) Office Address and Tel. No.
----------------------------------------------------------------------------------------------2.
* Past Experience – As Annexure - VI
2.1 Total period of experience in manufacturing etc along with the names of the
organisation. The copy of work order for each year may be enclosed.
2.2
Has the firm ever been debarred/
Yes / No.
Black listed by any organization ?
-----------------------------------------------------If ‘Yes’ the details there of.
-----------------------------------------------------2.3
Details of Award/Certificate of
-----------------------------------------------------Merit etc. received from any Board/
-----------------------------------------------------University/Organisation. (Please
-----------------------------------------------------Attach Copy of certificate (s)
-----------------------------------------------------2.4
a)
Essential pre-requisite (Infrastructural detail)
Physical / Capital :
i. List of machinery available certified by C.A.
(Yes / No)
ii. Capacity of the machines installed as (Annexure – VII)
(Yes / No)
iii. Space available for storing raw material manufacturing an Area in sq. fts.
finished goods.
Open Close b)
Financial :
i) Annual turn over (during last three financial year) - 2011-12Rs. ..................
enclose copies of balance sheet
2012-13 Rs. ..................
only certified by C.A.
2013-14 Rs. ..................
3.
Type of Organization
(Govt. Undertaking, Public Ltd., Pvt.
Ltd., Partnership/Proprietary)
4.
Full Name(s) of the Owners / Directors
If Company is Pvt. Ltd.,
Address & Telephone No.
5.
If Partnership firm,
Seal & signature of the tenderer
Page 45 of 56
(a) Names of the Partners & their addresses
(b) Whether Partnership Deed is registered
(enclose copy of deed)
_____________________________
_____________________________
______________________________
______________________________
______________________________
______________________________
6.
Is your firm registered under following Acts? If so, please furnish details :
(a) The Indian Companies Registration No.
Date Act, 1956
(b) The Indian Partnership Registration No.
Date Act 1932
(c) A Sole proprietary business
(d) Under Society
7.
Detailed List of Employees - (As Annexure – VIII)
8.
How many Shifts do you normally run?
9.
Name & Address of your Bankers
with Bank A/c. No. stating the name
in which the account stands and
notify change, if any, effected.
10.
Are you on the list of approved unit
of Any other Govt. / SemiGovt./Govt. recognized Inst.)
(Provide certificate for the same)
11.
Names of 5 major buyers to whom
unit services were provided in
preceding five years.
12.
Whether there is any litigation against your
firm pending in the Court of Law.
If yes Please give details.
13.
Whether your firm is black listed by
any Public Sector, Govt. offices in
India. If so, give details. (enclose
undertaking as per Annexure)
14.
Whether any part of your property is
pledged / hypothecated to any
Financial or similar Institution. If so,
please give details
15.
Any other information which is not
covered in the form but you
consider necessary.
Seal & signature of the tenderer
Yes / No
Page 46 of 56
16.
DECLARATION :
I/We____________________________________________________________________,
Designation
__________________,
of
the
(Name
of
the
firm
_____________________________) the undersigned, hereby declare that the above
information is true and correct.
I/We also declare that and confirm all the operation processes/treatment is carried out
our/my own unit.
Date :
Address _________________________________
________________________________________
________________________________________
Seal & signature of the tenderer
Page 47 of 56
Appendix No.04
(To be submitted on Tenderer’s letterhead only)
Self Declaration
I/We ____________________________________________________________________,
Designation
__________________,
of
the
(Name
of
the
firm
__________________________________ ) the undersigned, hereby declare that we have
not awarded any rate contract by DGS&D for the year 2013--2014.
Date :
Signature and Seal of the Tenderer
Address _________________________________
________________________________________
________________________________________
Seal & signature of the tenderer
Page 48 of 56
Appendix No.05
DETAILS OF GROUPWISE SAMPLES TO BE SUBMITTED
Sr. No.
1
GROUP / ITEM
Printer Table
SAMPLE TO BE
SUBMITTED
One
(DRG No.MSSIDC/RCT/CPT-001)
2
Computer Table Works Station
One
(DRG No.MSSIDC/RCT/CT-002)
3
Computer Table Super Works Station
One
(DRG No.MSSIDC/RCT/CTS-003)
4
Premier Works Chair with Arms
(DRG No. MSSIDC/RCT/PWC-006)
Premier Works Chair with
Arms
Premier Works Chair without Arms
(DRG No.MSSIDC/RCT/ PWC-007)
5
Revolving Chair Low Back
Revolving Chair High Back
(Drawing No.MSSIDC/RCT/ LBC-005)
Revolving Chair High Back
(Drawing No.MSSIDC/RCT/ HBC-004)
Seal & signature of the tenderer
Page 49 of 56
Appendix No.06
(To be submitted on manufacture’s letterhead only)
Past Performance
Sr.
Year
Name of the
Organization
Quantity
supplied
Value of
Contract
Details of work
Executed (enclosed
copies of completion
certificates)
1
2
3
Seal & signature of the tenderer
Page 50 of 56
Appendix No.07
(To be submitted on manufacture’s letterhead only)
Detailed List of Machinery installed in the unit
Name of
machinery
Make
Seal & signature of the tenderer
Size
Year of Mfg.
Commissioning
Production
Capacity
Page 51 of 56
Appendix No. 08
(To be submitted on manufacture’s letterhead only)
Detailed List of Employees
Name of
Employee
Designation
Seal & signature of the tenderer
Skilled /
Unskilled
Qualification
Works
Experience
Page 52 of 56
Appendix No.09
(On Tenderer’s Letterhead)
UNDERTAKING FROM THE TENDERER
We hereby confirm having read and understood all the terms & conditions of the tender
under reference and we hereby accept the same unequivocally without any reservation and
we shall not alter/add/delete any of the conditions of the tender or part thereof.
We further declare that –
1. We shall make our own arrangement for procurement of requisite raw material.
2. We shall not stipulate our own terms & conditions, and if stipulated, same shall not
form part of this tender.
ADDRESS :
TENDERER
AUTHORISED SIGNATORY OF
1) OFFICE :
PHONE NO.:
MOBILE NO. :
FAX NO./E.MAIL ADDRESS :
2) FACTORY
PHONE NO.:
FAX NO/E.MAIL ADDRESS :
DATE :
SEAL
Seal & signature of the tenderer
Page 53 of 56
Appendix No. 10
Details of Different Modes of Online Payment to e-Tendering Service Provider:
The interested contractors / bidders will have to make online payment (using credit
card/debit card/net banking/Cash Card) of Rs. 1038/- (inclusive of all taxes) per bid per
tender to online service provider of e-Tendering system (Sify NexTenders) at the time of
entering online Bid Submission stage of the tender schedule.
Credit Card
15- IDBI Bank
1- American Express
16- Indian Overseas Bank
2- Diners Club Card
17- IndusInd Bank
3- JCB Card
18- ING Vysya Bank
4- Visa
19- Jammu & Kashmir Bank
20- Karnataka Bank
Debit Card
21- Karur Vysya Bank
1- Canara Bank Debit Card (ATM card)
22- Kotak Mahindra Bank
2- CitiBank Debit Card (IPIN)
23- Laxmi Vilas Bank Net Banking
3- Indian Overseas Bank Debit Card (ATM PIN)
24- Oriental Bank of Commerce
4- Punjab National Bank Debit Card (ATM PIN)
25- Punjab National Bank Corporate
Accounts
5- State Bank of India Debit Card (ATM PIN)
26- Punjab National Bank Retail Accounts
6- Union Bank of India Debit Card (ATM PIN)
27- Royal Bank of Scotland N.V.
7- Any Indian Bank Issued Visa Debit Card
(Verified by VISA)
28- South Indian Bank
29- Standard Chartered Bank
Net Banking (Direct Debit to Bank
Accounts)
30- State Bank of India
1- Andhra Bank
31- State Bank of Mysore
2- Axis Bank
32- State Bank of Travancore
3- Bank of Bahrain & Kuwait
33- Syndicate Bank
4- Bank of Baroda corporate accounts
34- Tamilnad Mercantile Bank
5- Bank of Baroda retail accounts
35- Union Bank of India
6- Bank of India
36- Vijaya Bank
7- Bank of Maharashtra
37- Yes Bank
8- Bank of Rajasthan
9- CitiBank Bank Account Online
Cash card
10- City Union Bank
1- Done card
11- Corporation Bank
2- Itz card / noQ 24X7
12- Deutsche Bank
13- Federal Bank
Mobile payments
14- HDFC Bank
1- state Bank of India/paymate
Seal & signature of the tenderer
Page 54 of 56
Appendix-11
Undertaking from the Tenderer regarding non-blacklisting
(To be submitted on Tenderer’s letterhead only)
Self Declaration
I/We
___________________________________________________________________,
Designation
__________________,
of
the
(Name
of
the
firm
__________________________________ ) the undersigned, hereby declare that we
have not
been blacklisted by MSSIDC or any Govt. Department / Semi-Govt.
Departments etc. and if if it is found so, before finalization of rate contract or even
after awarded rate contract, MSSIDC reserves right to dis-qualify us from the tender /
RC.
Date :
Signature and Seal of the Tenderer
Address _________________________________
________________________________________
________________________________________
Seal & signature of the tenderer
Page 55 of 56
Appendix No. A
COMMERCIAL BID ( PART- II )
RATE SCHEDULE FOR COMPUTER FURNITURE
SR.
NO
ITEM
ESTIMATED
RATE
(Rs.)
1
Printer Table
750Hx610Wx910L mm
(Drawing No. MSSIDC/RCT/CPT001)
3611/-
2
Computer Table Works Station
750Hx610Wx910L mm
(Drawing No .MSSIDC/RCT/CT-002)
4494/-
3
Computer Table
Super Works Station
750Hx610Wx1200L mm
(Drawing No. MSSIDC/RCT/CTS003)
5180/-
4
Premier Works Chair with Arms
820-920H x 650W x 650D mm
(Drawing No. MSSIDC/RCT/PWC006)
4851/-
5
Premier Works Chair
Without Arms
820-920Hx 650W x 650D mm
(Drawing No. MSSIDC/RCT/PWC007)
3912/-
6
Revolving Chair Low Back
800-900H x 650W x 650D mm
(Drawing No. MSSIDC/RCT/LBC005)
6009/-
7
Revolving Chair High Back
1050-1150H x 650W x 650D mm
(Drawing No .MSSIDC/RCT/HBC004)
7418/-
BASIC
PRICE
(Rs.)
VAT
TOTAL
(Rs.)
(Rs.)
Seal & Signature of the Tenderer
Date:
Place:
Seal & signature of the tenderer
Page 56 of 56