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
© Copyright 2025 Paperzz