Directorate of Government Printing & Stationery, 21...

24
Page 1 of 24 Directorate of Government Printing & Stationery, 21-A, Netaji Subhash Marg, Near Charni Road Rly. Station (W.R.), Mumbai- 400 051 Telephone Nos. - (022) 23630695, 23632693, 23631148; Fax No.-(022) 23690063 E-mail- [email protected] TENDER DOCUMENT FOR SUPPLY OF MACHINERIES (2013-14) NOT TRNSFERABLE TENDER NUMBER NAME OF MACHINERY Quantity (in Nos.) EMD (INR) TENDER PRICE (INR) (NON-REFUNDABLE) TE-12 DISC PERFORATING MACHINE 4 5,000 2,000 Tender Purchased From: - M/s. ------------------------------------------------------------- Registered Address: --------------------------------------------------------------------------- Date of Online Submission:------------------------------------------------------------------ Payment Details of – Earnest Money Deposit Tender Price D. D. No. D. D. No. Date- Date- Amount Rs. Amount Rs. Bank Name- Bank Name- Branch Name- Branch Name- Signature of Tenderer (with SEAL)

Transcript of Directorate of Government Printing & Stationery, 21...

Page 1 of 24

Directorate of Government Printing & Stationery,

21-A, Netaji Subhash Marg, Near Charni Road Rly. Station (W.R.), Mumbai- 400 051

Telephone Nos. - (022) 23630695, 23632693, 23631148; Fax No.-(022) 23690063

E-mail- [email protected]

TENDER DOCUMENT

FOR

SUPPLY OF MACHINERIES (2013-14)

NOT TRNSFERABLE

TENDER

NUMBER

NAME OF MACHINERY Quantity

(in Nos.)

EMD

(INR)

TENDER PRICE

(INR) (NON-REFUNDABLE)

TE-12 DISC PERFORATING MACHINE 4 5,000 2,000

Tender Purchased From: - M/s. -------------------------------------------------------------

Registered Address: ---------------------------------------------------------------------------

Date of Online Submission:------------------------------------------------------------------

Payment Details of –

Earnest Money Deposit Tender Price

D. D. No. D. D. No.

Date- Date-

Amount Rs. Amount Rs.

Bank Name- Bank Name-

Branch Name- Branch Name-

Signature of Tenderer (with SEAL)

Page 2 of 24

DIRECTOR, GOVERNMENT PRINTING & STATIONERY, MUMBAI

E-TENDER NOTICE

ONLINE & Sealed Technical & Commercial (separately) tenders are invited from the

manufacturer's or their Agents/Authorised Dealers for the supply of below mentioned Printing

Machines for the Govt. Presses situated at Maharashtra State viz.

Mumbai/Nagpur/Pune/Aurangabad/Kolhapur/Wai -

1 WIRE STITCHING MACHINE

2 MULTI FOLDING MACHINE (30X40") FOUR FOLD

3 POLY JET PROCESSOR

4 IMAGE SETTER C.T.P. WITH SOFTWARE CTCP

5 PRINTING DOWN FRAME (CONTACT) A-1

6 WEB/REEL FEEDING 5 UNIT 24" WITH FOLDING & NUMBERING

7 WEB/REEL FEEDING 2 UNIT 24" WITH NUMBERING & FOLDING

8 SHEET FEEDING SINGLE COLOUR A-1 (25"X37")

9 PAPER CUTTING MACHINE (SINGLE KNIFE CUTTING) AUTOMATIC/SEMI-AUTO

10 PERFECT BINDING MACHINE

11 BOOK SEWING MACHINE FULLY AUTOMATIC

12 DISC PERFORATING MACHINE

2. Tender Document & agreement details are available at website www.maharashtra

etenders.com

3. In all respects complete tender document (Hard copy) must be received at the office of the

undersigned latest by 3.00 PM on 24.12.2013 & the Envelope 'A' Hard copy of Technical tender

will be opened ONLINE on the prescribed key dates.

4. The Purchase is subject to availability of fund from the Government the quantity of the

equipment to be ordered may vary.

SCHEDULE OR KEY DATES & TIME

Period of download of tender - From 12.01 hrs on 05.12.2013 up to 12.00

hrs on 26.12.2013

Period of Bid Preparation & Hash Submission - From 12.01 hrs on 05.12.2013 up to 12.00

hrs on 26.12.2013

Period of Closing for Bid - From 12.01 hrs on 26.12.2013 up to 17.00

hrs 26.12.2013

Period of Submission Bids Online From 17.01 hrs on 26.12.2013 up to 16.00

hrs on 27.12.2013

Bid Opening (Technical- Envelope-A) - From 16.01 hrs on 27.12.2013 up to 18.00

hrs. on 27.12.2013

Date of Opening of Commercial Bids - It will be communicated separately.

Place of Opening of Tenders ONLINE

(Technical & Commercial)

- Directorate of Govt. Printing & Stationery,

21-A, Netaji Subhash Marg, Charni Road,

Mumbai-400 004.

Page 3 of 24

E-TENDERING PROCESS

1. Registration of Bidders on e-Procurement System-

All the manufacturers or their Agents/Authorised Dealers, who are interested in

participating in the tender called by the Directorate of Government Printing & Stationery,

Mumbai, Maharashtra State are required to register on the e-Procurement system on the website

http://maharashtra.etenders.inAfter submitting their enrolment online, the enrolment shall be

required by the representative of the service provider.

Upon approval of enrolment, the bidders shall be able to participate in Tenders processed

online by Directorate of Government Printing& Stationery, Mumbai, and Maharashtra State.

2. Digital Certificates-

2.1 The Bids submitted online should be signed electronically with class II/Class III Digital

Certificate to establish the identity of the manufacturers or their Agents/Authorised Dealers

submitting the bid online. The manufacturers or their Agents/Authorised Dealers may obtain

Class II/Class III digital Certificates issued by an approved Certifying Authority authorised by

the Controller of Certifying Authorities, Government of India.

2.2 A Class II/Class III digital Certificate is issued upon receipt of mandatory identity proofs

along with an application form. Only upon the receipt of the required documents, a digital

certificate can be issued.

Important Note- Bid for particular tender cam be submitted during the ONLINE BID

SUBMISSION stage only using the digital certificate that is encrypt the data during the

ONLINE BID PREPARATION.

In case, during the process of a particular tender, the manufacturer or their

Agents/Authorised Dealers loses its digital certificate because of any problem (such as

misplacement, virus attack, hardware problem, operating system problem, etc. ;) may not able to

submit its bid online.

Hence, manufacturer or their Agents/Authorised Dealers are advised to keep their digital

certificates in a safe place under proper security to be used whenever required.

2.3 The digital certificate issued to the authorised user of partnership firm/private limited

company/public limited company/joint venture are used for online bidding will be considered as

equivalent to a non-objection certificate/power of attorney to that user.

2.4 In case of partnership firm, majority of the partners have to authorise a specific individual

through letter signed by majority of the partners of the firm.

2.5 In case of private limited company/public limited company the managing Director/any

other person (having designated authority to authorise a specific individual) has to authorise a

specific individual through authority letter.

2.6 Unless the certificate is revoked, it will be assumed to represent adequate authority of the

specific individual to bid on behalf of the organisation for online tenders as per Information

Page 4 of 24

Technology Act, 2000. This authorised signature user will be required to obtain a digital

certificate. The digital signature executed through the use of digital certificate of this authorised

user will be binding on the firm. It shall be the responsibility of management/partners of the

concerned firm to inform the certifying authority, if the authorised user changes, & apply for a

fresh digital certificate for the new authorised user.

3. Set Up of Bidder mills Computer System-

In order for manufacturers or their Agents/Authorised Dealers to operate on the e-

Procurement system, the computer system of the manufacturers or their Agents/Authorised

Dealers is required to be set up for operating system, internet connectivity, utilies, fonts, etc. A

help file on setting up of the computer system can be obtained from e-Procurement Cell.

4. Publishing of N.I.T.-

For the tenders processed using e-Procurement system, only a brief advertisement related

to the tender shall be published in the newspapers, Govt. Gazette & the detailed notice & terms

& conditions of tender shall be published only on the e-Procurement system. The

manufacturers or their Agents/Authorised Dealers can view the detailed notice, terms &

conditions of tender document & the time schedule for all the tenders processed using the e-

procurement system on the website http://dgps.maharashtra.etender.in

5. Key Dates-

The manufacturers or their Agents/Authorised Dealers are advised to strictly follow the

time schedule (Key Dates) of the tender for their side for tasks & responsibilities to participate

in the tender, as all the stages of each tender are locked before the start time & date & after the

end time & date for relevant stage of the tender as set by the concerned department official.

6. Downloading of the Tender Documents-

The tender documents can be downloaded online from the website

http://dgps.maharashtra.etender.inthe tender shall be available for downloading immediately

after the online release of tender & up to the schedule date & time as set in key dates.

7. Payment for registration on e-Tendering portal-

Bidders participating in the online tendering process are required to pay rs.1,038/- (Rupees One

Thousand Thirty Eight Only) towards service charges. The amount is required to be paid online

using Credit cards/ Debit Cards/Internet Banking Accounts/Cash Credits.

8. Payment for Tender Document Fee-

8.1 Although the tender document can be downloaded from website

http://dgps.maharashtra.etender.inthe bidder has to pay relevant tender document fee by by

way of Demand Draft in devour of Director, Govt. Printing & Stationery, Mumbai payable at

Mumbai. This Demand Draft shall invariably be submitted with technical bid form & kept in

Envelope-A.8.2 Non submission of Demand Draft if requisite amount shall result in rejection of

tender.

Page 5 of 24

8.3 The manufacturers or their Agents/Authorised Dealers has to upload scanned copy of

Tender Document fee instrument alongwith the reference details in the relevant field during

online bidding.

9. Preparation of Bids & Submission of Online Bids by the Bidders-

The manufacturers or their Agents/Authorised Dealers has to prepare its bids online, encrypt its

bid data in the bid forms & submit documents required to be uploaded related to their Tender as

per the time schedule mentioned in the key dates of the Notice Inviting Tender after signing of

the same by the digital signature of their authorised representative.

10. Submission of Earnest Money Deposit (EMD)-

The manufacturers or their Agents/Authorised Dealers shall submit their earnest Money Deposit

as usual in a physically sealed EMD envelope with technical bid envelope & the same should

reach the concerned office as stated in the Notice inviting Tender & key dates.

The manufacturers or their Agents/Authorised Dealers has to upload scanned copy of

Earnest Money Deposit instrument along with the reference details in the relevant field

during online bidding.

11. Opening of Tenders-

The concerned department official receiving the tenders or his duly authorised officer

shall first open the online Technical Envelope-A of all the bidders & verify the scanned copy of

the EMD uploaded by the bidders. He shall check for the validity of EMD as required. He shall

also verify the scanned documents uploaded by the bidders. If any, as required. In case, the

requirements are incomplete, the commercial & other envelopes of the concerned bidder mill

received online shall not be opened.

The concerned official shall the open the other envelopes submitted online by the bidder

mils in the presence of the authorised representatives of bidder mills who choose to be present in

the order of opening as per key dates.

For any further queries bidders may kindly contact-

1. Directorate of Govt. Printing & Stationery, Mumbai-400 004 (Desk-2B)

Tel. Nos. 022-23630695/23632693 Ext. 118/157

2. E-tendering Help Desk- Siffy Nextenders

Tel Nos. 020-2661 1177, 2661 1287 Ect-25/26. Or Mr. Sushil Patil on Mobile No. 09561469425

Page 6 of 24

CHAPTER- I

INSTRUCTIONS TO BIDDERS FOR SUBMISSION OF BIDS

1. ELIGIBILITY CRTERIA

1.1 The invitation of Bids is open to all Manufacturers of Printing Machines who have

established their business in the market for a period of not less than 3 years or their Authorised

Distributors/Agents who are eligible to do business in India under relevant Indian Laws as in

force at the Maharashtra or any other Government in the Union of India to be eligible to

participate for corrupt, fraudulent or any unethical business practices during the period for which

such ineligibility is declared.

1.2 The Bidder should have to submit the Scan/Attested Copies of the following certificates

at the time of submission of Bid.

1) CERTIFICATE OF INCORPORATION OF THE FIRM, IF MANUFACTURER IS THE BIDDER.

2) REGISTRATION CERTIFICATE OF PARTNERSHIP FIRM/SHOP ACT LICENCE ETC. IN CASE

BIDDER WHO HAS BEEN AUTHORISED BY THE MANUFACTURER.

3) SALES TAX/VAT REGISTRATION CERTIFICATE OF THE BIDDER.

4) SALE TAX/VAT CLEARANCE CERTIFICATE OF THE BIDDER

5) PAN CARD COPY OF THE BIDDER

6) FACTORY REGISTRATION OF THE MANUFACTURER.

7) MANUFACTURERS AUTHORISATION IF THE BIDDER IS NOT A MANUFACTURER.

8) MANUFACTURER’S MANUFACTURING CAPACITY.

9) QUALITY ACCREDETATION OF THE MANUFACTURER.

10) VALID ISI CERTIFICATIONS OF THE PARTS OF MACHINERY FROM THE BUREAU OF

INDIAN STANDARDS

11) INSTITUTIONAL CLIENELE OF THE MANUFACTURER OR BIDDER.

12) EMD/TENDER/TENDER PRICE DOCUMENTS.

13) ASSURANCE LETTER TO SUPPLY THE SPARE PARTS & SERVICE ENGINEER AT LEAST

10 YEARS.

12) LIST OF USERS FOR QUOTED MACHINES.

13) TECHNICAL LITERATURE OF QUOTED MACHINES (TENDER ITEM NO.MUST BE

WRIITTEN ON THE LITERATURE/BROUCHER)

14) AN AFFIRMATION TO THE EFFECT THAT THE MACHINES TO BE SUPPLIED WILL NOT

BE REBUILT, REASSEMBLED OR RENOVATED MACHINES & THE STATE OF TECHNOLOGY

OF THE MACHINES.

15) ANY OTHER RELEVANT DOCUMENT RELATED TO TENDER

Page 7 of 24

16) MACHINES OFFERED SHOULD BE NEW & OF LATEST TECHNOLOGY.

17) TENDERERS SHOULD ALSO GIVE THE DETAILS OF AFTER SALES & SUPPLY OF SPARES

ARRANGEMENTS AVAILABLE FOR THE MACHINES OFFERED.

18) COMPLANCE CHARTINFORMATION IN THE FOLLOWING FORMAT SHOULD BE

SUBMITTED-

TENDER

SPECIFICATION

AS ASKED IN THE

TENDER FORM

EQUIVALENT

SPECIFICATIOS

QUOTED BY THE

TENDERER WITH

THE NAME OF THE

MANUFACTURER

WHETHER THE

TENDER QUOTED

BY THE SUPPLIER

IS AS PER

SPECIFICATIONS

ASKED FOR,

INDICATE AGAINS

EACH ITEM

CLEARLY YES/NO

IF THE TENDER QUOTED

IS NOT AS PER

SPECIFICATIONS THEN

VARIATIONS/DEVIATIONS

SHOULD BE CLEARLY

INDICATED AGAINST

EACH ITEM FOR

MAKE/MODEL

19) RATES TO BE QUOTED FOR DELIVERY UPTO GOVT. PRESS PRMISES OF THE

GOVT.PRESSES SITUATED AT MUMBAI/NAGPUR/PUNE/AURANGABAD/KOLHAPUR/WAI

INCLUSIVE OF INSTALLATION& COMMISSIONING & ALL THE PAID TAXES WILL BE THE

RESPONSIBILITY OF BIDDER.

20) TRAINING FOR OPERATING THE MACHINES SHALL HAVE TO PROVIDED FREE OF

COST BY THE BIDDER TO ATLEAST 5 PERSONS FOR ONE WEEK TRAINING.

21) THE TENDER OFFER SHOULD BE QUOTED ONLY IN THE FORM SUPPLIED BY THIS

OFFICE. WITH COMPETITIVE RATES THE FOLLOWING THINGS SHOULD ALSO BE

ENCLOSED

i) after sales services with availability of staff, its location & response time for attending complaints.

ii) authorised dealer/engineer within the Maharashtra State Region.

iii) guarantee of the supply of spare parts for about 10 years.

iv) training facility.

v) it is found that after the supply of machines if any electrical/mechanical problem is faced by the

consignee’s the same will be attended promptly within a 3 days after getting the intimation otherwise

penalty of 0.005% of purchase cost for every day of delay will be imposed.

vi) No advance payment will be made.

1.3 The bidder should have sufficient infrastructural, financial & manpower setup to handle large volume

contracts.

1.4 The Manufacturer or Bidder should have executed sales of printing machinery either through single

contract during any one of the year of the last three years.

1.5 The bidder should produce no dues Certificate from Sales Tax Department of respective State

Government as on 31stMar; 2013.

Page 8 of 24

1.6 If the Bidder is not a manufacturer, then the technical tender is to be supported with the

Manufacturer’s Authorisation in the proforma as per ANNEXURE-3.

2. COST OF TENDER DOCUMENT

The tender document can be downloaded & submitted with the condition to pay the document cost in the

form of Demand Draft in addition of the EMD at the time of submission of the Technical & Financial

Tender.

3. COST OF BIDDING

The Bidder shall bear all costs associated with the preparation & submission of its tender, & the

Tendering Authority shall in no case be responsible or liable for these costs. Regardless of the conduct or

outcome of the tendering process.

4. BIDDIG DOCUMENTS

The bidder is expected to examine all instructions, forms, terms & specification in the bidding documents.

Failure to furnish all information required by the bidding documents or submission of a bid not

substantially responsive to the bidding documents in every respect shall be at the Bidder’s risk& may

result in rejection of the Bid. The tender offer is liable to be rejected outright without any intimation to

the Bidder if complete information as called for in the tender document is not given therein, or if

particulars asked for in the Forms/Proforma in the tender are not fully furnished.

5. NON-TRNSFERABLE BID

The tender document is not transferable. Only the party which has purchased or download this tender

form shall be entitled to submit the bid, subject to subject to fulfilment of the required pre-requisites as

mentioned in the tender document.

6. REJECTION OF BID

The Director, Government Printing, Stationery & Publications, Mumbai reserves the right to

accept/reject/release or relax any or all or part of the bids received on the due date without assigning any

reason whatsoever, without any risks & costs to the purchaser.

7. LANGUAGE OF BID

The bid prepared by the Bidder, as well as all correspondence & documents relating to the bid exchanged

by the Bidder &the Tendering Authority shall be in English/Hindi or Marathi language.

8. BID FORM

The Bidder shall complete the Bid Form & the appropriate Financial Tender furnished in the documents

indicating prices against each item. The bidders should quote their rates inclusive of all taxes, excise,

fright, packing, insurance, transportation & fitting charges etc. in the financial tender.

9. BID CURRENCY

Price shall be quoted in INDIAN RUPEES ONLY.

10. EARNEST MONEY DEPOSIT (EMD) - BID SECURITY

1) Bidders are required to submit EMD/TENDER FEE in form of Demand Draft has to be submitted

with bid. Offers made without the required amount of EMD/TENDER FEE shall be rejected. The Draft

Page 9 of 24

must be of a Nationalised Bank having branch in Mumbai. OR state whether his firm is registered with

C.S.P.O. (Maharashtra State)/DGS&D/NSIC OR SSI unit in the Maharashtra state. An attested true or

Photostat copy of valid registration should accompany the tender.

2) Unsuccessful Bidder’s EMD shall be refunded shall be discharged/returned within 30 days either

after the expiration of the period of Tender Offer validity prescribed in this tender or after the successful

bidder executes the contract agreement & submit the performance security, whichever is later.

3) The Earnest Money Deposit shall be forfeited-

a) If a Bidder withdraws his bid during the period of bid validity specified by the bidder on the bid form

Or

b) In case of successful Bidder, if the Bidder fails:

(i) To Sign the contract agreement in accordance with the terms & conditions.

(ii) To furnish performance security/security deposit as specified in the tender.

11. CONTENTS OF ENVELOPES

Bids shall be submitted in Two Bid system comprising of Technical Tender-“A” & Financial Tender-“B”

through ONLINE only.

The Hard Copy Of the same shall be submitted to Tendering Authority separately securely sealed &

stamped. The sealed envelopes must be super-scribed with the following information.

• Type of Offer (Technical or Financial)

• Name of Bidder

• Both the envelopes should then be put in as outer envelope super scribing the details as per

TENDER ENQUIRY NUMBER & NAME OF MACHINERY.

• The outer envelope is not sealed &marked; The Tendering Authority shall assume no

responsibility for the Bid’s misplacement or premature opening.

• Telex, cable or facsimile, courier bids shall be rejected.

• Bids must be received by the Tendering Authority at the address, not later than the time & date

specified in the invitation for Bids. In the event of the specified date for the submission of bids

being declared as a holiday for the Tendering Authority, the bids shall be received up to the

appointed time on the next working day.

12. TECHNICAL TENDER (ENVELOPE-A)

The format for submission of Technical Offer is as follows.

(1) Chapter 1 (Technical Tender Form-A)

(2) Tender offer form duly filled in (Annexure-1)

(3) Bidder’s Authorisation Certificate (Annexure-2)

(4) Manufacturer’s Authorisation Letter (Annexure-3)

(5) Self Declaration for unblemished record (Annexure-4)

(6) Details of Bidder (Annexure-5)

Page 10 of 24

(7) Details of Manpower- indicating manufacturing capacity (Annexure-6)

(8) Performance Statement along with necessary Documents (Annexure-7)

(9) Bid Security in the form of Earnest Money Deposit/Tender Fee (Non-Refundable)

(10) No Dues Certificate from Sales Tax Department, from respective State Government as on

31stMarch, 2013

(11) Downloaded (Tender Form-Technical-A) copy duly signed, with requisite Tender Fee amount in

the form of Demand Draft

(12) Certified Copies of the required Certificates (As Sated in Clause No.1 (1.2)

(13) Certificate of annual turnover for last three years

(14) All other above documents (photocopies duly attested by competent Authority) & any other

documents as required in Technical Tender-A. Incomplete Technical Tender shall be rejected.

(15) The technical Offer should be complete an all respects & contain all information asked for;

however, it should not contain any price information. The Technical Offer must be submitted in an

organised & neat manner. No documents, brouchers, etc. should be submitted in loose form. All the

pages should be serially numbered, & the offer should contain index of the documents enclosed.

(16) Tenders should be forwarded on the letter Head of the firm, which should contain TIN No. /STD

No. /Phone No. /Fax No./Email/Website & other details of the firm.

(13) FINANCIAL TENDER (ENVELOPE-B)

(a) Second envelope should be marked as envelope-B “FINANCIAL TENDER” which should

contain only Price schedule letter & Price schedule in the prescribed Proforma as given in Annexure-

8 & Annexure-9 respectively.

(b) The financial Tender shall be on fixed price basis, inclusive of all taxes & charges. Price quotation

accompanied by vague & conditional expressions such as “Subject to immediate acceptance”,

“Subject to confirmation” etc. or incomplete in any respect shall be treated as being at variance &

shall be liable for rejection.

(14) SIGNING OF BIDS

The Bid shall be typed or written in indelible ink & shall be signed by the Bidder or a person or

persons duly authorised by the bidder on all the pages & the pages should be serially numbered. The

authorisation letter (Annexure-2) shall be supported by written power-of-attorney accompanying the

bid. The person or persons signing the bid shall initial all pages of the bid, (including the tender

document) except for un amended printed literature.

(15) COMPLETENESS OF BIDS

The bid shall be summarily rejected if all the required documents are not duly signed &/or all the

documents mentioned above are not enclosed in the Technical tender. Further, if unsealed financial

tender is found in the envelope containing “Technical Tender”, it shall be summarily rejected.

Page 11 of 24

(16) ERASURES OR ALTERATIONS

Offers containing erasures or Alterations shall not be considered. There should be no handwritten

material, corrections or Alterations in the offer. Technical details must be completely filled in. Filling

up of the Technical Detail Form using terms such as “Ok”, “Accepted”, “Noted”, “As given in

Broucher/Manual” is not acceptable. The Purchaser may treat offers not adhering to these guidelines

as unacceptable.

(17) DEADLINE FOR SUBMISSION OF BIDS

(i) Bids must be received by the Tendering authority at the address, not later than the time & date

specified in the online invitation for bids.

(ii) Any bid received by the Tendering Authority after the deadline for submission of bids prescribed,

shall be rejected &/or returned unopened to the Bidder.

(18) PERIOD OF VALIDITY OF BIDS

(i) Bids shall be valid for acceptance for a period of 120 days from the date of opening of Financial

Tender. A Bid valid for a shorter period shall be rejected by the Tendering Authority as non-

responsive.

(ii) In exceptional circumstances, the Tendering Authority may solicit the Bidder’s consent to an

extension of the period of validity. The request & the responses thereto shall be made in writing.

(19) WITHDRAWAL OF BIDS

(i) The bidder may withdraw its bid after the submission, provided that written notice of the

withdrawal is received by the Tendering Authority prior to the deadline prescribed for submission of

bids.

(ii) No bid may be withdrawn in the interval between the deadline for submission of bids & the

expiration of the period of the bid validity specified by the Bidder on the Bid Form. Withdrawal of a

bid during this interval shall result in the forfeiture of Bidder’s bid security.

(20) BID OPENING & EVALUATION

TENDER EVALUATION COMMITTEE i.e. Concerned Working Officers/Staff of DGPS.

The Committee constituted by the DGPS, shall evaluate the Tenders. The decision of the committee

in the evaluation of the Technical & Financial bids on approval of DGPS shall be final.

OPENING OF TECHNICAL TENDERS-

(i) Immediately after the closing time & date specified, the Tendering Authority shall open the

Technical bids as per the schedule.

(ii) The Technical Tender envelope shall be opened & listed for the further evaluation. The bidder’s

names, bid modifications or withdrawals, the presence or the absence of requisite EMD & such other

details as the Tendering Authority, at his discretion, may consider appropriate, shall be announced at

the time of opening. No bid shall be rejected at the opening, except for late bids, which shall be

returned unopened to the bidders.

Page 12 of 24

(iii) Bids shall be opened in the presence of bidder’s representative, who chose to attend. The bidder’s

representative who is present shall sign a register evidencing their attendance. Only one

representative per applicant shall be permitted to be present at the time of opening the tender.

DATE OF OPENING OF FINANCIAL TENDERS

The date of opening of the financial tender shall be announced after the scrutiny & evaluation of The

Technical Tender.

EVALUATION OF FINANCIAL TENDERS & AWARD CRITERIA

(i) The Tendering Authority may at it havediscussed with the substantially responsive Bidder (s) to

clarify & justify the contents of their financial offer.

(ii) The Tendering Authority may at its discretion negotiate with one or more of the bidders to

explore the scope for revision of financial offer so as to meet its expectation of a cost effective

sustainable & economically promising solution.

(iii) The Tendering Authority reserves the right to open Financial Tender even if one bidder qualifies

the Technical Bid or only one Bid is received to the Tender Notice at the time of poor response to

Tender Enquiry at stages stipulated in the GR dated 02.01.1992.

(iii) The Financial tender will be evaluated on the basis of cost effectiveness of the solution. The

bidder whose financial offer has been determined to be economical will be selected finally subject to

the discretion of the Tendering Authority.

(iv) the most substantially responsive bidder whose financial offer has been evaluated to be lowest

will be selected & awarded the contract. The Tendering Authority does not bind itself to accept the

lowest or any bid.

ACCEPTANCE OF BIDS

The Tendering Authority does not bind itself to accept the lowest or any other Tender. The Tendering

Authority reserves the rights to accept any one Tender or reject all Tenders & to order any of the

items of any quantity to any of the Bidders without assigning any reason. The Tendering Authority

may also at its sole discretion accept full or part quantity of the Tender & also reserves the right to

delete any items from the Tender.

PERFORMANCE SECURITY/SECURITY DEPOSIT & SIGNING OF CONTRACT

(i) Within Ten (10) days of the receipt of notification of award from the Tendering Authority, the

successful vendor shall furnish the Performance security/Security Deposit in accordance with the

conditions of contract, in the performance security/Security Deposit form provided in the document

or in another form acceptable to the Tendering Authority.

(ii) The Performance Security (5%) / Security Deposit (3%) amounting to the contract value shall be

denominated in Indian Rupees & shall be in the form of a Bank guarantee issued by a Nationalised

bank located in India acceptable to the Tendering Authority. Security Deposit Validity Period is for 1

year & Performance guarantee validity period is for 2 year is must.

(iii) Failure of the successful bidder to sign the contract (Annexure-10) proposed in this document

(Conditions of contract) & as may be modified, elaborated or amended at through the award letter,

shall constitute sufficient grounds for the annulment of the award & forfeiture of the bid security, in

which event the Tendering Authority may make the award to another bidder or call for new bids.

Page 13 of 24

CONDITIONAL TENDERS

Hypothetical, ambiguous or Conditional tenders shall be summarily rejected.

STANDARDS OF PERFORMANCE

(i) The vendor is liable to complete the work in accordance with the specification & approved

standard.

(ii) Date/Month/Year of manufacturing Printed/embossed on machinery.

(iii) If the material supplied is not found as per detailed Technical Specifications then that should be

immediately replaced by supplier without charging extra cost.

FINANCIAL TERMS

PAYMENT TERMS

All Consignees’ Payment will be made by Manager, Govt. Central Press, and Mumbai. 90% Payment

will be made on receipt of machine at press premises in good & satisfactory condition & balance 10%

payment will be made after verification of the material supplied conforming to the quality &

specifications noted against the delivery, Installation, commissioning & satisfactory performance of

the machine & the receipt of inspection report from the consignee.

COMPONSATION

Any delay in the time prescribed shall attract compensation @ 5% of the contract value for the delay

of each week for the first four weeks & thereafter @1% per week, for two weeks. However, if the

delay is caused due to unavoidable circumstances, then Tendering Authority reserves to waive off the

compensation.

OCTROI CLAUE

Octroi exemption Certificate will be issued by Directorate/Consignee subject to acceptance by

Municipal Corporation. In case of non-acceptance of octroi Exemption Certificate by municipal

corporation supplier have to pay octroi & to claim it with 90% bill with support of requisite original

document.

AFTER SALES SERVICE & AVAILABILITY OF SPARES

Guarantee regarding prompt service & availability of required spare parts of the machine will have to

be given by machine manufacturer. In case of breakdown of the machine, the supplier shall send his

experienced technician to the Press to attend the call within three days from the intimation & also

arrange to set right the machine as quickly as possible. If the machine is not attended within three

days the supplier will be liable to pay a penalty of 0.005% of purchase cost for every day of delay.

Such penalty shall be recovered from the amount of performance guarantee.

PRICES

Free Delivery at Government Presses situated at Mumbai/Nagpur/Pune/Aurangabad/Kolhapur/Wai

inclusive of all payable Govt. or other taxes, transportation, installation, fitting & fixtures &

commissioning of the machines at the consignee.

Page 14 of 24

DELIVERY PERIOD

Delivery period should not be more than Four Months. It should be vary at the time of issuance of

Purchase Order awarded to Successful bidder.

INSPECTION

Supply to be made against supply order will be inspected by the consignee on behalf of the Director

Government Printing & Stationery, Mumbai after receipt & installation of machine. Consignee has

the right to reject the machine within 45 days from the date of installation of machine.

ARBITRATION

If the dispute arises between the parties hereto in respect of this contract or any of the provisions

contained, herein or any other matter thereof expect in respect of matter hereunder declared to be

conclusive every such dispute shall be referred to the Govt. of Maharashtra for arbitration whose

decision thereon shall be final, conclusive & binding on the parties &will be jurisdiction of Mumbai

courts only.

Page 15 of 24

CHAPTER-2

DIRECTORATE OF GOVERNMENT PRINTING & STATTIONERY, MUMBAI

21-A, NETAJI SUBHASH MARG, CHARNI ROAD, MUMBAI

TECHNICAL SPECIFICATIONS OF MACHINERY

TECHNICAL TENDER FORM-A

TENDER ENQUIRY NO.TE-12

<NAME OF MACHINERY>- DISC PERFORATING MACHINE

NUMBER OF QUANTITY- 4 (NOS.)

TECHINICAL DETAILS-

Sr. No. Required Tech.

Specifications

Details

1 Size 18”x 24”

2 Perforating 24”

3 Hole 3/32”To 7/32”

4 Machine Body Anti corrosive high precision sturdy material

5 Safety Devices As per factory act provisions

6 Feature Up gradation Ready to be upgraded with attachments Add-ons

Salient Features Other Requirement

As per your Supply.

• Electrical and electronic circuit diagram and mechanical drawing

(in ptd. Form)

• M/c Parts ( ptd diagram) and code numbers of M/c parts.

• Cost of spare parts as per machine manual.

After sales and service facility.

• Maximum guarantee and warrantee of machine & Machine spare

parts

• Maintenance and supply of spare parts of M/c Support to be given.

• Responsibility in written form.

Services:- Services are to be given by Company until machine is

in Running Condition.

Guarantee and Warrantee - Specify the Period

Training - To be compulsory provided by Manufacturer free of

Cost.

After Guarantee - It is compulsory to maintain Annual

Maintenance Contract Agreement with Government Presses as

Per Government terms and conditions every year.

SIGNATURE OF THE TENDERER WITH OFFICIAL SEAL

Page 16 of 24

ANNEXURE-1

TENDER OFFER FORM (TOF)

Date-

TE NO.

To,

Director,

Govt. Printing, Stationery & Publications.

21-A, Netaji Subhash Marg,

Charni Road, Mumbai-400 004.

Subject- Tender for Supply Of ”-----------“

Reference- TE No.

Gentlemen,

Having examined the tender documents including all Annexures, the receipt of which is hereby duly

acknowledge, we, the undersigned, offer to work as Bidder as mentioned in the scope of the work as

required by the Directorate Government Printing & Stationery, Mumbai in conformity with the said

tender documents.

Sr. No. Name Of Mfrs. & Brand Name/Model

Of Machinery

Amount of Tender

Fee(Non-Refundable)/

EMD

Particulars of Demand

Draft

D.D. No. Date

I/we undertake that the Prices are in conformity with the specification prescribed. The quote is

inclusive of all costs likely to be incurred for executing this work.

I/we undertake, if our tender offer is accepted, to perform in accordance with the time schedule

specified in the Tender.

I/we agree to abide by this Bid for the period of 120 days after the date fixed for Bid opening & it

shall remain binding upon us & may be accepted at any time before expiry of that period.

Until a formal contract is prepared & executed, this Bid offers, together with your written acceptance

thereof& your notification of award shall constitute a binding contract between us.

We agree to the terms & conditions mentioned in the Tender Documents.

Dated this ----------- day of ------------- Signature-----------

Enci: - Envelope-A (Technical) (All documents which are stated in Clause No.11)

Page 17 of 24

ANNEXURE-2

BIDDER'S AUTHORISATION LETTER

To,

The Director,

Govt. Printing & Stationery,

Mumbai-400 004.

<Bidder's Name>-----------------------------------------------<Designation>--------------------------

is hereby authorised to sign relevant documents on behalf of the Company in dealing with Tender of

reference.

<Tender No. & Date>----------------------------------------. He is also authorised to attend meetings &

submit Technical & Financial information as may be required by you in the course of processing

above said tender.

Thanking You,

Authorised Signatory

<Name>

Seal

-----

This tender document is not transferable.

Page 18 of 24

ANNEXURE-3

MANUFACTURER'S AUTHORISATION FORM

No.-------------------------------------------------------- Date-

To,

The Director,

Govt. Printing & Stationery,

Mumbai-400 004.

Tender Reference No.------------------------------------------------

Dear Sir,

We ------------------------------------ who are established & reputable manufacturers of ----------

(Name& description of goods offered) having factories at (address of factory) do hereby authorise

M/s. ---------------------------- (Name & Address of Agent) to submit a bid, & sign the contract with

you for the goods manufactured by us against the above mentioned tender.

No company or firm or individual other than M/s. --------------- are authorised to bid, & conclude in

regard to this business against this specific tender.

Further we also undertake the responsibility of supplying machines as per delivery schedule.

We hereby extend our full guarantee & warranty as stipulated in the Tender document.

Yours Faithfully.

(Name of Manufacturer)

Note: this letter of authority should be on the letterhead of the manufacturer & should be signed by a

person competent & having the power of attorney to legally bind by the manufacturer. It should be

included by the Bidder in its bid.

Page 19 of 24

ANNEXURE-4

SELF-DECLARATION

Ref. -------------

Date:-

To,

The Director,

Govt. Printing & Stationery,

Mumbai-400 004.

Dear Sir,

In response to the tender No. -----------------------, Dated ------------ as an owner/partner/Director of ---

---------------------. I/We hereby declare that our Agency/firm ---------- is having unblemished past

record & was not declared ineligible for corrupt & fraudulent practices either indefinitely or for a

particular period of time.

Name of the Bidder

Signature.

Seal of the Organisation.

Page 20 of 24

ANNEXURE-5

DETAILS OF MANUFACTURER AND/OR BIDDER

Please ensure that your response clearly answers all the questions. If you use additional schedules or

documentation to support your response, make sure that they are clearly cross-referenced to the

relevant question.

1. General Profile of the Company/firm:-

(1) Name & Address of The Company/firm with

Telephone No., Fax, E-mail & Website.

(2) Date of Incorporation

(3) Offices situated at different location

(4) Infrastructure Facilities

(5) Turn Over for last three years of three

accounting years to be submitted (Audited annual

Accounts-2010-11, 2011-12,2012-13)

(6) Turn over from Machinery Sales business

(7) Executive Profile

(8) Service Tax Registration Number

(9) Sales Tax (VAT) Registration Number

(10) PAN No.

(11) Work Contract Tax Registration Number (if

applicable)

(12) Premises/Space available in square feet

2. Details of Manpower-

i. Technical Personnel available-

ii. Number of Distributors of the Manufacturer in Maharashtra

iii. Number of dealers/Sub-Dealers of Manufacturer in Maharashtra

iv. Number of company, Branch, offices in Maharashtra

3. Hardware-Machinery-

Per day Machines Manufacturing capacity

4. List of Clients (for a period of last Three years)

Sr. No. Name & Address of the

client with Tel. No.

Contact Person &

Contact No.

Nature of Job Total value of the

contract (INR)

5. Quality Accreditations Certificate: Details of Manufacturer

Sr. No. Name of the certificate Certified by Year of receipt of

certification

Whether

certificate is valid

as on date

6. Name, address & Telephone Number (office, Residence, Mobile) of the contact person to whom all

references shall be made regarding this tender.

Telephone: Office: Residence-

Mobile- Fax- E-mail-

Place- Signature

Date-

Name-

Company Seal

Note- 1. In-adequate information could lead to rejection of the bid.

2. All information should be supported by enclosing relevant document.

Page 21 of 24

ANNEXURE-6

DETAILS OF MANPOWER

NAME OF THE FIRM- -----------------------------------

Sr. No. Name of The Person Designation Qualifications Experience

Date-

Name of the Bidder-

Signature

Seal of The firm

Place-

Page 22 of 24

ANNEXURE-7

PERFORMANCE STATEMENT

BID NO. - DATE OF OPENING-

Name of the Firm-

Details of Past Contract similar to this contract (for a period of last Three years)

Sr. No. Name &

Address of

the client

with

Tel.No.

Contact

Person

&

Contact

No.

Nature of

Job

Date of

work

order

Total

value of

the

contract

(in Rs.)

Date of completion

of contract

Penalty

imposed

by clients

if any As Per

Contract

Actual

(Separate pages may be enclosed to elaborate the projects undertaken)

Note- Please enclosed work orders along with completion certificates/clients testimonials given by

concerned organisation for whom work is done)

Date-

Name of the Bidder-

Signature

Seal of the organisation

Place-

Page 23 of 24

ANNEXURE-8

PRICE SCHEDULE (PSL)

To,

The Director,

Govt. Printing & Stationery,

Mumbai-400 004.

Subject- Tender for “Supply of <Name of machinery>”

We declare-

i) That we are sole-owner of

-------------------------------------

-----------------------------------

That we/the undersigned agency is equipped with adequate

infrastructure/hardware/software/machinery & other facilities required for providing services.

We hereby offer to provide services at the prices & rates mentioned in the financial tender (As per

Annexure-9)

We do hereby undertake that,

In the event of acceptance of our bid, the services shall be provided as stipulated in the work order &

the tender terms & conditions to the Bid & that we shall perform the entire incidental services.

The prices quoted are inclusive of basic price of machinery & required accessories, packing,

insurance, transportation, fitting charges, VAT etc. for providing desired services.

We agree to abide by our offer a period of 120 days from the date fixed for opening of the tenders &

what shall remain bound by a communication within that time.

We have carefully read & understood the terms & conditions of the tender & the conditions of the

contract applicable to the tender & we do hereby undertake to provide the services as per these terms

& conditions.

Dated-

Signature

Name of Tenderer

Address-

Company Seal

Encl- Annexure-9 (Commercial Tender-B)

Page 24 of 24

ANNEXURE-9

COMMERCIAL TENDER FORM-B

TEDER ENQUIRY NO. TE-01

FOR SUPPLY OF -

RATE PER UNIT (INR)

(INCLUSIVE OF PACKING, INSURANCE, LOADING, UNLOADING&/OR ANY OTHER

CHARGES)

RATE (IN FIGURE) RS.

(IN WORDS) RUPEES

RATES TO BE QUOTED BOTH IN FIGURES & WORDS

I/we have offered the tender for the supply of <name of machinery> in the prescribed form. I/we have

read & understood the above terms & conditions & accept them unconditionally. I/we offer this

tender & the offer shall be binding on us & shall remain open for consideration for one year from the

date of entering into agreement.

Date-

Place-

Signature

Name of Tenderer

Address-

Company Seal