31
Issued to M/s. _ _ _ NON TRANSFERABLE TAMIL NADU DISASTER RISK REDUCTION AGENCY (TNDRRA), COMMISSIONERATE OF REVENUE ADMINISTRATION AND DISASTER MANAGEMENT DEPARTMENT, CHEPAUK, CHENNAI 600 005. Phone: 044- 28528745 Website: www.tnsdma.tn.gov.in Email: [email protected] REF. No. OC-I/1973 /2020 DATED: 29.08.2020. INVITATION FOR ENROLLMENT AS SUPPLIER AT FIXED RATE CONTRACT FOR THE SUPPLY OF “SINGLE LAYER THREE FOLD 2 PLY COTTON CLOTH FACE MASKS” TO REVENUE ADMINISTRATION AND DISASTER MANAGEMENT DEPARTMENT UNDER FIXED RATE CONTRACT AS PER RULE 31-A 2 (e) OF TAMIL NADU TENDER TRANSPARENCY IN TENDER RULES, 2000. UNDER FIXED RATE CONTRACT SYSTEM FOR 6 MONTHS FROM THE DATE OF ACCEPTANCE LAST DATE AND TIME FOR RECEIPT OF SEALED OFFER: 03.09.2020 upto 3.00 PM

I s s u ed t o M / s · 2020. 9. 18. · M a n a g emen t , C h ep u a k , C h en n a i – 6 0 0 0 0 5 , d u ri n g o f f i c e h o u rs n a mel y , f ro m 1 0 . 0 0 h o u rs t o

  • Upload
    others

  • View
    0

  • Download
    0

Embed Size (px)

Citation preview

Page 1: I s s u ed t o M / s · 2020. 9. 18. · M a n a g emen t , C h ep u a k , C h en n a i – 6 0 0 0 0 5 , d u ri n g o f f i c e h o u rs n a mel y , f ro m 1 0 . 0 0 h o u rs t o

Issued to M/s.

_ _

_

NON TRANSFERABLE

TAMIL NADU DISASTER RISK REDUCTION AGENCY

(TNDRRA), COMMISSIONERATE OF REVENUE

ADMINISTRATION AND DISASTER MANAGEMENT

DEPARTMENT,

CHEPAUK, CHENNAI 600 005.

Phone: 044- 28528745

Website: www.tnsdma.tn.gov.in Email: [email protected]

REF. No. OC-I/1973 /2020 DATED: 29.08.2020.

INVITATION FOR ENROLLMENT AS SUPPLIER AT FIXED RATE

CONTRACT FOR THE SUPPLY OF “SINGLE LAYER THREE FOLD 2

PLY COTTON CLOTH FACE MASKS” TO REVENUE

ADMINISTRATION AND DISASTER MANAGEMENT

DEPARTMENT UNDER FIXED RATE CONTRACT AS PER

RULE 31-A 2 (e) OF TAMIL NADU TENDER TRANSPARENCY IN

TENDER RULES, 2000.

UNDER FIXED RATE CONTRACT SYSTEM FOR 6 MONTHS FROM

THE DATE OF ACCEPTANCE

LAST DATE AND TIME FOR RECEIPT OF SEALED OFFER:

03.09.2020 upto 3.00 PM

 

Page 2: I s s u ed t o M / s · 2020. 9. 18. · M a n a g emen t , C h ep u a k , C h en n a i – 6 0 0 0 0 5 , d u ri n g o f f i c e h o u rs n a mel y , f ro m 1 0 . 0 0 h o u rs t o

TAMIL NADU DISASTER RISK REDUCTION AGENCY

(TNDRRA), COMMISSIONERATE OF REVENUE

ADMINISTRATION AND DISASTER MANAGEMENT

DEPARTMENT,

CHEPAUK, CHENNAI 600 005.

Phone: 044- 28528745

Website: www.tnsdma.tn.gov.in Email: [email protected]

ENROLLMENT AS SUPPLIER AT FIXED RATE CONTRACT AS PER

SECTION 31-A 2 (e) OF TAMIL NADU TRANSPERENCY IN

TENDERS RULES 2000, FOR THE SUPPLY OF “SINGLE LAYER

THREE FOLD 2 PLY COTTON CLOTH FACE MASKS” TO REVENUE

ADMINISTRATION AND DISASTER MANAGEMENT

DEPARTMENT

BID REFERENCE : Ref. No. OC-I / 1973 /2020,

Dated:29.08.2020

DATE OF COMMENCEMENT OF BID : 30.08.2020

LAST DATE AND TIME FOR

RECEIPT OF BIDS

DATE AND TIME OF OPENING

OF BIDS

: 03.09.2020 upto 3.00 PM

: 03.09.2020 at 3.30 PM

PLACE OF OPENING OF BIDS : Commissionerate of

Revenue Administration and

Disaster Management,

Chepauk, Chennai – 05.

ADDRESS FOR COMMUNCATION : Commissionerate of Revenue

Administration

and Disaster

Management, Chepauk,

Chennai – 05.

COST OF BID DOCUMENT : FREE OF COST

The tender document can be downloaded from the websites of

www.tnsdma.tn.gov.in and w ww.tenders.tn.gov.in on free of cost.

 

Page 3: I s s u ed t o M / s · 2020. 9. 18. · M a n a g emen t , C h ep u a k , C h en n a i – 6 0 0 0 0 5 , d u ri n g o f f i c e h o u rs n a mel y , f ro m 1 0 . 0 0 h o u rs t o

INVITATION FOR BIDS  

Sealed offers will be received upto the prescribed time and                   

date by TNDRRA, Chepauk, Chennai for Enrollment as Supplier at           

Fixed Rate Contract as per section 31-A 2 (e) of Tamil Nadu

Transperancy in Tenders Rules 2000, for the supply of “Single

Layer Three Fold 2 ply cotton cloth Face masks” to Revenue

Administration and Disaster Management Department

1. Interested eligible Bidders may obtain further information

from the office of the Tamil Nadu State Disaster

Management Agency, Commisisonerate of Revenue

Administration and Disaster Management, Chepauk,

Chennai – 600 005.

2. A complete set of bidding documents may be obtained by

any interested eligible bidder on submission of a written

application to the above office at FREE OF COST.

3. The bidding document may be obtained from the office of

Tamil Nadu State Disaster Management Agency,

Commisisonerate of Revenue Administration and Disaster

Management, Chepuak, Chennai – 600 005, during office

hours namely, from 10.00 hours to 17.30 hours on all

working days. Alternatively, the tender document can be

downloaded from www.tnsdma.gov.in and

www.tenders.tn.gov.in at free of cost.

4.BID REFERENCE : Ref. No. OC-I / 1973 /

2020,

Dated:29.08.2020

DATE OF COMMENCEMENT

OF BID

LAST DATE AND TIME FOR

RECEIPT OF BIDS

DATE AND TIME OF

OPENING OF BIDS

: 30.08.2020

: 03.09.2020 upto 3.00 PM

: 03.09.2020 at 3.30 PM

PLACE OF OPENING OF BIDS : Commissionerate of

Revenue Administration and

Disaster Management,

Chepauk, Chennai – 05.

ADDRESS FOR

COMMUNCATION

: Commissionerate of

Revenue Administration

and Disaster

Management, Chepauk,

Chennai – 05.  

Page 4: I s s u ed t o M / s · 2020. 9. 18. · M a n a g emen t , C h ep u a k , C h en n a i – 6 0 0 0 0 5 , d u ri n g o f f i c e h o u rs n a mel y , f ro m 1 0 . 0 0 h o u rs t o

COST OF BID DOCUMENT : FREE OF COST

 

Page 5: I s s u ed t o M / s · 2020. 9. 18. · M a n a g emen t , C h ep u a k , C h en n a i – 6 0 0 0 0 5 , d u ri n g o f f i c e h o u rs n a mel y , f ro m 1 0 . 0 0 h o u rs t o

5. The bidders, who have downloaded the bid documents,

shall be solely responsible for checking these websites for

any addendum / amendment issued subsequently to the

bid document and take into consideration the same while

preparing and submitting the bids.

6. Bids will be opened in the presence of Bidders / Bidders’

representative who choose to attend on the specified date

and time.

 

Page 6: I s s u ed t o M / s · 2020. 9. 18. · M a n a g emen t , C h ep u a k , C h en n a i – 6 0 0 0 0 5 , d u ri n g o f f i c e h o u rs n a mel y , f ro m 1 0 . 0 0 h o u rs t o

LIST OF ANNEXURES

1. Earnest Money Deposit (SELF CERTIFICATION)

2. Self Declaration as Manufacturer and Production Capacity

3. Sales Tax / GST Assessment

Declaration (SELF CERTIFICATION)

4. Annual Turn Over (SELF CERTIFICATION)

5. Affidavit (SELF CERTIFICATION)

6. Agreement

7. Performance Security Bank Guarantee (Guarantor)

8. Specification of Face Masks (SELF CERTIFICATION)

9. Acceptance Certificate (SELF CERTIFICATION)

 

Page 7: I s s u ed t o M / s · 2020. 9. 18. · M a n a g emen t , C h ep u a k , C h en n a i – 6 0 0 0 0 5 , d u ri n g o f f i c e h o u rs n a mel y , f ro m 1 0 . 0 0 h o u rs t o

INTRODUCTION 

1. PREAMBLE:  

1. Tamil Nadu Disaster Risk Reduction Agency (TNDRRA),             

Commissionerate of Revenue Administration and Disaster           

Management Department, Chepauk, Chennai 600 005 has             

already finalized the rates for the “Supply of Single Layer                   

Three Fold 2 Ply Cotton Cloth Face Masks” to Revenue                   

Administration and Disaster Management Department         

under Rate Contract System for 6 Months from the date of                     

acceptance through open tender vide REF. No.             

OC-I/1640/2020 DATED: 12.06.2020 to be read with various               

corrigenda issued upto 19.06.2020 and subsequently 2nd             

invitation for enrollment as supplier at fixed rate contract                 

system as per rule 31-a 2 (e) of Tamil Nadu Tender                     

Transparency In Tender Rules, 2000 was issued vide               

reference no OC-1/1640/2020, Dated: 13.07.2020.  

2. In view of the urgency, it is now decided to invite the                       

bidders who are manufacturers (should produce copy of               

the purchase order for apparel / garments as self-proof)                 

for enrollment as suppliers at the rates obtained in the                   

above tender as a fixed rate contract valid for 6 Months                     

from the date of finalization of enrollment through this                 

tender notification issued under the provisions of section               

31-A 2 (e) of Tamil Nadu Transparency in Tenders Rules,                   

2000.  

2. INVITATION OF BIDS 

 

1. The bids are invited from the eligible bidders who are                   

manufacturers (should produce copy of the purchase             

order for apparel / garments as self-proof) meet the terms                   

and conditions to Supply of Single Layer Three Fold 2 Ply                     

 

Page 8: I s s u ed t o M / s · 2020. 9. 18. · M a n a g emen t , C h ep u a k , C h en n a i – 6 0 0 0 0 5 , d u ri n g o f f i c e h o u rs n a mel y , f ro m 1 0 . 0 0 h o u rs t o

Cotton Cloth Face Masks as per the model with the                   

specification indicated in this bidding document on or               

before the due date indicated. 

2. The bids should be submitted in a sealed cover duly signed                     

on all pages by the Authorized signatory of the bidder                   

superscribing the envelope “Bids for Enrollment of             

suppliers on fixed rate contract as per section 31 –A 2 (e)                       

of Tamil Nadu Transparency in Tenders Rules 2000, for                 

“Supply of Single Layer Three Fold 2 Ply Cotton Cloth Face 

Masks”, due on 03.09.2020 @ 03.00 PM”. 

Annexure I to IX should be filled up and signed                   

separately and submitted in the above sealed cover. 

 

TNDRRA will not be responsible for opening of any bid                   

not superscribed in the outer cover with the above                 

wordings. 

3. LATE BIDS: 

Tamil Nadu Disaster Risk Reduction Agency (TNDRRA),             

Commissionerate of Revenue Administration and Disaster           

Management Department, Chepauk, Chennai 600 005 will             

not be responsible for the delay in receipt of any bid sent                       

by Post. 

4. VALIDITY OF THE BIDS: 

 

1. The bids shall be valid for a period of 6 months. A bid valid                           

for a shorter period will be rejected as non-responsive. 

2. In exceptional circumstances, TNDRRA may solicit the             

bidders consent to an extension of period of validity in                   

writing. The bidder granting the request is not required or                   

permitted to modify its bid. 

5. PREPARATION OF BIDS: 

 

1. The bid shall be typed or written in indelible ink shall be                       

 

Page 9: I s s u ed t o M / s · 2020. 9. 18. · M a n a g emen t , C h ep u a k , C h en n a i – 6 0 0 0 0 5 , d u ri n g o f f i c e h o u rs n a mel y , f ro m 1 0 . 0 0 h o u rs t o

signed by the bidder or a person or persons duly authorized                     

to bind the bidder to the contract. The Letter of                   

Authorization shall be indicated by a written Power of                 

Attorney accompanying the bid. All pages of the bid except                   

for an unamended printed literature shall be initialed by the                   

person or persons signing the bid. 

2. Any interlineations, erasures or overwriting shall be valid               

only if they are initialed by the person or persons signing the                       

bid. 

6. MODIFICATION AND WITHDRAWAL OF BIDS: 

 

1. The bidder may modify or withdraw its bid after the bid                     

submission provided that written notice of modification or               

withdrawal is received by the TNDRRA prior to the                 

deadline prescribed for submission of bids. 

2. No bid may be modified subsequent to the deadline for                   

submission of bids. 

3. No bid may be withdrawn in the interval between the                   

deadline for submission of bids and the expiration of                 

period of the bid validity specified by the bidder on the Bid                       

form. 

7) BID SECURITY 

 

1. All bids must be accompanied by the Bid security of                   

Rs.4,00,000 /- (Rupees Four lakh only) in the form of                   

Demand Draft from any scheduled bank drawn in in favour                   

of Tamil Nadu State Disaster Management Authority             

payable at Chennai. 

2. Any bid not submitted with Bid security will be rejected as                     

non-responsive. 

3. Unsuccessful bidders bid security will be           

discharged/returned as early as possible. 

4. The bid security will not carry any interest. 

 

Page 10: I s s u ed t o M / s · 2020. 9. 18. · M a n a g emen t , C h ep u a k , C h en n a i – 6 0 0 0 0 5 , d u ri n g o f f i c e h o u rs n a mel y , f ro m 1 0 . 0 0 h o u rs t o

5. The bid security will be forfeited, if a bidder withdraws its                     

bid during the period of validity specified by the bidder in                     

the bid form or in case of successful bidder, if the bidder                       

fails to sign the contract agreement or to furnish the                   

performance security. 

8) BID OPENING AND EVALUATION  

1. The bids received upto the due date and time indicated will                     

be opened in the presence of the bidders at the time and                       

date and place indicated. 

 

 

Page 11: I s s u ed t o M / s · 2020. 9. 18. · M a n a g emen t , C h ep u a k , C h en n a i – 6 0 0 0 0 5 , d u ri n g o f f i c e h o u rs n a mel y , f ro m 1 0 . 0 0 h o u rs t o

2. Late bid, bids by fax/email will not be accepted. 

3. The bids will be opened in the presence of bidders who                     

choose to attend. 

9. PRELIMINARY EXAMINATION 

1. The bids will be subjected to initial examination to                 

determine whether they are complete, whether any             

computational errors have been made, whether required             

sureties have been furnished, whether the documents have               

been properly signed, and whether the bids are generally                 

in order. Bids from Representatives, without proper             

authorization from the manufacturer shall be treated as               

non-responsive. 

2. Bids received with incomplete details and not meeting the                 

technical specification and the terms and conditions of this                 

bidding document will be summarily rejected as non-               

responsive. 

3. During evaluation of bids, TNDRRA may at its discretion                 

ask the bidder for clarification of its bid in writing and the                       

response of the bidder should also be in writing. 

4. TNDRRA may waive any minor infirmity or non-conformity               

or irregularity in a bid which does not constitute a material                     

deviation, provided such a waiver does not prejudice or                 

affect the relative ranking of any bidder. 

5. Prior to the detailed evaluation, TNDRRA will determine the                 

substantial responsiveness of each bid to the bidding               

documents. For purposes of these clauses a substantially               

responsive bid is one which conforms to all the terms and                     

conditions of the bidding documents without material             

deviations. Deviations from or objections or reservations to               

critical provisions such as those concerning Performance             

Security, Warranty, Force Majeure, Applicable law and Taxes               

 

Page 12: I s s u ed t o M / s · 2020. 9. 18. · M a n a g emen t , C h ep u a k , C h en n a i – 6 0 0 0 0 5 , d u ri n g o f f i c e h o u rs n a mel y , f ro m 1 0 . 0 0 h o u rs t o

and Duties will be deemed to be material deviation. TNDRRA’s                   

determination of a bids responsiveness is to be based on the                     

contents of the bid itself without recourse to extrinsic evidence. 

6. A bid determined as not substantially responsive will be                 

rejected by the TNDRRA and may not subsequently be                 

made responsive by the bidder by correction of               

nonconformity. 

10. DETAILED EVALUATION OF BIDS: 

The detailed evaluation and comparison of bids determined 

to be substantially responsive will be done by TNDRRA. 

11. CONTACTING THE TNDRRA 

 

1. No bidder shall contact the TNDRRA on any matter relating                   

to its bid, from the time of bid opening to the time the                         

contract is awarded. 

2. Any effort by a bidder to influence the TNDRRA in bid                     

evaluation, bid comparison or contract award decisions             

may result in rejection of the bidders bid. 

3. The bidders shall not make attempts to establish               

unsolicited and unauthorized contact with the Tender             

accepting authority, Tender Inviting Authority or Tender             

Scrutiny Committee after opening of the bids and prior to                   

the notification of award and any attempt by any bidder to                     

bring to bear extraneous pressures on the Tender               

Accepting Authority shall be sufficient reason to disqualify               

the bidder. 

4. Notwithstanding anything stated above, the Tender           

Inviting Authority or the Tender Accepting Authority, may               

seek bona fide clarifications from bidders relating to the                 

bids submitted by them during the evaluation of bids. 

 

 

Page 13: I s s u ed t o M / s · 2020. 9. 18. · M a n a g emen t , C h ep u a k , C h en n a i – 6 0 0 0 0 5 , d u ri n g o f f i c e h o u rs n a mel y , f ro m 1 0 . 0 0 h o u rs t o

12. RIGHT TO VARY QUANTITIES: 

 

TNDRRA reserve the right to increase or decrease the                 

quantity of goods and services during the currency of the                   

contract without any change in unit price or other terms                   

and conditions. No claims by the supplier arising out of                   

such variation will be entertained by TNDRRA. 

13. RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR                   

ALL BIDS : 

TNDRRA reserves the right to accept or reject any bid, and                     

to annul the bidding process and reject all bids at any time                       

prior to award of contract, without thereby incurring any                 

liability to the affected bidder or bidders or any obligation                   

to inform the affected bidder or bidders of the grounds for                     

the purchasers action. 

14. ACCEPTANCE OF THE BID :- 

 

1. TNDRRA after evaluation of the bids will notify the                 

successful bidder / bidders the acceptance of its / their                   

bids. 

2. The notification of award will constitute the formation of                 

the contract. 

3. Upon the successful bidders furnishing of performance             

security, TNDRRA will promptly notify each unsuccessful             

bidder and will discharge its bid security. 

4. The successful bidder should furnish BID security Deposit               

of required value i.e., 2.5% of supply contract value in the                     

form of DD or Bank Guarantee for that amount having                   

validity period for 6 months. 

 

 

Page 14: I s s u ed t o M / s · 2020. 9. 18. · M a n a g emen t , C h ep u a k , C h en n a i – 6 0 0 0 0 5 , d u ri n g o f f i c e h o u rs n a mel y , f ro m 1 0 . 0 0 h o u rs t o

15. SIGNING OF CONTRACT :- 

 

At the same time as TNDRRA notifies the successful bidder                   

that its bid has been accepted and ask the bidder to enter                       

into the Contract Agreement in the prescribed format and                 

the successful bidder within 2 days of receipt of                 

notification of award shall sign the contract agreement for                 

“Supply of Single Layer Three Fold 2 Ply Cotton Cloth Face                     

Masks”. 

16. ADDITIONAL TERMS AND CONDITIONS 

The qualification criteria prescribed for the eligibility of the                 

bidders, Contract Form, Performance security form,           

Affidavit and the final specification followed for the tender                 

REF. No. OC-I/1640 /2020 DATED: 12.06.2020 are given in 

the ANNEXURES of this notification. 

17.MODEL, PRICES AND TERMS AND CONDITION FINALIZED             

ALREADY AND APPLICABLE FOR THE PRESENT TENDER: 

1. The following is the rate finalized in the tender notification                   

No. O.C. I / 1640 / 2020, dated: 12.06.2020 for the                     

specification mentioned in the annexures VIII enclosed             

with this. Rate of 1 piece of mask is Rs.6.45 paise + 5%                         

GST. 

2. For orders placed upto 6 months, the above rates will be                     

applicable. 

3. The delivery period will be a maximum of 15 days for an                       

order quantity. The delivery period includes packing and               

supply at specified sites. 

4. The eligible bidders are requested to furnish their               

acceptance to supply which meets the specification and as                 

per the terms and condition indicated in this notification in                   

the Bid form indicated in Annexure along with the                 

 

Page 15: I s s u ed t o M / s · 2020. 9. 18. · M a n a g emen t , C h ep u a k , C h en n a i – 6 0 0 0 0 5 , d u ri n g o f f i c e h o u rs n a mel y , f ro m 1 0 . 0 0 h o u rs t o

documents called for in the notification. 

 

 

Page 16: I s s u ed t o M / s · 2020. 9. 18. · M a n a g emen t , C h ep u a k , C h en n a i – 6 0 0 0 0 5 , d u ri n g o f f i c e h o u rs n a mel y , f ro m 1 0 . 0 0 h o u rs t o

 

 

 

Page 17: I s s u ed t o M / s · 2020. 9. 18. · M a n a g emen t , C h ep u a k , C h en n a i – 6 0 0 0 0 5 , d u ri n g o f f i c e h o u rs n a mel y , f ro m 1 0 . 0 0 h o u rs t o

ANNEXURE - I   

Earnest Money Deposit (SELF CERIFICATION)   

I submit herewith the Demand Draft for Rs.4,00,000/- (Rupees                 

Four Lakhs only) for Earnest Money Deposit for the sealed offer for supply                         

of Single Layer Three Fold 2 Ply Cotton Face Mask under rate contract, in                           

favor of Director, Tamil Nadu Disaster Risk Reduction Agency 

  

Details of the Earnest Money Deposit (EMD): Rs.4,00,000  

Amount  D.D.No  Date  Name of the Bank 

       

Signature : 

 Date : 

 Name of the firm and address : 

 

 

Page 18: I s s u ed t o M / s · 2020. 9. 18. · M a n a g emen t , C h ep u a k , C h en n a i – 6 0 0 0 0 5 , d u ri n g o f f i c e h o u rs n a mel y , f ro m 1 0 . 0 0 h o u rs t o

 ANNEXURE - II 

  

SELF DECLERATION AS MANUFACTURER AND  PRODUCTION CAPACITY  

  

I / We Certify that, I / we am / are the manufacturer of apparel / garments –                                   

similar cloth products and enclosed herewith the latest purchase order for apparel /                         

garments as self-proof. 

Production capacity of Single Layer Three Fold 2 Ply Cotton Face 

Mask with specification mentioned

in Annexure-VIII of 

M/.s  per day is  

( in words  only)  

I declare that the above mentioned information is correct and                   

complete to the best of my knowledge and belief. 

       

Signature of Applicant Date: 

   

Seal. (Name in capital)  

 

Page 19: I s s u ed t o M / s · 2020. 9. 18. · M a n a g emen t , C h ep u a k , C h en n a i – 6 0 0 0 0 5 , d u ri n g o f f i c e h o u rs n a mel y , f ro m 1 0 . 0 0 h o u rs t o

ANNEXURE - III   

SALES TAX / GST ASSESSMENT DECLARATION  

(SELF CERTIFICATION)   

(To be filled up by the applicant)  

01. Name or style in which the applicant is assessed or assessable to Sales                         

Tax / G.S.T Addresses or assessment. 

 02. a. Name and address of all companies, firms or associations                   

or persons in which the applicant is interested in his individual                     

or fiduciary capacity. 

 b. Places of business of the applicant (All places of business 

should be mentioned). 

 03. The Districts, taluks and divisions in which the applicant is assessed                     

to Sales Tax / G.S.T (All the places of business should be furnished). 

 04. a. Total contract amount or value of patronage received in the                     

preceding three years. 

  

2016  -  2017 

2017  -  2018 

2018  -  2019  

 

Page 20: I s s u ed t o M / s · 2020. 9. 18. · M a n a g emen t , C h ep u a k , C h en n a i – 6 0 0 0 0 5 , d u ri n g o f f i c e h o u rs n a mel y , f ro m 1 0 . 0 0 h o u rs t o

05. Particulars of Sales Tax /G.S.T for the preceding four years.    

Year

Total turnover assessed 

Rs.  

Total Tax assessed Rs. 

 

Total Tax paid Rs. 

 

Balance due Rs. 

 

Reasons for 

balance 

Rs. 

 

 

2016- 2017 

 

2017- 2018 

 2018- 2019 

 06. If there has been no assessment in any year, whether returns were                       

submitted any, if there were, the division in which the returns were                       sent. 

 07 Whether any penal action or proceeding for the recovery of Sales Tax / 

G.S.T is pending. 

 

Page 21: I s s u ed t o M / s · 2020. 9. 18. · M a n a g emen t , C h ep u a k , C h en n a i – 6 0 0 0 0 5 , d u ri n g o f f i c e h o u rs n a mel y , f ro m 1 0 . 0 0 h o u rs t o

 08. The name and address of Branches if any: 

  

I declare that the above information is correct and complete to the best of my 

knowledge and belief. 

     

Signature of Applicant: Address: Date: 

 

 

Page 22: I s s u ed t o M / s · 2020. 9. 18. · M a n a g emen t , C h ep u a k , C h en n a i – 6 0 0 0 0 5 , d u ri n g o f f i c e h o u rs n a mel y , f ro m 1 0 . 0 0 h o u rs t o

ANNEXURE - IV   

ANNUAL TURN OVER (SELF CERTIFICATION)   

The Annual Turnover of M/.s  for the past 

three years are given below and certified that the statement is true and 

correct. 

  

Sl. No. Year Turnover in Lakhs (Rs)    

1. 2016 -  2017  - 

2. 2017 -  2018  - 

3. 2018 -  2019  -   

 Total - Rs.  Lakhs. 

  

Average turnover per annum - Rs.  Lakhs.     

Signature of Applicant Date: 

   

Seal. (Name in capital)  

 

Page 23: I s s u ed t o M / s · 2020. 9. 18. · M a n a g emen t , C h ep u a k , C h en n a i – 6 0 0 0 0 5 , d u ri n g o f f i c e h o u rs n a mel y , f ro m 1 0 . 0 0 h o u rs t o

ANNEXURE - V    

AFFIDAVIT (SELF CERTIFICATION)  

1) I  son of  aged 

about _ years, Proprietor /Partner* /Managing Director* of M/s.                   

(Name and address of the Bidder) do             

hereby solemnly affirm and sincerely state as follows:- 

 2) The bidder has submitted the offer the supply of Single layer Three                       

Fold 2 Ply Cotton Face Masks under Rate Contract System for 6                       

months from the date of acceptance at the rate of Rs. 6.45 +5% GST. 

 3) I state that the Bidder, if awarded contract, undertake to supply the                       

mask as per supply order specified by the tender accepting                   

authority and there will not be any deviation in supply of products                       

etc., as specified by tender accepting authority. 

 4) I undertake that in the case of supply of the products deviating from                         

the specification quoted by tender accepting authority and the                 

literature submitted by the Bidder, the tender accepting authority is                   

at liberty to prosecute for breach of trust or for any other offence                         

which warrants prosecution. 

 Solemnly affirmed at  this 

the  day of  20 and 

signed. 

  

* All partners shall furnish affidavit. 

* Managing Director shall be authorized by the company by resolution 

and he shall swear for the company and for himself 

 

 

Page 24: I s s u ed t o M / s · 2020. 9. 18. · M a n a g emen t , C h ep u a k , C h en n a i – 6 0 0 0 0 5 , d u ri n g o f f i c e h o u rs n a mel y , f ro m 1 0 . 0 0 h o u rs t o

ANNEXURE - VI  

AGREEMENT  

THIS AGREEMENT made on the........... day of ........................., 20 Between  

Tamil Nadu Disaster Risk Reduction Agency, Ezhilagam, Chepauk,               

Chennai – 5. (here in after "the Purchaser") of the one part and ........................ 

(Name of Manufacturer) of .......................... (City and Country of                 

Manufacturer) (here in after called "the Supplier") of the other part: 

WHEREAS the Purchaser is desirous that certain Goods and                 

ancillary services viz;. Supply of Single Layer Three Fold 2 Ply Cotton Face                         

Masks under Rate Contract System for 6 months from the date of acceptance                         

in the tender Reference OC-1/1640/2020, Dated: 13.07.2020 and has accepted at                     

Rs.6.45 + 5% GST for 1 piece of face mask (Six Rupees and Forty Five Paise 

+ 5 % GST) (hereinafter called "the Contract Price").  

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS: 

1. In this Agreement words and expressions shall have the same                   

meanings as are respectively assigned to them in the Conditions of                     

Contract referred to, and they shall be deemed to form and be read and                           

construed as part of this agreement. 

2. The following documents shall be deemed to form and be read                     

and construed as part of this Agreement, viz.: 

(a) The Letter of Acceptance issued by the purchaser. 

(b) The Notice Inviting Bid 

(c) The supplier’s bid including enclosures, annexures, etc. 

(d) The Terms and Conditions of the Contract 

(e) The Schedule of Requirement 

(f) The Technical Specification 

(g) Any other document listed in the supplier’s bid and replies to                     

queries, clarifications issued by the purchaser, such             

confirmations given by the bidder which are acceptable to the 

 

Page 25: I s s u ed t o M / s · 2020. 9. 18. · M a n a g emen t , C h ep u a k , C h en n a i – 6 0 0 0 0 5 , d u ri n g o f f i c e h o u rs n a mel y , f ro m 1 0 . 0 0 h o u rs t o

 

 

Page 26: I s s u ed t o M / s · 2020. 9. 18. · M a n a g emen t , C h ep u a k , C h en n a i – 6 0 0 0 0 5 , d u ri n g o f f i c e h o u rs n a mel y , f ro m 1 0 . 0 0 h o u rs t o

purchaser and the entire Addendum issued as forming part of 

the contract. 

 3. In consideration of the payments to be made by the Purchaser to                       

the Supplier as hereinafter mentioned, the Supplier hereby covenants with                   

the Purchaser to provide, the goods and services and to remedy defects                       

therein in conformity in all respects with the provisions of the Contract. 

 4. The purchaser hereby covenants to pay the Supplier in                 

consideration of the provision of the goods and services and the remedying of                         

defects therein, the Contract Price or such other sum as may become payable                         

under the provisions of the Contract at the times and in the manner                         

prescribed by the Contract. 

  DELIVERY SCHEDULE 

The first batch should be delivered within 7 days and subsequent                     

batches within 15 days from the date of order. Hence the supplier is                         

expected to keep adequate stocks at his warehouses to meet the delivery on                         

short notice. 

IN WITNESS where of the parties here to have caused this Agreement to be                           executed in accordance with their respective laws the day and year first                       above written. 

 Signed, Sealed and Delivered by the 

said (For the Purchaser) 

in the presence of .......................................... Signature Name Address 

 Signed, Sealed and Delivered by the 

Said (For the Supplier) 

in the presence of .......................................... Signature Name Address 

 

 

Page 27: I s s u ed t o M / s · 2020. 9. 18. · M a n a g emen t , C h ep u a k , C h en n a i – 6 0 0 0 0 5 , d u ri n g o f f i c e h o u rs n a mel y , f ro m 1 0 . 0 0 h o u rs t o

ANNEXURE - VII  

PERFORMANCE SECURITY BANK GUARANTEE  

(unconditional)  

To : Tamil Nadu State Disaster Management Authority, Ezhilagam, Chepauk, Chennai – 5. 

 WHEREAS .......................................................... (Name of the 

 Manufacturer) herein called “the Supplier” has undertaken, in pursuance of                   

Advertisement OC-1 / 1973 / 2020, Dated: .08.2020 to supply of Single Layer                         

Three Fold 2 Ply Cotton Face Mask under Rate Contract System for 6 months                           

from the date of acceptance. (Description of Goods and Services) hereinafter                     

called “the Contract”. 

AND WHEREAS it has been stipulated by you in the said Contract                       

that the Supplier shall furnish you with a Bank Guarantee by a recognized                         

bank for the sum specified therein as security for compliance with the                       

Supplier’s performance obligations in accordance with the Contract. 

 AND WHEREAS we have agreed to give the Supplier a Guarantee 

 THEREFORE WE hereby affirm that we are Guarantors and 

responsible to you, on behalf of the Supplier, upto a total of 

......................................................................... (Amount of the Guarantee in Words  

and Figures) and we undertake to pay you, upon your first written demand                         

declaring the Supplier to be in default under the Contract and without cavil                         

or argument, any sum or sums within the limit of ..................................... 

(Amount of the Guarantee in Words and Figures) as aforesaid, without your  

 

Page 28: I s s u ed t o M / s · 2020. 9. 18. · M a n a g emen t , C h ep u a k , C h en n a i – 6 0 0 0 0 5 , d u ri n g o f f i c e h o u rs n a mel y , f ro m 1 0 . 0 0 h o u rs t o

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 ..............................   

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

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

 

Page 29: I s s u ed t o M / s · 2020. 9. 18. · M a n a g emen t , C h ep u a k , C h en n a i – 6 0 0 0 0 5 , d u ri n g o f f i c e h o u rs n a mel y , f ro m 1 0 . 0 0 h o u rs t o

ANNEXURE – VIII 

  SPECIFICATION OF SINGLE LAYER THREE FOLD 2 PLY COTTON 

FACE MASK  

1. 100% cotton fabric, cool, breathable, washable and reusable 2. Knitted fabric should not be used. 3. Single layer 4. Three fold 2 ply cotton. 5. Cotton cloth used in mask should have a minimum of 40’s X       

40’s count 6. The colour of the mask should not be white. 7. Elastic should not be used and adjustable lace should be                   

used. 8. Dimensions of the mask: a) Four laces should be of 36.5cm length b) The breadh of the mask should be 8.5cm. The three fold                     

mask, when expanded in middle, it should be 16.5.cm. c) The length of the mask should be 18.cm.(as per diagram                   

below)  

SPECIFICATION OF THE MASK (DIAGRAM)  

 

I / We certify that I / We will supply the single layer three fold 2 ply cotton face                                     mask with above specification. If the supplied mask is found to be deviated                         from the specification, I am fully aware that it will be rejected and I am willing                               to replace the rejected quantities with above mentioned specifications. 

 Signature of Applicant: Address: Date: 

 

Page 30: I s s u ed t o M / s · 2020. 9. 18. · M a n a g emen t , C h ep u a k , C h en n a i – 6 0 0 0 0 5 , d u ri n g o f f i c e h o u rs n a mel y , f ro m 1 0 . 0 0 h o u rs t o

 

 

Page 31: I s s u ed t o M / s · 2020. 9. 18. · M a n a g emen t , C h ep u a k , C h en n a i – 6 0 0 0 0 5 , d u ri n g o f f i c e h o u rs n a mel y , f ro m 1 0 . 0 0 h o u rs t o

ANNEXURE - IX   

ACCEPTANCE CERTIFICATE 

(SELF CERTIFICATION) 

I / We

have our 

Office at  do declare that I/We have  

carefully read all the conditions of the bid documents and hereby agree to all                           

the conditions and to supply to the goods as per scheduled delivery period of                           

the purchase orders and abide by all the conditions set forth therein. 

      

Signature : 

 Date : 

 Name of the firm and address :