Government of Maharashtradvet.maharashtra.etenders.in/tpoimages/dvet/tender/Tender123.pdf · Page 5...
Transcript of Government of Maharashtradvet.maharashtra.etenders.in/tpoimages/dvet/tender/Tender123.pdf · Page 5...
Page 1 of 34
Price Rs. 2000/-
Government of Maharashtra
Directorate of Vocational Education & Training (DVET), Maharashtra State
3, Mahapalika Marg, Mumbai – 400 001.
Website: www.dvet.gov.in Email: [email protected]
Phone No: 022-22620603/04/293 Fax No: 022-2659235
e-Tendering Parent Portal : https:// maharashtra.etenders.in
DVET Child portal : https://dvet. maharashtra.etenders.in
Tender for supply of Car washer with detergent and steam mixed facility
Non Transferable
If any assistance is required regarding e-Tendering (registration/upload/download) please contact
GoM e-Tendering Help Desk on number : 020-25315555 /56
Tender referance No.- TE No.12226 / Car washer with detergent and steam mixed facility/
2012-2013
Last date for submission of tender : 16/03/2013 up to 16:00 pm
( Name and Signature of Bidder)
Page 2 of 34
Digitally sealed tenders ( Two- Bid System) as per e-tendering system are invited by office of
Directorate of Vocational Education & Training (DVET), Maharashtra state, from reputed
manufacturers, their authorized dealers for the supply of following items necessary for practical
training in various Govt. Training Institutes in Maharashtra State.
NOTICE DETAILS :
Tender Notice no. 16/DVET/TE-005/12226/2012-13
Cost of blank tender document Rs 2000/-
EMD Amount 3% of the offer OR maximum Rs 5000/-
Last Date and Time of Submission of Demand
Draft for Tender document Fees and for EMD
15/03/2013 , 16.00 hrs
Date, Time and place of online opening of Tender 16/03/2013 -14.01 hrs to 18/03/2013 -17.00 hrs
Delivery period
Tender shall remain valid till up to 31st March, 2013. from the date of submission of offer
Name of the work supply of Car washer with detergent and steam mixed
facility
TENDER SCHEDULE :
Please Note : All bid related activities (Process) like Tender Document Download, Bid Preparation,
Bid Submission will be governed by time schedule given as per Key dates mentioned below
Sr.No Activities Start Date & Time -- Expiry Date & Time
1 Online Tender Release 18/2/2013 at 10.00 AM To 22/02/2013 at 14.00 PM
2 Online Tender Document Download 22/02/2013 at 14.01 PM To 13/03/2013 at 16.00 PM
3 Online Bid Preparation 22/02/2013 at 14.01 PM To 13/03/2013 at 16.00 PM
4 Online Technical Bid Closing 13/03/2013 at 16.01 PM To 14/03/2013 at 16.00 PM
5 Online Commercial Bid Closing 13/03/2013 at 16.01 PM To 14/03/2013 at 16.00 PM
6 Online Submission of Bid 14/03/2013 at 16.01 PM To 16/03/2013 at 14.00 PM
7 Last Date & Time of submission of DD
for Tender Document Fees & DD for
EMD
Upto 15/03/2013, 16.00 hrs
*8 Online Tender Opening (Technical) 16/03/2013at 14.01 PM To 18/03/2013 at 17.00 PM
*9 Online Tender Opening (Commercial)
tentative
16/03/2013 at 14.01 PM To 18/03/2013 at 17.00 PM
Activities to be performed by the Department
Activities to be performed by the Bidders
* Exact date of opening of technical and commercial bids shall be notified in the Press
Notice / Corrigendum section of the website before opening of the same.
Page 3 of 34
GENERAL INSTRUCTIONS:
To view- Tender Notice, Detailed Time Schedule, Tender Document for this Tender and
subsequently purchase the Tender Document and its supporting documents, kindly visit following e-
Tendering website of Government of Maharashtra: https://maharashtra.etenders.in
The Contractors participating first time for e-Tenders on GoM e-tendering portal will have to
complete the Online Registration Process for the e-Tendering portal.
All bidders interested in participating in the on-line e-Tendering process are required to obtain Class
II or Class III Digital Certificates. The tender should be prepared & submitted online using
individual‟s digital signature certificate.
An important Training Workshop on e-Tendering procedure will be held on 11/10/2012 11:00
Hrs. at DVET Mumbai. All the bidders or their representatives with valid authorization are
requested to confirm their participation by sending an e-mail to [email protected] on or
before 10/10/2012 before 17:30 Hrs.
Bidders Tool Kit link (detailed Help documents, designed for bidders) has been provided on e-
Tendering website in order to guide them through different steps involved during e-Tendering such as
online procedure for tender document purchase, bid preparation, bid submission.
If any assistance is required regarding e-Tendering (registration / upload / download) please contact
GoM e-Tendering Help Desk on number: 020 – 414 666 66
PURCHASE AND DOWNLOADING OF TENDER FORM:
The tender document is uploaded / released on Government of Maharashtra, (GOM) e-tendering
website https://maharashtra.etenders.in. Tender document, tender form ( Annex-B) and supporting
documents may be purchased and downloaded from following link of Directorate of Vocational
Education & Training on e-Tendering website of Government of Maharashtra,
https://dvet.maharashtra.etenders.in by filling Demand Draft/Pay Order details online.
Subsequently, bid has to be prepared and submitted online ONLY as per the schedule.
Tender forms will not be sold / issued manually from DVET Mumbai office
Only those Tender offers shall be accepted for evaluation for which non-refundable Tender Fee of
Rs.2000/- ( INR Two Thousand Only), in the form of Demand Draft / Pay Order Order drawn in
favour of “Director of Vocational Education & Training, Maharashtra State, Mumbai ”
payable at par at Mumbai, is deposited in the office of Mumbai on or before scheduled date given in
NOTICE DETAILS of the tender on working days.
Page 4 of 34
CONTENTS Clause No. Particulars Page No.
1 Introduction 5
2 Process of Submission of Tender 5
3 Deadline for submission of Tender 7
4 Eligibility Criteria for this Tender 8
4.1 Basic Eligibility criteria 8
4.2 Technical Eligibility Criteria 10
5 Cost of Tendering 11
6 Amendment of Tender Document 11
7 Opening of Tender 11
8 Period of Validity of Tender 12
9 Prices 12
10 Evaluation of Tenders 12
11 Award of Contracts 13
12 Security Deposit & Contract Agreement 13
13 Delivery period & Place of Delivery 14
14 Liquidated Damage 14
15 Default Clause / Cancellation on failure to supply 14
16 Inspection & Tests 14
17 Warranty 15
18 Force Majeure 15
19 Confidentiality 16
20 Payment 16
21 Corrupt or Fraudulent Practices 16
22 Resolution of Dispute 17
23 Arbitration 17
24 Governing Language 17
25 Applicable Laws 17
26 Indemnification 17
27 Jurisdiction 17
28 Saving Clause 17
Annex-A Schedule of Requirement 18
Annex-C Name & Address of Testing laboratories 19
Annex-1 Covering Letter 20
Annex-2 Authorization Certificate 21
Annex-3 Turnover 22
Annex-4 Details of Manufacturing Facility 23
Annex-5A Past Performance for other than DVET (From Supplier) 24
Annex-5B Past Performance for DVET (From Supplier) 24
Annex-6 Past Performance (From End User) 25
Annex-7 Price Schedule 26
Annex-8 Format of Bank Guarantee for Earnest Money Deposit 27
Annex-9 Technical Specification Compliance 28
Annex-10 No Deviation Statement & Certificate 29
Annex-11 Bank Guarantee for Security Deposit 30
Annex-12 Contract Agreement 31
Annex – B Tender form and specifications 33
Page 5 of 34
INSTRUCTION TO BIDDERS
1. Introduction :-
1.1 For and on behalf of Governor of Maharashtra, the Director (Training), Directorate of
Vocational Education & Training (DVET), Mumbai, herein after referred to as “Purchaser”
invites Digitally sealed tenders in TWO BID system for supply of Machinery & Equipments
specified in schedule of requirements (Annex-A) by E- Tender process for the use in
Government Industrial Training Institutes & offices under jurisdiction of this Directorate
across the state of Maharashtra.
1.2 The tenderers are required to furnish non-refundable cost of tender specified in Annex-A by
way of IPO or Demand Draft issued by any nationalized bank drawn in favour of “Director,
Directorate of Vocational Education & Training, Mumbai” payable at Mumbai, by filling
Demand draft details online and must submit Demand draft physically in DVET as per
schedule mentioned in notice details.
The tender document is uploaded/ released on Government of Maharashtra, (GOM) E-
Tendering website https://dvet.maharashtra.etenders.in Tender document and supporting
document have to be purchased on- line and to be downloaded from following link
„DIRECTORATE OF VOCATIONAL EDUCATION & TRAINING‟ on e- Tendering
website of Government of Maharashtra, https://dvet.maharashtra.etenders.in. Subsequently,
tender has to be prepared and submitted online only as per the schedule.
The tender form will not be sold/issued manually from DIRECTORATE OF
VOCATIONAL EDUCATION & TRAINING, MAHARASHTRA STATE.
Only those tender offers, shall be accepted for evaluation for which non-refundable Tender
Fee as mentioned in the tender items list, in the form of Demand draft drawn in favour of “
Director, Directorate of Vocational Education & Training ,Maharashtra state, Mumbai”
payble at par at Mumbai, is deposited in the office of Director, Directorate of Vocational
Education & Training, 3 Mahapalika marg, Mumbai 400001.
( Desk No.16, 5th
Floor, Purchase Department) on or before schedule date given in TENDER
SCHEDULE of the tender.
1.3 The quantities mentioned in the tender are only approximate estimated quantities. The
Director (Training), Directorate of vocational Education & Training, Mumbai reserves the
right to increase or decrease the quantities, to be purchased without assigning any reason
thereof.
2. Process of Submission of Tenders:-
Both the bids ( Technical as well as commercial ) shall be submitted online. Tender(s) not
submitted online shall not be entertained.
All the documents shall be submitted online (In the form of PDF files/ Scanned images).
These documents need to be digitally signed by individual tenderer‟s digital signature and
uploaded during online bid preparation stage. Original copies shall be kept ready at the time
of opening of the tender.
Page 6 of 34
Instruction for online submission
The interested tenderers will have to make online payment ( Using credit/ debit card/ net
banking/cash card ) of Rs.1038/- (Inclusive of all taxes ) 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.
Detailed list of different modes of online payment to e-tendering service provider (E-
Payment Options) has been provided under E-Tendering Toolkit For Bidder section of
https://maharashtra.etenders.in
The date and time for online submission of envelopes shall strictly followed in all cases. The
tenderer should ensure that their tender is prepared before the expiry of the scheduled date
and time and then submitted online before the expiry of the scheduled date and time . No
delay on account of any cause will be entertained. Tender(s) not submitted online will not be
entertained.
If for any reason, any interested tenderer fails to complete any online stages during the
complete tender cycle, department shall not be responsible for that and any grievance
regarding that shall not be entertained.
2.1 Tender shall be submitted in two Envelopes i.e. Technical Bid in Envelope-1 & Price Bid in
Envelope-2 by E- Tendering procedure
2.2 Tenders submitted without following Two Bid system and by without E-Tendering procedure
shall be rejected.
2.3 The Two Bid offer must be submitted along with document(s) as per the guidelines given
below by E- Tendering procedure only.
2.4.1 Envelope No.1 (Technical Bid):- Technical bid shall include following document(s) to be
submitted inside the Envelope-1
Tenderer should submit all the following documents online by E-Tendering procedure (In
the form of PDF files/ Scanned images). These documents need to be digitally signed by
individual tenderer‟s digital signature and uploaded during online bid preparation stage.
Original copies shall be kept ready at time of opening of the tender.
a. Covering Letter as prescribed in Annex-1
b. Proof of Payment of the Cost of Tender as prescribed in clause 1.2 in the form of
DD.
c. copy of Prescribed Tender Form as prescribed in ( Annex-B)
d. Earnest Money Deposit (EMD) or EMD Exemption certificate as prescribed in clause
e. Sales Tax / VAT Registration & Clearance Certificate as prescribed in clause
f. Manufacturer License / EM Part-II as prescribed in clause
g. Authorization Certificate from Manufacturer as prescribed in clause
h. Turnover of the Supplier as prescribed in clause
i. Details of Manufacturing Facilities as prescribed in clause
j. Past Performance Certificate as prescribed in Annex-5A, 5B & 6
k. Technical Specification compliance item by item as prescribed in Annex-9
Page 7 of 34
l. No Deviation Statement as prescribed in annex-10
m. Technical literature as prescribed in clause
n. ISO/BIS/ISI/CE mark certificate as prescribed in clause
o. Undertaking of delivery within prescribed period as prescribed in clause
p. Undertaking for demo as prescribed in clause
q. Undertaking about risk purchase, fall clause, penalty clause
r. Test report from Govt. Lab if required as prescribed in clause 10.4
s. Declaration as per clause 4.1.10
Tenders without DD for tender cost , E.M.D. , sales tax/VAT clearance certificate
( or proof of application made of getting sales tax / VAT clearance certificate) and
authorization of manufacturer ( where applicable) will be summarily rejected which may
be noted.
Discrepancies (if any) should be compiled in the given time limit.
Note : If, during online bid preparation, any need arises to upload additional documents,
apart from the above mentioned documents , an option to upload additional documents has
been provided in the E–Tendering software which will be available to bidders during online
bid preparation stage.
2.4.2 Envelope-2 (Price Bid):- Price bid shall include following document(s) to be submitted
inside the Envelope-2.
All financial offers must be prepared and submitted online ( An online form will be
provided, during online bid preparation stage) and signed using individual‟s digital certificate.
2.4.2.1 Price bid must be strictly in format prescribed in Annex-7
3. Deadline for submission of Tenders:-
3.1 Tender shall be submitted online on or before last date & time of submission as per schedule
specified in.
3.2 However the purchaser may at his discretion, extend the deadline of submission of tenders
before closing, by notifying it on official web site of this directorate. Tenders are requested to
visit official website till last date of submission of tender for any changes in this regards. No
separate communication or publication shall be made in this regard.
4 Eligibility Criteria for this tender :-
Tenderer should submit all the documents online ( In the form of PDF files/ Scanned images).
These documents need to be digitally signed by individual tenderer‟s digital signature and
uploaded during online bid preparation stage. Original copies shall be kept ready at time of
opening of the tender.
4.1 Basic Eligibility Criteria :-
Every tender shall go through the basic eligibility scrutiny to verify the following
4.1.1. Covering Letter for Enclosure
A covering letter as prescribed in Annex-1 on the official letter head of the tenderer and duly
signed with seal.
Page 8 of 34
4.1.2 The proof of payment of the Tender Document
The IPO/D.D. for cost of Tender document as the case may be. If the Tenderer wishes to
participate in multiple tenders, separate copy of IPO/DD towards the cost of each of tender
documents(s) shall be submitted.
Note: A single IPO/DD towards the cost of multiple tender forms will not be accepted
and shall render such tender non responsive.
The tenderer should download the tender document from E-tender website and fill the
details of DD which is drawn for cost of tender and submit the DD at Directorate of
vocational education and training, MS, Mumbai ( Desk No.16, 5th
Floor, Purchase
Department) on or before schedule date given in
4.1.3 Earnest Money Deposit (EMD)
4.1.3.1The tenderer shall submit Bank Guarantee prescribed in Annex-8 or Crossed Demand Draft
on any Nationalized Bank drawn in favor of “Director, Directorate of Vocational Education &
Training, Mumbai” payable at Mumbai for the value of 3% of total value of tender or Rs 5000/-
whichever is less, as an Earnest Money Deposit(EMD) which is refundable. Name of the firm and
tender number should be written on the back side of the Demand Draft.
4.1.3.2Any tender without EMD or EMD of an amount less than as prescribed in clause will be
summarily rejected.
4.1.3.3 Following categories of tenderer are exempted from furnishing EMD
(a) If the tenderer is a supplier registered with Central Store Purchase Organization (CSPO) of
Govt. of Maharashtra, the attested copy letter of registration with CSPO/DIC and attested copy of
certificate stating that the firm is exempted from payment of Earnest Money Deposit must be
attached.
(b) If the tenderer is manufacturers registered as SSI with Directorate of Industry, Government of
Maharashtra, valid S.S.I. Certificate of registration must be attached for getting EMD exemption.
(c) EMD Exemptions for firms registered with DGS&D or NSIC will be as per rules. EMD
exemptions will be as per CSPO guidelines.
Note: For CSPO firms and SSI manufacturers, EMD exemption will be allowed only for the items
mentioned in the respective registration certificates. As such name of the item must be highlighted or
underlined in the relevant certificate.
4.1.3.4EMD will be discharged/returned to all tenderer after award of contract to the successful
tenderer.
4.1.3.5Tenderer shall not be entitled for any interest on EMD.
4.1.3.6EMD shall be forfeited :-
(a) If a tenderer withdraws its tender during the period of bid validity as specified in the
tender.
(b) In case of a successful tender, if the tenderer fails :
(i) To sign the Contract in accordance with terms and conditions or.
(ii) To furnish Security Deposit
Tenderer should submit details of the DD online by E-Tendering procedure and
should submit the same at Directorate of vocational Education & Training, M.S. Mumbai (
Desk No.16, 5th
Floor, Purchase Department) on or before schedule date given in TIME
SCHEDULE AND IMPORTANT DATES of the tender.
Page 9 of 34
4.1.4 Sales Tax / VAT Registration & Clearance Certificate 4.1.4.1 Sales Tax / VAT clearance certificate [STCC or VAT CC]either from State or Central Govt.
(as the case may be) showing tax paid up to March-2012 and no dues. Also attach VAT
registration certificate or TIN allotment.
4.1.4.2 If it is not possible to submit STCC/ VAT CC along with tender, proof of application made
for obtaining STCC/VAT CC to be submitted along with tender. But STCC/VAT CC MUST
be submitted before opening of Price bids, otherwise tender will be rejected. 4.1.4.3 Merely ST/CST/VAT registration certificates or bank challan copies etc. are not sufficient and
will not be accepted. Respective clearance certificate is necessary. (For example, in case of
dealers in Maharashtra form no 415 is essential. But prescribed clearance format may vary
from state to state). In any case, certificate from competent tax authorities certifying that no
dues are pending against the dealer is a MUST.
4.1.5 Manufacturer License Manufacturer in all the case must have own factory & Manufacturing license (For large scale)
issued by respective statutory authority (For small and medium scale, EM Part-II issued by
concern DIC). In case the tenderer is an authorized dealer then, they must submit respective
proof of manufacturing license of principal manufacturer.
4.1.6 Authorization Certificate
4.1.6.1 Recent authorization from manufacturer stating that that they will supply the equipment
through the tenderer and will attend all service calls during warranty period
4.1.6.2 Authorization letter shall be in original and from manufacturer directly in the format
prescribed in Annex-2.
4.1.6.3 The purchaser reserves the right to ask for any further documentary evidence to establish
genuineness of manufacturer and authorization letter.
4.1.7 Turnover of the Supplier
The annual turnover of the tenderer should not be less than amount mentioned in schedule of
requirement prescribed in Annex-A. The tenderer is required to submit the turnover of the
company for last three preceding financial years, certified by the chartered accountant of the
company in the format prescribed in Annex-3 along with audited balance sheet.
4.1.8 Details of Manufacturing Facilities
4.1.8.1 The tenderer must have manufacturing capacity of manufacturing/producing machines of the
similar type in minimum number not less than three times of the quantity specified in schedule
of requirements in each of preceding last three years. Details of staff, machinery,
manufacturing capacity etc. as per the format prescribed in Annex-4 must be submitted. In
case of authorized dealers, these details from the manufacturer must be submitted.
4.1.8.2 If the tenderer is authorized dealer, it must have supplied machines of the similar type in
minimum number of machines three times the quantity specified in schedule of requirements
in each of preceding last three years.
4.1.9 Past Performance
The eligible manufacturer must submit particulars of quantity of the past supplies made as per
the performance statement format prescribed as Annex-5A & 5B for the last three calendar
years. Satisfactory Performance Certificate in format prescribed as Annex-6 must be
submitted issued from their end users or clients.
The tenderer must not have failed to meet its commitment against valid purchase orders
issued by this Directorate in any of the last three years unless such delay was duly
condoned by this Directorate/Govt. of Maharashtra accepting the reasons furnished by
the tenderer for such delay.
Page 10 of 34
4.1.10 Offers from Manufacturer / Dealers for an item(s) for which that Manufacturer / Dealers has
been found guilty of malpractice, misconduct, or blacklisted / debarred either by Government
of Maharashtra or by other state Government / Central Government‟s organizations will be
rejected. The tenderer has to give an undertaking that their firm has not been found guilty of
malpractice, misconduct, or blacklisted / debarred either by Government of Maharashtra or by
other state Government / Central Government‟s organizations in the past and also there is no
such proceedings against them. This undertaking must be made on non judicial stamp paper of
Rs. 100/-.
4.2 Technical Eligibility Criteria :-
4.2.1 Technical Offer
4.2.1.1 The tenderer shall carefully read and understand the technical specifications given in. The
tenderer must comply quality requirements, packing, applicable standards, Acts and Rules
including the mandatory requirements of the tender without any deviation.
4.2.1.2 The tenderer must submit his technical offer on line on E-tendering web portal as per E-
tendering procedure in a format prescribed as Annex-9.
4.2.1.3 Brief compliance on item by item parameter using words like: “…. Will be provided / As per
BIS/Complied/As per specification/Available/As per Literature/As per requirements etc. “are
not acceptable and that bid shall be categorize as incomplete and rejected.
4.2.1.4 ISO/BIS/ISI/CE mark or similar is preferred for offered product.
4.2.2 No Deviation Statement:-
The tenderer must submit NO - DEVIATION STATEMENT mentioning the make & model
of the item quoted the tender. No Deviation statement of specification of the equipment
should be offered giving details of specification in the Annex-10 (No other formats will be
accepted). Tenderer must give details in the above Annexure and mere certification that
„There is no deviation between tender specifications and specifications quoted by the tenderer
is not acceptable. Bid without No Deviation Statement is not acceptable and such bids will be
rejected.
4.2.3 Technical Literature of the equipment:-
Relevant Technical literature / Catalogue highlighting products features offered in the Tender
must be enclosed in original. The offer shall be considered only if the literature is enclosed.
All the technical information about the equipment required for checking whether the
equipment offered as per Tender Specification or not, should be available in the technical
literature enclosed. The literature should be corresponding to the Model and Make offered in
the Price Bid. In case the literature contains description of more than one model, the Tenderer
must tick mark on name of the model and make signature on it.
5. Cost of Tendering :-
The tenderer shall bear all the costs associated with the preparation & submission of their
tenders and the purchaser will in no case be responsible or liable for those costs, Regardless of
the conduct or outcome of the tendering process.
Page 11 of 34
6. Amendment of Tender Document:-
6.1 At any time prior to the deadline for sale of tender, the purchaser may amend the tender
document(s) by issuing Addendum/Corrigendum on official E- Tender website of
Maharashtra Govt. https://maharashtra.etenders.in or Department‟s website www.dvet.gov.in
6.2 Any Addendum/Corrigendum as well as clarification thus issued shall be a part of the Tender
document(s). And it will be assumed that the information contained in the amendment will
have been taken into account by the Tenderer in its tender.
6.3 To give prospective Tenderers reasonable time in which to take the amendment into account
in preparing their tenders, the Purchaser shall extend, at its discretion, the deadline for
submission of tenders, in which case, the Purchaser will notify all Tenderers by placing it on
website of the extended deadline and will be binding on them.
7. Opening of Tender:-
7.1 Tender shall be opened on the date & time specified in tender notice and therefore tenderer or
its authorized representative is encouraged to be present at the time of opening of tender.
TECHNICAL ENVELOPE (T1) :-
Envelope No.1 ( Technical offer) will be opened online through E-Tendering procedure, to
verify its contents as per requirements, on the date specified in Tender notice in presence of
tenderer/s or their Authorised representative.
If the various documents contained in the envelope do not meet the requirements, a note will
be recorded accordingly by the tender opening authority and the said tenderer‟s commercial
envelope will not be considered for further action but the same will be recorded. Decision of
the tender opening authority shall be final in this regard.
7.2 The process of opening of tender shall be as follows
7.2.1 The Envelope-1 and Enevelop-2 of each tender shall be prepared by E-Tendering procedure
only.
7.2.2 The Evelope-1 of each of tender shall be opened in the order in which they have been received
in presence of the purchase committee and tenderer or its authorized representative by E-
Tendering procedure only.
7.2.3 After opening of Technical Bid of each of tender, availability of all the documents enclosed
therein shall be verified.
7.2.4 All such Technical Bid containing each and every document(s) shall be taken for further
technical evaluation.
7.2.5 In case of any Technical Bid where any of the document(s) is found to be missing or deficient
with regard of format or manner shall be treated as Non Responsive and shall be summarily
rejected and shall not be considered for further evaluation.
7.2.6 The Envelope-2 (Price Bid) shall be opened after opening of Envelope-1 (Technical Bid) only
for the tenderers who‟s Envelope-1 (Technical Bid) found to be in accordance with the tender
Page 12 of 34
conditions stipulated in tender document. The tentative date and time opening of Envelope -2
shall be communicated subsequently to the eligible tenderers.
This envelope shall be opened online as per the date and time given in detailed tender
schedule (if possible) through e-tendering procedure only. The commercial envelope-2 shall
not be opened till the completion of evaluation of technical envelope-1. Commercial
envelope-2 of only technically qualified tenderer as mentioned above will be opened.
8. Period of Validity of Tender:-
8.1 The tender must be valid up to 31st March, 2013. A bid valid for a shorter period shall be
rejected.
9. Prices:-
9.1 The prices quoted and accepted will be binding on the tenderer and must be valid for a period
of validity.
9.2 Rates should be quoted for each of the required item separately on door delivery basis
according to the unit asked for strictly as per the format of price schedule (Annex-7). Tender
for the supply of item quoted in the bid with conditions like “AT CURRENT MARKET
RATES” shall not be accepted. The purchaser shall not be responsible for damages, handling,
clearing, transport charges etc. Conditional tenders will not be accepted and liable for
rejection.
9.3 To ensure sustained supply without any interruption the purchaser reserves the right to split
orders for supplying the requirements amongst more than one tenderer provided that, the rates
and other conditions of supply are same.
10. Evaluation of Tenders:-
10.1 After opening of Envelop No.1 (Technical Bid) by E-Tendering procedure on the scheduled
date, time and venue, the Purchase Committee shall examine the contents of the tender
received along with all prescribed mandatory document(s).
10.2 The Purchase Committee shall scrutinize the document(s) mentioned above for its eligibility,
validity, applicability, compliance and substantiation stipulated in tender document.
10.3 The Purchase Committee shall also analyze that there is no collusive or fraudulent practice
involved in the entire tendering process amongst all the tenders received.
10.4 Test report from Govt. Laboratory prescribed in Schedule VIII of Govt. Resolution, dated 02-
01-1992 from Industry Energy & Labour Dept., Govt. of Maharashtra, should be attached
wherever prescribed. The list of such testing agencies is provided in Annex-C
10.5 The technical scrutiny shall be on the basis of submitted substantiation document(s).
10.6 Any tender during the evaluation process do not meet the tender conditions laid down in the
tender document will be declared as not acceptable and such tenders shall not be considered
for further evaluation.
Page 13 of 34
10.7 Tenders which are in full conformity with tender requirements and conditions shall be
declared as Eligible Tender for opening Envelop-2 and shall be opened later, on given date
and time.
10.8 Price bids of technically valid offers will be opened by e-tendering procedure only and lowest
offer will be recommended for award of contract. Award of contract will be as per prescribed
Govt. procedure.
11. Award of Contract:-
11.1 Tenderer quoting the lowest offer will be informed about the intention of award of contract
(Acceptance of Tender) by sending an Acceptance Letter (A/L). On acceptance of Terms and
conditions of A/L and submission of security deposit, Acceptance of Tender will be released.
11.2 The purchaser will award the contract to the successful tenderer whose tender has been
determined to be substantially responsive and has been determined as lowest evaluated tender,
provided further that the tender is determined to be qualified to perform the contract
satisfactorily. The purchaser will place supply orders on staggered basis, if necessary, during
the contract period to the lowest evaluated responsive tenderer and will be governed by all the
terms and conditions stipulated in the tender document.
11.3 The purchaser reserves the right to increase or decrease the quantity to be purchased and also
reserves the right to cancel or revise or any of the all the tenders or part of tenders without
giving any reason thereto with no cost to the purchaser.
12. Security Deposit & Contract Agreement:-
12.1 Security deposit will be 3% of the value of goods ordered and will be retained by the
purchaser for the duration of warranty period and additional 3 months from the date of
installation. In case there is delay in supply and purchaser has extended the delivery period,
the retention period of security deposit will have to be extended accordingly. Security deposit
will be released after expiry of warranty period subject to clearance from the consignee
institute.
12.2 The security deposit should be in the form of Bank Guarantee in favour of “Director,
Directorate of Vocational Education & Training, Mumbai” from any nationalized bank as per
format prescribed in Annex-11.
12.3 Security deposit shall be forfeited as a compensation for any loss resulting from the failure to
perform the obligations under the contract or in the event of termination of the contract or in
any event as the Purchaser thinks fit and proper.
12.4 The successful tenderer shall be required to enter into agreement for the due performance of
Contract as per format prescribed in annex-12.
13. Delivery Period and Place of Delivery:-
The goods should be delivered within 8 to 12 weeks from the date of receipt of supply order
to the consignee as per quantity indicated in the supply order on door delivery basis as
mentioned in schedule of requirement.
Page 14 of 34
14. Liquidated Damage:-
If the supplier fails to deliver any or all of the goods within the period (s) specified in the
Contract, the purchaser shall, without prejudice to its other remedies under the Contract,
deduct from the Contract Price, as liquidated damages, a sum equivalent to 0.5% of the
delivery price of the delayed goods for each week or part thereof of delay until actual
delivery, up to a maximum deduction of 10% of stipulated price of the stores for the total
value of the stores not exceeding Rs.1Lakhs(INR) and limited to 5% of stipulated price of the
stores for the total value of the stores exceeding Rs.1Lakhs(INR). Once the maximum is
reached, the Purchaser may consider for termination of the Contract.
15. Default Clause / Cancellation on failure to supply:-
If the supplier fails to commence delivery as schedule or to deliver the quantities ordered to
him within the delivery period stipulated in the contract, it shall be discretion of the purchaser
either. (a) to extend the delivery period or (b) to cancel the contract in whole or in part for the
unsupplied quantities without any show cause notice. In the event of extension, liquidated
damages, will be applicable. If the purchaser decides to cancel the contract, the mode of
repurchase will be at the discretion of the purchaser. The supplier shall be liable to pay any
loss by way of extra expenditure or other incidental expenses, which the purchaser may
sustain on account of such repurchase at the risk and cost of the supplier. In addition to action
above, the purchaser may propose the defaulting supplier for blacklisting from future orders.
16. Inspection and tests:-
16.1 Pre-dispatch inspection will be carried out in the premises of the manufactures by a team of
officers or any third party agency nominated by the purchaser. If goods are offered for
Inspection in the factory premises all expenditure shall be borne by the tenderer.
16.2 The purchaser shall be the final authority to reject full or any part of the supply, which is not
confirming to the specifications and other terms and conditions. No payment shall be made for
rejected stores. Rejected items must be removed by the tenderers within two weeks of the date
of rejection at their own cost and replaced immediately. In case rejected items are not
removed it will be destroyed at the risk, responsibility & cost of the tenderer.
16.3 The date on which the acceptable stores have been offered for inspection shall be deemed as
date of delivery provided such offer has been made within the delivery period.
17. Warranty:-
17.1 Unless otherwise specified in tender form, the warranty shall remain valid for 1 year from the
date of installation at consignee destination.
17.2 The supplier should submit the written warranty that all goods supplied under the contract are
of the most recent or current models and that they incorporate all recent improvements in
design and materials provided in the contract.
17.3 The purchaser shall have the right to make claims under the above warranty after the goods
have been delivered to the final destination indicated in the contract. Upon receipt of a written
Page 15 of 34
notice from the Purchaser, the supplier shall, within the period of 15 days replace the
defective Goods without cost to the Purchaser. The supplier will be entitled to remove, at his
own risk and cost, the defective goods once the replacement goods have been delivered.
17.4 If, after being noticed that the defect has been confirmed pursuant to above clause, the
Supplier fails to replace the defective goods within the period of 15 days the Purchaser may
proceed to take such remedial action as may be necessary, including removal and disposal, at
Supplier‟s risk and expense and without prejudice to any other rights that the Purchaser may
have against the supply under the contract. The Purchaser will also be entitled to claim for
storage, in respect of the defective goods for the period following notification and deduct the
sum from payments due to the Supplier under this Contract.
18. Force Majeure:-
18.1 For purposes for this clause, „Force majeure‟ means at any time during subsistence of
Contract and even beyond the control of the Supplier and not involving the Supplier‟s fault or
negligence and not foreseeable. Such event may include, but are not limited to, acts of the
Purchaser either in its sovereign or contractual capacity, wars or revolutions, fires, floods,
epidemics, quarantine restrictions and fright embargoes.
18.2 If a force Majeure situation arises, the Supplier shall promptly but not later than 30 days
notify the Purchaser in writing of such conditions and the clause thereof. Unless otherwise
directed by the Purchaser in writing, the Supplier shall continue to perform its obligations
under the Contract as far as is reasonably practical, and shall seek all reasonable alternative
means for performance by the Force Majeure event.
18.3 Force majeure will be accepted on adequate proof thereof.
18.4 If contingency beyond 30 days, both parties argue to discuss and decide the course of action to
be adopted. Even otherwise contingency continues beyond 60 days then the Purchaser may
consider for termination of the contract on equitable basis.
19. Confidentiality:-
19.1 Information relating to the examination, clarification, evaluation, and comparison of tenders,
and recommendations for the award of a contract shall not be disclosed to tenderers or any
other persons not officially concerned with such process until the notification of Contract
award is made.
19.2 Any effort by the tenderer to influence the purchaser in the bid evaluation, bid comparison, or
contract award decisions may result in the rejection of the tenderers bid.
20. Payment:-
20.1 90% payment against delivery and satisfactory installation, testing, training & working
trail at consignee‟s place of equipment and balance 10% after 45 Days of Successful
Installation and Commissioning.
20.2 The purchaser shall have every right to deduct the pending dues on account of loss,
compensation, or any remedial action in monetary terms from the said payment. The supplier
shall not agitate the said issue in future.
Page 16 of 34
21. Corrupt or Fraudulent Practices:-
21.1 The Purchaser as well as Tenderers shall observe the highest standard of ethics during the
procurement and execution of such Contracts.
21.2 “Corrupt practice” means the offering, giving, receiving or soliciting of any thing of value to
influence the action of a public official in the procurement process or in contract execution;
and
21.3 “Fraudulent practice” means a misrepresentation or omission of facts in order to Influence a
procurement process or the execution of a contract to the detriment of purchaser and includes
collusive practice among Tenderers (prior to or after tender submission) designed to establish
tender prices at artificial non-competitive levels and to deprive the Purchaser of the benefits of
free and open competition.
21.4 “Collusive Practice” means a scheme or arrangement between two or more tenderers, with or
without the knowledge of the Purchaser, designed to establish tender prices at artificial, non
competitive level; and.
21.5 “Coercive practice” means harming or threatening to harm, directly or indirectly, persons or
their property to influence their participation in the procurement process or effect the
execution of the contract.
21.6 “The purchaser will reject a tender for award if it determines that the tenderer recommended
for awards has directly or through an agent engaged in corrupt or fraudulent practice in
competing for the contract in question;
21.7 The Purchaser will declare a firm or individual as ineligible, either indefinitely or for a stated
period of time, to be awarded a contract if it at any time determines that they have, directly or
through an agent, engaged in corrupt, fraudulent, collusive or coercive practices in competing
for, or in executing, a contract.
22 Resolution of dispute :-
In the event of any question, dispute or differences in respect of contract or terms and
conditions of the contract or interpretation of the terms and conditions or part of the terms and
conditions of the contract arises, the parties may mutually settle the dispute amicably.
23 Arbitration:-
In the event of failure to settle the dispute amicably between the parties, the same shall be
referred to the sole arbitrator (insert name and designation of the officer), Government of
Maharashtra. The award passed by the sole Arbitrator shall be final and binding on the parties.
The arbitration proceedings shall be carried out as per the Indian Arbitration and Conciliation
Act, 1996 and the rules made there under.
24 Governing Language :-
English language version of the contract shall govern its interpretation
25 Applicable Laws :-
The contract shall be governed in accordance with the law prevailing in India, Act, Rules,
Amendments and orders made thereon from time to time.
Page 17 of 34
26 Indemnification :-
The contractor shall indemnify the purchaser against all actions, suits, claims and demand or
in respect of anything done or omitted to be done by contractor in connection with contract
and against any losses or damages to the purchaser in consequence of any action or suit being
brought against the contractor for anything done or omitted to be done by the contractor in the
execution of the contract.
27. Jurisdiction:-
All the suits arising out of the contract shall be instituted in the court of competent jurisdiction
situated in Mumbai only and not elsewhere.
28. Saving Clause :-
No suits, prosecution or any legal proceedings shall lie against the Director (Training),
Directorate of Vocational Education & Training, Mumbai or any person for anything that is
done in good faith or intended to be done in pursuance of tender.
Page 18 of 34
Annex - A
Schedule of Requirnments
Sr.No TE
No.
Name of Item Qty. Cost of
Tender
(in Rs.)
Annual
Turnover
(Rs. In lacs)
01 12226 Car washer with detergent and steam mixed facility 20 2000/- 55
Page 19 of 34
Annex – C
Name & Address of Testing Laboratories along with – products to be sent for testing as prescribed in
schedule VIII of Govt. Resolution, dated 02-01-1992 from Industry Energy & Labour Dept., Govt of
Maharashtra Name of Laboratory Name of products to be sent for
testing
a) University Department of Chemical Technology,
Matunga Road, Mumbai – 400 019
Chemicals, Rubber, Canvas, Jute
& its products, stationary
b) National Chemical Laboratory, Pashan, Pune Chemical Products
c) Director of Inspection, D.G.S.& D. Income Tax House
Annex, New Marine Lines, Mumbai – 400 020
All Types of Products
d) Director, Small Industries Service Instt., Kurla Andheri
Road, Sakinaka, Mumbai – 400 072
All Products reserved for S.S.I.
Unit
e) Director, Superintendence Co. of India Pvt. Ltd., Laxmi
Bhavan, 101, P. D‟Mello Rd., Mumbai-400 001
Chemicals, Rubber, Canvas, Jute
& its products, stationary
f) Electronic Regional Test Lab. Plot No. 7 MIDC area
Opp. SEEPZ, Andheri (E), Mumbai-400 093
Electronic Products
g) Vishveshwarayya Regional College of Engg., Nagpur Engg. Products
h) General Manager, Rail India Technical & Economics
Services (Right), Churchgate Bldg. Annex, Churchgate,
Mumbai – 400 020
Iron & Steel Products
i) Director, National Test House, F-10, MIDC,
Andheri (E), Mumbai-400 093
Foundry Products
j) Engineers India Ltd., Express Towers, 5th
fl., Nariman
Point, Mumbai – 400 020
All types of pipes and Engg.
Products
k) Victoria Jubilee Technical Instt., Matunga Road,
Mumbai – 400 019
Plastic & Engg. Products
l) Cotton Textile Research Lab. Edanwala Rd., Near
5 Garden, Matunga, Mumbai – 400 019
Cotton, Yarn, Cloth Manmade
Fiber & Fabric Products.
Page 20 of 34
ANNEX –1
Covering Letter
(To be printed on Official Letter Head of Tenderer)
To,
Director (Training)
Directorate of Vocational Education & Training,
Maharashtra State,
3, Mahapalika Marg, Mumbai -400 001.
Dear Sir,
Having examined the tender document, the receipt of which is hereby acknowledged, we, the
undersigned, offer to supply and deliver the goods under the above-named Contract in full conformity
with the said tender document and our financial offer in the Price schedule submitted in Envelope-2
which is made part of this tender.
We undertake, if our tender is accepted, to deliver the goods in accordance with the delivery
schedule specified in the tender document.
If our tender is accepted, we undertake to submit the security deposit in the form, in the
amounts, and within the times specified in the tender document.
We agree to abide by this tender, for the Tender Validity Period specified in the tender
document and it shall remain binding upon us and may be accepted by you at any time before the
expiration of that period.
Until the formal final Contract is prepared and executed between us, all the terms and
conditions of the tender document(s) shall constitute a binding contract between us without
considering a deviation as might be indicated in our tender. We further understand that you are not
bound to accept the lowest or any tender you may receive.
Signed: __________________
Date : ___________________
In the capacity of _________________________
Duly authorized to sign this bid for and on behalf of ______________________
Signature & Seal of Tenderer
Page 21 of 34
ANNEX – 2
MANUFACTURERS’ AUTHORIZATION CERIFICATE
To,
The Director(Training),
Directorate of Vocational Education & Training,
3, Mahaplaika Marg, Mumbai-400001
Dear Sir,
TENDER NO. .
We _____________________________ who are established and reputable manufacturers of
(Name, Make & Model and description of goods offered) having factories at ___________________
(Address of Factory) do hereby authorize M/s __________________________________ (Name and
address of Agent) to submit a bid, and sign the contract with you for the goods manufactured by us
against the above.
No company or firm or individual other than M/s ______________________ are authorized
to bid and conclude the contract in regard to this business against this specific tender enquiry.
We here by extend our full guarantee and warranty as per Clause 17 of the tender document
and for the goods and services offered for supply by the above firm against this tender enquiry.
Yours faithfully,
(Name)
(Seal & Signature of Authorized
Signatory)
Note: This letter of authority should be on the printed original letterhead of the manufacturer and
should be signed by a designated person competent and having the power of attorney to bind the
manufacturer and is mandatory to be included by the tenderer in its bid.
Signature and Seal of Tenderer
Page 22 of 34
ANNEX – 3
PROFORMA OF ANNUAL TURN OVER FOR LAST THREE YEARS
The Annual Turnover of M/s ___________________________________________ for the past three
years are given below and certified that the statement is true and correct.
Sr.No. Year Turnover Rs.in Lakh
1 2009-10
2 2010-11
3 2011-12
Date :
Seal
Signature with Seal of Auditor/
Chartered Accountant
Name (in capital letters)
Signature and Seal of Tenderer
Note: This statement must be supported by the audited balance sheet of last three years.
Page 23 of 34
ANNEX – 4
MANUFACTURING FACILITIES
TENDER NO. __________________ FOR SUPPLY OF ___________________________
NAME OF THE TENDERER ……………………………………
(Note: all details should relate to the manufacturer for the items offered for supply and every clause
or points must be answered to the point and shall not be left out or omitted or changed. Incomplete
information will be construed as inability / deviation/ shortfall and shall be noted in the evaluating
accordingly)
1. Name & full address of the Manufacturer
2. (a) Telephone No. Office/ Factory / Works
(b) Fax No. Office/ Factory / Works
(c) E-mail ID:
3. Location of the manufacturing factory
4. Details of Industrial/ factory Registration License as per statutory regulations.
5. Details of important Plant & Machinery functioning in each dept. of factory
(Mention ownership of items i.e. Purchased of Leased basis separately as available now)
6. Details & Stocks of raw materials held.
7. Production capacity of item(s) quoted for, Total value of products manufactured with the
existing Plant & Machinery during financial year: 2009-10, 2010-11 & 2011-12
1.1 Normal
1.2 Maximum
8. Details of arrangement for quality control of products such as laboratory, testing equipment etc.
9. Details of staff: (As per register of employees)
9.1 Details of technical supervisory staff in charge of production & quality control
9.2 Skilled labor employed
9.3 Unskilled labor employed
9.4 Maximum No. of workers (skilled & Unskilled) employed on any day during the 18
months preceding the date of Tender.
10. Whether Goods are tested / manufactured to any standard specifications? If so, copies of original
test certificated or notarized should be submitted.
11. Are you registered with the Department of Central Excies - Govt.of India for the items offered as
manufacturer, as per statutory rules? If so, furnish full particulars of registration, product codes
etc. with a notarized copy of the certificate of registration.
Signature and seal of the Manufacturer
Signature and Stamp of Tenderer
Page 24 of 34
Annex – 5A
Proforma for Past Performance from supplier (For a period of last 3 years) i.e. 2009-10, 2010-11, 2011-12
(Other than DVET)
Sr.No Name of the
Product
Name and full
address of the
purchaser
Order
No. &
Date
Quantity Date of
completion
as per
product
Date of
actual
delivery in
respect of
order
Remarks
indicating
reasons for the
delivery if any
Annex – 5B
Proforma for Past Performance from supplier (For a period of last 3 years) i.e. 2009-10, 2010-11, 2011-12
(With DVET)
Sr.No Name of the
Product
Name and full
address of the
purchaser
Order
No. &
Date
Quantity Date of
completion
as per
product
Date of
actual
delivery in
respect of
order
Remarks
indicating
reasons for the
delivery if any
This proforma must be supported with the declaration of the tenderer that they have
successfully completed the execution of purchase order in all respect during last three years.
Signature & Seal of Tenderer
Page 25 of 34
Annex – 6
Proforma for Past Performance (From End User)
Certified that performance of the equipment supplied and after sales service provided by M/s.
_____________________________________ for last 3 years is as given below:
Sr.
No
Name of
Equipmen
t
Supply
Order
No.& Date
for 3 recent
years
Date of
Delivery
No. of
failures
during
warranty
period
(Please Give
details)
No. of failures
after expiry of
warranty
period (Please
Give details)
After sales
service
provided by
supplier *
Unsatisfactory
/Satisfactory/
Good
Remark
1 2 3 4 5 6 7 8
Note :- To be submitted by tenderer separate for each end user.
Signature & Seal of End User
With name and seal of the Office
* Specific remarks only to be
given in words specified.
Page 26 of 34
Annex – 7 Note :
1) The commercial offer must be filled online using individual‟s digital certificate. ( An online
form will be provided to bidders for Price Schedule during online bid preparation stage).
2) Offer should be inclusive of all taxes, F.O.R. Destination ( excise duty, sales tax, packing &
forwarding, freight upto destination, loading unloading, insurance charges & other charges if
any.
Price Schedule
Signature & Seal of Tenderer
Price Structure
Tender No. ____________________
Name of the Item:
__________________________
Model No.:
________________________________
Particulars: Rate (Rs.)
1. Basic Price
2. Excise Duty (If any)
(Mention percentage of Excise Duty)
3. Sales Tax / VAT
(Specify rate at which S.T. / VAT Claimed)
4. Packing & Forwarding Charges
(Including loading and unloading)
5. Freight Charges
6. Insurance Charges
7. Installation / Trial Commissioning charges
8. Other if any (Please specify)
Total Price
F.O.R. Destination: ____________________________________________________
Rupees in Words: ______________________________________________________
NOTE: Rate should be quoted only for the models mentioned in Technical Bid.
Page 27 of 34
ANNEX – 8
FORMAT OF BANK GUARANTEE FOR E.M.D.
Whereas ……………………….( Hereinafter called “the Tenderer”) has submitted its tender dated
……………………… (Date of submission of bid) for the supply of …………………………..(Name
and/or description of the goods) (Hereinafter called “the tender”).
KNOW ALL PEOPLE by these presents that WE ………………….. (Name of bank) of …………….
(Name of country), having our registered office at ………………………. (address of bank)
(Hereinafter called “the Bank”), are bound unto ………………………………….(Name of
Purchaser) (Hereinafter called “the Purchaser”) in the sum of ____________________ for which
payment well and truly to be made to the said Purchaser, the Bank binds itself, its successors and
assigns by these presents. Sealed with the Common Seal of the said Bank on this ____day of
___________ 20____
THE CONDITIONS of this obligation are:
1. If the Tenderer
(a) Withdraws its tender during the period of tender validity specified by the Tenderer in his
tender; of
(b) Does not accept the correction of errors in accordance with the Instructions to tenderers;
or
2. If the Tenderer, having been notified of the acceptance of its tender by the Purchaser during
the period of tender validity:
(a) Fails or refuses to execute the Contract Agreement if required: or
(b) Fails or refuses to furnish the Security deposit, in accordance with the terms and
conditions stipulated in the tender document:
We undertake to pay the Purchaser up to the above amount upon receipt of its first written demand,
without the Purchaser having to substantiate its demand, provided that in its demand the Purchaser
will note that the amount claimed by its is due to it, owing to the occurrence of one or both of the two
conditions, specifying the occurred condition or conditions.
This guarantee will remain in force up to and including forty five (45) days after the period of
the tender validity, and any demand in respect thereof should reach the Bank not later than the above
date.
…………………………………
(Signature & Seal of the Bank)
Signature and Stamp of Tenderer
Page 28 of 34
ANNEX – 9
TECHNICAL SPECIFICATIONS COMPLIANCE
Following are the minimum requirements, Products offered must meet these parameters herein.
Tender No.________________ for Supply of ____________________________
Name of Manufacturer: ______________ Make & Model quoted: ___________________
S.No.
Technical specifications/
composition of tender
enquiry(Step by Step)
Compliance on each parameter with
detailed substantiation how the offered
product meets the requirement.
Remarks, if any
Signature and Seal of Tenderer
Page 29 of 34
Annex – 10
No Deviation Statement
No Deviation statement of specification of the equipment offered giving details of specification in
following pro-forma only (No other formats will be accepted):
Tender No.________________ for Supply of ____________________________
Name of Manufacturer: ______________ Make & Model quoted: ___________________
Specification of
equipment stated in
Tender Enquiry step
by step
Specification of
equipment offered
by Tenderer step by
step
Whether there are
deviation from the
tender specification
Yes / No
If yes, indicate clearly
which the deviations
are.
1 2 3 4
This is to certify that „there is no deviation between tender specifications and specifications quoted by
us.
Signature & Seal of Tenderer
Page 30 of 34
ANNEX – 11
BANK GUARANTEE FOR SECURITY DEPOSIT
To,
The Director (Training),
Directorate of Vocational Education & Training,
3, Mahaplaika Marg, Mumbai-400001
WHEREAS ………………………………………………………………. (Name of Supplier)
Hereinafter called “the Supplier” has undertaken, in pursuance of Contract No……………. dated,
200 …. To supply …………………………………………………………………………….
(Description of Goods and Services) hereinafter called “the Contract”.
AND WHEREAS it has been stipulated by you in the said Contract that the Supplier shall furnish you
with a Bank Guarantee by a recognized bank for the sum specified therein as security for compliance
with the Supplier‟s performance obligations in accordance with the Contract.
AND WHEREAS we have agreed to give the Supplier a Guarantee:
THEREFORE WE hereby affirm that we are Guarantors and responsible to you, on behalf of the
supplier, up to a total of ………………………………………… ………………………………
(Amount of the guarantee in Words and Figures) and we undertake to pay you, upon your first written
demand declaring the Supplier to be in default under the Contract and without cavil or argument, any
sum or sums within the limit of ……………………………….. (Amount of Guarantee) as aforesaid,
without your needing to prove or to show grounds or reasons for your demand or the sum specified
therein.
This guarantee is valid until the …………… day of …………………….. 200
Signature and Seal of Guarantors
……………………………………
……………………………………
…………………………………………
… ..Date ……200………….
Address ………………………………
……………………………………
……………………………………
Signature and Seal of Tenderer
Page 31 of 34
Annex-12
Contract Agreement
An Agreement made this ………………… day…………………………………………..
......................................................two thousand and ……………………………….
……………………………………………………………………………………………………..
……………………………………………... (hereinafter called “the contractor”) of the one part
Purchasing Officer and the Government of Maharashtra (hereinafter called “the Government”) of the
other part.
Whereas the contractor has tendered to the Government for supply to the Purchasing Officer
[hereinafter called of the articles specified in the schedule “A” (attached) as per delivery instructions
given in the acceptance of tender at the respective prices or rates mentioned opposite to the said
articles in the column provided for the purpose and whereas such tender has been accepted and the
contractor has deposited with the P. O. a sum of (Rs. ……………………
…………………………………… in …………………………………………………………. )
Only as security for due fulfilment of this agreement.
Now it is hereby agreed between the parties hereto as follows :-
(1) The contractor has accepted the contract on the terms and conditions set out in the tender notice
No. ……………………………………. Dated ……………………….. as well in the acceptance
of tender No. ………………………………………………………….. dated
…….…………………………………………. Which will hold good during period of this
agreement.
(2) Upon breach by the contractor of any of the conditions of the agreement, the P. O may by a
notice in writing rescind, determine and put an end to this agreement without prejudice to the
right of the Government to claim damages for antecedent breaches thereof on the part of the
contractor and also to reasonable compensation for the loss occasioned by the failure of the
contractor to fulfil the agreement as certified in writing by the P. O. which certificate shall be
conclusive evidence of the amount of such compensation payable by the contractor to the
Government.
(3) Upon the determination of this agreement whether by effluxion of time or otherwise the said
deposite shall after the expiration of ………………………………… moths from the date of
such determination be returned to the contractor but without interest and after deducting
therefrom any sum due by the contractor to the Government under the terms and conditions of
this agreement.
(4) This agreement shall remain in force until the expiry of the date of delivery of materials but
notwithstanding herein or in the tender and acceptance forms contained the Government shall
not be bound to take the whole or any part of the estimated quantity herein or therein mentioned
and may cancel the contract at any time upon giving one month‟s notice in writing without
compensating the contractor.
(5) In witness whereof the said …………………………………………………….. hath set his
hand hereto and has on behalf of the Government of Maharashtra affixed his hand and seal
hereto the day and year first above written
(6) Notice in connection with the contract may be given by the Director (Training) or any gazetted
officer of the Stores Purchase Organization, authorized by the Director(Training).
Page 32 of 34
(7) If subject to circumstances beyond control (force majeure) the contractor fails to deliver the
stores in accordance with the conditions mentioned in the A/T, the Purchasing Officer shall, at
his option be entitled either :-
a. to recover from the contractor as agreed liquidated damages or by way of penalty a sum not
exceeding ½ per cent of the price of the stores which the contractor has failed to deliver as
aforesaid for each week or part of a week during which the delivery of such stores may be in
arrears, or
b. to purchase elsewhere, after giving due notice to the contractor on the account and at the risk of
the contractor the stores not delivered or others of a similar description (where other exactly
complying with the particulars are not, in the opinion of the Purchasing Officer which shall be
final, readily procurable) without cancelling contract in respect of consignment not yet due for
delivery, or
c. to cancel the contract.
(8) In the event of action being taken under (a), (b) or (c) the contractor shall be liable for any loss
which the Purchasing Officer, may sustain on that account.
The recovery on account of agreed liquidated damages or by way of penalty under (a) above
will be made by deducting the amount in the bills and the recovery of any loss, which the
Purchasing Officer may sustain under (b) and (c) should be made good by a credit note within
the stipulated period for the purpose.
Mumbai,
Witness :-
1.
2.
Contractor,
Purchasing Office, on behalf of the Governor of
Maharashtra, Mumbai.
Page 33 of 34
Annex-B
Tender Form & Specification of the tender item :
GOVT. OF MAHARASHTRA
DIRECTORATE OF VOCATIONAL EDUCATION & TRAINING,
MAHARASHTRA STATE
3, Mahapalika Marg, Post Box No.10036, Mumbai – 400 001.
www.dvet.gov.in E-mail: [email protected] Fax:22659235 Ph:22620604/1008/0293
(EMD 3% of the offer
Limited to Rs.5000/-)
IMP : 1) Prescribed Tender Form should be submitted to the DIRECTOR OF TRAINING, DIRECTORATE OF
VOCATIONAL EDUCATION & TRAINING, MAHARASHTRA STATE, MUMBAI – 400 001 digitally
signed by the tenderer, otherwise offer will be rejected.
Detailed Technical specifications are given below.
E- TENDER NOTICE NO. : E/2012-2013 – 005
TENDER NO. : TE-12226
TENDER SHALL REMAIN VALID TILL : 31st March, 2013
DELIVERY PERIOD : 8 To 12 Weeks from the date of receipt of supply
order
Sr.
No.
Name of the Items Quantity
1 Car washer with detergent and steam mixed
facility 20
SR.No. TE-12226
Price Rs.2000 /- 2012-2013
Instruction to Tenderer
Copyright @ DVET 2012 Page 34 of 34
TE-12226 2012-2013
Car washer with Detergent
specification : -
1) Motor power - up to 2000 watt 2) Maximum pressure 120 bar 3) Maximum flow rate 400 1/h 4) Maximum water temperature 60 0 c 5) Weight up to – 15 kg
ACCESSORIES :-
1) hose reel with 12 m rubber hose 2) wash brush 3) machine stand with caster trolley 4) integrated detergent tank
Note: -
1) operating manual and part catalogue should be provided by dealer
2) specification board made of vinyl should be displayed at the front side of the model .
(Signature of Tenderer)