REPAIR WORK FOR FURNITURE

24

Transcript of REPAIR WORK FOR FURNITURE

REPAIR WORK FOR FURNITURE

REQUEST

FOR

PROPOSAL

Satish Dhawan Space Centre SHAR (SDSC SHAR), Sriharikota, the Spaceport of India,

is one of the lead centres of Indian Space Research Organisation (ISRO), Department

of Space (DOS), Government of India. The Centre provides world class launch base

infrastructure for national and international customers in accomplishing diverse

launch vehicle/satellite missions for remote sensing, communication, navigation &

scientific purposes and is one among the best known names of the Spaceports of the

world today. SDSC SHAR, Sriharikota is located 100 km north of Chennai on National

Highway No.05 and 18 km from Sullurpeta in SPSR Nellore District of Andhra Pradesh

State. SDSC SHAR is inviting proposals from prospective vendors to execute furniture

repair works in its premises various locations.

PURPOSE OF THE REQUEST FOR PROPOSAL

SDSC SHAR is selecting a service provider for the execution of repair works for the

furniture items. Our objective is to select the vendor who fully meets the

requirements identified in this RFP.

A pre-bid meeting will be scheduled and the exact date will be mentioned in the

Tender Document.

SCOPE OF THE WORK

• The scope of the work includes minor repairs, major repairs, dismantling, re-

assembling, upholstery works etc. for furniture items, as and when required at

various premises of SDSC SHAR located at Sriharikota within 15 to 20 km

radius, Sullurpeta and Chennai. The details regarding the quantity and type of

furniture and type of repair works to be executed are mentioned in annexures

I and II.

• Any complaint should be resolved within two weeks from the date of receipt

of complaint from SDSC SHAR.

• All necessary tools and instruments for repair work shall be brought by the

service provider itself.

• The spare parts supplied should be genuine and original and should have OEM

warranty.

• Spares available at Central Stores, SDSC-SHAR should be inspected and

consumed before procuring new spares.

• The defective parts removed should be handed over to Central Stores, SDSC

SHAR.

• Due to the malfunctioning of the replaced spares or poor workmanship

furniture to be refurbished again at no additional cost.

• The Bidder shall not be allowed to transfer, pledge or sub-contract its rights

and liabilities under this contract to any other agency. However, in extreme

cases, if it is essential to do so, it shall be done only with the prior written

consent of SDSC SHAR.

Instructions to Bidders & General Conditions:

Bid Submission

• Bid shall be submitted in two parts:

a. Part -1 Techno-Commercial Part of the Bid

b. Part -2 Price Part of the Bid

• Offers should be submitted online using standard digital signature of class -3 with

encryption/decryption options.

• The tenders submitted online on or before the due date and time only will be

considered as valid tenders. Bids shall be submitted well in advance so that

request for extension of due date shall be avoided.

• Prices shall be mentioned in the space/column provided in the ISRO e-

procurement portal only for such purpose. Price details should not be disclosed

in Part – 1 Techno- Commercial Bid.

Prices quoted should be on the basis of F.O.R. Sriharikota/ On-Site

• All risk in transit shall be exclusively borne by the contractor and shall pay only for

such items as are actually received in good condition in accordance with the

purchase order.

• Bids duly filled in by the bidder should invariably be submitted as stipulated in the

e-procurement portal.

• Department may open Part – 1 of the bids on the due date of opening at stipulated

time. Price bid (Part-2) of the technically and commercially acceptable bids shall

be opened at a later date subject to meeting the minimum evaluation criteria.

• Department reserves the right to reject any or all the bids without assigning any

reasons thereof.

• Compliance to proposal requirement: Department expects bidder’s compliance to

requirement of proposal document without any deviation. Deviation on clauses,

if felt absolutely necessary should be furnished in the Techno commercial part

(and not in proposal document or Price part). Department shall not take

cognizance of any deviation stipulated elsewhere in the bid. Any willful attempt

by the bidders to camouflage the deviations by giving them in the covering letter

or in any other documents that are enclosed may render the bid itself non-

responsive.

• Department reserves the right to evaluate the offers containing deviations with

financial implications after adding cost for such deviations as determined by

Department

• Part – 1: Technical and unpriced commercial part.

i. Complete techno–commercial part of the bid shall be filled online in the ‘Vendor

specified terms’ form of the e-tender. Any documents as sought in the tender shall be

scanned and uploaded to the e-tender under ‘Documents solicited from vendor’ form

only in ISRO e-procurement portal (https://eproc.isro.gov.in).

ii. Part-1 shall comprise the following attachments, specifying attachment number

arranged in the order as follows:

a. Submission of bid letter along with one set of this tender document duly signed and

stamped as token of acceptance.

b. Technical details, catalogues, etc. as applicable and any other document as

mentioned in the proposal.

c. All the annexures enclosed in proposal duly filled, signed, stamped, scanned and

uploaded.

d. Unpriced copy of schedule of prices with all other commercial terms, taxes, duties in

percentage, exemption certificates and conditions duly filled (prices to be kept

blank), signed and stamped.

e. Any other relevant document, bidder desires to submit.

f. Any bids/offers with price details in techno-commercial offer (Part –1) shall be

rejected.

Part–2: Priced commercial part.

i. Priced commercial part shall contain “Schedule of Price” marked “PRICE - BID” duly

filled in ISRO e-procurement website https://eproc.isro.gov.in as per price bid

format given. No stipulation, deviation, terms and conditions, presumption basis etc.

shall be stipulated in price part of bid. Department shall not take cognizance of any

such statement and may at their discretion reject such bids.

ii. The format for Price bid is given in Annexure IV.

iii. Unit rates for each spares and service should be mentioned separately Annexure V.

And it should clearly indicate the applicable GST. This will be considered as a

commitment only.

iv. The quoted rate shall be firm and fix for the entire contract period.

v. Total amount shall be spelt out in terms of figures and words also.

vi. Only the rates mentioned in the Annexure IV shall be considered for arriving L1.

EVALUATION CRITERIA

• The Bids shall be evaluated based on the Total lowest value.

• Bidders has to quote for all the works mentioned in the proposal.

• Quotations with abnormally low values will be summarily rejected.

GENERAL CONDITIONS

OFFER VALIDITY:

Bid shall remain valid for acceptance for a period of 6 months from the due date of

submission of the bid. The bidder shall not be entitled during the said period to

revoke or revise his bid or to vary the bid except and to the extent required by SDSC

SHAR in writing. Bid shall be revalidated for extended period as required by SDSC

SHAR in writing. In such cases, unless otherwise specified, it is understood that

validity is sought and provided without varying either the quoted price or any other

terms and conditions of bid finalized till that time.

PRE-QUALIFICATION CRITERIA

• Bidder shall be an organization with experience more than three years as on

31.03.2021 in providing similar furniture repair services to the Central/State

Govt/ Public sector/Major Private Registered Organizations.

• Bidder shall provide Purchase Order copy and full contract details during the

last 3 years ending with 31/03/2021 for similar works executed in Central/

State Govt. / Public sector/Major Private Registered Organizations with the

The firm should have executed the following:

One similar order worth Rs. 25 Lakhs

(or)

Two similar orders worth Rs. 18 Lakhs each

(or)

Three similar orders worth Rs. 12 Lakhs each

• Bidders should enclose Copies of Purchase Orders/contracts, Contract

completion certificates, PAN Card, GST Registration Certificate, Income Tax

Returns for last three years, Audited Balance Sheet for last three years etc.

along with the techno-commercial bids.

• Compliance statement should to be duly filled and submitted with other

relevant documents.

• Offers received without documentary evidence will be summarily rejected.

PERIOD OF CONTRACT

• Period of contract will be two years. However, centre reserve the right to

extend the contract for one more year at the same rate, terms & conditions on

mutual agreement based on satisfactory performance during the tenure. and

or terminate the contract at any time by giving one month’s notice.

• Repair works shall be carried out by qualified technicians during work days

(Monday to Friday) from 0900 to 1700hrs and should be performed at our

offices at Sriharikota, Sullurpeta and Chennai.

SECURITY DEPOSIT

• On acceptance of the tender, the successful bidder shall, submit Three percent

(3%) of the value of the Contract towards Security Deposit. Security Deposit

shall be obtained through Bank Guarantee or fixed deposit receipt from any of

the Scheduled Banks executed on non-judicial stamp paper of appropriate

value, and shall be valid for a period of sixty days beyond the date for

completion of the Purchase Order/Contract.

DELIVERY PERIOD

• The Service provider should respond to our complaint with in two days and

the complaint should be resolved within two weeks from the date of receipt of

complaint from SDSC SHAR.

PENALTY CLAUSE

• The delivery date stipulated in the order released by SDSC SHAR will be the

essence of the order. If the supplier fails to deliver the spares/services within

the time specified in the order or any extension order thereof Centre shall

recover from the supplier as liquidated damages a sum of half percentage of

the work-order price of the un-delivered spares/services for each calendar

week of delay & part thereof the total penalty shall not exceed Ten percent of

the individual work order price of the unit or units so delayed.

FALL CLAUSE

• The prices charged for the spares supplied and the services provided under

the Contract by the vendor should in no event exceed the lowest price at which

the vendor sells the stores of identical description to any other person during

the period of the Contract. If at any time, the prices are reduced, the same shall

be notified to the Department and shall stand correspondingly reduced.

PARALLEL / ADHOC CONTRACT

• SDSC SHAR reserves the right to enter into parallel Adhoc contract(s) with

one or more Service providers (s) during the currency of the contract for

availing the same or similar services.

• In order to identify more than one Service provider, SDSC SHAR reserves the

right to award the contract to any other Service provider who has qualified

in the subject tender and willing to provide the services.

Arbitration Clause:

• In the event of any dispute/s, difference/s or claim/s arising out of or relating to

the interpretation and application of the Contract, such dispute/s or difference/s

or claim/s shall be settled amicably by mutual consultations of the good Offices of

the respective Parties and recognizing their mutual interests attempt to reach a

solution satisfactory to both the parties. If such a resolution is not possible, within

30 days from the date of receipt of written notice of the existence of such

dispute/s, then the unresolved dispute/s or difference/s or claim/s shall be

referred to the Sole Arbitrator appointed by the Parties by mutual consent in

accordance with the rules and procedures of Arbitration and Conciliation Act 1996

as amended from time to time. The arbitration shall be conducted in Bengaluru in

the Arbitration and Conciliation Centre –Bengaluru (Domestic and International)

as per its rules and regulations. The expenses for the Arbitration shall be shared

equally or as may be determined by the Arbitrator. The considered and written

decision of the Arbitrator shall be final and binding between the Parties. The

applicable language for Arbitration shall be “English” only.

• Work under the Contract shall be continued by the CONTRACTOR during the

pendency of arbitration proceedings, without prejudice to a final adjustment in

accordance with the decision of the Arbitrator unless otherwise directed in

writing by the DEPARTMENT or unless the matter is such that the works cannot

be possibly continued until the decision (whether final or interim) of the

Arbitrator is obtained.

PAYMENT

• The Service provider shall raise Bills for the spares/services separately done

on monthly basis on completion of work. Each month Bills shall be in the name

of Accounts Officer, Satish Dhawan Space Centre, Sriharikota, certified for

payment by Purchase & Stores Officer, Collection & Disposal Cell, Central

Stores, SDSC SHAR along with satisfactory work completion report and

approval by competent authority.

• No advance payment shall be made under any circumstances.

MODE OF PAYMENT:

• Bidders can submit the banker details and payments can be made through

NEFT/RTGS through PFMS.

INCOME TAX (IT):

IT at the prevailing rate and as applicable from time to time shall be deducted

from the supplier's bills as per Income Tax Act. and a certificate will be issued

(TDS Certificate) to that effect.

SECURITY AND ENTRY PASS

• The workers engaged should strictly follow the security instructions of the

Centre. They are not permitted to use any of the electronic gadgets inside the

Centre.

• Based on the request provided by the Service provider and with the valid

Identity Proofs Entry Pass will be issued to the service personnel from Public

Relations, SDSC SHAR. Only experienced / qualified Indian nationals above

18years of age shall be deputed for executing the work.

ADDITIONS AND DELETIONS

• Centre reserve the right to add/ delete any number of similar systems/

repairs to this Contract during the contract period.

TERMINATION OR SHORT CLOSING OF CONTRACT

• If the Service Provider repeatedly violates the terms and conditions of the

contract or fails to provide services required despite SDSC SHAR having

served them notices, the contract shall be liable to be terminated and

security so deposited shall be forfeited.

• SDSC SHAR reserves the right to terminate the contract without assigning

any reasons by giving a prior notice of 30 days.

FORCE MAJEURE

• Neither party shall bear responsibility for the complete or partial non-

performance of any of his obligations (except for failure to pay any sum which

has become due on account of receipt of goods under the provisions of the

present Purchase Order/Contract) if the non-performance results from such

force majeure circumstances such as, but not restricted to, flood, fire,

earthquake, civil commotion, sabotage, explosion, epidemic, quarantine

restriction, strike, lock-out, freight embargo, acts of the Government either in

its sovereign or Contractual capacity, hostility, acts of public enemy and other

acts of God as well as war or revolution, military operation, blockade, acts or

actions of State authorities or any other circumstance beyond the control of

the parties that have arisen after the conclusion of the present Purchase

Order/Contract.

GENERAL TERMS & CONDITIONS

• You are not permitted to use the departmental facilities such as Transport,

Medical etc. The Service provider should arrange their own means of

transport for internal movement at SDSC SHAR for their service personnel.

However, accommodation and Canteen facility can be provided on payment

basis considering the COVID -19 situation and availability. But it will solely

the discretion of the Centre.

• The Service persons should not enter into an activity that causes damage to

the Centre premises, persons or himself. ln the event damages to any property

at Centre premises due to negligence of service provider's personnel, the

responsibility for such damages including risk and cost shall solely rest with

the service provider. The Centre will not be responsible for injury/loss of life

of service provider's personnel at site deployed for carrying out the services,

due to natural calamities/accidents etc. Service provider should ensure the

life insurance coverage for the service personnel.

FOCAL PERSON

• The services shall be executed by the service provider as per the instructions

of Purchase and Stores Officer / Sr. Purchase and Stores Officer, Central Stores,

SDSC SHAR, Sriharikota. Contact Nos. 08623 22 6451/5058.

ANNEXURE I

LIST OF FURNITURE AVAILABLE FOR REPAIR WORKS

SL

NO. TYPE OF FURNITURE

1 BOOK SHELF

2 CHAIR

3 COMPUTER TABLE

4 COMPUTER TROLLEY'S

5 CUPBOARD (SS& WOODEN) + FILING CABINET+ HORIZONTAL

SLIDING CUPBOARD

6 DINING TABLE

7 DINING TABLE CHAIRS

8 FILING CABINET

9 LUGGAGE RACK

10 MODULAR CUBICLE

11 PIGEON CUPBOARDS

12 READING TABLE

13 REVOLVING CHAIR (CANED AND NOT CANED)

14 SIDE TABLE

15 SINGLE COT

16 SOFA

17 STOOL

18 STUDY TABLE

19 TABLES

20 U SHAPE CUSHION CHAIR

21 WORK BENCH

ANNEXURE II

NATURE OF REPAIR WORKS TO BE PERFORMED

SL NO. DESCRIPTION

1 DISMANTLING AND RE-ASSEMBLING OF TABLE (T-8/T-9/EXECUTIVE TABLE)

2 BREAK/FORCE OPENING LOCK OF TABLES OF ALL MODELS

3 BREAK/FORCE OPENING LOCK OF CUPBOARD

4 BREAK/FORCE OPENING LOCK OF FILING CABINET

5 SUPPLY AND FIXING OF NEW LOCK TO TABLE OF ALL MODELS

6 SUPPLY AND FIXING OF NEW LOCK TO CUPBOARD

7 SUPPLY AND FIXING OF NEW LOCK TO FILING CABINET

8 REPAIRS/SERVICING OF DRAWERS FOR FREE MOVEMENT & INTERLOCKING

SYSTEM OF TABLE

9 FIXING OF TABLE TOP

10 FIXING OF TABLE LEGS TO THE DRAWER UNIT

11 SUPPLY& FIXING OF NEW HANDLE TO ALL MODELS OF TABLES

12 SUPPLY& FIXING OF NEW HANDLE TO CUPBOARD

13 SUPPLY& FIXING OF NEW HANDLE TO FILING CABINET

14 SUPPLY& FIXING OF NEW HOOKS FOR SHELVES IN CUPBOARD

15 REPAIR& SERVICING OF CHANNELS OF FILING CABINET FOR FREE MOVEMENT

OF DRAWERS

16 SUPPLY& FIXING OF NEW CHANNELS TO FILING CABINET- EACH ONE

17 FIXING OF NEW CHANNELS TO FILING CABINET-PER PAIR

18 FIXING OF FOOT REST PIPE FOR TABLES

19 REPAIR AND SERVICING OF ALL TYPE OF TABLES

20 REPAIR AND SERVICING OF CUPBOARD

21 REPAIR AND SERVICING OF FILING CABINET

22 SUPPLY& FIXING OF NEW LOCK WITH 2 KEYS FOR SLIDING DOOR UNIT

23 REPAIR/SERVICING OF SLIDE IN DOOR MOVEMENT FOR 4/3/2 DOOR BOOK

CASE UNIT( TO BE QUOTED ON DOOR BASIS)

24 REPLACING GLASS OF BOOK SHELF GLASS DOOR- EACH ONE

25

SUPPLY& FIXING OF NEW HANDLE TO ALL TYPE OF CHAIRS (CH 6, CH 7 CH 13,

PREMIUM, EXECUTIVE, COMPUTER REVOLVING CHAIRS ETC.) QUOTE FOR

EACH ITEM SEPARATELY

26

SUPPLY& FIXING OF SEAT FRAME FOR CHAIRS (CH 6, CH 7 CH 13, PREMIUM,

EXECUTIVE, COMPUTER REVOLVING CHAIRS ETC.)- QUOTE FOR EACH ITEM

SEPARATELY

27

SUPPLY& FIXING OF BACK FRAME FOR CHAIRS (CH 6, CH 7 CH 13, PREMIUM,

EXECUTIVE, COMPUTER REVOLVING CHAIRS ETC.) - QUOTE FOR EACH ITEM

SEPARATELY

28 SUPPLY AND FIXING OF NEW CASTOR WHEELS (CH 13, PREMIUM, EXECUTIVE,

COMPUTER -REVOLVING CHAIRS)- QUOTE FOR EACH ITEM SEPARATELY

29 SUPPLY AND FIXING OF NEW HYDRAULIC LIFT SYSTEM FOR REVOLVING

CHAIRS

30 SUPPLY AND FIXING OF NEW BUSHES TO ALL TYPES OF CHAIRS

31 SUPPLY AND FIXING OF NEW BACK SUPPORTING ROD FOR PREMIUM AND

EXECUTIVE CHAIRS

32 SUPPLY AND FIXING OF NEW HINGES/ SPLIT PINS TO PREMIUM /EXECUTIVE

CHAIRS

33 SUPPLY AND FIXING OF NEW HEIGHT ADJUSTMENT UNIT FOR PREMIUM/

EXECUTIVE CHAIR

34 SUPPLY AND FIXING OF NEW BRACKETS FOR PREMIUM/ EXECUTIVE CHAIR

35 SUPPLY AND FIXING OF PLASTIC DOOM AT BOTTOM OF HYDRAULIC SYSTEM

FOR PREMIUM/ EXECUTIVE CHAIR

36 UPHOLSTERY OF BACK REST

37 UPHOLSTERY OF SEAT REST

38 CENTRAL TILT MECHANISM

39 REPLACEMENT OF STOOL TOP

40 MINOR REPAIR WORKS OF WOODEN COTS

41 MAJOR REPAIR WORKS OF WOODEN COTS

42 SEAT AND BACK REST UPHOLSTERY FOR WOODEN CHAIRS

43 UPHOLSTERY WORK FOR U SHAPED CHAIRS

44 SERVICING OF MODULAR CUBICLE

45 SERVICING OF COMPUTER TROLLEYS

ANNEXURE III

DECLARATION

(On original Letter Head of the Bidder)

1. We have carefully read and understood all the terms and conditions of the tender

for Furniture Repair Works Contract at SDSC SHAR and undertake to abide by

them.

2. The information / documents furnished along with this Tender are true and

authentic to the best of our knowledge and belief. We are well aware of the fact

that furnishing of any false information / fabricated document would lead to

rejection of our tender at any stage besides liabilities towards prosecution under

appropriate law.

3. We shall not assign the contract nor shall we sublet any portion of the contract

except with written consent of SDSC SHAR.

4. We accept that you are neither bound to accept the lowest tender nor bound to

assign any reason for rejecting or returning of our Tender.

5. We hereby Undertake that our Company / Firm does not have any legal suit /

criminal case either pending against us / proprietor or any of our Directors (in the

case of Company) or being contemplated and have not been earlier convicted on

the grounds of moral turpitude or for violation of laws in force.

6. We are not black-listed by any Central / State Government / Public Sector

Undertakings / Autonomous Bodies under Central / State Government / Any

Other Organization.

Place: (Signature of Authorized Personnel)

Date: Full Name:

Seal:

Annexure IV

Price Bid Format

SL

NO. DESCRIPTION No.

UNIT

RATE

TOTAL

RATE

GST

applicable

extra

1

DISMANTLING AND RE-

ASSEMBLING OF TABLE (T-8/T-

9/EXECUTIVE TABLE)

100

2 BREAK/FORCE OPENING LOCK

OF TABLES OF ALL MODELS 75

3 BREAK/FORCE OPENING LOCK

OF CUPBOARD 75

4 BREAK/FORCE OPENING LOCK

OF FILING CABINET 75

5

SUPPLY AND FIXING OF NEW

LOCK TO TABLE OF ALL

MODELS

75

6 SUPPLY AND FIXING OF NEW

LOCK TO CUPBOARD 75

7 SUPPLY AND FIXING OF NEW

LOCK TO FILING CABINET 75

8

REPAIRS/SERVICING OF

DRAWERS FOR FREE

MOVEMENT & INTERLOCKING

SYSTEM OF TABLE

100

9 FIXING OF TABLE TOP 50

10 FIXING OF TABLE LEGS TO THE

DRAWER UNIT 10

11

SUPPLY& FIXING OF NEW

HANDLE TO ALL MODELS OF

TABLES

20

12 SUPPLY& FIXING OF NEW

HANDLE TO CUPBOARD 20

13 SUPPLY& FIXING OF NEW

HANDLE TO FILING CABINET 20

14

SUPPLY& FIXING OF NEW

HOOKS FOR SHELVES IN

CUPBOARD

20

15 REPAIR& SERVICING OF

CHANNELS OF FILING CABINET 20

FOR FREE MOVEMENT OF

DRAWERS

16

SUPPLY& FIXING OF NEW

CHANNELS TO FILING

CABINET- EACH ONE

20

17 FIXING OF NEW CHANNELS TO

FILING CABINET-PER PAIR 20

18 FIXING OF FOOT REST PIPE FOR

TABLES 30

19 REPAIR AND SERVICING OF ALL

TYPE OF TABLES 200

20 REPAIR AND SERVICING OF

CUPBOARD 100

21 REPAIR AND SERVICING OF

FILING CABINET 100

22

SUPPLY& FIXING OF NEW LOCK

WITH 2 KEYS FOR SLIDING

DOOR UNIT

40

23

REPAIR/SERVICING OF SLIDE

IN DOOR MOVEMENT FOR

4/3/2 DOOR BOOK CASE UNIT(

TO BE QUOTED ON DOOR

BASIS)

20

24 REPLACING GLASS OF BOOK

SHELF GLASS DOOR- EACH ONE 20

25

SUPPLY& FIXING OF NEW

HANDLE TO ALL TYPE OF

CHAIRS (CH 6, CH 7 CH 13,

PREMIUM, EXECUTIVE,

COMPUTER REVOLVING

CHAIRS ETC.) QUOTE FOR EACH

ITEM SEPARATELY

50

26

SUPPLY& FIXING OF SEAT

FRAME FOR CHAIRS (CH 6, CH 7

CH 13, PREMIUM, EXECUTIVE,

COMPUTER REVOLVING

CHAIRS ETC.)- QUOTE FOR

EACH ITEM SEPARATELY

350

27

SUPPLY& FIXING OF BACK

FRAME FOR CHAIRS (CH 6, CH 7

CH 13, PREMIUM, EXECUTIVE,

COMPUTER REVOLVING

350

CHAIRS ETC.) - QUOTE FOR

EACH ITEM SEPARATELY

28

SUPPLY AND FIXING OF NEW

CASTOR WHEELS (CH 13,

PREMIUM, EXECUTIVE,

COMPUTER -REVOLVING

CHAIRS)- QUOTE FOR EACH

ITEM SEPARATELY

50

29

SUPPLY AND FIXING OF NEW

HYDRAULIC LIFT SYSTEM FOR

REVOLVING CHAIRS

150

30

SUPPLY AND FIXING OF NEW

BUSHES TO ALL TYPES OF

CHAIRS

10

31

SUPPLY AND FIXING OF NEW

BACK SUPPORTING ROD FOR

PREMIUM AND EXECUTIVE

CHAIRS

50

32

SUPPLY AND FIXING OF NEW

HINGES/ SPLIT PINS TO

PREMIUM /EXECUTIVE CHAIRS

40

33

SUPPLY AND FIXING OF NEW

HEIGHT ADJUSTMENT UNIT

FOR PREMIUM/ EXECUTIVE

CHAIR

40

34

SUPPLY AND FIXING OF NEW

BRACKETS FOR PREMIUM/

EXECUTIVE CHAIR

40

35

SUPPLY AND FIXING OF

PLASTIC DOOM AT BOTTOM OF

HYDRAULIC SYSTEM FOR

PREMIUM/ EXECUTIVE CHAIR

30

36 UPHOLSTERY OF BACK REST 80

37 UPHOLSTERY OF SEAT REST 80

38 CENTRAL TILT MECHANISM 100

39 REPLACEMENT OF STOOL TOP 10

40 MINOR REPAIR WORKS OF

WOODEN COTS 150

41 MAJOR REPAIR WORKS OF

WOODEN COTS 100

42 SEAT AND BACK REST

UPHOLSTERY FOR WOODEN

CHAIRS

50

43 UPHOLSTERY WORK FOR U

SHAPED CHAIRS 75

44 SERVICING OF MODULAR

CUBICLE 10

45 SERVICING OF COMPUTER

TROLLEYS 20

The quantity given above may vary. Centre has the right to add or delete the number

based on the actual requirement.

Annexure V

List of Spares

SPARES Rate Applicable GST

ARM REST WOODEN CH-13

PUSH BUTTON ASSY FOR F/C (METAL)

BACK REST FOR CHAIR CH4/CH6/CH18

BUSH NYLON STOREWEL

BALL STEEL 10J

BACK REST FOR CHAIRS CH-13/CH-8/CH-

END CAPS FOR CHAIRS

CORNER SHELF SUPPORT FOR CUPBOARD

COVER LOCK CASE OF LUM

FOOTREST FRM -9

STEEL BOOKCASE GLASS (PLAIN 07120321)

HANDLES FOR STORWEL NEW

HANDLES FOR STORWEL OLD

DRAWER HANDLE FOR TABLE (PLASTIC)

HANDLES FOR FILING CABINET (METAL)

HANDLE HIP FILING BLAC 2DR

LOCK & KEY FOR T-8

T-104 - LOCK

T-107 - LOCK

T-108 - LOCK

T-109 - LOCK

LOCK & KEYS FOR T-9 TABLE PAIR LOCK

LOCK & KEYS FOR T-9 TABLE PLU LOCK

LOCK & KEYS FOR T-9 TABLE PLU LOCK LEVER

LOCK ST LOCKER (NEW-2WAY) FLKY

LOCK ST LOCKER (NEW-2WAY) ROUND KEY

MAIN DOOR LOCK ROUND KEY

LOCK FIL CABINET OLD

LOCK FILING CABINET (NEW)

LOCK FOR DRAWER 50 MM (2" WOODEN)

WT718

WT 718 LOCK LEVER

WT 718 LOCK HEX NUT

LOCK AND KEYS DRAWER 3" (WOODEN)

MAESTRO, NUMERO UNO

LOCK FILING CABINET (10 LEVER)

VFC DM/DS VFC TRIANGULAR PLATE

HW ASY LOCK CLIP VFC 0

HW ASY WIRE CLP VFC

VFC SPRING TENSION PL12-A4-951

STRG VFC STRGNG PIC ASY V

STRG VFC DM DS 2DR LKG CHNL

RUNNERS PVC FOR FILING CABINETS

SEAT FOR CHAIR CH-6/CH-4/CH-18

SEAT FOR CHAIR FOR CH -13

SCREWS FOR CHAIRS (SEAT & BACK REST)

SEAT PIN FOR CHAIRS CH6/CH4

SCREWS FOR CH13 CHAIR SEAT FIXING

STRIP CRADLES BKT FAR

SPRING F/C COIL TYPE

SEAT NYLON FOR CH33A

STUD RUBBER CH4/6/18 CHAIR / TABLE

STANDS FOR T-8/9 TABLES

TOP FOR T-8 TABLE

TOP FOR T-9 TABLE

TOP FOR T 108 TABLE

TOP TP 104 DL

WASHER FOR CHAIR SCREWS CH4/CH6

LOCKS FOR STEEL BOOKCASE 2 DOOR SET

LOCKS FOR STEEL BOOKCASE 2 DOOR U CLIP

LOCKS FOR STEEL BOOKCASE 2 DOOR SPRING

TENSION

LOCKS FOR STEEL BOOKCASE 4 DOOR SET

LOCKS FOR STEEL BOOKCASE 4 DOOR U CLIP

LOCKS FOR STEEL BOOKCASE 4 DOOR SPRING

TENSION

SEAT FOR CHAIR CH-7

CORNER SUPPORT FOR SLOTTED ANGLE RACKS

T-9 SCREWS PACKET

PCH 7002/7003D/7004D ARM REST

PCH 7022 SEAT BROWN BEIGE

PCH 7022 BACK BROWN BEEZE

CASTOR PIN BLACK REGAL

CASTOR PIN DISC BLACK

16MM CASTOR WHEEL

STORE WELL COTTOR PIN

MAINDOOR LOCK SCREWS

TDU HANDLE

PCH 7002 TILTING MECHANSIM

SHELF SCREWS WITH NUT

CH-7 CHAIR BACK REST

CASTOR WHEEL FOR COMPUTER TABLE C1

LOCKABLE

CASTOR WHEEL FOR COMPUTER TABLE C2

LOCKABLE

CASTOR WHEEL FOR COMPUTER TABLE C1

NON-LOCKABLE

CASTOR WHEEL FOR COMPUTER TABLE C2

NON-LOCKABLE

BACK TILT MECHANISM-7032

BACK REST -7032

SEAT REST-7032

BACK REST -7042

ARM REST -7032 LH

ARM REST -7032 RH

LOW TILT MACHANISM

SEAT 7001-MAROON

BACK REST -7001

MECHANISM MO40VE DIA-7046/5002T

ARM REST -Y TYPE-7032/9002 & 9003 LH&RH -

SET

LOCK FOR BOOKCASE (NEW TYPE) SETOF 4

KEYS

LOCK SIAM U CLIP FOR: BOOKCASE

PLU 10 LVR CAM LOCK

VPLU HASP LOCK NEW LEVER

LUN-9 DRAWER UNIT COMPLETE DUCN 2 D/R

TABLE KEYBOARD TRAY SET METAL

TABLE SENETS CIRCULAR TOP

TABLE SENET CONFERENCE TABLE CORNER

TOP

TABLE SENET CONFERENCE TABLE HARDWARE

PACKET

SCR LVL PL4-A3-2355 (M8)

CAP NUT M8 0.5MM MS IS 1364

DSK SEN EBCO MNI FIX SCR MFS34

DSK SEN EBCO MNI FIX HOUSING

DSK MS PAN ST STSCREW 6X16

SENATE TABLETOP: DSK VSEN 1S REC TOP BSS

BCH

SENATE TABLETOP: DSK VSEN 1S TP LEFT ERSS

BCH

SENATE TABLETOP: DSK VSEN 1S TP RIGHT ELSS

BCH

SENATE TABLETOP: DSK VSEN 2S. RECTP. BOTH

SS BCH

SENATE TABLETOP: DSK VSEN 2S.TP LEFT ERSS

BCH

SENATE TABLETOP: DSK VSEN 2S.TP RIGHT ELSS

BCH

TABLE T104 HARDWARE PACKET

TABLE T-107 TOP

TABLE T-8 HARDWARE PACKET

TABLET8 DRAWER INNER COVER

TABLE T-8 RFPN

CHAIR BACK REST CUSHION 7B

CASTOR WHEEL 40MM

CH-1014 HARDWARE PACKET

CH-7B SEAT CUSHION

PCH-7000 BACK REST [BRG BEG]

PCH-7001/2 SEAT BACK CONNECTING

BRACKET

PCH-7002 SEAT NEW BLUE

PCH-7003D ABS BACK COVER

PCH-7022 ARMREST PAD

PCH-7022 BACK REST

PCH-7022 BACK TILTING MACHANISM

SEAT ASSLY 7031/2 SPRING GLASS

BACK ASSLY 7031/2 V01

SEAT ASSLY 7031/2 NILGIRI BLUE

BACK ASSLY 7031/2 NILGIRI BLUE

PCH-7032 HARDWARE PACKET

PCH-7042 SEAT PLATINUM BLUE SET

PCH-7042 BACK PLATINUM BLUE SET

PCH-7042 SEAT RED COLOR

PCH-7042 DIVA TILTING MECHANISM

PCH-9001 TILTING MECHANISM

PCH-9102/R TILTING MECHANISM

PP ADAPTOR BUSH

STOREWELL MAIN DOOR LOCK FLAT

STOREWELL FULL SHELF

STOREWEL LOCKER LOCK: IC STWL BNDR 2W LK

W/KHC

STOREWEL LOCKER LOCK IC DRCB BNDR 2W RD

BR K

STOREWELL MINOR SHOOTING ROD

1" LEG SQUARE BUSH FOR TABLE T-101/102

PCH 7022 SEAT NEW

TABLE SFSN FOOTREST T-101/102

PCH7042 HARWARE PACKET

PCH 9001 SEAT RED

S a t i sh Dhawan Spac e Cen t e r SHAR S a t i sh Dhawan Spac e Cen t e r SHAR S a t i sh Dhawan Spac e Cen t e r SHAR S a t i sh Dhawan Spac e Cen t e r SHAR

Welcome, Materials Master (isro)31 August 2017,

17:16:08 IST

MAIN VIEW HELP

Preview For STANDARD TERMS AND CONDITIONS

Page Destination: Tender Header Format Type : Normal

. :

GOVERNMENT OF INDIA

DEPARTMENT OF SPACE

SATISH DHAWAN SPACE CENTRE

PURCHASE DIVISION

Tele No.08623-225023/225174/225127 Fax No.08623-225170/22-5028 e-Mail ID : [email protected], [email protected], [email protected]

STANDARD TERMS & CONDITIONS

1.OFFERS SHALL BE SENT ONLINE ONLY USING STANDARD DIGITAL SIGNATURE CERTIFICATE OF CLASS III WITH ENCRYPTION / DECRYPTION. THE TENDERS AUTHORISED ONLINE ON OR BEFORE THE OPEN AUTHORISATION DATE AND TIME ONLY WILL BE CONSIDERED AS VALID TENDERS EVEN THOUGH THE BIDS ARE SUBMITTED ONLINE.

2.THE TENDERER MUST AUTHORISE BID OPENING WITHIN THE TIME STIPULATED IN THE SCHEDULE BY SDSC SHAR. OTHERWISE THE ONLINE BID SUBMITTED WILL NOT BE CONSIDERED FOR EVALUATION. PHYSICAL COPY WILL NOT BE CONSIDERED EVEN THOUGH IT IS RECEIVED BEFORE THE BID SUBMISSION DATE. In case of two-part tenders, parties shall submit their offers as follows:-

1) Part-I – Techno-commercial Bid (No price details shall be mentioned in this bid and shall not upload the details of price along with the techno-commercial bid) 2) Part-II – Price Bid

In view of Two Part Tender, the Offers submitted contrary to above instructions will be summarily rejected. 3.In case, the tenderer is not interested to participate in the tender, the tenderer shall submit regret letter giving reasons, failing which future enquiries will not be sent. 4.Offer Validity: The validity of the offers / tenders should be 90 days (in case of single part tender) and 120 days (in case two part

tender) from the date of opening of the tenders. Tenders with offer validity less than the period mentioned above, will not be considered for evaluation. 5.GST - GST and/or other duties/levies legally leviable and intended to be claimed should be distinctly shown separately in the tender. GST details are given below

GSTIN: 37AAAGS1366J1Z1 LEGAL NAME : SATISH DHAWAN SPACE CENTRE SHAR VALIDITY FROM:29/08/2017

TYPE OF REGISTRATION:REGULAR 6.Customs Duty - SDSC-SHAR is eligible for 100% Customs Duty exemption as per Notification No. 050/2017 539 (b) Dt: 30.06.2017.

This may be taken into account while quoting for import items, if any. In case tenderers offering items considering customs duty exemption, they should also indicate the bill of materials and price, separately, with Customs Duty component and terms and conditions thereto. 8.Advance Payment - Wherever advance payment is requested, Bank Guarantee from any Nationalized Bank/Scheduled Bank should be

furnished. In case of advance payments, if the party is not supplying the material within the delivery schedule, interest will be levied as per the Prime Lending Rate of RBI plus 2% penal interest. Interest will be loaded for advance payments/stage payments as per the prime lending rate of RBI and will be added to the landed cost for comparison purpose. In case of different milestone payments submitted by the parties, a standard and transparent methodology like NPV will be adopted for evaluating the offers.

9.Liquidated Damages - In all cases, delivery schedule indicated in the Purchase Order/Contract is the essence of the contract and if the party fails to deliver the material within the delivery schedule, Liquidated Damages will be levied @ 0.5% per week or part thereof subject to a maximum of 10% of total order value. 10.Performance Bank Guarantee - Performance Bank Guarantee for 10% of the order value should be furnished in the form of Bank

Guarantee from nationalized/scheduled bank or by Demand Draft valid till warranty period plus sixty days as claim period.

Page 1 of 3

11.Security Deposit – Security Deposit for 10% of the order value is mandatory, if the ordered value is Rs.5.00 lakhs and above. Party shall furnish the Security Deposit in the form of Bank Guarantee from nationalized/scheduled bank or by Demand Draft valid till

completion of the contract period plus sixty days towards claim period for faithful execution of the contract. 12.BANK GUARANTEE FOR FIM: Supplier has to submit Bank guarantee for equal value of Free Issue of Materials (FIM) issued by the Department from Nationalised / Scheduled Bank valid till receipt and acceptance of supply and satisfactory accounting of FIM plus sixty days as claim period.

13.The delivery period mentioned in the tender enquiry, IF ANY, is with the stipulation that no credit will be given for earlier deliveries and offers with delivery beyond the period will be treated as unresponsive. 14.The Department will have the option to consider more than one source of supply and final orders will be given accordingly.

15.The bidders should note that conditional discounts would not have edge in the evaluation process of tenders. 16.Non-acceptance of any conditions wherever called for related to Guarantee/ Warranty, Performance Bank Guarantee, Security Deposit, Liquidated damages are liable for disqualification. 17.Wherever installation/ commissioning involved, the guarantee/warrantee period shall reckon only from the date of installation and

commissioning. 18.Purchase/Price Preference will be extended to the MSMEs under the Public Procurement Policy for MSMEs formulated under the Micro, Small and Medium Enterprises Development Act, 2006 and instructions issued by Government of India from time to time. Vendors who would like to avail the benefit of MSME should clearly mention the same and submit all the documentary evidences to substantiate their claim along with tender itself.

19.The drawings, specifications, end use etc., given by the Centre/Unit along with the tender enquiry are confidential and shall not be disclosed to any third party. 20.SPECIAL CONDITIONS FOR SUBMITTING QUOTATIONS IN FOREIGN CURRENCY BY THE INDIAN AGENTS

The Tenderer should submit the following documents/information while quoting:- a)Foreign Principal's proforma invoice/quote indicating the commission payable to the Indian Agent and nature of after sales service to be rendered by the Indian Agent. b)Copy of Agency agreement with the Foreign Principal and the Indian Agent, precise relationship between them and their mutual

interest in the business. c)Registration and item empanelment of the Indian Agent. d)Agency Commission will be paid only Indian Currency.

e)Compliance of the tax laws by the Indian Agent. 21. High Sea Sales- Against High Sea Sale transactions: a.Offers shall be on all inclusive basis including delivery upto Sriharikota at the risk and cost of the supplier. Customs Clearance is the responsibility of the supplier and at his cost and risk.

b.100% payment will be made within 30 days after receipt and acceptance of the items at our site. c. GST as applicable d.Customs Duty Exemption Certificate and other relevant documents required for Customs clearance will be provided.

e.High Sea Sales Agreement furnished by the supplier in accordance with the terms and conditions of our purchase order will be signed and issued by SDSC-SHAR. 22.The following information/ documents are to be submitted wherever applicable.

1.Product Literature 2.Core banking account number of SBI, RTGS Details 3.PAN No. in quotation and invoices

4.GST Registration details. 5.In case of MSME, registration details / documents from Competent Authority. 23.EXCLUSION OF TENDERS

The following tenders shall be summarily rejected from the procurement process a.Tenders received from vendors who have not qualified in terms of their registration. b.Tenders received against publishing of a limited tender in the CPP portal.

c.Tenders of vendors who have been removed from the vendor list or banned/debarred from having business dealings. d.Unsolicited tenders from vendors. e.The tenders which materially depart from the requirements specified in the tender document or which contain false information.

f.The tenders which are not accompanied by the prescribed Earnest Money Deposit. g.The tenders of vendors who have not agreed to furnish Security Deposit, Performance Bank Guarantee and Liquidated Damages. h.The validity of the tenders is shorter than the period specified in the tender enquiry.

i.The tenders received from vendors or their agents or anyone acting on their behalf, who have promised or given to any official of the Centre/Unit/Department, a gratification in any form, or anything of value, so as to unduly influence the procurement process. j.The tenders received from vendors, who, in the opinion of the Centre/Unit, have a conflict of interest materially affecting fair competition.

Page 2 of 3

k.The tenders received from Indian agents on behalf of their foreign Principals/OEMs (in cases where the Principals/OEMs also submit their tenders simultaneously for the same item/product in the same tender).

l.In case two or more tenders are received from an Indian agent on behalf of more than one foreign Principal/OEM, in the same tender for the same item/product. m.If a firm quotes ‘NIL’ charges / consideration, the bid shall be treated as un-responsive and will not be considered.

Page 3 of 3