· Web viewThe above two sealed / closed envelopes (Envelope One and Envelope Two) must be put in...

29
Hotel Corporation of India Ltd. Corporate Purchase Department. Centaur Hotel, IGI Airport New Delhi-110037 Tel.No. 25607613. , Fax No.011- 25652239 Public Tender Notice Public Tender No. / Date DEL/04/2016-17, Dated-25.04.2016 Item Description Supply of Disposable plastic cutlery at Chefair Flight Catering at IGIA,New Delhi. Annual Tender Value Rs. 35.79 lacs appx. Last date/time of submission of tender 07.06.2016 by 1430 hrs. Date/time of opening of technical bid 07.06.2016 at 1500 hrs. For further details regarding tender documents, please visit our website www.centaurhotels.com. Amendments (if any) shall be hosted only on HCI website 07 days prior to opening of the tender and no separate intimation for amendment / extension of due date shall be published in the newspapers. Prospective bidders may continue to visit our website till close of the Tender. s/d Sr. Asst. Manager (Purchase)

Transcript of  · Web viewThe above two sealed / closed envelopes (Envelope One and Envelope Two) must be put in...

Page 1:  · Web viewThe above two sealed / closed envelopes (Envelope One and Envelope Two) must be put in the “Third / Master Envelope” which should be superscribed with “Quotation

Hotel Corporation of India Ltd.Corporate Purchase Department.

Centaur Hotel, IGI AirportNew Delhi-110037

Tel.No. 25607613. , Fax No.011- 25652239

Public Tender Notice

Public Tender No. / Date DEL/04/2016-17, Dated-25.04.2016Item Description Supply of Disposable plastic cutlery at

Chefair Flight Catering at IGIA,New Delhi.

Annual Tender Value Rs. 35.79 lacs appx.Last date/time of submission of tender

07.06.2016 by 1430 hrs.

Date/time of opening of technical bid 07.06.2016 at 1500 hrs.

For further details regarding tender documents, please visit our website www.centaurhotels.com. Amendments (if any) shall be hosted only on HCI website 07 days prior to opening of the tender and no separate intimation for amendment / extension of due date shall be published in the newspapers. Prospective bidders may continue to visit our website till close of the Tender.

s/dSr. Asst. Manager (Purchase)

Page 2:  · Web viewThe above two sealed / closed envelopes (Envelope One and Envelope Two) must be put in the “Third / Master Envelope” which should be superscribed with “Quotation

HOTEL CORPORATION OF INDIA LTD.CORPORATE PURCHASE DEPARTMENT.

CENTAUR HOTEL, IGI AIRPORTNEW DELHI-110037

TEL.NO. 25607613. , FAX NO.011- 25652239

TENDER DETAILS Public Tender No. DEL/04/2016-17 Dated: 25.04.2016

Sub: Supply of Disposable Plastic Cutlery at Chefair Flight Catering at IGI Airport, New Delhi.

Hotel Corporation of India Limited, referred as ‘HCIL’, a wholly owned subsidiary of “Air India Ltd” invites sealed/closed quotations in Two Bid system (i.e. Tech. Bid-Part A & Price Bid – Part B) from reputed suppliers / dealers for the subject material. Offers made should be at best / lowest rates as applicable to Public Sector Cos, Govt. Deptts. or Institutional bulk buyers.

1.0 Tender details :

1.1 Public Tender No. DEL/04/2016-171.2 Tender date. 25.04.20161.3 Tender Subject Supply of Disposable plastic cutlery at

Chefair Flight Catering at IGIA,T-2,New Delhi.

1.4 Annual Tender Value Rs. 35.79 lac. appx. per annum1.5 Last date/time of

submission of tender07.06.2016 by 1430 hrs.

1.6 Date/time of opening of technical bid

07.06.2016 at 1500 hrs.

2.0 Tenderers are requested to submit their quotations as per following documents :

S.N. Particulars A Annexure2.1 General Terms & Conditions I2.2 Prequalification / Technical Evaluation Criteria II2.3 Specifications Of the Material (Groceries) III2.4 Certificate for unconditional acceptance of Terms &

Conditions of the tender.IV

2.5 Undertakings by Govt. Deptts../ Govt. Undertakings/Govt. Cooperatives.

V

2.5 Technical Bid Form- Part A. VI2.6 Price Bid Form Part B VII

3.0 Method of submission of quotations in Two Bid System3.1 Envelope one - “Technical Bid - Part A” shall contain the following:(a) To be superscribed with : Envelope one – “Technical Bid- Part A” for “Tender No. DEL/04/2016-

17, dated : 25.04.2016, Due Date: 07.06.2016 Name of the Tenderer / Co. and address to be written at the bottom of envelope for identification.

(b) Duly filled in and completed “Technical Bid Form – Part A”( Annexure – III) together with the self attested photocopies of supporting document.

Contd..2/-

Page 3:  · Web viewThe above two sealed / closed envelopes (Envelope One and Envelope Two) must be put in the “Third / Master Envelope” which should be superscribed with “Quotation

/2/

(c) EMD by way of original Demand Draft/Pay Order or by Cash receipt (Cash deposited to HCIL before submission of tender) of Rs.18,000/- . EMD paid by way of Cheque or in any other form shall not be acceptable.

(d) Waiver of EMD shall be entertained as mentioned in the tender documents only.

3.2 Envelope two : “Price Bid Form – Part B” : shall contain the following. (a) To be superscribed with ENVELOPE TWO - “Price Bid – Part B” Tender No. DEL/04/2016-17, dated :

25.04.2016, Due Date: 07.06.2016 Name of the tenderer / Co. and Address to be written at the bottom of envelope for identification.

(b) Duly filled & completed “Price Bid Form- Part B” (Annexure IV) and keep in your Second Envelope– Price Bid. The Price Bid must be signed by your authorized representative bearing Company Stamp.

Note : The tenderer(s) may use “HCIL” Tender Documents for applying to this tender and must put their Co’s Stamp on each page duly signed by the Authorized signatory of the Tenderer / Co. For submission of Price Bid, Tenderer can use their Company letter head for submission of Bid but in this case, it has to be typed in the manner / format shown in our “Price Bid Form- Part B”.

3.3 Envelope three (Master envelope) : The above two sealed / closed envelopes (Envelope One and Envelope Two) must be put in the “Third / Master Envelope” which should be superscribed with “Quotation for Tender No. DEL/04/2016-17, dated 25.04.2016 Due Date: 07.06.2016 at 1500 hrs ”. Name of the tenderer / Co. and Address to be written at the bottom of envelope for identification. The tenders should be submitted at the following address on or before 1430 hrs. of 07.06.2016. 

Sr. Asst. Manager(Purchase ) Corporate Purchase Section,Hotel Corporation of India Ltd.,Centaur hotel, IGI Airport,Terminal-2New Delhi-110037.

4.0 The perspective Tenderers / bidders may send their offer in sealed/closed envelope through messenger or through courier services so as to reach us at above mentioned address on or before 07.06.2016 by 1430 hrs.

5.0 The tender closes on 07.06.2016 at 1430 hrs. The closing date may be extended at the sole discretion of ‘HCIL’.

6.0 The Technical Bids shall be opened on the due date /time of the tender.

7.0 Tenderers who wish to attend tender opening may do so OR send their representative with authorization letter on their Company’s letterhead signed by their authorized signatory which should be produced at the time of opening of tender at above address/time.

8.0 ‘HCIL’ reserves the right to reject any tender in part or full or annul the tender process without assigning any reason.

9.0 The Commercial Bids of only technically suitable vendors will be opened thereafter and date/time will be advised to the qualifying vendors only. No enquiries/correspondence shall be entertained in this regard.

Contd..3 /-

Page 4:  · Web viewThe above two sealed / closed envelopes (Envelope One and Envelope Two) must be put in the “Third / Master Envelope” which should be superscribed with “Quotation

/ 3 /

10.0 Technical clarifications: For any clarifications, please contact :Mr. S.K.Singh,Executive Chef,Chefair Flight Catering,Centaur Hotel premises, IGI Airport, New Delhi-110037.

For further details regarding tender, tender documents please visit our website: http://www.centaurhotels.com. Tender documents can be downloaded free of cost.

Sd/- Sr. Asst. Manager- Purchase

(Corporate Purchase)

Page 5:  · Web viewThe above two sealed / closed envelopes (Envelope One and Envelope Two) must be put in the “Third / Master Envelope” which should be superscribed with “Quotation

HOTEL CORPORATION OF INDIA LTD.Annexure-I

General Terms And Conditions

Public Tender No. DEL/04/2016-17 Dated: 25.04.2016 Sub: Supply of Disposable Plastic Cutlery for AI Flights, at Chefair Flight Catering at IGI Airport, New Delhi.

1 ‘HCIL’ means Hotel Corporation Of India Ltd.

2 The “Tenderer/Bidder” and / or “Party”/”supplier”, as used in the Tender document, shall mean the one who has signed the tender form and submitted the quotation in response to our tender.

3 It is further clarified that individual signing the tender or other documents in connection with the tender must certify whether he signs as:

(i) A "Sole Proprietor" of the firm or constituted attorney of such sole proprietor.(ii) A partner of the firm if it is a partnership must have authority to refer to arbitration, disputes concerning

the business of the partnership either by virtue of the partnership agreement or a power of attorney. In the alternative, the tender should be signed by all the Partners.

(iii) Constituted attorney of the firm, if it is a Company.(iv) Authorized signatory of the firm.

4. The tenderer must study the tender documents carefully. Submission of tender shall be deemed to have been done after careful study and examination of the tender documents with full understanding of its implications.

5. The following are to be noted : i. In case the price bid and the technical bid are enclosed in the same envelope instead of in two

separate sealed / closed envelopes, the tender will be rejected.ii. On the date of opening of the tender only the technical bids would be opened, and the price bids would be

kept in the custody of ‘HCIL’ in the sealed/closed condition as received from the tenderer.iii. The price bids of only those tenderers, who qualify in the Technical Bid evaluation, would be opened on

a later date. The date and time for opening would be notified subsequently to the successful tenderers only.

iv. The tenderer should sign on all the pages of the tender documents( technical bid and the price bid) and supporting documents also.

v. The technical bid should not contain any indication of the price.vi. In case, the price quoted is indicated in the technical bid, the quotation will be rejected without any

reference to the tenderer. No correspondence will be entertained in this regard.vii. The price quoted should remain valid for acceptance of ‘HCIL’ for a minimum period of 120 days from

the date of opening of the Technical bid.viii. The bids should be neatly filled / typed. Corrections, if any, should be duly authenticated with full

signatures of the person signing the tender, failing which the tender is liable to be rejected.ix. ‘HCIL’ reserves the right to accept or reject any / all offers without assigning any reasons.x. ‘HCIL’ reserves the right to award the contract to one or more qualified tenderers.

6. DEPOSITS: 6.1 Tender Fee:

There is no Tender Fee for this tender. Tender documents are available on our website: www.centaurhotels.com in downloadable form on FOC basis. Tender documents can also be obtained from the office of Sr. Asst. Manager(Pur), Corporate Purchase Section, Hotel Corporation of India Ltd, Centaur Hotel, IGI Airport, New Delhi-110037 on Free of Charge against a written request on the Letter head of the Tenderer/ Co.

Page 6:  · Web viewThe above two sealed / closed envelopes (Envelope One and Envelope Two) must be put in the “Third / Master Envelope” which should be superscribed with “Quotation

Contd…2/- /2/

Annexure-I6.2 Earnest Money Deposit:

i. The Tenderer will furnish along with Technical Bid, an EMD of Rs. 18,000/- in the form of DD/ Pay order only in favour of “Hotel Corporation of India Ltd.” payable at New Delhi Or deposit cash with HCIL and shall enclosed original Receipt issues by HCIL New Delhi with the tender. EMD in any other form shall not be acceptable.

ii. "Tenders" - without EMD shall be summarily rejected unless or otherwise they are exempted as per clause no. 6.4 of the tender.

iii. No interest will be payable on EMD. iv. The EMD of unsuccessful Tenderers will be refunded in due course. v. Forfeiture of EMD: EMD will be forfeited, if the bidder withdraws their bid, within 120 days, from the

due date of this Tender Enquiry. 6.3 Security Deposit for Order completion / Performance Warranty:

i. The successful Tenderers shall furnish Security Deposit towards performance of PO/products equal to 5% of the value of the PO within 15 days of receipt of PO / Starting supply of material. SD may be in the form of Bank Guarantee or Demand Draft only.

ii. In case, SD is in the form of Bank Guarantee, the BG shall be valid for contract period plus 3 months more time.

iii. The cost of submission of the SD or BG would be borne by the successful bidder.iv. SD will not carry any interest.v. SD will be refunded only on successful completion of contract period and all contractual obligations. In

case, there is any lapse or unsatisfactory performance affecting the reputation of HCIL and / or affecting the regularity and efficiency of its service, the applicable penalties shall be deducted from SD.

6.4 Exemption from payment of EMD and Security Deposit (SD): i. Exemption to SSI Units: Exemption from payment of EMD and SD shall be available only to those SSI

Units in India which are registered with the NSIC under its single point registration scheme up to the monetary limit as specified by the NSIC in their favour. The tenderer(s) are required to attach a self attested copy of the NSIC valid certificate granted by the NSIC in their favour wherein the specific production unit/item registered along with the monetary limit for which the SSIC unit has been covered. It may also be noted that this benefit would only be extended to those units which were registered with NSIC as on date of closing of the tender.

ii. Exemption of EMD & SD to Govt Deptts/ Govt undertakings : Govt. Deptts/ Govt Cooperatives and Govt. Undertakings dealing with the required items are also exempted from depositing of both EMD and SD for this Tender.

7. P ayment : i. The normal terms of payment are 30 days credit from the date of receipt of material / bills.ii. Deduction of Govt. taxes at source shall be done as per Govt. rules as applicable from time to time.

No advance payment shall be made in any case. If advance payment is sought in the offer, the offer shall be loaded @12% per annum calculated on pro rata basis for comparison of rates.

6.1 Bases for Quoting Prices & Price validity : i. Rates quoted should be FOR delivery basis at HCIL - Centaur Hotel /Chefair Flight Kitchen at IGI A’pt,

T-2, New Delhi.ii. HCIL’ is purchasing these items for consumption and is not registered with Sales Tax Authorities, hence

'D' form and 'C' form cannot be provided.iii. If the tenderer is having rate contract for supply of same item(s) with any unit of ‘HCIL’ / any other

Govt. Department(s), for the same period, the rates quoted by such party to ‘HCIL’ should not be higher than the same.

Contd…3/-

Page 7:  · Web viewThe above two sealed / closed envelopes (Envelope One and Envelope Two) must be put in the “Third / Master Envelope” which should be superscribed with “Quotation

/3/Annexure-I

iv. The tenderer must quote rates to HCIL on “Total landed cost basis” and free delivery at Centaur Hotel / Chefair Flight Kitchen at IGIA, New Delhi and for all the items as mentioned in “Quoted Rates Column” of Price Bid Form-Part B.

v. The quoted rates shall include all the Govt. Taxes i.e. Excise duty, Octroi (if any) and other costs of Packing, Transportation, handling, insurance etc. The applicable VAT shall be excluded from the quoted rates and shall be chargeable extra at rates as applicable from time to time.

vi. Price quoted should be written both in words and figures also.vii.Price bid must be valid for at least 120 days from the date of opening of the Technical bid for

Consideration of HCIL.viii. The rates quoted and agreed for the contract period, shall be fixed for contract period.ix. Further, no price increase will be accepted during the term of the contract, except on account of statutory

taxes, if any, that may be imposed by the Govt.x. The successful tenderer would pass on to ‘HCIL’, the benefit of reduction in statutory taxes / levies, if

any, that may arise during the term of the contract.

9. Price Preference: i. SSI units in India, registered with NSIC under its single point registration scheme, will only be eligible

for price preference of 15% over the quotation of Large Scale Industries as per the Govt Of India guidelines. However the eligible SSI unites registered with NSIC shall have to match the Lowest (L-1) quoted by the Large Scale Units. The supply point of any such units should exist in Delhi / NCR so that supplies are made on as and when required basis and without taking much of delivery time.

ii. This benefit will be extended to those SSI units which are registered with NSIC units as on date of closing of the tender and would not be extended to the SSI units which obtain registration with NSIC subsequent to the date of closing of the tender. The supply point of any such units should exist in Delhi / NCR so that supplies are made on as and when required basis and without taking much of delivery time.

iii. If the eligible SSI unit does not match the L-1 price of the large scale units, then the large scale unit which has quoted L-1 price will be considered for placement of order.

10. Validity of the contract / Quantities : i. The PO/Contract will initially be valid for a period of One year for quantities to be supplied on

staggered delivery basis on as and when required basis and can be extended further by for a period of 03 months and terms as mutually agreed upon.

ii. Supply orders shall be placed by stores Deptt concerned , from time to time for delivery to be made in a time bound manner.

iii. The successful tenderer may be required to supply additional quantities over and above ordered quantities, if required, on emergency basis at the same rates, terms and conditions of the contract.

11. Penalties :i. Liquidated damages for late delivery : Timely delivery is the essence of the Contract. In case of delay

in deliveries, liquidated damages will be charged from the supplier at the rate of ½% (half percent) per week or part thereof on the value of delayed supplies subject to maximum of 5% of the value of the delayed supplies.

ii. Rejection of Supplies : The supplies not matching with the specifications of the tender / order / not matching BIS / FSSO specifications / found unfit for human consumption at the time of supply, shall be rejected and the supplier shall collect back such material at their own cost and risk. Such supplies shall be replaced by the supplier on free of charge basis within the same day to avoid stock out position at HCIL. Risk Purchases : In case, the supply (s) are not made as per terms of the PO, HCIL reserves the right to purchase the item(s) from alternate source at the “COST & RISK” of the supplier. The incidental costs in addition to the “cost & risk purchase clause” shall be recovered from the SD / Pending bills / future bills of the supplier, if such cost(s) are not deposited by the defaulting supplier.

Contd…4/-

Page 8:  · Web viewThe above two sealed / closed envelopes (Envelope One and Envelope Two) must be put in the “Third / Master Envelope” which should be superscribed with “Quotation

/4/Annexure-I

12. Self certification of quantity (s) and quality of the supplies :i. The supplier shall have to inspect the quantity and quality of the material to be supplied at his end in

conformance to the specifications laid down in the order/ BIS. ii. The material supplied should be made of food grade plastic as per BIS specification as and if applicable.

iii. The supplies should accompany a certificate that “The material supplied is made of Food grade material”. For convenience of supplier, they may put a stamp on challan / invoice stating that – ““The material supplied is made of Food grade material”

13. Exit Clause / Termination of Purchase Order(PO) / Contract :i. The Purchase Order may be terminated by HCIL under the following circumstances :

Immediately, without any notice if party is declared insolvent.ii. In the event of change of operations, ‘HCIL’ reserves the right to terminate the Contract / PO by giving

one month written notice and without any liability on HCIL.iii. In the event of unsatisfactory performance in terms of quantity/quality/delivery etc, ’HCIL’ reserves the

right to cancel the Contract / PO on a short notice without calling any explanation and can make alternative arrangements at cost and risk of the defaulting supplier.

14. Agency Clause :i. The bids would be accepted from the Principals OR from duly Authorized distributor(s) /

Dealer(s). The authorized distributor / dealer should submit a certificate of authorization from their Principal to submit the quotation on their behalf.

ii. 14.3 ‘HCIL’ will entertain bids either from the Principal or from an Authorized Distributor/ Dealer of the Principal. In case, bids are received from both i.e. from the Principal and from his authorized distributor / dealer also, only the bid received from the Principal would be entertained.

15. PO placement and Delivery of the Material to HCIL locations : 15.1 PO Placement ;

i. Our exact requirements will be intimated to you from time to time in advance by our Stores Department.ii. No variation in the quantity or quality or delivery schedule will be acceptable. iii. In case of any variation, HCIL may levy late delivery penalty and recover demurrages from the bills of

the supplier. 15.2 Delivery : The supplier shall be required to deliver the Material at Chefair Flight Catering, Centaur Hotel

premises at IGI Airport, Terminal-2, New Delhi – 110 037 on as and when required basis as per the instructions from Stores Department.

16. Rejection Of Tender: Bids may be rejected, based on any one of the following reasons : -i. Receipt of offers by fax/email.

ii. Receipt of offers in an unsealed/open envelope.iii. Receipt of offers in an unsigned form.iv. Tenders received without EMD (without valid proof of exemption) and receipt of EMD in any other form

as mentioned in the tender.v. Receipt of offers after the due date and time of the tender.

vi. Non compliance of Technical parameters.vii. Non acceptance of General Terms and Conditions of the tender.

viii. In case the tender offer is conditional.

17. Corrections / Overwritings in bids: Any cutting or overwriting in fulfilling of the tender documents both - technical bid / Financial bid /rates / amount , the authorized signatory of the bidder signing the tender documents, must counter sign such overwriting(s) / cutting(s).

Page 9:  · Web viewThe above two sealed / closed envelopes (Envelope One and Envelope Two) must be put in the “Third / Master Envelope” which should be superscribed with “Quotation

Contd…5/-/5/

Annexure-I18. Award of PO/Contract :

The purchase order / contract shall be awarded to the successful Bidder who had quoted L-1 Rates in the tender.

19. Status/ Type Of The Tenderer :The Tenderer has to mention in the Technical Bid Form Part A about his status i.e. whether they are applying as Principal or their authorized distributors/ dealer/ Merchant , as the case may be and has to submit the documents as per status. The offer of middlemen and those who are not in the line, will not be entertained.

20. Settlement of Disputes :i. Arbitration : Any dispute or difference whatsoever arising between the parties out of or relating to the

construction, interpretation, application, meaning, scope, operation or effect of this contract or the validity or the breach thereof, shall be referred to “SCOPE FORUM OF CONCILIATION AND ARBITRATION” Govt of India for settlement and the award made in pursuance thereof shall be binding on the parties.

ii. Jurisdiction: Any dispute whatsoever shall be subject to within the jurisdiction of New Delhi/Delhi Courts only.

Page 10:  · Web viewThe above two sealed / closed envelopes (Envelope One and Envelope Two) must be put in the “Third / Master Envelope” which should be superscribed with “Quotation

Annexure - II

HOTEL CORPORATION OF INDIA LTD.

Public Tender No. DEL/04/2016-17, Dated: 25.04.2016

Sub: Supply of disposable Plastic Cutlery at Chefair Flight Catering at IGI Airport, New Delhi.

PREQUALIFICATION CRITERIA FOR BIDDERS : The prospective bidders / tenderers who fulfill the following pre-qualification requirements and provide information and supporting documents shall be eligible for the above tender :

1. The tenderer must be experienced Principle- manufacturer or an authorized distributor / dealer/ merchant for minimum last 2 years. A list of suppliers together with the undertaking for experience may be enclosed in support of experience.

2. In case, the tenderer is an authorized distributor/ dealer, he must attach authorization certificate from Principal for quoting in this Tender. In case, quotations are received from both i.e. Principal and Authorized distributor / dealer, only the quotations of Principal would be entertained.

3. The tenderer must have Tin No. Self - certified copy of each to be enclosed.(No exemption is available to any kind of tenderers for TIN no.)

4. The tenderer must have PAN /GIR No. Self- certified copy of each to be enclosed. (No exemption is available to any kind of tenderers for PAN/GIR no.)

5. EMD i. The tenderer must furnish EMD of Rs.18,000/- by way of DD/Pay Order / Cash Receipt. DD/ Pay

order has to be in favour of Hotel Corporation of India Ltd and Payable at New Delhi. In case, EMD is paid in cash, it must be paid to HCIL, New Delhi before submission of tender and original receipt to be enclosed with the tender.

ii. EMD in any other form shall not be acceptable and non-compliance of this condition shall lead to rejection of tender.

6. The tenderer must enclose letter of unconditional acceptance for accepting Terms and Conditions of the Tender as per annexure-iv

7. Copy of documentary proof as required above must be furnished along with technical bid and replies such as “Applied for “or “under process” shall not be acceptable. In such cases and in case of not furnishing required information and documents with the technical bid, the tender shall be rejected.

8. Exemption of EMD i. Exemption of EMD to SSI Units : Exemption from payment of EMD and SD shall be available

only to those SSI Units in India which are registered with the NSIC under its single point registration scheme up to the monetary limit as specified by the NSIC in their favour. The tenderer(s) are required to attach a self attested copy of the NSIC valid certificate granted by the NSIC in their favour wherein the specific production unit/item registered along with the monetary limit for which the SSIC unit has been covered. It may also be noted that this benefit would only be extended to those units, which were registered with NSIC as on date of closing of the tender. Such SSI units seeking exemption of EMD shall have to enclose valid certificate of Regn. With NSIC under their single point Regn. Program (Parties Regd. With SSIC are not eligible for EMD Rebate). Contd. ………2/-

Page 11:  · Web viewThe above two sealed / closed envelopes (Envelope One and Envelope Two) must be put in the “Third / Master Envelope” which should be superscribed with “Quotation

/ 2 /Annexure –II

ii. Exemption of EMD to Govt Deptts/ Govt undertakings/ Govt Cooperatives : Govt. Deptts./ Govt. Undertakings and Govt. Cooperatives dealing with the required items are exempted from depositing of both EMD and SD for this Tender.

9. In case of authorized distributor / dealer becomes a successful bidder, he has to meet the following

conditions before placement of Purchase Order (PO) / Contract :- i. He must submit an indemnity from his Principal that the Principal promises to honor the obligations to

extend support to the successful authorized distributor / dealer till the date of validity of ‘HCIL’ P.O. ii. In case, the successful authorized distributor/dealer fails to carry out the obligations of the PO and in the

event of the Principal is terminating his arrangements / agreements with such authorized distributor/dealer, the contractual obligations of PO/Contract of HCIL, shall be fulfilled by the Principal at same rates, terms & conditions.

10. TECHNICAL EVALUATION CRITERIA : i. Technical bids of the responding tenderers shall be evaluated based on the parameters mentioned in the

tender and based on the information and supporting documents submitted by the tenderers in support of the eligibility criteria of the tender.

ii. In case, any of the terms of eligibility criteria are not fulfilled or supporting documents are not provided by the tenderer, their offer shall be technically rejected.

iii. Technical qualification of the Tenderer shall also depend on selection and suitability of the samples of items submitted with the Tender.

11. PRICE BID EVALUATION CRITERIA :

Price Bids of only those tenderers who qualify in technical bid, shall be opened. i. The price comparison shall be made in respect of technically qualified tenderers for the total cost as

mentioned in financial bid form and after following loading criteria, if applicable. ii. Based on rate comparison, the lowest offer would qualify as successful bidder (L-1 bidder) in this tender.

12. Quantity and Quality Checks; i. The quantities supplied should be inspected, weighted by the supplier at his end for quantitative

and quality checks before delivery of same. ii. The quality supplied should match specifications given in PO / BIS /FSSO specifications as and if

applicable from time to time. iii. The material should be “fit for human consumption”. A certificate to this effect shall be required

with each supply.iv. Life expired items should not be supplied. Minimum 90% life should be available at the time of

supply / delivery.

13. Rejection of supplies : i. It is of utmost importance that the supplies conform strictly to the final approved sample and

specifications of the PO. ii. The samples shall be submitted to HCIL free of charge with the quotation or when called for.iii. ‘HCIL’ reserves the right to reject any supply(s) for not conforming to the final approved sample /

required standard / specifications at its discretion and such a decision shall be final and binding on the supplier. The supplier shall have to collect the rejected goods from the delivery point , failing which HCIL reserves the right to purchase the goods from alternate source and recover the cost from the supplier.

14. The supplier has to ensure that the materials should have Batch No/ Lot No. on the packing in legible and readable form.

Contd..3/-

Page 12:  · Web viewThe above two sealed / closed envelopes (Envelope One and Envelope Two) must be put in the “Third / Master Envelope” which should be superscribed with “Quotation

/3/Annexure –II

15. In the event of that the material delivered is not in accordance with the specifications of the PO/ approved samples / BIS specifications / Required quality, the entire quantity (s) will be rejected and the supplier will have to replace such rejected material with fresh supplies conforming to proper specifications / quality and / or reimburse the cost including incidental and risk purchase cost to the Company.

16. Late delivery penalty : Time will be the essence of the contract and if the material is not delivered within the specified period, ‘HCIL’ reserves the right to impose “late delivery penalty” @1/2 % per week on the value of the un-delivered goods maximum to 5%.

17. Risk Purchases: In case of failure to deliver the material by the party, HCI reserve its right to purchase the goods from alternate source at the ‘cost & risk’ of the supplier. The cost of such purchases together with the incidental cost to handle such situation shall be debited to the party.

******************

Page 13:  · Web viewThe above two sealed / closed envelopes (Envelope One and Envelope Two) must be put in the “Third / Master Envelope” which should be superscribed with “Quotation

HOTEL CORPORATION OF INDIA LTD.Annexure - III

Requirement and specifications of the items / material used in the manufacturing of disposable plastic cutlery items :

Public Tender No. DEL/04/2016-17, Dated: 25.04.2016

Sub: Supply of disposable Plastic Cutlery at Chefair Flight Catering at IGI Airport, New Delhi.

1. Requirement and size of items with specifications of the material used to manufacture disposable plastic cutlery items :

SN ITEM NAME

MATERIAL CONTENTS

WEIGHT COLOUR Finish Marking Qtys Required

i Plastic Spoon (large)

High impact PolystrenePolystran 975BG442,Virgin & Food Grade.

7 grams + 2%

White Edges to be extra smooth

w/o any logo

5,40,000

ii Plastic Fork(3 sprongs)large

High impact Polystrene Polystran 975BG442,Virgin & Food Grade.

5 grams + 2%

White Edges to be extra smooth

w/o any logo

5,40,000

iii Plastic Knifelarge

High impact Polystrene Polystran975BG442,Virgin & Food Grade.

6 grams + 2%

White Edges to be extra smooth

w/o any logo

5,40,000

iv Plastic spoon small

High impactPolystrene Polystran975BG442,Virgin & Food Grade.

8 grams + 2%

White Edges to be extra smooth

w/o any logo

6,48,000

v Plastic Salad Bowl- 80 gms

White Edges to be extra smooth

w/o any logo

1,80,000

vi Plastic Cups-120 ml

White Edges to be extra smooth

2,52,000

vii Jam pot with lid

White Edges to be extra smooth

3,60,000

viii Wrapping roll(6”x600mtrs.each)

White 360 nos.

Ix Tin Foil (300ml)

7,20,000

X Tipping dish(100ml)

1,80,000

Contd…2/-

Page 14:  · Web viewThe above two sealed / closed envelopes (Envelope One and Envelope Two) must be put in the “Third / Master Envelope” which should be superscribed with “Quotation

/ 2/

Annexure - III

2. Weight of finished items : In case the material is found short in weight at the time of receipt, the goods will be rejected. In case these are accepted, the rates payable will be on pro-rata basis if the short weight is specifically mentioned in the delivery challan. Otherwise penalty as deemed fit, in addition to pro-rata reduction in rates will also be levied.

3. FINISH of items : Finished Items should be of superior quality and of smooth finish.

4. PACKING : i. Finished Goods should be packed in polyethane bags of virgin quality and further in cartons. The

weight of a carton should be such that a person of normal built can easily lift and handle the box for loading/ off loading/ storage.

ii. One type of item to be packed in individual boxes and should not be mixed. Each box should have a sticker mentioning item name, quantities; batch No, Lot No. product code etc.

iii. Self-certification stickers duly signed should also be pasted on each carton. Each carton should have indication regarding its contents, quantity, ultimate consignee and supplier’s name.

5. Evaluation Of Samples:i. Samples of items will be evaluated for quality and specifications mentioned in the tender.

ii. The Financial Bids of only those tenderers shall be opened who are found technically qualified and whose samples are found acceptable by the user / evaluation team on the parameters given in the tender.

iii. HCIL at it’s sole discretion may decide to waive the Evaluation of the Samples and go ahead with the opening of the Financial Bids in case of the existing suppliers or in case it is felt that the ‘Labotary Test Certificate’ for the Samples submitted is in order.

6. Production Samples , Quality inspection and Rejection after release of Purchase Order : i. Successful bidder on whom purchase order has been released will have to submit production

samples before going in for bulk production within one week of confirmation of order by way of LOI or release of formal order which ever is earlier.

ii. Production samples should match with the technical specifications /parameters given in the Tender/ Purchase Order. Production samples will be evaluated for compliance to the technical specifications /parameters given in the purchase order failing which the production samples would not be approved for supply

iii. AIL reserves the right to send production samples and samples taken periodically from actual supplies for verification/testing for compliance to the technical specifications /parameters given in the purchase orders. In case the samples do not meet with the technical specifications /parameters, AIL reserves the right to levy appropriate penalty for such deviations. If required, vendor will also have to replace on free of charge basis, the entire/balance lot of supply.

iv. Supplies not meeting the technical specification/parameter, quality and or deficient in any other respect like improper packing etc. would also be liable for rejection at the time of inspection and returned to the vendor at their cost.

Page 15:  · Web viewThe above two sealed / closed envelopes (Envelope One and Envelope Two) must be put in the “Third / Master Envelope” which should be superscribed with “Quotation

HOTEL CORPORATION OF INDIA LTD.

Annexure –IV

C E R T I F I C A T E FOR UNCONDITIONAL ACCEPTANCE OF TERMS & CONDITIONS OF THE TENDER

(TO BE SUBMITTED WITH TECHNICAL BID- PART A) ON TENDERER’S LETTER HEAD)

To,

The Sr.Asst. Manager – PurchaseCorporate Purchase Section,Hotel Corporation of India Ltd,Centaur Hotel, IGI Airport, New Delhi-110037. Dated:……………..

Sir,

Sub: C e r t i f i c a t e for unconditional acceptance of terms , conditions & specifications of the Tender No. DEL/04/2016-17 , Dated: 25.04.2016 Due on ; 07.06.2016 for supply of disposable plastic items at Chefair Flight Catering at IGI Airport, New Delhi.

It is certified that we have studied and understood and hereby agree for the terms, conditions and specifications of the subject Tender issued by “HCIL” for Supply of Disposable plastic items at Centaur Hotel, Chefair Flight Catering & Canteen, IGIA, New Delhi.

Authorised Signatory

Company Seal……………

******************

Page 16:  · Web viewThe above two sealed / closed envelopes (Envelope One and Envelope Two) must be put in the “Third / Master Envelope” which should be superscribed with “Quotation

HOTEL CORPORATION OF INDIA LTD.

Annexure – V

Undertakings by the Govt. Deptts, Govt. Undertakings, Govt. Cooperatives such as KB,KVIC,NAFED, HAFED etc dealing with tender items for exemption of providing PO copies in support of experience and copies of ITR, Profit & Loss A/C, Balance sheet in support of average minimum turn over of Rs……..Lacs each year for last three Fin years i.e. 2012-13, 13-14 & 14-15

The Sr.Asst. Manager – PurchaseCorporate Purchase Section,Hotel Corporation of India Ltd,Centaur Hotel,IGI Airport-II, New Delhi-110037 Dated:……………..Sir,

Sub: Undertakings for Tender No. DEL/04/2016-17, Dated: 25.04.2016, Due On: 07.06.2016 for Supply of d isposable plastic items at Chefair Flight Catering, IGIA, New Delhi.

It is certified that we have studied and understood the tender documents and hereby undertake as under :-

1. That our institution is a Govt. Depts. ,/ Govt. undertaking / Govt. cooperatives named as ……………………….

1. That we have 03 years experience of manufacturing / supply disposable plastic items as mentioned in the subject tender.

2. That our institution has minimum Rs………… lacs Financial turn over each year during last three Financial years that is in the years 2012-13, 13-14 & 14-15. In case, such tenderer- Govt. Deptt. /Cooperatives/ Govt. undertaking wish to indicate year wise amount of turn over, they may do so.

3. That in case, documents related to turnover that is copy of ITR, Balance Sheet, Profit and loss account are called by your audit or any other controlling Govt. authority , the same shall be provided.

5. It is also confirmed that the information given above is true and correct to the best of my knowledge and belief and nothing material is concealed.

Authorized SignatoryCompany Seal

Page 17:  · Web viewThe above two sealed / closed envelopes (Envelope One and Envelope Two) must be put in the “Third / Master Envelope” which should be superscribed with “Quotation

HOTEL CORPORATION OF INDIA LTD.Annexure- VI

TECHNICAL BID FORM – PART A

Public Tender No. DEL/04/2016-17 Dated: 25.04.2016

Sub: Supply of disposable plastic items at Centaur Hotel, Chefair Flight Catering & ASD Canteens, at IGI Airport, New Delhi.

1 Name of the Bidder / Co.

2 Status of the Bidder i.e. Whether applying as a Principal /Auth Distributer /dealer/ Govt. Deptt. / Govt. Co,/ Govt. Cooperative. Documentary proof to be enclosed except for mfr.

3 Complete Address of the bidder / Co.

4 Telephone No. / Mobile No./ Fax No./email ID

5 Name of Contact Person & mobile.

6 Whether copy of latest electricity bill / MCD house tax receipt / lease Rent agreement / Regn. with NSIC / SSIC / DGS&D / of bidder enclosed as proof of address above.

Yes / No

7. Whether EMD of Rs. 18000/- enclosed. Original DD/Cash receipt to be enclosed. (Must)

Yes/No DD/Cash Receipt No. ……Date………………….

8. Whether EMD exemption sought Yes / No

9.0 In case, yes to 8 above, whether the bidder is regd. with NSIC under its single point regn. programme.

Yes / No

9.1 In case, yes to 9.0 above, whether self attested copy of valid NSIC Regn. Certificate enclosed.

Yes / No

9.2 In case, yes to 8 above, whether the bidder is Govt. Deptt/ Govt. Co,/Govt. Cooperative. These Deptts are exempted from EMD submission. .

Yes / No

9.3 Whether Tenderer is having 02 yrs relevent experience . (Must). A list of suppliers together with the PO copies be enclosed in support of experience.

Yes / No

12 Whether having Sales Tax / TIN Number / C.S.T. Self attested copy to be enclosed.

Yes / No

13 Whether having PAN/GIR regn No. A self attested copy to be enclosed.

Yes/No Regn No……,Date….

14.0 Whether Tenderer is having an average turnover of Rs. 12 Lacs per year for last 03 Fin yrs i.e. 2012-13, 13-14 & 14-15Either copies of ITR,profit & loss a/c,B/L sheet or certificate from CA to be given.

Yes/No

14.1 Whether Tenderer sought exemption for documents for turnover of Rs.12.00 Lacs per year for last 03 Fin yrs

Yes/No

14.2 If yes to 14.1, whether undertaking for having min Rs.12.00 lacs turnover in last 03 fin years given.

Yes/No

14.3 If No to 14.1, then comply 14.4 and 14.5

Page 18:  · Web viewThe above two sealed / closed envelopes (Envelope One and Envelope Two) must be put in the “Third / Master Envelope” which should be superscribed with “Quotation

14.3 Whether self attested copy(s) of Income Tax Returns for last 03 Fin years-2012-13, 13-14 & 14-15 enclosed.

Yes/No2012-13: ……….....2013-14: ………….2014-15……..

14.4 Whether self attested copy(s) of Profit & Loss a/c for last 03 Fin years-2012-13, 13-14 & 14-15. enclosed in support of proof for Turn over.

Yes/No 2012-13: ……….....2013-14: ………….2014-15 ………….

15. Whether Certificate for unconditional acceptance of all the terms and conditions of the tender on the Bidder’s letterhead enclosed as per format (Annexure-I). (Must)

Yes/No

16. Whether details of institutional Customers enclosed.(Optional )

Yes/No

17. Are you already doing business with HCI or any of HCI Units ? If so, pl provide details.

Yes/No

18. Has your company been Black Listed by any agency of the Airport or elsewhere. If yes, please give details.

Yes/No

19. Undertakings : To be agreed & signed by the tenderer(s) :

i. It is confirmed that we have the capability & capacity to supply the material for which we have quoted rates in the Financial Bid Form – Part –B as per terms & conditions of the tender.

ii. It is confirmed that the Financial bid is valid for 120 days from the date of opening of the Technical bid.

iii. It is also confirmed that we have carefully gone through and have understood and hereby agree to abide by all the General Terms & Conditions and Specifications governing the tender.

iv. It is also confirmed that I am authorized to sign the tender documents and the information given is true and correct to the best of my knowledge and belief and nothing material is concealed.

v. It is also confirmed that the documents attached in support of the details filled in the Technical Bid Part –A above are correct.

Signature: _______________________________

Name & Designation: _____________________

Co Name & Seal: _________________________Date: ___________

Place: __________

*************

Page 19:  · Web viewThe above two sealed / closed envelopes (Envelope One and Envelope Two) must be put in the “Third / Master Envelope” which should be superscribed with “Quotation

HOTEL CORPORATION OF INDIA LTDAnnexure-VII

PRICE BID FORM – PART B

Tender No. : DEL/04/2016-17, dated : 25.04.2016, Due Date: 07.06.2016.

Sub: Supply of disposable plastic cutlery items at Chefair Flight Catering at IGIA, New Delhi.

SN1.

Name of the Bidder / Co.

Rates Rs. Per 100 nos. for disposable plastic cutlery items

Item Description

Qtys

required

(Nos.) Rate /unit Standard Packing

I Tin foil (300ml) 7,20,000

Ii Tipping Dish (100ml) 1,80,000

iii Plastic Spoon large 5,40,000

iv Plastic Fork large 5,40,000

v Plastic knife large 5,40,000

vi Plastic spoon small 6,48,000

vii Plastic salad bowl square 1,80,000

Viii Plastic cup (tea) 2,52,000

Ix Jam Pot with lid 3,60,000

X Wrapping Roll (6”x600mtrs. Each) 360nos.

2. Rates to be quoted as per above format & as per terms and conditions of the Tender and conforming to the following :-

i. The bidder must confirm that the above quoted rates include all the Govt. Taxes i.e. Excise duty, Octroi (if any) and other costs due to Packing, Transportation, handling, insurance etc.

ii. VAT shall be charged extra as applicable from time to time.iv. The Bidder Must confirm that the above quoted rates are “Net” landed rates to HCIL.v. The tenderer(s) in his own interest has to ensure that the prices and other details are filled

correctly and completely in the above format. Submission of incorrect or incomplete information, and / or submission of the above format with arithmetical errors in compilation of the data would be at the tenderer’s sole risk and the decision of hcil in such cases would be final and binding.

vi. CONDITIONAL BIDS SHALL NOT BE ACCEPTABLE AND SHALL BE REJECTED OUT RIGHTLY.

Contd..2/-

Page 20:  · Web viewThe above two sealed / closed envelopes (Envelope One and Envelope Two) must be put in the “Third / Master Envelope” which should be superscribed with “Quotation

/2/ Annexure-VII

vii. L-1 BIDDER shall be decided based on the total L-1rates quoted by the bidder.viii. It is not the general practice of HCIL to negotiate with the L-1 bidder. However, HCIL have

a right to negotiate the rates if it feels that the rates quoted are not convincing and not competitive.

3. The annual quantities mentioned in the tender are indicative and are subject to increase / decrease depending upon the operational requirements of the Hotel/ Flight Kitchen/ Canteens as prevailing from time to time.

4. CERTIFICATION BY THE BIDDERi. It is certified that the above quoted rates are in conformation to the terms and conditions of

the Tender.ii. It is also certified that there are no hidden costs to ‘HCIL’ over and above the price as

indicated above.iii. It is agreed that the benefit of reduction in statutory govt. taxes/ levies, if any, arising during

the term of the contract, if awarded in our favour, would be passed on to ‘HCIL’.

Signature : _____________________

Name & Designation : _____________________

Co. Name & Seal : _____________________

Date : _____________________

Place : _____________________

******************