tender document (f. y. - 2020-21)

47
TENDER D Supply & commissioni hostel Items (Printer (detailed inside) for in Directorate Empl A Indrawati Bhavan, 4 th B -R Email : dettrg We 1 DOCUMENT (F. Y. - 2020- For ing of Multifunction Photocop er, Scanner, Water Cooler & W nstitutes under Directorate of E Training loyment & Training, Chhattisgarh Atal Nagar, Distt. - Raipur (DET) Block, 1 st Floor, Nava Raipur, Ata Raipur 492002 Chhattisgarh [email protected] & cgitisp@gmail. ebsite : www.cgiti.cgstate.gov.in -21) pier Machine & Water purifier) Employment & h, Nava Raipur, al Nagar, Distt. .com

Upload: others

Post on 24-Nov-2021

1 views

Category:

Documents


0 download

TRANSCRIPT

1

TENDER DOCUMENT (F. Y. - 2020-21)For

Supply & commissioning of Multifunction Photocopier Machine &hostel Items (Printer, Scanner, Water Cooler & Water purifier)

(detailed inside) for institutes under Directorate of Employment &Training

Directorate Employment & Training, Chhattisgarh, Nava Raipur,Atal Nagar, Distt. - Raipur

(DET)

Indrawati Bhavan, 4th Block, 1st Floor, Nava Raipur, Atal Nagar, Distt.- Raipur 492002 Chhattisgarh

Email : [email protected] & [email protected]

Website : www.cgiti.cgstate.gov.in

1

TENDER DOCUMENT (F. Y. - 2020-21)For

Supply & commissioning of Multifunction Photocopier Machine &hostel Items (Printer, Scanner, Water Cooler & Water purifier)

(detailed inside) for institutes under Directorate of Employment &Training

Directorate Employment & Training, Chhattisgarh, Nava Raipur,Atal Nagar, Distt. - Raipur

(DET)

Indrawati Bhavan, 4th Block, 1st Floor, Nava Raipur, Atal Nagar, Distt.- Raipur 492002 Chhattisgarh

Email : [email protected] & [email protected]

Website : www.cgiti.cgstate.gov.in

1

TENDER DOCUMENT (F. Y. - 2020-21)For

Supply & commissioning of Multifunction Photocopier Machine &hostel Items (Printer, Scanner, Water Cooler & Water purifier)

(detailed inside) for institutes under Directorate of Employment &Training

Directorate Employment & Training, Chhattisgarh, Nava Raipur,Atal Nagar, Distt. - Raipur

(DET)

Indrawati Bhavan, 4th Block, 1st Floor, Nava Raipur, Atal Nagar, Distt.- Raipur 492002 Chhattisgarh

Email : [email protected] & [email protected]

Website : www.cgiti.cgstate.gov.in

2

IMPORTANT ABBREVIATION

1 PBG PERFORMANCE BANK GUARANTEE

2 QC QUALITY CONTROL

3 DET DIRECTORATE OF EMPLOYMENT &TRAINING , CHHATTISGARH , NAVA RAIPUR,ATAL NAGAR, DISTT. - RAIPUR

4 EMD EARNEST MONEY DEPOSIT

5 INR INDIAN NATIONAL RUPEES

6 MRP MAXIMUM RETAIL PRICE

7 SD SECURITY DEPOSIT

8 FDR FIXED DEPOSIT RECEIPT

9 BG BANK GUARANTEE

10 CA CHARTERED ACCOUNTANT

3

TABLE OF CONTENT1. SHORT TITLES USED IN THE TENDER DOCUMENT 4

2. IMPORTANT NOTE & TENDER NOTICE 5

3. CHECK LIST FOR ENCLOSURES 6

4. INTRODUCTION 7

5. SCHEDULE OF TENDER 8

6. ELIGIBILITY CRITERIA 9

7. BID SUBMISSION 9

8. INSTRUCTIONS TO BIDDERS 13

9. AWARDING CRITERIA FOR ORDER 14

10. GENERAL TERMS AND CONDITIONS OF THE BID 17

11. PAYMENT TERMS 23

12. ANNEXURE-I 24

13. ANNEXURE-II (A) 25

14. ANNEXURE-II (B) 26

15. ANNEXURE-III 27

16. ANNEXURE-IV 28

17. ANNEXURE-V 29

18. ANNEXURE-VI - Affidavit 30

19. ANNEXURE-VI I Earnest money Detail's 31

20. ANNEXURE-VIII- ''CRAC'' 32

21. ANNEXURE-IX- Proforma for order supply status 33

22. ANNEXURE-X Tentative destination of supply 1-6

23. ANNEXURE-X I- PRE-ORDER INTEGRITY PACT 1-9

24. ANNEXURE-XII - AGREEMENT FOR SUPPLY OF GOODS 1-2

4

1. SHORT TITLES USED IN THE TENDER DOCUMENT

1. Bidder Bidder means either (1) Manufacturer or (2) Manufacturer's authorizeddealer or (3) Authorized Supplier.

2. Successful

Bidder

Successful Bidder means the Bidder who becomes successful through the

Tender process.

3. Day A day means a calendar day

4. Purchaser Purchaser means the Government of Chhattisgarh or Department ofEmployment & Training for whom the procurement is made through thisTender.

5. DET Procurement agency on behalf of Government of Chhattisgarh

6. Commissioning Commissioning means the Tendered Items would have to be switchedon/assembled and the functioning has to be tested in the presence of theacceptance team

.

7. District At present there are 28 Districts in Chhattisgarh

5

2. IMPORTANT NOTE & TENDER NOTICE:

DET invite bids for supplying and commissioning of Tendered Items Related Items forimparting training in ITI's of state of Chhattisgarh. All bids should be addressed to:

Director,

Directorate of Employment & TrainingIndrawati Bhavan, 4th Block, 1st Floor

Nava Raipur, Atal Nagar,Distt.- Raipur

Chhattisgarh, PIN-492002.

Bids received after the due date will be rejected.

The document can be downloaded from the website www.cgiti.cgstate.gov.in Theparties are advised to study the document carefully. Submission of response to thisTender Document shall be deemed to have been done after careful study and examinationof this document with full understanding of its implications.

Bidders must ensure that they submit all the required documents indicated in the Tenderdocument without fail. Bids received without supporting documents for the variousrequirements mentioned in the tender document are liable to be rejected at the initialstage itself.

DET reserves the right to accept or reject in part or full any or all the offers withoutassigning any reasons.

DirectorDirectorate of Employment & TrainingNava Raipur, Atal Nagar, Chhattisgarh

6

3. CHECKLIST FOR ENCLOSURES

# Bid Enclosures YES or NO

1. Whether the Tender is submitted in Three covers Prequalificationdocument, Technical document and Commercial Bid?

2. Whether Three covers are put into an outer cover?

3. Whether Bid contains the following

3.1 Bidder‘s undertaking covering letter in the Letter Head shall be signed theauthority, stamped and submitted.

3.2 Signed and stamped Letter of Authorization or Power of Attorney forsigning the Tender document shall be submitted.

3.3 Manufacturer‘s authorization letter(s), wherever applicable shall besigned,stamped and submitted

3.4 All pages of the Tender document in full shall be signed by theauthority, stamped and submitted

3.5 Earnest Money Deposit (EMD) amount as specified in the Tender

3.6 Filled up Technical Bid shall be signed by the authority, stamped andsubmitted

3.7 All supporting documents for proving the Eligibility Criteria shall be signedby the authority and stamped in all pages

3.8 Supporting documents to meet the Eligibility Criteria

a) All the supporting documents to meet the Eligibility Criteria as laid downin the Tender shall be signed by the authority and stamped

b) Bidder‘s Certificate of Incorporation

c) The Technical information of the products being offered along withCatalogue/brochure / data sheet etc.

d) For Furniture sales, copy of the invoices for the sales made or proof ofstatutory documents like Excise duty returns or Sales Tax Returns or anyother legally valid document should be submitted.

e) ISO certificates for manufacturing process shall be enclosed.

f) Bidder‘s undertaking letter to meet the Blacklisting criteria shall besubmitted

g) Commitment letter for service support from the OEM/Manufacturer ortheir authorised dealer or supplier

3.9.

Whether ommercial Bid (Envelope-C) contains the following

a) Filled price proposal with signature & stamp in all pages shall besubmitted

b) Whether corrections or overwriting if any is attested?

7

4. INTRODUCTION

ABOUT DET

Directorate of Employment & Training, Chhattisgarh (DET) offers training courses likeCopa, Fitter, Electrician, Mechanic Diesel, Draughtsman civil, Welder, etc. through ITI'sin the state of Chhattisgarh. Goal of training department is to carve skilled manpower tomeet the need of industries in the state of Chhattisgarh. Department of training iscommitted to trained the trainees with best possible facilities, so it is our responsibility toprocure and distribute the required Tools, Equipment, Machineries & Workshop Furnituresfor the best result.

ABOUT THIS TENDER DOCUMENT

The Department of Employment & Training is committed to provide Training facility as perDGT ( Directorate General Of Training, New Delhi) norms to Trainees. To achieve the purposewe have to fulfil all required need of Furniture Related Items of our institutes for the year 2020-21. The Items will be procured in a transparent manner through competitive biddingprocess.

DET invites Tenders through Competitive Bid for supply and commissioning ofTendered Items Related Items as per the Technical Specifications given in this Tenderdocument for supply.

Groups Detail

GROUP GROUP NAME TENDER AMOUNT(INR)

GROUP - 1 Photocopier, Printer & Scanner 66,74,439.90

GROUP - 2 Hostel Items ( Water cooler & Water Purifier) 18,88,000.00

8

5. SCHEDULE OF TENDER

1 Tender Notice No. & Date2 Scope of Work Agency for supplying and commissioning

of Tendered Items.

3 Name of the tender issuer Director, Employment & Training,Chhattisgarh

4 Date of issue of tender document 17.02.20215 Last Date for Submission of Bids 18.03.2021 up to 3:00 PM6 Date of Opening of Tech-commercial

Bids18.03.2021 from 4:00 PM

7 Date of opening of Price Bid To be informed later through e-mail andtelephone (Bidder should furnish the mobilenumber and e-mail of one authorizedrepresentative)

8 Place of Submission & Opening of Bids Office of Directorate of Employment &Training, Indrawati Bhavan, 4th Block 1st

Floor ,Nava raipur, Atal Nagar, Chhattisgarh492002.

9 Address of Communication Office of Directorate of Employment &Training,Indrawati Bhavan, 4th Block, 1st

Floor, Nava Raipur, Atal Nagar,Chhattisgarh 492002.

10 Cost of Tender Document INR 5,000/- ( INR Five thousand only) to bepaid one time irrespective of any number ofbids to be submitted. Which will be nonrefundable through Demand draft from anyNationalized/ Scheduled Bank in favour ofAdditional Director (DDO), Employment &Training, Chhattisgarh ,Nava Raipur, AtalNagar, payable at Raipur prior to last date ofsubmission or along with bid.

11 Earnest Money Deposit (EMD) in INR GROUP - 1 = 6,67,443.99

GROUP - 2 = 1,88,800.00

in form of Bank Draft /FDR/BG fromnationalized / Scheduled Bank (valid for 90days) in favour of Additional Director,Employment & Training, Chhattisgarh ,Nava Raipur, Atal Nagar, payable at S.B.I.or Nationalized / Scheduled Bank Raipurvalid for 90 Days.

9

6. ELIGIBILITY CRITERIAThe bidder should meet the following Eligibility Criteria and must submit documentaryevidence in support of their claim for fulfilling the criteria and they should submit anundertaking on their letterheads to the fairness of these documents while submitting the bid.The bids received without the documentary evidence will be rejected outright.

# Minimum Eligibility Criteria Proof to be submittedfor fulfilling theEligibility Criteria

1. Bidder should not have been blacklisted by any of theState/Central Government or organizations of theState/Central Government in India in the past three years

Self-Declaration in thisregard by the authorizedsignatory of the bidder. asper ANNEXURE-V

2. Total minimum turnover should be 50 lakhs in any one oflast 3 financial years.

Audited balance sheet for thelast 3 financial year to besubmitted dully certified bythe CA

3. The Firm / Bidder Registration must be more than five Yearsold.

Valid RegistrationCertificate from theCompetent Authority

7. BID SUBMISSION

The following section outlines the steps to be used for submission and processing ofbids:Tender documents/ Qualification requirements should be submitted separately in 02 sealedenvelopes A & B as given below:

1. Envelop A contains Tender fees and EMD or certificate of exemption for EMDfrom valid competent authority. (Exemption from EMD only for those whosoeverregistered as Small-Scale Industrial Units with the Director of Industries, Governmentof Chhattisgarh.)

2. Envelop B contains tender documents such as pre qualification bid document andtechnical bid in one single envelop and commercial bid in other separate envelop.

3. The bid should be submitted in one master envelop containing Envelops A & B .4. The bidder should write the name of Tender at top of the master envelope with

bidder's all detail i.e. name of firm, full address, contact no. & email ID.

4. A. Envelope "A" which should contain:

(i) Tender Document is available only on the website www.cgiti.cgstate.gov.in. At thetime of submission enclose Tender fees in the form of DD of Rs. 5000.00 in favour ofAdditional Director (DDO), Employment & Training, Chhattisgarh ,Nava Raipur, Atal Nagar,payable at Raipur which is non refundable.

(ii) As per Store Purchase Rule 2002 of C.G. Govt.; The Earnest Money should be 10 %of total Estimated as per annexure - VII. Earnest money/ bid security should be in form ofDemand Draft/FDR/BG in favour of Additional Director, Employment & Training,

10

Chhattisgarh , Nava Raipur, Atal Nagar, payable at S.B.I. or Nationalized / Scheduled BankRaipur valid for 90 Days.

(iii). (a) Certificate for claiming the exemption from depositing the Earnest Money forwhosoever registered as Small-Scale Industrial Units with the Director of Industries,Government of Chhattisgarh.

(b) Small-Scale Industrial units registered with Central Govt. or with other StateGovernments are not exempted from depositing Earnest Money.

4. B. Prequalification document and technical bid should be submitted separately in 2 envelopunder sealed envelope "B" . Which should contain:

Envelop 1. (i) Covering letter for submission of Bid as per Annexure-I.

The Firm/Bidder Registration must be more than five Years old from valid RegistrationCertificate from the Competent Authority.

(ii) GST Registration Certificate .

(iii) Completely filled Form - "A (Annexure III)" with signature & seal of authorized personwhich includes Earnest Money/ Bid security details. The contents of the form “A” shouldnot be changed or amended otherwise the bid will be treated non-responsive and will notbe acceptable by the Purchaser.

(iv) Complete Terms & Conditions of Tender Documents, duly signed & stamped by thetenderer.

(v) Copy of PAN Card.

(vi) GST ledger balance sheet last quarter of current financial year.

(vii) Copy of Income Tax Return, submitted to the Income Tax Department for the last 3consecutive assessment year.

(viii) Copy of the annual turn over for the last 3 consecutive financial years audited balancesheet from CA.

(ix) Proof of having been supplied similar nature of items in Govt. departments ExceptDET.( latest 03 orders)

(x) Undertaking for "After Sales Services" on letter head of bidder.

(xi) Undertaking for Place from which supply of tender item supplied to F.O.R.( ITI's)destinations should mention on letter head of bidder.

(xii) Undertaking for not having black listed as per annexure - V on letter head of bidder.

(xiii) Affidavit in prescribed format as given in Annexure-VI on non judicial stamp paper ofRs. 50/- certified by Notary.

5. As per CG Govt. Ministry of Finance & Planning Deptt. Mahanadi Bhavan Atal Nagar VideLetter No. 243/fo@fu@pkj@2013@ u;k jk;iqj] fnukad 05 tqykbZ&2013- Every bidder must signedthe Integrity Pact as per Annexure-XI & enclosed along with pre-qualification bid.

(a) Should indicate index for all the submitted documents for the tender form page no.....to......

(b) Mentioning all particulars of Bidders viz Postal address, phone No., e-mail, name ofthe authorized person(s), etc. for correspondence.Envelop 2. (i) Technical Specification Sheet confirming to the mandatory Specification inproforma Annexure II(A), with CD-Soft copy of the technical specification sheet MS Excelformat.

11

(ii) All relevant particulars, illustrative catalogue/ brochures etc. should be in originalprinted copy (Soft copy strictly not allowed) which should clearly indicate the productstechnical specifications, for the quoted items, is submitted along with Annexure II(A). Anymanipulation in catalogue/brochures should not be accepted.(iii) In case of authorized dealer valid manufacturer’s authorization letter and appropriatedocumentary evidence of manufacture for being a manufacturing unit must be submitted.

4. C. Commercial Bid (Price schedule) in prescribed format (i.e. Annexure-II(B)) should be submitted separately in envelop under sealed envelope "B" in 2 Copy(Original and Duplicate with soft copy in CD-MS Excel format).

(xv) The fact that the tenderer has filled and signed the form “A” will mean that the tendererhas completely accepted Terms & Conditions of the tender and that the tenderer agrees toabide by these Terms & Conditions of the tender. No deviation from Terms & Conditions ofthe tender will be accepted under any circumstances. The Terms & Conditions of the tenderand clause usually printed on the parties tenders or bills will not be binding on this department.

5. All the above sealed envelopes A & B should be kept in one master envelopeseparately. On the top of each sealed envelopes A, B and Master envelope biddershould clearly mention Tender No., Due Date with seal & sign of bidder.

6. Complete tender document must be duly signed, stamped, paged & indexed by the bidder.

Unsigned or unpaged bids shall be straightway rejected.

7. Either (1) Manufacturer or (2) Manufacturer's authorized dealer or (3) Authorized

Supplier can bid for subjected tender. Sequence of priority will be (1) Manufacturer

(2) Manufacturer's authorized dealer (3) Authorized Supplier in evaluation of bid.

For the quoted items, appropriate documentary evidence for being a Manufacturer or their

authorized dealer must be submitted necessarily in the envelope “B” (in the Technicaldocuments). In absence of above the bid will be treated non-responsive & likely may be

rejected.

8. The Financial bid of only technically short listed bidders would be opened in presence ofthe authorized representatives of the bidder.

9. The Item for which the Specification/ Technical Details submitted & found suitable,Should only be consider for Financial Evaluation.

10.The bid should be accompanied by earnest money should be 10 % of total EstimatedPurchase Cost as a part of the bid, in the form of Bank Draft/FDR/BG of NationalizedBank or Scheduled Bank, Bank Draft/FDR/BG should be in favour of AdditionalDirector, Employment & Training, Chhattisgarh ,Nava Raipur, Atal Nagar,Distt. - Raipurpayable at S.B.I. or Scheduled Bank Raipur. Earnest Money submitted in any other formwill not be accepted and the tender will be rejected. Unsuccessful bidder's earnest moneywill be released/ returned as promptly as possible.

11. All quoted rates should be for new and unused items unless and otherwisespecified so.

12. The tender matter including prices should be typed neatly; corrections/overtyping inprices will not be accepted. However if correction/overtyping is there, it should be

12

attested by the tenderer with signature, date and their seal. Hand written and Xerox tenderwill not be accepted.

13. Tenderer should give all relevant particulars about every quoted item, such asmanufacturer's name, Country of Manufacture and Specifications etc., “Specifications asgiven in catalogue” quoted in tender by the tenderer will not be accepted. Fullspecification must be written in tender positively and should also be supported bytechnical literatures (Catalogue/ Brochures should be in original printed copy). PurchaseCommittee’s approval/ decision will be final and binding.

14. Vague expression such as “complete with standard accessories” or “as per yourspecification” will not be accepted. The tenderers must specifically indicate allspecification of the items and should mention clearly what item will be supplied under“accessories” with the Furniture/equipment/ Machinery in price schedule enclosed asAnnexure-II (B). Any ambiguity or vagueness in tender for item concerned will be liablefor rejection.

15. Catalogues/brochures must be clear, specific and should reflect all the essential

specifications of the products/ items and it should be clearly indexed to reflect which item

is related to which Catalogues/brochures, otherwise it will not be considered for

comparison.

16. The language for bid submission is English.

17. All prices and other information in this regard having a bearing on the price shall be

written both in figures and words in the prescribed offer form.

18. No bid can be modified subsequent to the deadline for submission.

19. The Bidders should note that Prices should not be indicated in the Technical

documents/ Catalogues/ brochures and should be quoted only in the Price Bid. In

case the prices are indicated in the Technical documents bid/ Catalogues/ brochures, those

particular bid/items will straight way rejected.

20. EMD (Enclosure - Estimated cost ( Annexure -VII )) shall be returned to unsuccessful

bidder/s within 15 days after opening of Financial Bid and EMD (Enclosure - Estimated

cost ) of successful bidder will be returned after the submission of PBG .

21. The Performance Bank Guarantee (PBG) as per ANNEXURE-IV has to be submitted in

duration decided by DET. All charges whatsoever such as premium; commission etc with

respect to the Performance bank guarantee shall be borne by the selected Bidder.

22. The Performance Bank Guarantee shall be valid up to 60 days after the date of

completion of performance obligations including warranty obligations. PBG will be valid for

2 years (Warranty obligations).( Total period is 2 years + 60 days)

13

8. INSTRUCTIONS TO BIDDERS

1. BID PRICE

a. The price schedule should be as per Annexure ‘II (B)’, the price of goods at thesite indicating all duties, Taxes and other levies if any.

b. The rates quoted by the bidder must be inclusive of all the taxes and charges (like– transportation, installation charges, delivery charges, inspection charges, trainingcharges, charges for services etc.).

c. Rates should be quoted for F.O.R.(ITI's) Destination. The materials have to besupplied at Industrial Training Institutes as directed in supply order. The ratesquoted by the bidder shall be fixed for the duration of the order and shall not besubject to adjustment on any account.

d. Deviations from the specifications should be clearly brought out in the bidunder technical compliance.

e. All prices should be in Indian National Rupee (INR).f. Tentative destination for supply order is given in Annexure-X.

2. EVALUATION OF BIDS

a. 1. The Evaluation of Bid will be done Item wise.

2. It is not Mandatory for a bidder to quote for all the items.

3. The lowest rate of quotation for a particular Item may be accepted.

4. Only those financial/Commercial bid (Item wise) will be considered whichcomes under ± 30 % of average of all technically qualified bid (Item wise).

b. DET will examine the bids to determine whether :

1. They are complete.

2. They are free from computational errors.

3. Required sureties have been furnished.

4. The documents have been properly signed.

c. Arithmetic errors will be rectified on the following basis: If there is a discrepancybetween words and figures, the amount mentioned in words will prevail.

d. DET may waive off any minor infirmity or non-conformity or irregularity in a bidwhich does not constitute a material deviation, provided such a waiving does notprejudice or affect the relative ranking of any bidder.

e. DET reserves the right to ask any clarification/s related to submission of Bidduring the evaluation of the document.

f. In the examination of all certificates and other bidding documents, Director’sapproval/ decision will be final and binding in the scrutiny of successful bidders.

14

9. AWARDING CRITERIA FOR RATE ORDER

a. Suppression of facts and misleading informationi. During the Bid evaluation, if any suppression or misrepresentation of

information is brought to the notice of DET, DET shall have the right toreject the Bid and if after selection, DET would terminate the order asthe case may be, will be without any compensation to the Bidder and theEMD/ Security Deposit as the case may be, shall be forfeited.

ii. Bidders should note that any figures in the proof documents submittedby the Bidders for proving their eligibility is found suppressed orerased, DET shall have the right to seek the correct facts and figures orreject such Bids.

iii. It is up to the Bidders to submit the full copies of the proof documentsto meet out the criteria. Otherwise, DET may not consider suchdocuments.

iv. The Tender calls for full copies of documents to prove the Bidder‘sexperience and capacity to undertake the project.

b. Technical documents Bid Evaluationi. Technical committee formed by DET shall evaluate the technical bid submitted

by the bidder.ii. Technical Specification of each item quoted shall be evaluated in terms of the

requirement.

iii. DET may ask the bidder to produce sample of any item before finalizingthe technical evaluation. The bidder will have to arrange for sample inspection at aspecified location in Raipur within 10 days at his own cost.

iv. Any item which do not match to the specification as mentioned in the tenderdocument or if any item found of inferior quality by the technical committee shall berejected and shall not be considered for financial evaluation for that particular item only.

v. The items rejected on the basis of technical evaluation shall be announcedbefore the opening of financial bid.c. Commercial Bid Evaluation

1. Bidders w h o a r e q u a l i f i e d i n Techn ica l Qualification Bid ( Envelope-B) o n l y will be called for Price Bid opening. The Price Bids will be opened in thepresence of the Bidders at DET. The Bidders or their authorized representatives (withauthorization letter & valid ID proof) will be allowed to take part in the Price Bidopening.

2. The Price evaluation will include all Duties and Taxes as given below.i) In cases of discrepancy between the cost quoted in Words and in Figures,

cost quoted in words will be considered.ii) In evaluation of the price of an imported item, the price will be

determined inclusive of the customs duty;iii) In evaluation of the price of articles which are subject to excise duty,

the price will be determined inclusive of such excise duty;iv) Price evaluation will be Inclusive of all Taxes and Delivery chargef or F.O.R. at respective destination of Chhattisgarh.

15

3. The price of the Item which is found technically qualified shall only beconsidered for price evaluation.

4. Only those financial/Commercial bid (Item wise) will be considered whichcomes under ± 30 % of average of all technically qualified bid (Item wise).

5. The lowest cost per Item as per the above evaluation will be declared as L1.DET will not be responsible for any erroneous calculation of tax rates or anysubsequent changes in rates or structure of applicable taxes. All differences arisingout as above shall be fully borne by the Successful Bidder.

d. A W A R D OF ORDER

i. Before executing the order the Successful Bidder shall furnish PerformanceBank Guarantee to the Director, Employment & Training, Chhattisgarh, Nava Raipur, AtalNagar, Distt.- Raipur payable at Raipur, for an amount of 5% of the order value through aBank Guarantee by a nationalized bank, in the prescribed pro forma as Annexure-IV validup to 60 days after the date of completion of performance obligations includingwarranty obligations (2 Years + 60 Days). If the desired Performance Bank Guaranteeis not deposited by the tenderer in the specific period, the Earnest Money alreadydeposited with the tender shall be forfeited. In the event of any correction of defects orreplacement of defective material during the warranty period, the warranty for the corrected/replaced material shall be extended to a further period of 12 months and the PerformanceBank Guarantee for proportionate value shall be extended 60 days over and above theextended warranty period. In the event of order amendment, the Successful Bidder shallfurnish the amended Performance Bank Guarantee, rendering the same valid for the durationof the Order, as amended for 60 days after the completion of performance obligationsincluding warranty obligations. (2 Years + 60 Days)

ii. a/. The successful bidder has to supply the Tendered Items after issuanceof work order within the time as stated in work order.

b/. (i) The 100 % Items will have to be Pre-dispatch inspected by Central /State Govt. agency or by any NABL accredited Laboratory/ Govt. ITI/ Related Govt.Technical Institute (Third party), at the bidder`s own cost.

(ii) If any bidder has owned any above described institution than Pre-dispatch inspection from these institution will not be allowed.

iii. The purchase orders shall be made in the name of bidder only. Bidder will raiseInvoice in the name of purchaser and the respective payments shall be made in the name ofBidder only.

iv. If the successful bidder fails to deliver any or all of the Goods at the destinationor to perform the services within the stipulated delivery period (s) specified in the order , thepurchaser shall without prejudice to its other remedies under the order, may forfeit theproportional amount of undelivered order value/PBG and the balance order is liable to becancelled.

16

v. If the successful bidder fail to supply the items as per the specifications (underthe terms & condition of tender), items will not be received by the consignee andSuccessful Bidder has to return it back on his/ her own cost. The successful bidder maysupply the items of higher specifications (due to manufacturing obligations) on the samecost if accepted by consignee after examination and testing.

vii. If the successful bidder fail to supply all or some of the items within specifieddelivery period than the penalty at a rate of 2% per month of the price of that particularitems which delivered beyond the delivery period is liable to be charged.

viii. Any amount due to the Government of Chhattisgarh from the tenderer on anyaccount in respect of this tender may be recovered from him as arrear of land revenue.

ix. No dispute can be raised by any Bidder whose bid has been rejected andno claims will be entertained or paid on this account.

x. As per CG Store Purchase Rule-2002 Para 4.13 The successful bidder shouldsubmit the Agreement as per Annexure-XII before issuing the purchase order within specifiedtime.

e. DET reserves the right toi. Insist on quality/specification of materials to be supplied.

ii. The Purchaser has reserves the right at the time of Order award to split up theorders among the successful bidders for the supply of items and increase or decreasethe quantity of goods originally specified in the subjected tender without any change inunit price or other terms and conditions. Quantities supplied in excess will not be paidfor and tenderer will be responsible to take it back on his own cost.

iii. Orders for procurement will be awarded as per the priority and

availability of budget. Successful bidder has to deliver and complete the task of

supply and installation strictly as per the specification of ordered items within the

specified time period otherwise above order may be treated as cancelled without

any prior notice.

iv. The purchaser may get, the items supplied by the successful tendered, inspected

on receipt of the same by such person or persons he deems fit and to reject such of these

items as in his opinion do not come up to the specification. The decision of the

purchaser will be final in such cases. The successful bidder has to get return back

the rejected items on his/ her own cost.

v. 100% payment will be released after the safe receipt of goods, as per thespecifications given in purchase order & after ensuring successful installation,commissioning and performance of supplied items etc. It is must to produceform C & D provided by Institute after successful delivery of Items along withthe above submissions which has to be submitted with in one week from the endof supply date if not so then it is not the responsibility of Directorate,Employment & training, Atal Nagar for any delays and dues in payment.

17

vi. The purchaser reserves the right to accept or reject any bid, and to annul the biddingprocess and reject all bids at any time without assigning any reason prior to orderaward, without thereby incurring any liability to the affected bidder or bidders.

vii. At any time prior to the deadline for submission of bids, the Purchaser may modifythe bidding documents by amendment. All prospective bidders will be notified of theamendment by uploading in the website www.cgiti.cgstate.gov.in and will bebinding on them.

viii. If tender succeeded & supply order is passed, then after receiving order ifsuccessful bidder is not supply or refuses to supply the materials then those arelikely to be blacklisted by appropriate authority.

10. GENERAL TERMS AND CONDITIONS OF THE BID

Note: Bidders must read these conditions carefully and comply strictly whilesubmitting their bids.

1. THE BIDDER IS EXPECTED TO EXAMINE ALL INSTRUCTIONS, forms,terms, and specifications in the bidding documents. Failure to furnish all informationrequired in the bidding documents or submitting a Bid not substantially responsive tothe bidding documents in any respect may result in the rejection of the Bid.

2. THE BIDDER SHALL BEAR ALL THE COSTS associated with the preparationand submission of its bid, and DET in no case will be responsible or liable for thesecosts, regardless of conduct or outcome of bidding process.

3. PROFESSIONAL EXCELLENCE AND ETHICS. Tendering Authority requiresthat all Bidders participating in this Bid adhere to the highest ethical standards, bothduring the selection process and throughout the execution of the order.

4. CURRENCY OF FINANCIAL PROPOSAL shall be made in Indian Rupees

(INR) only.

5. FAILURE OF THE SUCCESSFUL BIDDER to comply with all the requirementsshall constitute sufficient grounds for the annulment of the award, in which eventDET may make the award to the next lowest evaluated bidder or call for new bids.

6. AMENDMENT/CANCELLATION: The Tendering Authority reserves the right tocancel this Tender at any time without any obligation to the Bidders. The TenderingAuthority at any time, prior to the deadline for submission of Proposals, may amendthe Tender by issuing an addendum in writing or by standard electronic means. Theaddendum will be binding on all the Bidders. Bidders shall acknowledge receipt ofall amendments. To give Bidders reasonable time to take an amendment into accountin their Proposals, the Tendering Authority may, if the amendment is substantial,extend the deadline for the submission of Proposals.

7. RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BIDS: TheTendering Authority reserves the right to accept any bid, and to annul the bid processand reject all bids at any time prior to award of order, without assigning anyreason & without thereby incurring any liability to the affected bidder or bidders orany obligation to inform the affected bidder or bidders of the grounds for the action.

18

8. THE TENDERING AUTHORITY RESERVES THE RIGHT TO ACCEPTANY BID not necessarily the lowest, reject any bid without assigning any reasonsfor entering into the Rate Order.

9. CONDITIONAL BIDS: If a bidder imposes conditions, which is in addition to orin conflict with the conditions mentioned herein, his bid is liable to be summarilyrejected. In any case none of such conditions will be deemed to have beenaccepted unless specifically mentioned in the letter of acceptance of bidissued by the Tendering Authority.

10. PERIOD OF VALIDITY. Bids shall remain valid for 180 days after last date forbid submission prescribed by DET which may be extended with mutual consent. Abid valid for a shorter period may be rejected by DET as non-responsive for currentF.Y.

11. LATE BIDS: Any bid received by the Tendering Authority after the deadline forsubmission of bids will be rejected and will not to be considered.

12. NOTIFICATION OF AWARD: Prior to the expiration of the period of the bidvalidity, DET will notify the successful bidder in writing that its bid has beenaccepted. After notification of award bidder will submit Security deposit in the formof Performance Bank Guarantee.

13. ANY MATTER WHICH HAS NOT BEEN COVERED UNDER THESEPROVISIONS shall be governed as per the provisions of Chhattisgarh StateGovernment Rules.

14. ACCEPTANCE TESTING: The equipment will be tested by Concerningauthority at F.O.R. Destination.

15. PROPRIETARY RIGHTS: The successful bidder shall indemnify the Purchaseagainst all third party claims of infringement of patent, copy right, trademark,license or industrial design rights, software piracy arising from use of goods or anypart thereof within India.

16. DELAYS IN THE PERFORMANCE OF SUCCESSFUL BIDDEROBLIGATION: Any delay by the successful bidder in the performance of itsdelivery obligations shall render the successful bidder liable to any or all of thefollowing sanctions – forfeiture of its performance security, imposition of liquidateddamages and / or termination of the order for default.

17. PENALTY: If the successful bidder fail to supply all or some of the items within

specified delivery period than the penalty at a rate of 2% per month of the price of

that particular items which delivered beyond the delivery period is liable to be

charged. If successful bidder failed to supply during one time extended delivery

period with penalty also then, the Purchaser may consider termination of the Order.

Power to extend delivery period would remain reserved with the Purchaser and the

purchaser may terminate the order instead of granting extension.

19

18. PERFORMANCE BANK GUARANTEE (PBG): The Selected Bidder at his ownexpense shall deposit PBG to DET Atal Nagar, before executing the order. ThePBG will be released 60 days after the date of completion of performanceobligations including warranty obligations.( ( 2 Years + 60 Days)

19. LIQUIDATED DAMAGES: If the successful bidder fails to deliver any or all thegoods or perform the services within the time period specified in the order, DETshall without prejudice to its other remedies under the order, deduct from price ofundelivered items as liquidated damages, (Not by way of penalty) 2% per month ofthe value of undelivered items from beyond Delivery period and the penalty shallbe deducted from final bill amount paid by DET, DET reserves the right tocancel the order in case the bidder will not deliver the equipment beyond 2weeks after the delivery period.

20. TERMINATION FOR DEFAULT: DET may, without prejudice to any otherremedy for breach of order, by written notice of default sent to the successful bidder,terminate this order in whole or in part.

a. If the successful bidder fails to deliver any or all of the goods within the timeperiod(s) specified in the order.

b. If the successful bidder fails to perform any other obligation (s) under the order; or

c. If the successful bidder, in either of the above circumstances does not rectify /remedy its failure within a period of 15 days (or such longer period as the DET mayauthorize in writing) after receipt of the default notice from DET. In the event DETterminate the order.

21. FORCE MAJEURE

a. Notwithstanding the provisions of clauses 18, 19 and 20 the bidder shall not be liablefor forfeiture of its performance security, liquidated damages or termination fordefault, if and to the extent that, its delay in performance or other failure to performits obligation under the order is the result of an event of force majeure.

b. For purposes of this clause, ―Force Majeure means an event beyond the control ofthe successful bidder and not foreseeable events may include, but are not restrictedto, acts of DET in its sovereign capacity, wars or revolutions, fires, floods,epidemics, quarantine restrictions and freight embargoes and other acts of God.

c. If a force majeure situation arises, the successful bidder shall promptly notifyto DET in writing of such condition and the cause thereof. Unless otherwisedirected by DET in writing, the successful bidder shall continue to perform itsobligation under the order as far as is reasonably practical, and shall seek allreasonable alternative means for performance not prevented by the forcemajeure event.

d. If the force majeure condition(s) mentioned above be in force for a period of 30 daysor more at any times, DET shall have the option to terminate the order on expiry of30 days of commencement of such force majeure by giving 14 days notice to the

20

successful bidder in writing. In case of such termination, no damages shall be claimedby either party against the other, save and except those which had occurred underany other clause of this order prior to such termination.

22. TERMINATION FOR INSOLVENCY: DET may at any time cancel the b i dby giving written notice to the successful bidder, if the successful bidder becomesbankrupt or otherwise insolvent, provided that such termination will not prejudice oraffect any right of action or remedy which has accrued or will accrue thereafter toDET.

23. TERMINATION: DET reserve the right to terminate the successful bid in whole orpart at any time.

24. RESOLUTION OF DISPUTES: The decision of the “Director” will be final &binding to all the bidders. Any dispute arising out of this tender or supply of anyother matter will fall under the civil jurisdiction of Raipur only.

25. APPLICABLE LAW: The order shall be interpreted in accordance with the laws ofIndia, irrespective of the place of delivery, the place of performance or place ofpayment under the order. The order shall deem to have made at the place in Indiafrom where the order has been issued.

26. NOTICES: Any notice given by one party to the other pursuant to this order shall besent in writing or by Email/Hard copy or Telefax and confirmed in writing to

Director, Employment & Training, Indrawati Bhavan, 4th Block, 1st Floor , NavaRaipur, Atal Nagar, Distt. - Raipur, Chhattisgarh 492002., Ph No. 0771-2331341

A notice shall be effective when delivered or on the notice's effective date whicheveris later.

27. TAXES & DUTIES: The Successful bidder shall be entirely responsible for GSTall taxes, duties, license fee etc. All custom duties and levies, duties, Indian ForeignExchange Law, RBI Guidelines, sales tax payable on components, raw materials andany other items used for their consumption or dispatched directly to respectivelocation of ITI's in the state of Chhattisgarh.

28. DEFENCE OF SUITS: If any action in court is brought against the DET/ Consignee for failure or neglect on the part of the orderor to perform any acts,matters, covenants or things under the order or for the damage or injury caused bythe alleged omission of neglect on the part of the orderor, his agents,Representatives or sub-orderors, workmen successful bidder or employees, theorderor in all such cases shall indemnify and keep DET harmless from allcosts, damages, expenses or decrees arising out of such action.

29. WARRANTY: The Product quoted should be covered for 2 year comprehensiveonsite warranty from date of final delivery and acceptance by respective ITI's.

21

30. SPECIAL CONDITIONS OF BID

1. SUPPLY, INSPECTION & COMMISSIONING:-

a) (i) Bidder should conduct 100% Items pre-dispatch inspection by Central / State Govt.agency or by any NABL accredited Laboratory/ Govt. ITI/ Related Govt. TechnicalInstitute (Third party), at the bidder`s own cost before supply at F.O.R. within the periodstipulated in the tender Document..

(ii) If any bidder has owned any above described institution than Pre-dispatch inspectionfrom these institution will not be allowed.

b) It is mandatory for successful bidder to supply the items at various F.O.R.Destinations situated in Chhattisgarh as per Annexure-X .

c) It is responsibility of successful bidder to install and commission the items inF.O.R destinations and take the OK certificate in the Annexure-VIII (CRAC)From institute head or Authorised representatives which has to be submittedwith in one week from the end of supply date if not so then it is not theresponsibility of Directorate, Employment & training, Nava Raipur, Atal Nagar,Distt. - Raipur for any delays and dues in payment.

2. PACKAGING AND STORAGE:-Packaging:-

All the Furniture/machines/ Equipments shall be suitably protected, coated,covered or boxed and crated to prevent damage or deterioration during transit/handling and storage at site till the time of installation/ commissioning. Whilepacking all the materials, the limitations from the point of view of availability ofrailway wagon sizes, in India should be taken into account. The Successful Biddershall be responsible for any loss or damage during transportation, handling andstorage due to improper packing. The Successful Bidder should furnish the servicecentre details in each carton box to enable the beneficiaries to contact the appropriateservice centre in case of necessities. Similarly, the toll free telephone number alsoshould be prominently displayed in the user manual to facilitate the beneficiaries.a) Accepted items after Committee inspection should be stuck with QC Passed

slip.b) Individual items should be packed in polythene pouches of appropriate sizes.

c) Makers stickers pasted on supplied items will not be accepted.d) Each box should contain a delivery note containing the manufacturer

serial number, month and year of manufacturing along with provisionfor writing down the beneficiary number, name and date of delivery.

Packing List:-A packing list should be prepared for the following items.

i) User Manual in Hindi and English in soft or print format.ii) Do‘s and Don‘ts instruction leaflet in Hindi and English.iii) A brochure containing help desk logo having website address, call centre

telephone numbers shall be placed in the warranty card, user manual, Do'sand Don'ts instruction guide in Hindi and English.

22

iv) Names and addresses of Service centres, contact persons in each servicecentre, Telephone numbers and also the supervisor's name, address andtelephone numbers to enable the end user to contact the supervisors in theevent of poor service by the authorized service personnel.

3. LOCATIONS FOR SUPPLY OF GOODS AND SERVICE:a) The equipment and Services under the tender document shall besupplied and commissioned in the respective locations of ITI's. Delivery chargesshould be borne by successful bidder.

b) The Furniture Related Items shall be supplied in full as per orderedconfiguration and quantity for acceptance testing. The Items which does notcomply with the technical specification will not be accepted under anycircumstance.

c) Insuring the goods in transit is the responsibility of the successful bidders.

d) The items should be delivered at the distribution centres on F.O.R (ITI's) destinationbasis and items should be handed over to the officials/acceptance teams concernedat the locations. The list of locations and respective quantity will be provided to thesuccessful Bidder.

e) The successful Bidder shall send status report in prescr ibe prof orma(Annexure - IX) on delivery in the format to be prescribed in suchintervals as may be required by DET from time to time till the execution of theentire order.

f) A leaflet containing the details of the service centres responsible to attend theinstallation, warranty services, name and designation of the contact persons, higherlevel in-charge who is responsible to oversee the service centres, person to whomcomplaints can be made in case the service provided by any centre is notsatisfactory, phone, fax, mobile numbers & email address must be provided alongwith each Item delivered.

g) In case the Successful Bidder fails to carry out the warranty regulations, DETwould engage any other operator and carry out the service/replacement and deductthe amounts from the warranty amount retained by DET as per the Payment termsor from their pending bills or any money due or payable to them or PBG.

h) Depending upon the ground situations and information from the officialsregarding failure in maintaining acceptance ratio/ warranty/ service delivery etc. onthe bidder‘s part, DET reserves the right to divert the supply of Tender Itemsfrom the allotted Successful Bidder.

4. INSURANCE: The delivery of goods to the destination is the responsibility of theSuccessful Bidder only. The goods supplied under the order should be covered forcomprehensive Insurance by the Successful Bidder till delivery and acceptance by theauthorized person.5. ACCEPTANCE OF TENDERED ITEMS

(a) Item supplied in each institute will be tested at the site. The authorizedrepresentative of the successful bidder should carry out the testing along with Instituteauthority. Subjected to failure in the testing, the amount of the purchase order will be with-held till the acceptance certificate is issued.

(b) The Head of Institute will issue the acceptance / rejection certificate(CRAC) within 3 days of receiving the Items mentioning the number of itemsdistributed in the institute and the acceptance/ rejection certificate (CRAC) has to be

23

submitted with in one week from the end of supply date for payments if not so then it isnot the responsibility of Directorate, Employment & training, Nava Raipur, Atal Nagar,Distt.- Raipur for any delays and dues in payment.

(c) Makers stickers pasted on supplied items will not be accepted and theawarded order will be treated as cancelled and forfeiture of PBG will be take place.

6. BILLING:

The Successful Bidder shall raise the invoice for the Items supplied in the name ofDirector, Directorate Employment & Training, Chhattisgarh, Nava Raipur, AtalNagar. and shipping address will be Site address, where the Tender Items aredelivered. At the time of bill submission following documents are needed to presentalong with the bill –

i) Bill in 3 copies, one is original and another 2 copies are Xerox Institute wise &Head wise Separately.ii) Vender information report in 3 copies, one is original and another 2 copies areXerox.iii) A signed copy of delivery and acceptance certificate of Items by Head ofInstitute.iv) It is must to present CRAC provided by Institute after successful delivery ofItems along with the above submissions which has to be submitted with in oneweek from the end of supply date if not so then it is not the responsibility ofDirectorate, Employment & training, Nava Raipur, Atal Nagar, Distt.- Raipurfor any delays and dues in payment.

v) Pre dispatch inspection Reportvi)

11. PAYMENT TERMSa) All payments will be made in INR only.

b) No advance will be paid or no letter of credit will be issued.

c) 100% payment will be released after fulfilment of all the point as mentioned inabove billing clause.

d) It is the sole responsibility of supplier to produce CRAC completely filled bydestination ( ITI's) along with the bill which has to be submitted with in oneweek from the end of supply date if not so then it is not the responsibility ofDirectorate, Employment & training, Nava Raipur, Atal Nagar, Distt. -Raipur for any delays and dues in payment.

e) The payment will be subject to fulfilment of warranty obligations.

f) The Duties and Taxes as applicable at the time of supply within the DeliverySchedule specified in the Tender will be paid. In case, the Duties and/or Taxeshave been reduced retrospectively, the successful bidder is liable to return thesame.

g) The Successful Bidder will have full and exclusive liability for payment of allDuties, Taxes and other statutory payments payable under any or all of theStatutes/Laws/Acts etc now or hereafter imposed.

24

ANNEXURE - IBID FORM

To,

Director

Directorate Employment & Training

Indrawati Bhavan, 4th Block, 1st Floor,Nava Raipur, Atal Nagar, Distt. - RaipurChhattisgarh 492002

Sir,

Having examined the bidding documents, we undersigned, offer to supply and deliver(description of goods and services) in conformity with the said bidding documents as per theprices given in the price schedule. We undertake, if our bid is accepted, to commencedelivery within (number) days and to complete delivery of all the items specified in theorder within (number) days calculated from the date of receipt of your Purchase Order.

We agree to abide by this bid for a period of 180 days from the date fixed for bid opening ininstructions to bidders and it shall remain binding upon us and may be accepted at any timebefore the expiration of that period.

Until a formal order is prepared and executed, this bid, together with your writtenacceptance thereof, shall constitute a binding order between us.

We understand that you are not bound to accept the lowest or any bid you may receive.

Dated day of 2021

Signature and Seal of the Bidder

25

ANNEXURE – II (A)

Technical Specification sheetNote :- Give Technical Specification for Items to be quoted in following Pro forma only. Anydeviation will not be accepted.

(Tender Name.................. ...............................................................................)

Name of Bidder .................................................................…………………………

ItemSerial

No.

Specification details of theitems as per the tender

Detailed Specifications ofitems, which bidder offers

as per the Technicalliterature/ Catalogue/Brochure attached

Page no. details ofitems in Technical

literature/Catalogue/Brochureattached

Name ofaccessories with

specifications

(if any )

Make/ Brand(including

productcode/model

nos. ifapplicable)

Manufacturer’sName

1 2 3 4 5 6 7

26

ANNEXURE – II (B)Price Bid

Note :- Give Bid Price Item-wise in the following Pro forma only. Any deviation will not beaccepted.

PRICE SCHEDULE

(Tender Name.................. ...............................................................................)

Name of Bidder .................................................................…………………………

(Amount in Rs.)

Note:-

a. The bidding prices shall be for F.O.R. Destination.

b. Bid price ( Column no. 7) should be inclusive of all taxes and charges (such as charges for

Pre dispatch Inspection/ Demonstration/ Installation/ Commissioning/ Transportation/

Excise/ Custom/ Services charges etc.

c. Conditional rates will not be accepted.

d. The Rates quoted in Column 8 will be considered for comparison.

e. Specifications of the items which bidder offers in as per the attached catalogue/ brochure/

Technical details etc. will be considered for comparison and selection. Incomplete details will

not be considered for comparison.

f. One soft copy (in CD) of Price Schedule in Excel in separate sealed envelope.

g. Price Schedule given in other form will not be accepted and bid will be rejected.

h. Column as per prescribed pro forma should not be manipulated.

ItemSerial

No.

Descriptionof Item

with detailedspecification.

Quantity ofItem as per

tender

Unit

(Nos, pair,Set etc.)

Base price ofitem per unit

Taxesapplicable

Cost per unit

(Including alltaxes )

( 5 + 6 )

Total Cost

( 3 X 7 )

1 2 3 4 5 6 7 8

27

ANNEXURE- III

FORM - A

(To be signed and returned along with the tender)

I/We (Full Name) …………………………………………………………………………………….......................

Address …………………………………………………………………………………………………………….....

…………………………………………………………………………………………….........................................

have read the Terms and Conditions of the tender No................... for the supply of various stores as per your

tender notice for supply of items of various TRADES for various INDUSTRIAL TRAINING INSTITUTES of

Chhattisgarh due on ______________ and I/ we fully accept the Terms and Conditions of the Bid supplied to me/

us with the Bidding Documents. I/ We also undertake to permit the Purchaser to inspect records and documents

related to the bid submission and order performance. It is further noted that if any manipulation is found at any

stage, the tender/ Order/ Supply order shall be rejected and the Purchaser may take any action against me/ us, as he/

she deems appropriate.

Details of Tender Document fee (Downloaded from Website) :

(a) Value of Demand Draft Rs. 5000.00

(b) Demand Draft No & Date. ...................................

(c) Name of Bank ........................................

(d) Place ……………………………………

Details of Earnest Money/ Bid security in the form of DD/ BG for which bid is submitted :

(a) Value Rs. ........................................

(b) Demand Draft/BG No & Date. ...................................

(c) Name of Bank ........................................

(d) Place …………………………………….

Date: …....................

Signature(Name & full Address of the firm)

28

ANNEXURE- IV

Performance Bank Guarantee (PBG) FORM

To,

DIRECTOR,DIRECTORATE OF EMPLOYMENT & TRAINING,CHHATTISGARH, NAVA RAIPUR, ATAL NAGAR, DISTT. - RAIPUR

WHEREAS ................................................................... (Name of Successful bidder) hereinafter called "the

Successful bidder" for Tender No....... has undertaken , in pursuance of Order (Notification of Award) No.

................ dated .............. to supply ....................................................................... (Description of Goods and

Services) hereinafter called "the Order".

AND WHEREAS it has been stipulated by you in the said Order that the Successful bidder shall furnish you with

a Bank Guarantee by a nationalized bank for the sum specified therein as security for compliance with the

Successful bidder's performance obligations in accordance with the Order.

AND WHEREAS we have agreed to give the Successful bidder a Guarantee:

THEREFORE WE hereby affirm that we are Guarantors and responsible to you, on behalf of the Successful

bidder, up to a total of ........................................................................... (Amount of the Guarantee in Words and

Figures) and we undertake to pay you, upon your first written demand declaring the Successful bidder to be in

default under the Order and without cavil or argument, any sum or sums within the limit of ................................

(Amount of Guarantee) as aforesaid, without your needing to prove or to show grounds or reasons for your

demand or the sum specified therein.

This guarantee is valid until the ........day of...................20......

Signature and Seal of Guarantors

....................................................

....................................................

....................................................

Date......................20.....…………

Address:......................................

....................................................

....................................................

29

ANNEXURE-V ( ON FIRM'S LETTER HEAD )

UNDERTAKING OF DECLARATION FOR NOT BLACK LISTED

Date ...................................

To,

Director

Directorate Employment & Training

Indrawati Bhavan, 4th Block, 1st Floor,Nava Raipur, Atal Nagar, Distt.- RaipurChhattisgarh 492002

Dear Sir,

Ref.: Tender No.

I / We ................................................... hereby confirm that our firm has not been banned orblacklisted by any government organization/Financial institution/Court /Public sector Unit/Central Government.

Signature of Bidder........... Place :

Name .................... Date :

Designation ...................

Seal

30

ANNEXURE- VI

On Non Judicial Stamp Paper of Rs. 50/-

fufonkdrkZ }kjk Bid ds lkFk fn;s tkus okyk

'kiFk&i=

fufonkdrkZ QeZ esllZ ---------------------------------------------------------------------------------- dh vksj ls eq>s@gesa

vf/kd`r fd;k x;k gS vkSj eSa@ge fuEufyf[kr dFku 'kiFkiwoZd dgrk g¡w@dgrs gSa fd %&

1- eSaus@geus fufonk dh lkjh 'krsZa /;kuiwoZd i<+h gSa vkSj muls lger gSa rFkk mUgsa ekuus ds

fy;s opuc) gSaA

2- esjs@gekjs }kjk layXu fd;s x;s lHkh nLrkost lgh gS vkSj muesa fdlh izdkj dh dkaV&NkaV

ugha fd;k x;k gS ,oa xyr tkudkjh ugha nh xbZ gSA

3- esjs@gekjs }kjk dkef'kZ;y fcM esa lkefxz;ksa ds fy;s tks Lisf'kfQds'ku fn;k x;k gS vkSj

muds liksVZ esa tks Hkh lacaf/kr nLrkost] dSVykWx@czks'klZ vkfn layXu fd;s x;s gSa muesa

fy[kk fooj.k fuekZrk }kjk tkjh fd;k x;k gS ,oa ewy :i esa gSa vkSj muesa dksbZ Qsjcny ;k

dkaV&NkaV ugha fd;k x;k gSA

4- esjs@gekjs }kjk fuekZrk ls eq>s@gesa tkjh vkFkkWjkbts'ku izek.k i= tks fd fcM ds lkFk

layXu fd;s x;s gSa os lgh ,oa ewy :i esa gSa vkSj muesa dksbZ Qsjcny ugha fd;k x;k gSA

5- eSa@ge fn;s x;s dz;kns'kkuqlkj lkefxz;ksa dks fu/kkZfjr le; lhek esa Lisf'kfQds'ku ds vuqlkj

lIykbZ djus ds fy;s ck/; gSaA nsj gksus ;k lkefxz;ksa ds Lisf'kfQds'ku esa vUrj gksus ij

eq>s@gesa fn;s x;s dz;kns'k dks fujLr fd;k tk ldrk gS ,oa esajs@gekjs }kjk tek fd;s x;s

EMD/ Performance Bank Guarantee dks fufonk dh fu;e ,oa 'krksZ ds vuqlkj jktlkr

fd;k tk ldrk gS rFkk 'kklu dks gksus okys uqdlku dh HkjikbZ esjs@gekjs }kjk dh tk;sxhA

6- esjs@gekjs }kjk nh xbZ tkudkjh vlR; ik;s tkus ij eq>s@gesa ,oa gekjh QeZ dks fufonk esa

Hkkx ysus ls oafpr fd;k tk ldrk gSA

fnukad --------------------------- gLrk{kj % -----------------------------------------------uke % -----------------------------------------------/kkfjr in % -----------------------------------------------QeZ dk uke % -----------------------------------------------¼lhy lfgr½

31

Annexure-VIIGROUP WISE EARNEST MONEY DEPOSIT (EMD) DETAIL

GROUP GROUP NAME EMD AMOUNT ININR

GROUP - 1 Photocopier, Printer & Scanner 6,67,443.99

GROUP - 2 Hostel Items ( Water cooler & WaterPurifier 1,88,800.00

32

ANNEXURE – VIIICONSIGNEE RECEIVED & ACCEPTANCE CERTIFICATE (CRAC)

(to be given order wise)OFFICE OF THE PRINCIPAL / SUPERINTENDENT I.T.I : ..................................................................................................

.Name & address of successful bidder, executing the order : ...................................................................................... ............

.

..................................................................................................

.

..................................................................................................

.Supply Order No. with date : ..................................................................................................

.Invoice / Challan No. with date : ..................................................................................................

.Date of supply at destination : ..................................................................................................

.Name and contact no. of the person responsible to execute theorder

: ...................................................................................................

Date of inspection (Inspection should be carried out order wise, asper the order awarded, in the table format 'A', including all theitems of order)

: ...../...../..............

TABLE FORMAT 'A'

S. No.Item S.

No.Details of Items along with

SpecificationsQuantity

Specification of Itemssupplied by firm is as

per supply order(YES/NO)

Detailed remark (givedetailed reasons in case

item is not as perspecification)

izek.k i=

izekf.kr fd;k tkrk gS fd lapkyuky; vkns'k dzeakd -------------------------------fnuakd-------------------------------esa mYysf[kr leLrlkefxz;ka dz;kns'k@LisflfQds'ku vuqlkj lgh gS ,oa Nk=kokl@ijh{kk dsUnz gsrq mi;ksx esa yk;k tk jgk gSA vr,olkefxz;ksa dk ns;d Hkqxrku ;ksX; gSA

Whether training is required for supplied Furniture/Equipment/Machinery(Yes/ No)

: ...................................................................................................

Dated Signature of the inspection officers with name anddesignation

1 ...................................................................................................................................................................................... ................

2 ......................................................................................................................................................................................................

Goods Invert Register (GIR No.) : ..........................................................................................

Stock ledger Number : ..........................................................................................

Dated Signature of

Inspection Officer

Dated Signature of

Store officers/ Incharge

Dated Signature of Principal

/ Incharge (with Seal)

NAME OF FIRM :- ....................................................................................................

ORDER NO. :-..........................................................................................................

NAME OF TRADE :-...................................................................................................

S.No.NAME OF ITI AS PER

ORDER

TOTAL ORDERED

ITEMS

NO. OF ITEMS

SUPPLIED

DATE OF LAST SUPPLIED

ITEMS

(Last Bill No. & Date)

NO. OF

UNDELIVERED

ITEMS

UNDELIVERED

ITEM CODE WITH

QUANTITY

REMARK

1 2 3 4 5 6 7 8

ANNEXURE - IX

FINAL ORDER SUPPLY STATUS FIRMWISE, ORDERWISE

gLrk{kj QeZ ds lhyeqnzk lfgrQeZ dk uke & -------------------------------------------------fnukad& --------------------------------------------------------------

33

S. No.

Name of Item Detail Specification

BH

ILA

I

DU

RD

W.B

HIL

AI

RA

JNA

ND

GA

ON

BA

LO

D

DO

UN

DIL

OH

AR

A

KA

BIR

DH

AM

MA

NA

W.R

AIP

UR

RA

IPU

R

MA

HA

SA

MU

ND

KA

SD

OL

BA

LO

DA

BA

ZA

R

KU

RU

D

GA

RIY

AB

AN

D

KO

NI

BIL

AS

PU

R

BIL

HA

KO

RB

A

RA

IGA

RH

CH

IRM

IRI

SA

RA

GO

AN

AM

BIK

AP

UR

BA

ST

AR

JAG

DA

LP

UR

W.K

AN

KE

R

GE

ED

AM

BIJ

AP

UR Quantity

1 Multifunctional High Speed Digital Photocopier Machine with DADF (Print, Scan, Copy)

TYPE OF MACHINE - Multifunction Digital Photocopier

(Print, Scan, Copy) with DADF

Maximum Original Size - A3 / 11" x 17"

Developing System - Saparate Drum & Toner (Dual Component)

Print Technology - Laser

Type of Priniting - Monochrome

Resolution - Printing:- 1200 x 600 dpi (Minimum)

Scan (Reading) :- 600 x 600 dpi (Minimum)

Acceptable Paper Size - A4, A4R, A3, A5, B4, B5, B5R

Copy Speed (A4)- 30 ppm or Higher , (A3)- 1 5 ppm Or Higher

Type - Desktop (Reader Combined + Inner Output)

RAM - 2048 MB (2.0 GB) Or Higher

Network Interface - Ethernet 10/100 & USB 2.0 or Higher

Orignal Document Feeder Type - DADF/RADF

Main Paper Tray - 02 or Higher Capacity - 250 or Higher

Bypass Facility - Yes, Bypass Tray Capacity - 100 or higher

Warranty - 03 Years On site OEM Warranty

1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 27

ANNEXURE - X

Directorate of Employment and Training, Chhattisgarh, Atal Nagar, Nawa Raipur ,Distt - Raipur

TENDER Proposal for Purchasing of Photocopier & hostel related items For F.Y. 2020-21

HEAD - 47-2230-03-003-0101-0717-04-003

GROUP - I ( Multifunction Digital Photocopier (Print, Scan, Copy) with DADF)

TANTATIVE DESTINATION OF SUPPLY

Page 1 of 1

KU

NK

UR

I

CH

IRM

IRI

MA

RW

AH

I

KA

NK

ER

BH

AN

UP

RA

TA

PU

R

BIJ

AP

UR

DO

NG

AR

GA

RH

MA

NA

DH

AM

TAR

I

HA

THB

AN

DH

BIL

HA

KH

AM

AR

IYA

DU

RG

KO

RB

A

RA

IGA

RH

AM

BIK

AP

UR

BA

STA

R

1 Laser Printer Printing Technology Laser

Cartridge Technology composite

Type of printing monochrome

Paper Size- A4, Letter, Legal

Print Speed (A4) - Mono 24 PPM

Resolution - 600 x 600 Dpi or Higher

Memory - 128 MB

Connectivity : High Speed USB 2.0 Port

warranty (Years) - 1 Year

1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 17

2 Scanner DOCUMENT SCANNER A4 SIZE-

Scanner Type Flat Bed

Document Size - A4

Optical Resolutiom (Dpi) - 4800 x 4800 dpi

Monochrome Scan Speed - 10 ppm

Colour Scan Speed - 10 ppm

Colour Depth (Bits) - Upto 48 Bit

InterFace - High Speed USB 2.0

OS Compatibility - WINDOWS 10/8.1/7

Scan File Formats - PDF & IMAGE

Bundled Softwares & Accessories to be supplied - DRIVER & USB Cable

Warranty (Year) - 1

1 1 1 1 1 1 0 0 0 0 0 0 0 0 0 0 0 6

50 SEATER 50 SEATER 100 SEATER

ANNEXURE - X

Directorate of Employment and Training, Chhattisgarh, Atal Nagar, Nawa Raipur ,Distt - Raipur

TENDER Proposal for Purchasing of Photocopier & hostel related items For F.Y. 2020-21

GROUP - I ( Hostel Related Items- printer & scanner)

TANTATIVE DESTINATION OF SUPPLY41-2230-03-003-0102-

0717-25-00647-2230-03-003-0101-0717-25-006

S.NO. NAME OF ITEMS DETAILED SPECIFICATION

TOTAL

REQUIRED

QUANTITY

Page 1 of 1

KU

NK

UR

I

CH

IRM

IRI

MA

RW

AH

I

KA

NK

ER

BH

AN

UP

RA

TA

PU

R

BIJ

AP

UR

DO

NG

AR

GA

RH

MA

NA

DH

AM

TAR

I

HA

THB

AN

DH

BIL

HA

KH

AM

AR

IYA

RA

IGA

RH

(G

IRLS

)

AM

BIK

AP

UR

(GIR

LS)

BA

STA

R (

GIR

LS)

DU

RG

KO

RB

A

RA

IGA

RH

AM

BIK

AP

UR

BA

STA

R

1 Water Cooler Water cooler 120ltr:-TYPE Storage

Cooling Capacity Litres/Hour 150 Liters/hour

Storage Capacity 120 liter

Maximum Energy Consumption (Watt) 1550 Watt for 150 ltr/hr cooling cap.

Power Factor 0.85 at full Load

Eco-Friendly (Non CFC Refrigerant) Yes

Water Tank sheet material and thickness Stainless Steel with PUF insulation, thickness > =0.6 mm

Water Tank cover and lid bottom Sheet material High Impact Polystrene(HIP)

Water Tank cover and lid bottom Sheet Thickness 1.6 millimeter

Cooler Cabinet sheet material Stainless Steel

Cooler Cabinet sheet thickness 0.95 millimeter

1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 20

2 Water Purifier

Attachment for Water

Cooler

Water Purifier:-

EQUIPMENT TYPE & FEATURES

Ultraviolet (UV) LAMP Yes

Ultra Voilet (UV) Lamp power consumption 220

STANDARDS

Number of float valves/sensors 1

INPUT PARAMETERS

Input Water TDS 1000

OUTPUT PARAMETERS

Recovery at 27 degree Centigrade 30-40

Output Water of RO system Conforming to Indian Standard IS 10500(latest)

Output water capacity (Litre/Hour): 20

1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 20

ANNEXURE - X

TOTAL

REQUIRED

QUANTITY

DETAILED SPECIFICATIONNAME OF ITEMS

50 SEATER 50 SEATER 100 SEATER

Directorate of Employment and Training, Chhattisgarh, Atal Nagar, Nawa Raipur ,Distt - Raipur

TENDER Proposal for Purchasing of Photocopier & hostel related items For F.Y. 2020-21

GROUP - II ( Hostel Related Items- Water Cooler & Water Purifier)

TANTATIVE DESTINATION OF SUPPLY

S.NO.

41-2230-03-003-

0102-0717-25-00647-2230-03-003-0101-0717-25-006

Page 1 of 1

Annexure -XI

1

2

3

4

5

6

7

8

9

1

ANNEXURE - XII

AN AGREEMENT BETWEEN PURCHASER AND SUPPLIER( On Non Judicial Stamp Paper of 100 Rs.)

This Deed of Agreement is made and entered into on ____________ day of ___________ 2021

BETWEEN

Director, Directorate Employment & Training, Nawa Raipur, Atal Nagar, Distt. - Raipur ( C.G.) (here in aftercalled THE PURCHASER which term shall include its successors and assigns) on the one Part.

AND

__________________________________ having its office at _____________________

_____________________ (here in after called THE SUPPLIER which term shall include successors and assigns )on the other Part.

Whereas Directorate Employment & Training, Nawa Raipur, Atal Nagar, Distt. - Raipur (C.G.) has to procurethe required 1) Multifunction photocopier machine for 27 ITI Exam Center and 2) Hostel Items ( Printer,Scanner, Water Cooler & Water Purifier) for 20 ITI Hostel of Chhattisgarh as per Tender.

And whereas THE SUPPLIER expresses their desire to enter into an agreement with THE PURCHASER for the jobfully described in Tender Document. THE SUPPLIER expresses their desire to enter into an agreement with THEPURCHASER for the Supply Order No. ...................Dated- ............. for Order amount of................ Under following terms as perTender Documents.

NOW THIS DEED OF AGREEMENT WITNESS THE TERMS AND CONDITIONS AS FOLLOWS :

1. That the Agreement shall come into force immediately and shall remain valid until the final completionof the job or cancelled by THE PURCHASER.

2. That the materials more specifically described in Tender Document shall be supplied by THE SUPPLIERat various ITI's as per annexure X of Tender Document.

3. That THE PURCHASER reserves the right to change their specified delivery site for any reasonableground or grounds and the THE SUPPLIER will be responsible to deliver the materials at the new site.

4. That the quality and quantity of the materials shall be as per specification given by THE PURCHASER aswell as samples submitted by THE SUPPLIER and approved by THE PURCHASER.

5. That the delivery of the materials shall be made by THE SUPPLIER at their own cost, management andresponsibility as per Tender Document.

6. That THE SUPPLIER should conduct 100 % Items will have to be Pre-dispatch inspected by Central /State Govt. agency or by any NABL accredited Laboratory/ Govt. ITI/ Related Govt. Technical Institute (Thirdparty) before supply at various ITI's as per tender document clause 9.d.2.b

7. That THE SUPPLIER shall be fully responsible for delivery of the materials in good condition at thespecified site of THE PURCHASER through delivery dockets in quadruplicate.

8. That THE PURCHASER's representative(s) shall inspect the goods at ITI's and reserves the right to rejectany goods if the representative(s) considers those to be inferior quality.

9. That the goods rejected by the representative(s) of THE PURCHASER shall be replaced by THE SUPPLIERand THE SUPPLIER shall bear all risks/costs of the materials rejected by THE PURCHASER.

2

10. That the cost of all supplied materials approved by consignee (ITI) in Form CRAC will be payable by THEPURCHASER to THE SUPPLIER.

11. That THE PURCHASER reserves the right to change the quantity of items if they feel necessary duringthe validity of this Agreement.

12. That THE SUPPLIER shall not without the consent in writing of THE PURCHASER assign or sub-let thecontract or any part thereof, or make any agreement with any person/company for the execution of anyportion of the supply. In this regard consent by THE PURCHASER will not relieve THE SUPPLIER from full andentire responsibility for this Agreement.

13. That THE SUPPLIER shall indemnify THE PURCHASER in respect of all claims, damages, compensation orexpenses payable in consequence of any injury or accident caused by them ie. THE SUPPLIER.

14. That the Applicable Taxes and cost of transportation, or any other incidental charges, if required inconnection of the delivery of goods shall be borne by THE SUPPLIER.

15. That if THE SUPPLIER shall in any manner neglect or fail to carry on the work or performance of theterms of the Agreement with due diligence or violates any of the terms of this Agreement THE PURCHASERshall be entitled to cancel The Agreement and demand damages.

16. That if THE SUPPLIER fails to deliver the materials as per Tender Document, penalty will be imposed byTHE PURCHASER at the rate of 2% per month of the price of that particular items which delivered beyondthe delivery period is liable to be charged.

17. That If THE SUPPLIER fails to deliver any or all the goods or perform the services within thetime period specified in the order, DET shall without prejudice to its other remedies under theorder, deduct from price of undelivered items as liquidated damages, (Not by way of penalty) 2%per month of the value of undelivered items from beyond Delivery period.

18. That if any dispute arises in connection with or under this Agreement between the Parties hereto, thematter shall be referred to the civil jurisdiction of Raipur only .

19. Except the above described terms & Condition, All the other terms & condition of Tender Document isalso strictly applicable.

Signed on the__________day of __________ for and on behalf of the Supplier and Purchaser as follows:

SUPPLIER PURCHASER

1................................................ 1..............................................2............................................… 2..............................................3………………………………................ 3……………………………..................

WITNESSES WITNESSES

1................................................ 1..........................................

2............................................... 2............................................(Please initial each page).