State Bank of India Estate Department, State Bank Global IT … · 2017. 11. 15. · The Bid shall...

18
State Bank of India Estate Department, State Bank Global IT Centre, Plot no 8,9 & 10, Sector 11, CBD Belapur, Navi Mumbai 400 614 Ref: SBI: GITC/F&O/EST/ Dated: 16/11/2017 Last date and time of submission: 08.12.2017 (3.00 p.m.) Newspaper Notice State Bank of India GITC, Estate Department, CBD Belapur, Navi Mumbai Request for proposal for purchase of Chairs & Sofa and rate discovery for furniture items SBI invites rates/proposals, from the dealers/ suppliers of reputed brands, for supply of chairs and sofa. Details can be downloaded from the website www.sbi.co.in under the link 'Procurement news' from 16.11.17 to 07.12.17. Proposal can be submitted up to 08.12.17 (3.00 p.m.) D.G.M. (F&OA) State Bank of India, GITC, Estate Department, CBD Belapur, Navi Mumbai, Invites proposal for the purchase of Chairs & sofa and rate discovery for future supply. Details can be downloaded from 16.11.17 to 07.12.17 and Proposal can be submitted upto 08.12.17 (3.00 p.m.) Sl.No. Index Page no. 1 Tender notice 1 2 Invitation to Bid 2 3 Eligibility Criteria 2 4 Purpose and scope of RFP 2 5 Bid Preparation and submission 3 6 Bidding process/Opening of Technical Bids 3 7 Award Criteria 4 8 General Terms & Conditions 4 9 Bid Covering Letter (Annexure A) 9 10 Application with bidder details (Annexure B) 11 11 Schedule of events and other terms (Annexure C) 13 12 BOQ / Indicative Commercial Bid (Annexure D) 15

Transcript of State Bank of India Estate Department, State Bank Global IT … · 2017. 11. 15. · The Bid shall...

  • State Bank of India Estate Department,

    State Bank Global IT Centre, Plot no 8,9 & 10, Sector – 11,

    CBD Belapur, Navi Mumbai – 400 614

    Ref: SBI: GITC/F&O/EST/ Dated: 16/11/2017

    Last date and time of submission: 08.12.2017 (3.00 p.m.)

    Newspaper Notice

    State Bank of India GITC, Estate Department,

    CBD Belapur, Navi Mumbai Request for proposal for purchase of Chairs & Sofa and rate discovery for furniture items

    SBI invites rates/proposals, from the dealers/ suppliers of reputed brands, for supply of chairs and sofa. Details can be downloaded from the website www.sbi.co.in under the link 'Procurement news' from 16.11.17 to 07.12.17. Proposal can be submitted up to 08.12.17 (3.00 p.m.) D.G.M. (F&OA)

    State Bank of India, GITC, Estate Department, CBD Belapur, Navi Mumbai, Invites proposal for the purchase of Chairs & sofa and rate discovery for future supply. Details can be

    downloaded from 16.11.17 to 07.12.17 and Proposal can be submitted upto 08.12.17 (3.00 p.m.)

    Sl.No. Index Page no.

    1 Tender notice 1

    2 Invitation to Bid 2

    3 Eligibility Criteria 2

    4 Purpose and scope of RFP 2

    5 Bid Preparation and submission 3

    6 Bidding process/Opening of Technical Bids 3

    7 Award Criteria 4

    8 General Terms & Conditions 4

    9 Bid Covering Letter (Annexure A) 9

    10 Application with bidder details (Annexure B) 11

    11 Schedule of events and other terms (Annexure C) 13

    12 BOQ / Indicative Commercial Bid (Annexure D) 15

  • Page | 2

    I. INVITATION TO BID: Estate Department, State Bank of India, Global I.T. Centre, Navi Mumbai (herein after referred to as ‘SBI/ the Bank’ is having its Corporate Centre at Mumbai) has issued Request for Proposal (RFP), on behalf of the Bank for purchase of Chairs & sofas from the eligible firms/ companies/ suppliers. II. Eligibility Criteria: Bidder shall mean any entity who meets the undernoted eligibility criteria and willing to provide the goods/items as mentioned at para 3. The Bidder has to submit the documents substantiating eligibility criteria as mentioned in this RFP document.

    Documentary evidence must be furnished against each of the above criteria along with an index. All documents must be signed by the authorized signatory of the Bidder. III. Purpose and scope of RFP: i) Obtaining rates for the items mentioned at Annexure D, with their specifications, for the quantities mentioned therein. ii) Rate discovery for obtaining supply of chairs & sofa for small quantities, but not more than 25% of the total value of items being procured through this RFP (and not item specific or particular type of items. For example, if total value of all the items discovered Rs.15 lacs,

    Sl. No.

    Minimum Eligibility Criteria Documents to be submitted

    1. The Bidder must be an Indian firm /company/ organization registered under applicable Act in India. It should be either manufacturing company/firm or having authorized/ approved dealership from the manufacturing company/ firm

    i) Copy of the registration of firm under Shop & establishment act/ Factory Act/ Partnership deed/ Certificate of Incorporation issued by Registrar of Companies along with Memorandum & Articles of Association and full address of the registered office, etc. ii) Copy of authorized /approved dealership issued by the manufacturing company.

    2. Manufacturing company must have the existence of minimum 07 years, as on 31.03.2017.

    Copy of papers/documents as mentioned above at i), with other supporting papers, establishing existence for minimum 7 years, as on 31.03.2017.

    3. Manufacturing company should be the member of BIFMA (Business & Institutional Furniture Manufacturers Association)

    Copy of certificate/ membership letter issued by BIFMA

    4. Manufacturing company should be ISO 9001:2000 and 14001 certified

    Copy of certificates

    5. Manufacturing company must have an average financial turnover of minimum Rs. 20 crores during last 3 financial year(s).

    Copy of the audited (is applicable) Balance Sheet and Trading & PL account statement/s for preceding three years.

  • Page | 3

    not more than value of Rs.3.75 lacs will be purchased at any one instance) as mentioned at 3 i) above. a) While reverse auction, shall be conducted for the present requirement, rates discovered through such reverse auction process, shall be used for further procurement, subject to consent of the successful bidder. b) It is clarified that while the value of order may be small, the same will not be more than the 25% of the current requirement (as mentioned at para III (ii) above, at any one instance. c) It will be sole discretion of the bank to purchase on such agreed price, without any commitment or responsibility for future orders, on the part of bank or any of its official/s. d) If bank decides, it may go for tendering process for future purchases, irrespective of quantity, at its sole discretion. f) It will be option of the bank to exclude any particular item or set of items, mentioned in the BOQ/ Commercial bid, from the procurement/purchase. e) In case of items, other than those included in BOQ/ current requirements, rates will be decided on the basis of average discount to the MRP comes, as per price quoted in e-reverse auction, for the same category of items, of the same manufacturing company/ brand i.e. office furniture, residential/home furniture, etc. as given in Annexure-D of this document. IV. Bid Preparation and submission:

    i. The Bid is to be submitted in two separate envelopes. One of the envelopes is to be prominently marked as ‘Technical Proposal for supply of Chairs & sofa in response to the RFP No. ______dated ________. This envelope should contain following documents and properly sealed:

    (a) Bid covering letter/Bid form on the lines of Annexure-A on Bidder’s letter head. (b) Application form, with enclosures as per Annexure-B on Bidder’s letter head. (c) In case of supply by the dealers (not manufacturing company), the Bidders need

    to provide the evidence that Bidder has been duly authorized by the manufacturing company

    (d) A copy of board resolution or power of attorney showing that the signatory has been duly authorized to sign the Bid document.

    ii. A second sealed envelope prominently marked as Indicative Price bid for supply of Chairs & sofa in response to the RFP No. __________ dated ________. This envelope should contain only indicative price Bid strictly on the lines of Annexure-D.

    iii. The two NON-WINDOW envelopes shall be put together and sealed in an outer NON-WINDOW envelope. If the envelope is not sealed and marked, the Bank will assume no responsibility for the Bid’s misplacement or its premature opening.

    iv. Bidders may please note: a. Technical Bid should not contain any price information. Such proposal, if received,

    will be rejected. b. If deemed necessary the Bank may seek clarifications on any aspect from the

    Bidder. However that would not entitle the Bidder to change or cause any change in the substances of the Bid already submitted or the price quoted.

    c. The Bid shall be typed or written in indelible ink and shall be signed by the Bidder or a person or persons duly authorized to bind the Bidder to the Contract.

  • Page | 4

    V. Bidding process/Opening of Technical Bids: i. All the technical Bids received up to the specified time and date will be

    opened for evaluation on the time and date mentioned in the schedule of events available at Annexure C of this document. The technical Bids will be opened in the presence of representatives of the Bidders who choose to attend the same. However, Bids may be opened even in the absence of representatives of one or more of the Bidders.

    ii. The Bank will examine the Bids to determine whether they are complete, required formats have been furnished, the documents have been properly signed and the Bids are generally in order. The Bank may, at its discretion waive any minor non-conformity or irregularity in a Bid which does not constitute a material deviation.

    iii. Only those Bids complied with technical criteria shall become eligible for commercial Bid opening and further RFP evaluation process.

    iv. All the Bidders who qualify in the evaluation process shall have to participate in the online reverse auction to be conducted by Bank’s authorized service provider on behalf of the Bank, details of which are given in Part II of this RFP document.

    v. Bidders shall be willing to abide by the e-business rules for reverse auction framed by the Bank / Authorized service provider. The details of e-business rules, processes and procedures will be provided to the short-listed Bidders

    vi. The successful Bidder is required to provide price confirmation and price breakup strictly on the lines of Annexure-D within 48 hours of conclusion of the Reverse Auction, failing which Bank may take appropriate action.

    vii. Errors, if any, in the price breakup format will be rectified as under: (a) If there is a discrepancy between the unit price and total price which is obtained

    by multiplying the unit price with quantity, the unit price shall prevail and the total price shall be corrected unless it is a lower figure. If the Bidder does not accept the correction of errors, the Bid will be rejected.

    (b) If there is a discrepancy in the unit price quoted in figures and words, the unit price in figures or in words, as the case may be, which corresponds to the total Bid price for the Bid shall be taken as correct.

    (c) If the vendor has not worked out the total Bid price or the total Bid price does not correspond to the unit price quoted either in words or figures, the unit price quoted in words shall be taken as correct.

    (d) The Bidder should quote for all the items desired in this RFP. In case, prices are not quoted by any Bidder for any specific product and / or service, for the purpose of evaluation, the highest of the prices quoted by other Bidders participating in the bidding process will be reckoned as the notional price for that service, for that Bidder. However, if selected, at the time of award of Contract, the lowest of the price(s) quoted by other Bidders (whose Price Bids are also opened) for that service will be reckoned. This shall be binding on all the Bidders. However, the Bank reserves the right to reject all such incomplete Bids.

    VI. Award Criteria:

    i. Bank will notify successful Bidder (L1) in writing by letter or email that its Bid has been accepted. The Selected Bidder has to return the duplicate copy of the same to the Bank within 7 working days, duly Accepted, Stamped and Signed by Authorized Signatory in token of acceptance.

  • Page | 5

    ii. Copy of board resolution or power of attorney showing that the signatory has been duly authorized to sign the acceptance letter, contract and NDA should be submitted.

    iii. After notification of award the work/ supply order, it will binding on the bidder to complete the supply of items.

    VII. General Terms & Conditions: 1. This document shall not be transferred, reproduced or otherwise used for purpose other than for which it is specifically issued. 2. Interested Bidders are to go through the entire document before submission of Bids to avoid any chance of elimination. The Bidder is expected to examine all instructions, forms, terms and specifications in the bidding document. Failure to furnish all information required by the bidding document or to submit a Bid not substantially responsive to the bidding document in all respect will be at the Bidder’s risk and may result in rejection of the Bid. The information contained in this RFP document or information provided subsequently to Bidder(s) whether verbally or in documentary form/email by or on behalf of State Bank of India (Bank), is subject to the terms & conditions set out in this RFP document. This RFP is not an offer, but an invitation to receive responses from the eligible Bidders. No contractual obligation whatsoever shall arise from the RFP process unless and until a formal communication by duly authorized official(s) of the Bank is sent and the same is accepted by the selected bidder. 3. The Bank, its employees and advisors make no representation or warranty and shall have no liability to any person, including any Applicant or Bidder under any law, statute, rules or regulations or tort, principles of restitution or unjust enrichment or otherwise for any loss, damages, cost or expense which may arise from or be incurred or suffered on account of anything contained in this RFP or otherwise, including the accuracy, adequacy, correctness, completeness or reliability of the RFP and any assessment, assumption, statement or information contained therein or deemed to form or arising in any way for participation in this bidding process. The Bank also accepts no liability of any nature whether resulting from negligence or otherwise, howsoever caused arising from reliance of any Bidder upon the statements contained in this RFP. 4. The issue of this RFP does not imply that the Bank is bound to select a Bidder or to appoint the Selected Bidder or Concessionaire, as the case may be, for the Project and the Bank reserves the right to reject all or any of the Bidders or Bids without assigning any reason whatsoever. 5. The participating Bidders shall bear all the costs associated with or relating to the preparation and submission of their Bids including but not limited to preparation, copying, postage, delivery fees, expenses associated with any demonstration or presentations which may be required by the Bank or any other costs incurred in connection with or relating to their Bid. 6. A pre-Bid meeting will be held on the date and time specified in the schedule of events which may be attended by the authorized representatives of the Bidders interested to respond to this RFP. The queries received (without identifying source of query) and response of the Bank thereof will be posted on the Bank’s website. Queries received after the scheduled date and time will not be responded/ acted upon. 7. SBI reserves the right to amend, rescind or reissue the RFP, at any time prior to the deadline for submission of Bids. The Bank, for any reason, whether, on its own initiative or in response to a clarification requested by a prospective Bidder, may modify the bidding document, by amendment which will be made available to the Bidders by way of corrigendum/addendum. The interested parties/Bidders are advised to check the Bank’s website regularly till the date of submission of Bid document specified in the schedule of

  • Page | 6

    events/email and ensure that clarifications / amendments issued by the Bank, if any, have been taken into consideration before submitting the Bid. Such amendments/ clarifications, if any, issued by the Bank will be binding on the participating Bidders. Bank will not take any responsibility for any such omissions by the Bidder. SBI, at its own discretion, may extend the deadline for submission of Bids in order to allow prospective Bidders a reasonable time to prepare the Bid, for taking the amendment into account. Nothing in this RFP or any addenda/ corrigenda or clarifications issued in connection thereto is intended to relieve Bidders from forming their own opinions and conclusions in respect of the matters addresses in this RFP or any addenda/ corrigenda or clarifications issued in connection thereto thereof. 8. No request for change in commercial/legal terms and conditions, other than what has been mentioned in the RFP or any addenda/corrigenda or clarifications issued in connection thereto, will be entertained and queries in this regard, therefore will not be entertained. 9. If the Vendor fails to deliver any or all of the products within the stipulated time, the Bank may, at its discretions cancel the order, in full or partial and / or may debar from participating in the future tender process, for the period, as decided by the bank. 10. If after delivery, acceptance and within the warranty period, the use of the product is found to be unsatisfactory, the Bank shall have the right to continue to use such product until rectification of defects, errors or omissions by partial or complete replacement is made without interfering with the Bank’s operation. 11. Any notice given by one party to the other pursuant to this contract shall be sent to other party in writing or by email and confirmed in writing to other Party’s address. The notice shall be effective when delivered or on the notice’s effective date whichever is later. 12. Wherever the laws and regulations require deduction of such taxes at the source of payment, the Bank shall effect such deductions from the payment due to the Vendor. The remittance of amounts so deducted and issuance of certificate for such deductions shall be made by the Bank as per the laws and regulations for the time being in force. Nothing in the Contract shall relieve the Vendor from his responsibility to pay any tax that may be levied in India on income and profits made by the Vendor in respect of this contract. 13. The language of all the communication and documents relating to this RFP will be English. 14. Bids must be received by the Bank at the address specified and by the date and time mentioned in the “Schedule of Events”. In the event of the specified date for submission of Bids being declared a holiday for the Bank, the Bids will be received upto the appointed time on the next working day. In case the Bank extends the scheduled date of submission of Bid document, the Bids shall be submitted by the time and date rescheduled. All rights and obligations of the Bank and Bidders will remain the same. Any Bid received after the deadline for submission of Bids prescribed, will be rejected and will not be considered. 15. In exceptional circumstances, the Bank may solicit the Bidders’ consent to an extension of the period of validity. The request and the responses thereto shall be made in writing. A Bidder is free to refuse the request. However, any extension of validity of Bids will not entitle the Bidder to revise/modify the Bid document. 16. The Bank reserves the right to call for fresh quotes at any time during the Bid validity period, if considered, necessary. 17. The Bidder may modify or withdraw its Bid after the Bid’s submission, provided that written notice of the modification, including substitution or withdrawal of the Bids, is received by the Bank, prior to the deadline prescribed for submission of Bids. However, no modification in the Bid shall be allowed, after the deadline for submission of Bids and no Bid

  • Page | 7

    shall be withdrawn in the interval between the deadline for submission of Bids and the expiration of the period of Bid validity specified by the Bidder on the Bid Form. 18. Willful misrepresentation of any fact within the Bid will lead to the cancellation of the contract without prejudice to other actions that the Bank may take. All the submissions, including any accompanying documents, will become property of SBI. The Bidders shall be deemed to license, and grant all rights to SBI, to reproduce the whole or any portion of their product for the purpose of evaluation, to disclose the contents of submission to other Bidders and to disclose and/ or use the contents of submission as the basis for RFP process. 19. No Bidder shall contact the Bank on any matter relating to its Bid, from the time of opening of Price Bid to the time, the work order is placed. Any effort by a Bidder to influence the Bank in its decisions on Bid evaluation, Bid comparison or contract award may result in the rejection of the Bidder’s Bid. 20. The Bank may, at any time, by a written order given to the Vendor, make changes within the general scope of supply (quantity mentioned in BOQ) in method of shipment or packing, place of delivery; Quantities to be supplied subject to 50% above the originally declared quantities. If any such change causes an increase or decrease in the cost of, or the time required for supply of items, an equitable adjustment shall be made in delivery schedule. 21. The Bank reserves the right to accept or reject any Bid in part or in full or to cancel the bidding process and reject all Bids at any time prior to contract award, without incurring any liability to the affected Bidder or Bidders or any obligation to inform the affected Bidder or Bidders of the grounds for the Bank’s action. 22. The Contract shall be interpreted in accordance with the laws of the Union of India and shall be subjected to the exclusive jurisdiction of courts at Mumbai. 23. The delivery will be deemed complete when the items are received in good working condition at the designated locations, all the related papers viz. invoice, warranty, delivery note/ challans, etc. 24. The selected Bidder shall support the product, during the period of warranty, as per terms of OEM Company. 25. The Vendor shall have to comply with the emission, environmental and relevant regulatory norms. 26. Prices quoted should be firm. The Bidder will pass on to the Bank, all fiscal benefits arising out of reductions, if any, in Government levies viz. sales tax, excise duty, custom duty, etc. or the benefit of discounts if any announced in respect of the cost of the items for which orders have been placed during that period. Total cost of product with support (warranty and AMC, if desired) would be the Total Cost and has to be quoted in commercial Bid. 27. The Bank reserves the right to carry out pre-shipment factory / godown inspection by a team of Bank officials or demand a demonstration of the product on a representative model at Bidder’s place. Nothing stated herein above shall in any way release the supplier from any warranty or other obligations under this Contract. 28. Service Provider shall, whenever required by the Bank, furnish all relevant information, records/data to such auditors and/or inspecting officials of the Bank/Reserve Bank of India and or any regulatory authority. 29. Bidder shall not have a conflict of interest (the “Conflict of Interest”) that affects the bidding process. Any Bidder found to have a Conflict of Interest shall be disqualified. 30. The Bidder and their respective officers, employees, agents and advisers shall observe the highest standard of ethics during the bidding process. Notwithstanding anything to the contrary contained herein, the Bank shall reject an Application without being liable in

  • Page | 8

    any manner whatsoever to the Bidder if it determines that the Bidder has, directly or indirectly or through an agent, engaged in corrupt/fraudulent/ coercive/undesirable or restrictive practices in the bidding process. If a Bidder is found to have directly or indirectly or through an agent, engaged or indulged in any corrupt/fraudulent/ coercive/undesirable or restrictive practices during the bidding process, such Bidder shall not be eligible to participate in any EOI/RFP issued by the Bank during a period of 2 (two) years from the date if such Bidder is found by the Bank to have directly or indirectly or through an agent, engaged or indulged in any corrupt/ fraudulent/ coercive/ undesirable or restrictive practices, as the case may be. 31. Notwithstanding the provisions of terms and conditions contained in this RFP, the Vendor shall not be liable for delay to the extent that the delay is the result of an event of Force Majeure i.e. wars, insurrections, revolution, civil disturbance, riots, terrorist acts, public strikes, hartal, bundh, fires, floods, epidemic, quarantine restrictions, freight embargoes, declared general strikes in relevant industries. If a Force Majeure situation arises, the Vendor shall promptly notify the Bank in writing of such condition and the cause thereof. Unless otherwise directed by the Bank in writing, the Vendor shall continue to perform its obligations under the RFP as far as is reasonably practical, and shall seek all reasonable alternative means for performance not prevented by the Force Majeure event. 32. All disputes or differences whatsoever arising between the parties out of or in connection with this RFP shall be settled amicably. If however, the parties are not able to solve them amicably, either party (SBI or Vendor), give written notice to other party clearly setting out there in specific dispute(s) and/or difference(s) and shall be referred to a sole arbitrator mutually agreed upon, and the award made in pursuance thereof shall be binding on the parties. In the absence of consensus about the single arbitrator, the dispute may be referred to joint arbitrator; one to be nominated by each party and the said arbitrators shall nominate a presiding arbitrator, before commencing the arbitration proceedings. The arbitration shall be settled in accordance with the applicable Indian Laws. Any appeal will be subject to the exclusive jurisdiction of courts at Mumbai. The Vendor shall continue work under the Contract during the arbitration proceedings unless otherwise directed by the Bank or unless the matter is such that the work cannot possibly be continued until the decision of the arbitrator is obtained. The language of the arbitration proceedings and that of all documents and communications between the parties shall be in English.

  • Page | 9

    ANNEXURE–A BID COVERING LETTER

    [On Company’s letter head] (to be included in Technical Bid Envelope)

    Date:_______________ To: < address of tendering office > Dear Sir, Ref: RFP No. SBI: xx:xxdated dd/mm/yyyy ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ We have examined the above RFP, the receipt of which is hereby duly acknowledged and subsequent pre-Bid clarifications/ modifications / revisions, if any, furnished by the Bank and we offer to supply and provide warranty (as per terms of manufacturing company) detailed in RFP. We shall abide by the terms and conditions spelt out in the RFP. We shall participate and submit the commercial Bid through online e-reverse auction to be conducted by the Bank’s authorized service provider, on the date, will be advised to us. 2. While submitting this Bid, we certify that:

    The undersigned is authorized to sign on behalf of the bidder and the necessary support document delegating this authority is enclosed to this letter.

    We declare that we are not in contravention of conflict of interest obligation mentioned in this RFP.

    Indicative prices submitted by us have been arrived at without agreement with any other Bidder of this RFP for the purpose of restricting competition.

    The indicative prices submitted by us have not been disclosed and will not be disclosed to any other Bidder responding to this RFP.

    We have not induced or attempted to induce any other Bidder to submit or not to submit a Bid for restricting competition.

    The rate quoted in the indicative price Bids are as per the RFP and subsequent pre-Bid clarifications/ modifications/ revisions furnished by the Bank, without any exception.

    3. If our offer is accepted, we undertake to complete the formalities for supply of the furniture item/s within the period specified in this document.

    4. We agree to abide by all the Bid terms and conditions and the rates quoted therein (or quoted in e-reverse auction) for the orders awarded by the Bank up to the period prescribed in the Bid, which shall remain binding upon us.

    5. This Bid, together with your written acceptance thereof and/or notification of award, shall be binding on us.

  • Page | 10

    6. We undertake that in competing for (and, if the award is made to us, in executing) the above work, we will strictly observe the laws against fraud and corruption in force in India namely “Prevention of Corruption Act 1988”.

    7. We undertake that we will not offer, directly or through intermediaries, any bribe, gift, consideration, reward, favour, any material or immaterial benefit or other advantage, commission, fees, brokerage or inducement to any official of the Bank, connected directly or indirectly with the bidding process, or to any person, organization or third party related to the contract in exchange for any advantage in the bidding, evaluation, contracting and implementation of the contract.

    8. We undertake that we will not resort to canvassing with any official of the Bank, connected directly or indirectly with the bidding process to derive any undue advantage. We also understand that any violation in this regard, will result in disqualification of bidder from further bidding process.

    9. We certify that we have not made any changes in the contents of the RFP document read with its amendments/clarifications provided by the Bank submitted by us in our Bid document.

    10. It is further certified that the contents of our Bid are factually correct. We also accept that in the event of any information / data / particulars proving to be incorrect, the Bank will have the right to disqualify us from the Bid.

    11. We understand that you are not bound to accept the lowest or any Bid you may receive and you may reject all or any Bid without assigning any reason or giving any explanation whatsoever.

    12. We hereby undertake that our name does not appear in any “Caution” list of RBI / IBA or any other regulatory body for outsourcing activity.

    13. The commercial bidding process will be through the reverse auction process to be conducted by the Bank or a company authorized by the Bank. We understand that our authorized representative who would participate in the reverse auction process would be possessing a valid digital certificate for the purpose.

    14. We hereby undertake and agree to abide by all the terms and conditions stipulated by the bank in the RFP document.

    15. We hereby agree for the rate discovery for supply of chairs/ other off the shelve furniture items for small quantities and limiting to 10% of the current requirement, at any one instance. We understand that it will be sole discretion of the bank to purchase on such agreed price, without any commitment for future orders, on the part of bank and if bank decides, it may go for tendering process for future purchases, irrespective of quantity, at its sole discretion.

    16. We also agree that in case of items, other than those included in BOQ/ current requirements, rates will be decided on the basis of average discount to the MRP comes, as per price quoted in e-reverse auction, for the same category of items, of the same manufacturing company/ brand i.e. office furniture, residential furniture, lock & security items, etc.

    Dated this ....... day of ............................ 201 (Signature) (Name) (In the capacity of)

  • Page | 11

    Duly authorised to sign Bid for and on behalf of Seal of the company.

    Annexure -B APPLICATION FORM

    1 Name of the bidding firm/company:

    2 Type of Organisation (whether private

    Ltd, partnership, co-op. body etc)

    3 Whether registered with the registrar of

    companies / registrar of firms (if so,

    mention number & date of registration,

    and submit supporting documents)

    4 Official / registered address of the firm

    5 Correspondence address of the firm

    6 Email-ID of the firm

    7 Landline number of the office/ firm

    8 Mobile number of the office/ firm

    9 Name, mobile number & email ID of

    contact person

    10 Name/s of partners / proprietor/

    directors/ key person of the firm, with

    address, contact number, qualification

    etc

    11 GST Registration number

    (Photocopy to be attached)

    12 PAN No. (Photocopy to be attached)

    13 Name of manufacturing company,

    products of which are offered

    14 Name of the brand, products of which

    are offered

    15 Year of establishment of manufacturing

    company, products of which are offered

    16 Whether manufacturing company is

    member of BIFMA

    (copy of certificate to be enclosed)

    17 Whether manufacturing company is ISO

  • Page | 12

    9001:2000 and 14001 certified

    18 Total Financial Turnover of the

    manufacturing company, during

    previous 3 F.Y. as on 31.03.2017

    2016-17

    2015-16

    2014-15

    (in case of figures for 31.03.17 are not

    finalized, please submit provisional

    balance sheet/trading & PL account,

    with CA certificate.

    19 Covering cum declaration / confirmation

    letter as per Annexure-A

    List of enclosures/ papers

    Sl. No. Details/ particulars

    1 Copies of firm's registration/ certificate of incorporation etc having

    details of constitution of firm and date of establishment

    2 Copies of BIFMA membership certificate.

    3 Copies of ISO 9001:2000 and 14001 certificates.

    4 Copies of GST registration

    5 Copies of PAN Card

    6 Copies of audited Balance sheet, Trading & PL accounts statements

    for last 03 years

    7 Details, functioning and specifications of proposed plant

    I hereby confirm that all information, particulars, copies of certificates and

    testimonials in connection with my pre-qualification are correct and genuine. I am,

    therefore, liable to face appropriate actions as deemed fit by the Bank in the event of

    any of the information particulars, copies of certificates and testimonials are not found

    correct and genuine.

    Signature with seal

    Place:

    Date:

    Note: While all the requisite /relevant documents/ papers (duly signed by the

    authorized signatory with stamp) to be submitted, submission of any other

    superfluous document to be avoided.

  • ANNEXURE–C

    SCHEDULE OF EVENTS AND OTHER TERMS

    Sl No

    Particulars Remarks

    1 Contact details of issuing department (Designation, email address for sending any kind of correspondence regarding this RFP)

    A.G.M. State Bank of India, Estate Department, GITC, Plot no. 8,9,10,, Sector 11, CBD Belapur, Navi Mumbai 400 614 [email protected] Contact person: Mr Rajesh Kumar Vashistha, C.M. 8454895533

    2 Bid Document Availability including changes/amendments, if any to be issued

    RFP may be downloaded from Bank’s website https://www.sbi.co.in procurement news from 16.11.2017 to 07.12.2017

    3 Last date for requesting clarification

    Upto 3.00 p.m on 27.11.2017 All communications regarding points / queries requiring clarifications shall be given in writing or by e-mail

    4 Pre - Bid Meeting at (venue)

    On 29.11.2017 at 3.00 p.m., at SBI, GITC, Plot no. 8,9,10, Sector 11, CBD Belapur, Navi Mumbai, 400 614

    5 Clarifications to queries raised at pre-Bid meeting will be provided by the Bank.

    On 01.12.2017

    6 Last date and time for Bid submission

    3.00 p.m. on 08.12.2017

    7 Address for submission of Bids As mentioned at serial no. 1 above

    8 Date and Time of opening of Technical Bids

    3.30 pm on 08.12.2017 Authorized representatives of vendors may be present during opening of the Technical Bids. However, Technical Bids would be opened even in the absence of any or all of the vendor representatives.

    9 Opening of Commercial Bids Will be advised to bidder/s who qualifies technically.

    10 Reverse Auction On a subsequent date, which will be communicated to such Bidders who qualify in the Technical Bid.

    11 Price validity from the date of price discovery, for the specific items / quantity mentioned in BOQ

    90 days

    12 Price validity from the date of price discovery, for the

    1 year

    http://www.sbi.co.in/

  • RFP for procurement of Furniture Items

    Page 14 of 18 Confidential & Proprietary

    procurement of further items, apart from procurement of items mentioned at para 13 above, limiting to total value of 25% of purchase quoted value, on each occasion (this is higher limit, with no lower limit)

    13 Contact details of agency appointed for conducting Reverse Auction

    Will be advised to technically qualified bidders

    14 Delivery schedule for the items mentioned in BOQ

    Within one month from the date of order where the quantities for particular type of items are upto 100. Two months, where quantities for particular type of items are more than 100.

    15 Terms of payment on supply of items.

    16 Delivery locations Within Navi Mumbai shall be advised with supply order/s

  • RFP for procurement of Furniture Items

    Page 15 of 18 Confidential & Proprietary

    Annexure-D BOQ and Indicative Commercial Bid The willing bidders, fulfilling the minimum eligibility criteria, should submit their bid for Supply & putting in place in proper condition, according to design/ layout as per direction of banks official/s /engineer, as per following details/ specifications Sl. No.

    Particular

    Specifications/ details Number of items/ articles

    Unit price

    Total amount

    Proportion to Total Cost of A (in %age) #

    1 Mid back Chairs

    The seat assembly shall be made up of 1.2 ±0.1 cm. thick hot-pressed plywood and shall be upholstered with fabric upholstery covers and moulded Polyurethane foam. The dimensions of seat shall be 47.0 cm. (W) x 48.0 cm. (D). The back assembly shall be made of powder coated tubular frame. MS ERW tube designed with contoured lumbar support for extra comfort. The back shall be upholstered using Net fabric with high tenacity yarn. The dimensions of back shall be 46.5 cm (W) x 64.5 cm (H). The HR polyurethane foam shall be moulded with density =45+/-2 kg/m3 and hardness load 16 ± 2 kgf. The one-piece armrests shall be injection moulded from black Co-polymer Polypropylene. The mechanism shall be designed with 360° revolving type, 17±2° maximum tilt m pivot at centre, Upright position locking., Tilt tension adjustment. The pneumatic height adjustment shall has an adjustment stroke of 11.0 ±0.3cm. The bellow shall be 3 piece telescopic type and injection moulded in Black Polypropylene. The pedestal shall be injection moulded in black 33% glass-filled Nylon66 and fitted with 5 nos. twin wheel castors. The pedestal is 66.3 ±0.5cm. pitch-center dia. (76.3 ±1.0 cm with castors).The twin wheel castors shall be injection moulded in Black Nylon. Overall Dimensions of Chair shall be Seat Height - min 43.3 to max 54.3cm, Height - min 89.5 to max 100.5 cm, Width & Depth of Chair as measured from pedestal - Width-76.3 cm and Depth-76.3 cm. Chair should be GreenGuard certified as per UL 2818 - 2013 Standard for Chemical Emissions for Building Materials, Finishes and Furnishings and

    140

  • RFP for procurement of Furniture Items

    Page 16 of 18 Confidential & Proprietary

    should have TUV validated Green Assurance certificate. Chair should have passed Back durability test, Seating Impact Test, Dynamic Drop Test, Castor durability test and front corner load test as per BIFMA x 5.1-2011 standards in a ISO 9001, ISO 14001 and BS 18001 certified testing facility

    7 High back Chairs

    Seat Assembly to be made up of 1.4 + 0.1 cm thk hot pressed plywood upholstered with fabric and moulded polyurethane foam. Seat Size should be 49.5 cm W x 51.8 cm D. Back is injection moulded in Glass filled Polypropylene which is upholstered with Mesh Fabric. Back should consist of adjustable Lumbar support, made of injection moulded Polypropylene having an adjustment of 5.0 + 0.1 cm. Back size should be 44.5 cm W x 57.5 cm H. Seat to be made of polyurethane foam of density 30 + 2 kg/m3. Height adjustable armrest is made of Polypropylene and can be adjusted to 6.0 + 0.1 cm height. It also has swivel and to and fro adjustment with moulded PU Top. The centre tilt syncro mechanism should be 360 deg revolving type with 4 position locking, giving the option of variable tilt angle to the chair to the user as per usage requirements. Headrest to be made up of injection moulded Polypropylene which is upholstered with foam and fabric. It has an adjustment of 3.0 + 0.1 cm and is assembled over the chair back. The height adjustment mechanism should be pneumatically operated with an adjustment stroke of 10.0 cm + 0.3 cm. Pedestal assembly should be injection moulded Nylon and fitted with twin wheel castors. The pedestal is 66.0 + 0.5 cm PCD. Twin Wheel castors are injection moulded in black Polypropylene having 5.0 + 0.1 cm wheel Diameter.

    2 0

    8 Mid back Chairs

    Seat Assembly to be made up of 1.4 + 0.1 cm thk hot pressed plywood upholstered with fabric and moulded polyurethane foam. Seat Size should be 49.5 cm W x 51.8 cm D. Back is injection moulded in Glass filled Polypropylene which is upholstered with Mesh Fabric. Back should consist of adjustable Lumbar support, made of injection moulded Polypropylene having an adjustment of 5.0 + 0.1 cm. Back size should be 44.5 cm W x 57.5 cm H.

    232

  • RFP for procurement of Furniture Items

    Page 17 of 18 Confidential & Proprietary

    Seat to be made of polyurethane foam of density 30 + 2 kg/m3. Height adjustable armrest is made of Polypropylene and can be adjusted to 6.0 + 0.1 cm height. It also has swivel and to and fro adjustment with moulded PU Top. The centre tilt syncro mechanism should be 360 deg revolving type with 4 position locking, giving the option of variable tilt angle to the chair to the user as per usage requirements. The height adjustment mechanism should be pneumatically operated with an adjustment stroke of 10.0 cm + 0.3 cm. Pedestal assembly should be injection moulded Nylon and fitted with twin wheel castors. The pedestal is 66.0 + 0.5 cm PCD. Twin Wheel castors are injection moulded in black Polypropylene having 5.0 + 0.1 cm wheel Diameter.

    20 Sofa 3 seater

    3 Seater Sofaset Supreme model of Godrej brand or similar product from other reputed brand (Dimensions 181W x 78D x 85.5H)

    6

    # The ‘Proportion to Total Cost’ percentage mentioned here will have to be maintained in the final price quote also by the L1 /TC1 Bidder. The percentage should be mentioned in two decimal places. Variation in the final price should not exceed +/- 5%. See illustration at the end. Important: The price breakup of all the components must be provided (even if the price is zero). The Bid may be rejected if the price breakup is not provided. Signature Seal of Company Illustration Particulars Indicative Price

    Bid Quote (INR) Proportion to Total Cost (in %age)

    L1 Price (INR)

    Minimum final price should not be below (INR)*

    Maximum final price should not exceed (INR)**

    A B C D E F

    (a) Item A 25 13.16 9.38 10.36

    (b) Item B 50 26.32 18.75 20.72

    (c) Item C 75 39.47 28.13 31.09

    (d) Item D 40 21.05 15.00 16.58

    (e) Grand Total (a + b + c + d)

    190 100 75

    *Computed as ‘C’ percentage of ‘D’ less 5%. **Computed as ‘C’ percentage of ‘D’ plus 5%. We confirm that we comply with all the specifications mentioned above at point no. 1 to 11 and the terms & conditions mentioned in the RFP Document are

  • RFP for procurement of Furniture Items

    Page 18 of 18 Confidential & Proprietary

    acceptable to us. We also agree for supplying further chairs/ other off the shelf furniture items at the rate discovered in e-auction process, as per details & method, mentioned in RFP. Dated this ....... day of ............................ 2017 ______________________________________________________________ (Signature) (Name) (In the capacity of) Duly authorized to sign Bid for and on behalf of