24
Page 1 of 24 ESIC e-Tender enquiry form for Rate Contract for supply of Stationery Items e-Tender enquiry form (Free of cost) CENTRAL STORES, DIRECTORATE (MEDICAL) DELHI ESI DISPENSARY COMPLEX, TILAK VIHAR, NEW DELHI-110018 Phone No.28335358 & 28335360, Fax 28335357 LAST DATE OF SUBMISSION OF ONLINE e-TENDER 04/01/2018 upto 11.00 AM IMPORTANT INSTRUCTIONS for BIDDERS regarding Online Payment All bidders/contractors are required to procure Class-IIIB Digital Signature Certificate (DSC) with Both DSC Components i.e. Signing & Encryption to participate in the E-Tenders. Bidders should get Registered at https://esictenders.eproc.in . Bidders should add the below mentioned sites under Internet Explorer- Tools – Internet options- Security- Trusted Sites- Sites or Internet Explorer: https://esictenders.eproc.in https://www.tpsl-india.in https://www4.ipg-online.com

IMPORTANT INSTRUCTIONS for BIDDERS regarding · PDF fileBidder needs to submit Bid Processing Fee charges of Rs. 2495/- ... Credit Card or Net Banking for ... 5 Sched ule of items

Embed Size (px)

Citation preview

Page 1: IMPORTANT INSTRUCTIONS for BIDDERS regarding · PDF fileBidder needs to submit Bid Processing Fee charges of Rs. 2495/- ... Credit Card or Net Banking for ... 5 Sched ule of items

Page 1 of 24

ESIC

e-Tender enquiry form for Rate Contract for supply of Stationery Items

e-Tender enquiry form

(Free of cost)

CENTRAL STORES, DIRECTORATE (MEDICAL) DELHI

ESI DISPENSARY COMPLEX, TILAK VIHAR, NEW DELHI-110018

Phone No.28335358 & 28335360, Fax 28335357

LAST DATE OF SUBMISSION OF ONLINE e-TENDER 04/01/2018 upto 11.00 AM

IMPORTANT INSTRUCTIONS for BIDDERS regarding Online Payment

All bidders/contractors are required to procure Class-IIIB Digital Signature Certificate (DSC) with Both DSC Components i.e. Signing & Encryption to participate in the E-Tenders.

Bidders should get Registered at https://esictenders.eproc.in.

Bidders should add the below mentioned sites under Internet Explorer- Tools – Internet options- Security-Trusted Sites- Sites or Internet Explorer: https://esictenders.eproc.in

https://www.tpsl-india.in https://www4.ipg-online.com

Page 2: IMPORTANT INSTRUCTIONS for BIDDERS regarding · PDF fileBidder needs to submit Bid Processing Fee charges of Rs. 2495/- ... Credit Card or Net Banking for ... 5 Sched ule of items

Page 2 of 24

Also, Bidders need to select “Use TLS 1.1 and Use TLS 1.2” under Internet Explorer-Tools-Internet Options- Advanced

Tab- Security.

Bidder needs to submit Bid Processing Fee charges of Rs. 2495/- (non-refundable) in favour of M/s. C1 India Pvt. Ltd., payable at New Delhi via Online Payment Modes such as Debit Card, Credit Card or Net Banking for participating in the Tender.

Bidders can contact our Helpdesk at https://esictenders.eproc.in/html/Support.asp

Page 3: IMPORTANT INSTRUCTIONS for BIDDERS regarding · PDF fileBidder needs to submit Bid Processing Fee charges of Rs. 2495/- ... Credit Card or Net Banking for ... 5 Sched ule of items

Page 3 of 24

CONTENTS

Sr.

No.

Headings Page No.

1 e-Tender Date Sheet 4

2 e-Tender Enquiry 1-24

3 Instruction to bidders 7

4 Conditions of Contract 8-14

5 Schedule of items along with its specifications and allied technical details 15-18

6 Annexure-A (Technical Bid) 19

7 Annexure-P (Price Bid) 20

8 Contract form 21-22

9 Mandate form Annexure-B 23

10 Checklist of the documents (Annexure-C) 24

Helpdesk contact No. 28335358 & 28335360, Fax 28335357

Page 4: IMPORTANT INSTRUCTIONS for BIDDERS regarding · PDF fileBidder needs to submit Bid Processing Fee charges of Rs. 2495/- ... Credit Card or Net Banking for ... 5 Sched ule of items

Page 4 of 24

e-TENDER DATE SHEET

Name of the e-Tender : 111/A/31/11/1/2012/CS (Stationery RC) Dated: 05/10/2017

For Supply of Stationery Items

Sr.

No.

Details Dates & time

1. Period of availability of e-Tender Enquiry

document on ESIC website- www.esic.nic.in and

dmdesic.nic.in

CPP Portal- www.eprocuregov.in and ESIC

e-Procurementportal-

https://esictenders.eproc.in .

07/12/2017 to 04/01/2018 up to 11.00AM

2. Pre-bid meeting

15/12/2017 at 11.00AM at Conference hall,

Directorate (Medical) Delhi, Tilak Vihar, New Delhi –

110018

3. Last date of EMD submission, Manual Technical

Bid and Online Technical Bid submission

04/01/2018 up to 11.00AM

4. Opening of online Technical Bid. 04/01/2018 at 11.30AM at Conference hall,

Directorate (Medical) Delhi, Tilak Vihar, New Delhi –

110018.

5. Opening of Online Price Bid. Will be communicated over Phone/ Email/ SMS to the

tenderers who are found eligible technically.

6. Validity of offer 180 days from the last date of submission of e-Tender

If the date of opening of tenders is declared a public holiday, the tenders shall be opened on the next working day

at the same venue and time. However, the bid shall be accepted at the esictenders.eproc.in site as per the original

schedule, without extension.

All tenderers are requested to check further notifications / updates if any on ESIC website-

www.esic.nic.in,dmdesic.nic.in,& ESIC e-Procurement portal - https://esictenders.eproc.in .

Page 5: IMPORTANT INSTRUCTIONS for BIDDERS regarding · PDF fileBidder needs to submit Bid Processing Fee charges of Rs. 2495/- ... Credit Card or Net Banking for ... 5 Sched ule of items

Page 5 of 24

e-Tender Enuiry

EMPLOYEE STATE INSURANCE CORPORATION

Room No.5, 8, Central Stores, Directorate(Medical)Delhi, Tilak Vihar, New Delhi-110018

e-Tender Enquiry No-111/D/16/11/1/2012/CS (Stationery ) Dated: 01/12/2017 Subject: Formation of ESIC RATE CONTRACT for supply of Stationery items for use in ESI Institutions in Delhi/New

Delhi/Noida region valid for two years from the date of finalization.

1. e- Tender is hereby invited by Manager Stores Central Stores on behalf of Director(Medical)Delhi under two

bid system for formation of ESIC Rate Contract for Supply of Stationery items through e procurement

portal of ESIC-https://esictenders.eproc.in from Firms/distributor(s)/Retailer(s) as per specifications detailed in

(Annexure-S) for a period of Two years 2017-19.

Hard copy of following documents in a sealed envelope to be submitted:-

1.1 EMD as Specified

2. e-Tender Enquiry Form may be viewed online or downloaded by the tenderers from the website –

http://esic.nic.in, www.dmdesic.nic.in, www.eprocuregov.in and https://esictenders.eproc.in.

2.1 It is mandatory for all tenderers to have valid Class III B Digital Signature Certificate (both with signing and

encryption component) from any certifying agency as per Information Technology (IT) Act, 2000 for submitting e-bid

at the ESIC e-procurement Portal https://esictenders.eproc.in .

2.2 Bidders should get registered at https://esictenders.eproc.in.

3. It is proposed to enter into a Running Rate Contract with firms which fulfill the eligibility criteria approved by

ESI Corporation for supply of Stationery items enumerated in the schedule annexed. The eligibility criteria have

been given in the terms and conditions. Firms intending to participate in the Rate Contract should first ensure

that they fulfill all the eligibility criteria as prescribed under the terms and conditions, otherwise the tenders

will be summarily rejected. Tenderer should quote only for the items for which they fulfill all the eligibility

criteria.

4. The Rate Contract will be governed by the terms and conditions enclosed with this Tender Enquiry and no

modifications / alterations etc. are allowed in any case.

5. Signing of the tender

The tender is liable to be rejected if complete information is not given therein or if the particulars and date (if any) asked

for in the schedule to the tender are not filled in. Individuals signing tender or other documents connected with the

contract specify:-

i) Whether Signing as a “Sole Proprietor” of the firm or his attorney.

ii) Whether signing as a “Registered Active Partner” of the firm or his attorney.

iii) Whether signing for the firm “ Per Procurationem.”

iv) In the case of companies and firms registered under the Indian Partnership Act the capacity in which signing, e.g.

Secretary, Manager, Partner etc. or their attorney and produce copy of a document, empowering him to do

so, if called upon to do so.

Note:- In case of unregistered firms all the members or all attorneys duly authorized by all of them or the Manager

of the firm should sign the tender and subsequent documents.

6. The tender will be rejected if:-

(a) A firm submits conditional tender.

(b) All the papers are not complete.

(c) Providing incorrect/false information

7. The Item quoted will be rejected if:

Page 6: IMPORTANT INSTRUCTIONS for BIDDERS regarding · PDF fileBidder needs to submit Bid Processing Fee charges of Rs. 2495/- ... Credit Card or Net Banking for ... 5 Sched ule of items

Page 6 of 24

7.1 More than one type of rates is quoted for one Item/More than one Manufacturer is quoted for one

item/More than one Brand quoted for one Item.

7.2 Any discrepancy in rate/pc or rate/pack of the item.

7.3 The rates quoted are not found both in figures and words.

7.4 The quoted item is not as per specification required.

7.5 Discrepancy in Rate in words and figures.

8. Tenderers should submit :

8.1 Technical bid – As per special instructions to tenders at page no.6 of the tender document.

8.2 Price Bid- Online - Price bid of quoted items as per Annexure-‘’P’’

9. Pre-bid meeting

9.1 In order to clarify doubts of the prospective tenderers, if any, a Pre-bid meeting will be held at

Conference hall, Directorate (Medical) Delhi, Tilak Vihar, New Delhi – 110018 at 11.00 AM on

15/12/2017.

9.2 The objectives of this Pre-bid meeting inter alia are, to answer the clarifications/questions/queries.

10. A single sealed envelope super scribed with the e-Tender: 111/D/16/11/1/2012/CS (Stationery) for supply

of Stationery items addressed to D(M)D, duly completed and addressed to Director (Medical)Delhi should be

dropped in the tender box kept in office of Manager Stores. Central Stores, Tilak Vihar, New Delhi – 110 018 and

before the closing date of the bid submission. Tender received late will not be entertained/ allowed to participate.

11. Online Technical Bid(Online and Hard copy)will be opened as per schedule on given venue in the presence

of representative(s) of the bidders having an authority letter for representation for the said tender.

If the date of opening of tender is declared a public holiday, the tender(s) shall be opened on the next

working day at the same venue and time.

No bid shall be accepted after the prescribed date and time of bid submission.

12. Director(Medical)Delhi reserves the right to accept or reject any or all the tenders at any stage without

assigning any reason thereof.

Director(Medical)Delhi

Page 7: IMPORTANT INSTRUCTIONS for BIDDERS regarding · PDF fileBidder needs to submit Bid Processing Fee charges of Rs. 2495/- ... Credit Card or Net Banking for ... 5 Sched ule of items

Page 7 of 24

II. INSTRUCTIONS TO BIDDERS

Submission of e-Tender should be done as mentioned below:

(A) Technical Bid has two components:- (I) Hard Copy (To be submitted manually):-

A single sealed envelope (Cover “A”) super scribed with e-Tender: 111/D/16/11/1/2012/CS (Stationery ) for

supply of Stationery items addressed to D(M)D duly completed and addressed to Director(Medical)Delhi along

with hard copy of the following documents:-

1) EMD : Original Demand Draft /Banker’s Cheque of Rupees 2,00,000/-(Rupees Two Lakh only) as EMD in

Favour of ESIC Fund Account No.1 payable at New Delhi.

(II) Soft copies (to be uploaded Online) should contain scanned copies of :-

1 Demand Draft /Banker’s Cheque of Rupees 2,00,000/-(Rupees Two Lakh only) as EMD in Favour of ESIC Fund

Account No.1 payable at New Delhi.

2 Photocopies of last 3 consecutive years of Income Tax Return for the year 2013-14, 2014-15 & 2015-16.

3 CST/Vat Registration document.

4 List of items quoted by the tenderer in Annexure “A” to be uploaded online.

5 Affidavit as per Contract Form on page no.21-22.

6 Mandate form as per Annexure-B.

7 Proof of working with a Govt department, if any and no. of years in service thereof.

8 Proof of an annual turnover more than One Crore in last 3 consecutive financial years i.e 2013-14, 2014-15 &

2015-16. Certified by Chartered Accountant.

9 Financial report (Balance sheet, profit & loss account Clearly indicating the turnover ) of last three consecutive

Financial years (i.e.2013-14,2014-2015,2015-16) duly audited by Chartered Accountant should be enclosed.

* Please note that the tender shall be liable to be rejected if documents listed above (1-8) are not

uploaded in Technical Bid.

(C) Price Bid:-

1. Price bid of quoted items as per table-II of Annexure-P.

1.1 The price should be FILLED ONLINE.

Online Price Bid of only those tenderers who are found technically eligible will be opened.

L-1 Price for the item(s) quoted will be done on the basis of Rate per unit (Column 4) of Annexure”P”.

a) While quoting the rates, serial number of the tender list must be indicated technically in prescribed Performa of

price bid (Annexure-“A”).

b) The rates should be inclusive of freight charges, packing charges and octroi (CIF value) etc.

c) VAT should be quoted separately for each item.

d) Withdrawal of tenders' along with the earnest money will be allowed before the date of opening of tenders.

1. After opening of tenders: -

1.1 Withdrawal of the complete tender can be allowed, but in such cases the earnest money shall be

forfeited in full;

1.2 No change/alteration in rate or other terms in the tender will be permitted under any circumstances;

1.3 Partial withdrawal (in respect of one or more items quoted) will not be allowed under any

circumstances.

e-Tender {(Technical bid (Both hard copy and soft copy)} Online Technical bid and Hard copy (Cover “A”) as above)} will

be opened on the specified date

and time.

Director(Medical)Delhi

Page 8: IMPORTANT INSTRUCTIONS for BIDDERS regarding · PDF fileBidder needs to submit Bid Processing Fee charges of Rs. 2495/- ... Credit Card or Net Banking for ... 5 Sched ule of items

Page 8 of 24

III. CONDITIONS OF CONTRACT

1. This rate enquiry is for the purpose of executing Rate Contract for supply of Stationery items in ESI

Hospitals/units of Delhi/New Delhi.

1.1 The rates quoted and accepted by the Director Medical Delhi, ESI Corporation shall be valid for the

quantities that may be ordered from time to time during the course of the contract.

1.2 The tenderer should read carefully the terms and conditions and tenderer should quote for those items,

only which qualify as per terms & conditions of the Rate Contract.

1.3 The tenderer should quote only one rate for each item Sr.No. without any variation for different areas

or any escalation clause. Rates quoted should be given both in words and in figures.

2. Validity of Bids

The quotations shall remain open for acceptance for 180 days (One Hundred Eighty days) from the date of

opening of tenders. If required this office may ask for extension of validity of bid for a reasonable period.

On failure to do so, bidder may have to forfeit the bid security (earnest money deposit).

3. Eligibility Criteria for Bidders

Firms to be eligible should fulfill the following conditions:-

3.1 The Bidder/firm should be continuously in this business for the last two years.

3.2 Bidder(s) participating in Tender must have annual turnover of Rs. One Crore

or above during last three consecutive Financial years.

3.3 Bidder(s) participating in Tender should not be blacklisted/deregistered currently.

3.4 Bidder(s) participating in Tender should not be convicted by any court of law in any matter

related to manufacturing/supplying sub- standard Printed Stationery items.

3.5 Bidder(s) participating in Tender must have Printing experience of at least last

two years for the item(s) quoted .

3.6 Family members of officers/officials working in ESIC cannot take part in this tender enquiry. This

will also apply to officers/officials who leave/retire from the services of ESI Corporation within

01(one) year of date of opening of tender.

* Tenderers are advised to quote strictly as per eligibility mentioned above. Failure to adhere to the same shall

make the tender liable for rejection.

4. Bid Security (Earnest Money Deposit)

4.1 The tenderer shall have to deposit Earnest Money of Rs.2,00,000/-(Two Lakh Only) either through Banker’s

cheque or Demand Draft only in favour of "ESIC fund Account No.1" Payable at New Delhi failing which the tender

is liable to be rejected out rightly. Scanned copy of the same to be up-loaded in Technical bid .

4.2 In the event of withdrawal/revocation or submission of false information/document of tender before

the date specified for acceptance, the Earnest Money shall stand forfeited.

4.3 The EMD deposited with earlier tenders will not be adjusted against this tender. Tenders without EMD

will not be entertained.

4.4 E.S.I. Corporation will not pay any interest on Earnest Money Deposit, which would stand credited to

the E.S.I. Corporation Account.

4.5 EMD of unsuccessful tenderer(s) will be returned without any interest after the finalization of contract.

5. Security Deposit

EMD of the successful bidder will be converted as security deposit.

6. Acceptance of the Tender

6.1 Director (Medical) Delhi does not pledge himself to accept the lowest of any tender and reserves the

right of accepting/rejecting the whole or any part of the tender without assigning any reason.

6.2 Acceptance by the successful bidder will be communicated by a letter of acceptance after completion of

Page 9: IMPORTANT INSTRUCTIONS for BIDDERS regarding · PDF fileBidder needs to submit Bid Processing Fee charges of Rs. 2495/- ... Credit Card or Net Banking for ... 5 Sched ule of items

Page 9 of 24

formalities required for the formal acceptance of tender & will be forwarded to tenderer as soon as

possible and the instruction contained in the communication should be acted upon immediately.

6.3 The successful bidder shall communicate acceptance of the quotation if it is acceptable to him, by a letter. The

formal acceptance of the tender will be forwarded to the successful tenderer as soon as possible. The

instructions contained in the letter should be acted upon immediately by the tenderer.

6.4 The bidder, whose tender is accepted will then send letter of agreement in the prescribed format(as per

Performa communicated by Director (Medical) Delhi, ESI Corporation on a notarized stamp paper of Rs.100/-

to Director (Medical) Delhi, ESI Corporation conveying his agreement and acceptance of the

terms and conditions as part of Memorandum of understanding(MOU). The acceptance of this letter by

Director (Medical) Delhi ,ESI Corporation will begin the contract and will be enforceable in law.

7. The Director (Medial) Delhi, ESI Corporation reserves the rights to invite in his sole discretion separate

quotations to effect purchases outside this contract in the event of any urgent demand arising in a locality

where no stocks are held or otherwise.

8. Samples of items quoted as per Annexure-‘’A’’ may be asked by technical evaluation committee for scrutiny.

9. The past performance of the tenderer if any will be taken into consideration for award of a New Rate Contract.

10. Tenderer will have to furnish documents in support of the information given in the tender. Original

documents shall be submitted for verification as and when required.

11. In case of any attempt for cartelization by tenderer with a view to hike up the prices, all bids will be

rejected and the tenderers will be blacklisted.

12. The tenderer, if selected, will have to supply Stationery directly or through its authorized distributor to the

ESIC Delhi/New Delhi/Noida region.

13. After the finalization of Rate contract by the Director (Medical) Delhi, ESI Corporation, supply orders will be

placed by the Central Medical Store/Medical Superintendent in ESIH of Delhi and Noida Region, who for the

purpose of this Rate Contract, shall be designated as Chief Direct Demanding Officer and will exercise the powers

of Director Medical Delhi, ESI Corporation in all matters connected with the execution of supplies and/or wherever

specifically provided in the terms and conditions of the Rate Contract. The Chief Direct Demanding Officer can also

designate any of his subordinate Officer as Direct Demanding Officer (DDO) to operate this contract.

14. Supply orders will be placed from time to time during the currency of the contract in which the exact

quantities required on each occasion shall be specified by the Direct Demanding Officer.

15. Supply orders against the contract will be accepted as long as these reach the contractor on or before last

date of the currency of the contract. Supply orders received during the closing days should be complied

within due course, in accordance with the contract, even though in some cases owing to contract having

expired, supplies are to be executed after the expiry of the last date of contract.

16. No guarantee can be given as to the minimum quantity which will be drawn against this contract but the

contractor will supply quantity as may be ordered by the Direct Demanding Officers during the currency of the

contract.

17. If the firm fails to execute the supply order within stipulated time, the order will be awarded to firm at second

preference and the risk purchase will be recovered from the firm at first party.

18. Packing

a)Tendering firms must quote for the packing specified against each item in the schedule annexed "To the

rate enquiry", as any other packing may not be accepted.

b) Loose supplies/damaged packing/tampered or damaged label supplies shall not be accepted under any

circumstances.

c) Supplies to be made in proper boxes.

d) Packing should be able to prevent damage or deterioration during transit.

19. All containers are required to be secured with pilfer-proof seals to ensure genuineness of the product packed.

Page 10: IMPORTANT INSTRUCTIONS for BIDDERS regarding · PDF fileBidder needs to submit Bid Processing Fee charges of Rs. 2495/- ... Credit Card or Net Banking for ... 5 Sched ule of items

Page 10 of 24

20. Tenderer/Bidder/Dealer should supply the stores with proper packing and making for transit so as to be received at

the destination without any loss or damage of the item/items.

21. The price must be quoted F.O.R Destination per unit as shown in the schedule annexed and should be

exclusive of VAT/Sales Tax but inclusive of all charges INCLUDING packing and forwarding. Transition

loss if any will be borne by the firm(any monetary limit is not acceptable).

22. The purchaser will not pay separately for transit insurance and the contractor will be responsible for

Delivery of items covered by the supply order in good condition at the specified destination on time and for

this purpose freight insurance octroi etc., if any, will have to be borne by the supplier.

23. Delivery Period:

On receipt of an order from any Direct Demanding Officer, the successful tenderer shall, execute the order

within the stipulated time i.e. 6(Six)weeks from the actual date of dispatch. In case of failure to supply, the

Corporation reserves the right to purchase the stocks from other sources as risk purchase, i.e. purchase from any

other firm or firms, in the rate contract or from outside the contract at the discretion of the Direct Demanding

Officer concerned at a competitive rate, the difference in amount shall be risk purchase amount payable by the

contractor.

23.1 The cutoff date of delivery period shall be counted from the date of actual dispatch of supply orders

to date of receipt of supplies at FOR destination.

23.2 A successful tenderer can extend the delivery period with the permission of chief Direct Demanding

Officer, if he is not in a position to execute the order in time in case of some genuine reason. Such

extension is permissible for a maximum period of 2 week and in this situation penalty will be levied

as mentioned below.

23.3 The request for extension of DOD(Due Date of Delivery) should reach 03 days before actual DOD.

23.4 If the successful tenderer fails to execute the supply order within the stipulated period i.e. 6(Six)

weeks from the date of issue of supply order, penalty of 5% of the value of the order calculated at

the contract rate per week or a part of a week will be levied.

23.5 The maximum penalty for late supply shall not exceed 10% of the total value of the order/orders.

23.6 If part supply is done by the firm, risk purchase will be resorted to remaining quantity which has not

been supplied. The extra expenditure involved in procuring the supplies will be recovered in full from

the firm at the discretion of the competent authority. The risk purchase so imposed will be payable

by the firm or will be deducted from the incoming bill(s)/security money of the firm.

23.7 Apart from the risk purchase action, the firm’s performance security deposit may also be forfeited

and other penal action like debarring the firm along with item(s) manufacturer/Marketer from

participation in ESI Corporation rate contract present and future for a period of not less than three

years for the said item(s)if Director(Medical)Delhi so desires.

23.8 In case supply is declared substandard appropriate action that may include forfeiture of security,

debarring from future participation in ESIC Tenders or Blacklisting may be invoked.

24. Notwithstanding any omission or shortcoming in the supply order it is incumbent upon the contractor/

seller to supply the items as per the specifications of the relevant rate contract.

25. Receipt of supplies:

25.1 Supplies will be accepted subject to inspection by Director (Medical) Delhi/Medical Superintendent

E.S.I. Hospital concerned or his nominated officer in accordance with rules/procedures.

25.2 Any defect found in the material will render the supplies open to rejection and decision of the

Director (Medical) Delhi/Medical Superintendent/Store Manager, will be final and legally binding.

25.3 The rejected store will be removed by the suppliers at their risk and cost.

26. Inspection:

The Director (Medical)Delhi, ESI Corporation, reserve the right for Inspection of the premises of the bidder

participating in the tenders, by officers appointed by the Director Medical Delhi. They can also carry out

inspection for assessing the capacity/capability/eligibility of the firm to make supplies on the basis of ESI Rate

Page 11: IMPORTANT INSTRUCTIONS for BIDDERS regarding · PDF fileBidder needs to submit Bid Processing Fee charges of Rs. 2495/- ... Credit Card or Net Banking for ... 5 Sched ule of items

Page 11 of 24

Contract and to ensure that good manufacturing practices are being followed by manufacturer. The decision

of the Director Medical Delhi shall be final in this regard.

26.1 Inspection authority

The Director (Medical) Delhi/Medical Superintendent or the officer nominated by him.

27. Inspection and rejection

27.1 To Reject stores submitted as not being in accordance with the particulars:

Director (Medical) Delhi/Medical Superintendent or his officer may reject the whole

consignment tendered for inspection if after inspection of such portion thereof as he may decide

in his discretion, he is satisfied that the consignment is unsatisfactory.

27.2 If any stores are rejected as aforesaid than without prejudice to the foregoing provisioner, the

Director(Medical) Delhi/Medical Superintendent shall be at liberty to :-

27.2.1 Allow the contractor to resubmit stores in replacement of those rejected within time

specified by Director (Medical) Delhi/Medical Superintendent or the replacement without

being entitled to any extra payment; or

27.2.2 Buy the quantity of the stores rejected or other of similar nature elsewhere at the risk

and cost of a Contractor without affecting the contractor's liability as regards supply of any

further consignments due under the contract; or

27.2.3 Terminate the contract and recover from the Contractor the loss, the Director (Medical)Delhi/

Medical Superintendent thereby incurs.

28. Removal of Rejections

28.1 Any stores submitted for inspection and rejected by the Inspector must be removed by the

contractor within fourteen days from the date of receipt of intimation of rejection and it shall

be the duty of the contractor to remove them accordingly. Such rejected stores, shall lie at the

contractor risk from the afore-mentioned time, the Director (Medical) Delhi /Medical

Superintendent shall have the right either to return the rejected stores at the contractor's risk in

such mode of transport as the Director(Medical)Delhi/Medical Superintendent may select or to

dispose of such stores as he thinks fit at the contractor's risk and on his account and to retain such

portion of the proceeds as may be necessary to cover any loss or expenses incurred by or on the

behalf of the Director (Medical)Delhi/Medical Superintendent in connection with the said sale.

Freight to destination shall be recoverable from the contractor at the Public Tariff Rate.

29. Payment

Payment for the supply will be made within 6 weeks (after receipt and acceptance of the goods)

directly by the chief Direct Demanding Officers or through nominees to whom bills are submitted. Bills

should be submitted within one(1) week of the receipt of goods to enable timely payment.

30. Any dues or payments that have arisen to the Corporation from the contractor for which no specific time

limit has been laid down in the terms and conditions shall be payable by the contractor within such time

limit as may be prescribed in the letters/orders addressed to the contractors.

31. Any payments that have been demanded as per the provisions of clause 31 or under any other clause shall

be payable within the time laid down. On failure to do so: -

31.1 The contractor shall be liable to be debarred for supplying Printed Stationery etc. to the ESI

Corporation for a period not exceeding three years.

31.2 The contractor is liable to be prosecuted in court of law.

32. Subletting of contract:

The Contractor shall not sublet, transfer or assign the contract or any part thereof. In the event of the

contractor contravening this condition the Director(Medical) Delhi, will be entitled to place the contract

elsewhere on the contractors account at his risk and the contractor shall be liable for any loss or damage

to the Director(Medical)Delhi, may sustain in consequence of arising out of such replacing of the contract.

Page 12: IMPORTANT INSTRUCTIONS for BIDDERS regarding · PDF fileBidder needs to submit Bid Processing Fee charges of Rs. 2495/- ... Credit Card or Net Banking for ... 5 Sched ule of items

Page 12 of 24

33. Rate Revision :

Successful tenderers shall not be entitled to any rate revision of price for any reason except that allowed

by Government of India, except downward revision.

34. Recovery of sums due:

34.1 Whenever any claim for the payment of a sum of money arises out of or under this contract

against the contractor the purchaser shall be entitled to recover such sum by appropriating, in part

or whole the security deposited by the contractor, if a security money is taken against the

contract.

34.2 In the event of the security money being insufficient, then the balance or the total sum to be

recoverable, as the case may be, shall be deducted from any sum then due or which at any time

thereafter may become due to contractor under this or any other contract with the purchaser.

34.3 Should this sum not be sufficient to cover the full amount recoverable, the contractor shall pay to

the purchaser on demand the remaining balance due.

34.4 Any dues or payments that have arisen to the corporation from the contractor for which no specific

time limit has been laid down in the terms and conditions shall be payable by the contractor

within such time limit as may be prescribed in the letter/order addressed to the contractors.

35. Fraud & Corruption

35.1 The bidder, supplier, contractor and the consultants observe the highest standard of ethics during the

procurement & execution of such contracts in pursuit of this:

35.1.1 Defines, for the purposes of this provision, the terms set forth below as follow:-

35.1.1.1 “Corrupt Practice” means the offering, giving, receiving or soliciting directly or indirectly of

anything of value to influence the action of public official in the procurement process or

in contract execution.

35.1.1.2 “Fraudulent Practice” means a misrepresentation or omission of facts in order to

influence a procurement process or the execution of a contract.

35.1.1.3 “Collusive Practice” means a scheme or arrangement between two or more bidders, with

or without the knowledge of the purchaser, designed to establish bid prices at artificial,

non -competitive levels;

35.1.1.4 “Coercive Practices” means harming or threatening to harm, directly or indirectly, person

or their property to influence their participation in the procurement process or affix to

execution of a contract.

35.1.1.5 Will reject a proposal for award, if it determines that the bidder recommended for award

has, directly or through an agent, engaged in corrupt, fraudulent, collusive, coercive

practices in competing for the contract in question.

36. Insolvency and Breach of Contract:

The Director (Medical) Delhi/Medical Superintendent may at any time by notice in writing

summarily terminate the contract without Compensation to the contractor in any of the

following contingencies, that is to say:-

36.1.1 If the contractor being an individual or if firm, any partner in the contractor's firm, shall

at any time be adjudged insolvent or shall have a receiving order or orders for

administration of his estate made against him or shall take any proceedings for

liquidation or composition under any insolvency Act for the time being in force or shall

make any conveyance or assignment of this effects or enter into any arrangements or

composition with his creditors or suspend payment or if the firm be dissolved under

Partnership Act, or

36.1.2 If the contractor being a company shall pass a resolution or the courts shall make an

order for the liquidation of the affairs or a receiver or Manager on behalf of the

debenture holder shall be appointed or circumstances shall have arisen which entitled the

Page 13: IMPORTANT INSTRUCTIONS for BIDDERS regarding · PDF fileBidder needs to submit Bid Processing Fee charges of Rs. 2495/- ... Credit Card or Net Banking for ... 5 Sched ule of items

Page 13 of 24

court or debenture holders to appoint a receiver or Manager, or

36.1.3 If the contractor commits any breach of this contract not herein specifically provided for in

the tender document. Provided always that such determination shall not prejudice any

right of action or remedy which shall have accrued or shall accrue thereafter to the

purchaser and provided also that the contractor shall be liable to pay the purchaser for

any extra expenditure incurred thereby put to but shall not be entitled to any gain on

repurchased.

37. Arbitration

In the event of any dispute or difference arising under these conditions or any special conditions or contract

or in connection with this contract, except as to any matters the decision on which is specially provided for

by these or special conditions the same shall be referred to the sole arbitration of the Director (Medical)

Delhi ,Employees' State Insurance Corporation or some other person appointed by him. There shall be no

objection that the arbitrator is a Government/Corporation servant and that he had to deal with matters to

which contract relates or that in the course of his duties as Govt./ Corporation servant he had expressed

views on all or any of the arbitration dispute or differences. The award of the arbitrator shall be final and

binding on the parties to this contract.

It is term of this contract:

37.1. If the arbitrator be a person, appointed by the Director Medical, Employees' State Insurance

Corporation:

37.1.1 In the event of his delaying neglecting or refusing to act, being unable to act, for any reason,

it shall be lawful for the Director Medical , E.S.I.C. either to proceed with the reference

himself or to appoint another person as arbitrator in place of the outgoing arbitrator.

37.2 It is further a terms of this contract that no person, other than the Director Medical , E.S.I.C. or the

person appointed by him should act as arbitrator and that, if for any reason that is not possible, the

matter is not to be referred to arbitrator at all.

37.3. Upon every such reference, the assessment of the cost incidental to the reference and award

respectively shall be in the discretion of the arbitrator.

37.4. Subject as aforesaid, the Arbitration Act, 1940 and the rules there under and any statutory

Modifications thereof for the time being in force shall be deemed to apply to the arbitration

proceedings under this clause.

37.5. Work under the contract at shall, if reasonably possible, continue during the arbitration proceedings

and no payment due to or payable by the purchaser shall be with-held, on account of such proceedings.

37.6. The venue of the arbitration shall be Delhi/New Delhi.

37.7. In this clause the expression the Director Medical , E.S.I.C. means the Director (Medical) Delhi ESIC for

the time being and includes, if there be no Director (Medical)Delhi of ESIC, the officer who is for the

time being the Administrative head of the Directorate(Medical)Delhi, Employees' State Insurance

Corporation whether in addition or otherwise.

37.8. For the purpose of the contract including proceedings thereunder, the Director (Medical)Delhi, ESIC

shall be entitled to exercise all the rights and powers of the purchaser.

37.9. All the disputes relating to the Rate Contract shall be subject to the territorial jurisdiction of Delhi

Courts.

38. All the disputes relating to this tender enquiry and Rate Contract shall be subject to the territorial

Jurisdiction of Courts at Delhi/New Delhi only.

39. Tenderer will be liable for cancellation of the contract for any misleading information found at any time

during the currency of the contract.

40. Validity of the Rate Contract is two years from the date of finalization of the contract, but in case of

exigencies, period can be extended further for a period of one year as desired by Director(Medical)Delhi.

In case of extreme exigencies the rate contract may further be extended for a period of one year more by

Page 14: IMPORTANT INSTRUCTIONS for BIDDERS regarding · PDF fileBidder needs to submit Bid Processing Fee charges of Rs. 2495/- ... Credit Card or Net Banking for ... 5 Sched ule of items

Page 14 of 24

mutual consent with both the parties.

41. It may be noted that If the above instructions are not adhered to by the tenderer, the quotation may

summarily be rejected and the Corporation will not be liable to answer for the same.

42. Force Majeure:

If at any time during the applicability of Rate Contract the bidder fails to discharge its obligation due to force

majeure(natural disaster or act of God etc.) he will promptly notify the Director(Medical)Delhi or its

representative about the happening of such an event. The Director(Medical)Delhi or its Representative is

solely entitled to terminate the order/contract in respect of such performance of the bidders obligations if he

so desires. The obligations under the contract on behalf of bidder for the contract shall be resumed as soon as

practicable after the event has come to an end or ceased to exist.

43. It may be noted that, no correspondence shall be entertained between bidder and Director(Medical)Delhi

till the tender is finalized. However the bidder has to provide necessary information if called upon by

Director(Medical)Delhi to do so , at any stage.

44. It may also be noted that the unsuccessful tenderer will not be informed of the result of his tender.

Director(Medical)Delhi

Page 15: IMPORTANT INSTRUCTIONS for BIDDERS regarding · PDF fileBidder needs to submit Bid Processing Fee charges of Rs. 2495/- ... Credit Card or Net Banking for ... 5 Sched ule of items

Page 15 of 24

Name of the e-Tender: 111/A/31/11/1/2012/CS (Stationery RC)

IV. SCHEDULE OF REQUIREMENTS, SPECIFICATIONS & ALLIED TECHNICAL DETAILS

LIST OF ITEMS AND THEIR SPECIFICATIONS

Item No.

NAME OF ITEMS

SPECIFICATIONS (of a unit) BRAND BRAND QUOTED

RATE (Per unit) Exclusive of VAT

1 ALL PIN Solid Head, Sharp point, Nickel Plated 26mm, length, packet of net weight 70 gms

(A) Kangaroo (B) Bell

2 CORRECTION

FLUID WHITE White fluid 15ml with diluter of 15ml

(A)KORES (B)BHARAT

3 REGISTER RULED IQR

18.5X30.5cm (finished Ordinary binding with card board,96pages in a quire (70 GSM)

(A)SARASWATI (B) NEELGAGAN

4 REGISTER

RULED -2 QR 18.5 x 30.5cm (finished),Ordinary binding with card board, 96 pages in a quire (70 GSM)

(A)SARASWATI (B) NEELGAGAN

5 REGISTER

RULED-3 QR 18.5 x 30.5cm (finished),Ordinary binding with card board, 96 pages in a quire(70 GSM)

(A)SARASWATI (B) NEELGAGAN

6 REGISTER

RULED-4QR 18.5 x 30.5cm (finished),Ordinary binding with card board, 96 pages in a quire(70 GSM)

(A)SARASWATI (B) NEELGAGAN

7 REGISTER

RULED-6QR 18.5 x 30.5cm (finished),Ordinary binding with card board, 96 pages in a quire (70 GSM)

(A)SARASWATI (B) NEELGAGAN

8 REGISTER

RULED-8QR 18.5 x 30.5cm(finished),96 pages in a qr.Binding with Card board and cloth/rexine/leather on

(A)SARASWATI (B) NEELGAGAN

9 REGISTER

RULED-10QR Ledger paper size 18.5x30.5cm (finished), 96 pages in a qr. Binding with Card board and cloth/rexine/leather on (70 GSM)

(A)SARASWATI (B) NEELGAGAN

10 REGISTER

RULED-12QR Ledger paper size 18.5x30.5cm (finished), 96 pages in a qr. Binding with Card board and cloth/rexine/leather on (70 GSM)

(A)SARASWATI (B) NEELGAGAN

11 STAMP PAD BLUE COLOUR SIZE 70x110MM (A) Kores

(B) Supreme 12 CALCULATOR 12 Digits, 150 steps, tax

calculation (A) CASIO (B) CITIZEN

13 PEN DRIVE (1) 2 GB (2) 4 GB ( 3) 8 GB (4) 16 GB

(A)TRANSEND (B)KINGSTON

14 MARKER A)Permanent B) Erasable

(A) Kores (B) Reynolds (C) Luxor

15 HIGHLIGHTER Good quality (A) Faber Castle (B) LUXOR

Page 16: IMPORTANT INSTRUCTIONS for BIDDERS regarding · PDF fileBidder needs to submit Bid Processing Fee charges of Rs. 2495/- ... Credit Card or Net Banking for ... 5 Sched ule of items

Page 16 of 24

17 STAMP PAD INK Blue, 30ml (A) Kores (B) Supreme

18 STAPLER HD-10D

Good quality with plastic covering (A) Kangaroo (B) Max

19 STAPLER PIN-10

For use in Stapler HD-10 (A) Kangaroo (B) Max

20 STAPLER 24/6 Good quality with plastic covering (A) Kangaroo (B) Max

21 STAPLER PIN-24/6

For use in Stapler 24/6 (A) Kangaroo (B) Max

22 PHOTO STAT PAPER (F/S)

Full Scape, 215x345 mm. pack of 500 sheets, 75 GSM

Century/JK/Power/ Khanna

23 PHOTO STAT PAPER A/4

A/4, 210x297 mm. pack of 500 sheets, 75 GSM

Century/JK/Power/ Khanna

24 ROUGH WRITING PAD

Ruled white texture of Medium size (No. 33), 80 pages (48 GSM)

Neelgagan/ Lotus

25 FOOT SCALE Foot scale of 30.5 cm. Good quality transparent plastic with engraved number marks

(A) CAMEL (B)NATRAJ (C) BITTOO

26 PIN CLIP CONTAINER

Magnetic, for large pin clips (B) Best (B) Kangaroo

27 U-CLIP Non Tear end, extra vide, 35mm length, 10mm breadth, Nickle plated, Pkt of 100 clips

(A) Kangaroo (B)Bell

28 CARBON

PAPER(PENCIL) DFS

Double Full Scape Pkt of 100 Sheets

(A) Kores (B) Kangarooo

29 PENCIL

SHARPNER , ERASER SET

A pencil box (containing 10 nos. of pencils with one plastic sharpener and one eraser )

(A) Natraj (B) Bittoo (C) Camelin

30 CARBON PAPER (PENCIL)

210 MMX330MM, Pkt of 100 sheets

(A) Kores-5011 Kores (Sphire)

31 COMPUTER

PAPER 10X12X1 10"x12"x1", 70 GSM, 1000 Sheet in a ream, Dot-Matrix Paper

(A) Century (B) De'smat (C) Orient

32 COMPUTER PAPER 10X12X2

10"x12"x2", 60 GSM, 500x2 Sheet in a ream, Dot-Matrix Paper

(A) Century (B) De'smat (C) Orient

33 COMPUTER PAPER 10X12X3

10"x12"x3", 60 GSM, 250X3 Sheet in a ream, Dot-Matrix Paper

(A) Century (B) De'smat (C) Orient

34 COMPUTER PAPER 15X12X1

15"x12"x1", 70 GSM, 500 Sheet in a ream, Dot-Matrix Paper

(A) Century (B) De'smat (C) Orient

35 COMPUTER PAPER 15X12X3

15"x12"x3", 60 GSM, 250x3 Sheet in a ream, Dot-Matrix Paper

(A) Century (B) De'smat (C) Orient

36 DESK CALENDER PLATE

Good quality with plastic plate KBI/Others

37 DESK

CALENDER Good quality KBI/Others

Page 17: IMPORTANT INSTRUCTIONS for BIDDERS regarding · PDF fileBidder needs to submit Bid Processing Fee charges of Rs. 2495/- ... Credit Card or Net Banking for ... 5 Sched ule of items

Page 17 of 24

38 PRINTER CARTRIDGE (TONER)

For HP Laser Jet 1022 Printer Q 2612A

HP

39 COMPUTER

FLOPPY Capacity 1.44MB, 3-12" Flopply (10 Floppy in one packet)

Amkette / Sony

40 PUNCHING MACHINE

Standard Size Kangaroo

41 FEVI STICK 10 gm & 15 gm Kores/Fevi stick 42 GUM BOTTLE 150 ml Camel/National 43 PRINTER

RIBBON LQ 1050

Ribbon of Computer Paper LQ 1050DX

L1P11

44 ENVELOPES

6”X4” White paper,70gms,properly gummed at closing end

No specific Brand

45 ENVELOPES 10”X4-1/2

White Paper, 70 gms, properly gummed at closing end

No Specific Brand

46 ENVELOPES 11”X5” (LAMINATED)

Yellow thick paper with PVC film lamination inside

No specific Brand

47 ENVELOPES

30.5cmx40.5cm Khakhi/Yellow thick paper with PVC lamination inside

No specific Brand

48 ENVELOPES 30.5cmx40.5cm

Khakhi/Yellow thick paper with cloth lining inside

No specific Brand

49 NOTING SHEET(Green)

8-1/2”x13-1/2”,one pad should be of 100 sheets,margin line should be printed on the left hand side of both (60 GSM)

No specific Brand

50 PAPER DFS

RULED 34.5X43.5cm,60 gsm (Fine)500 Sheets in a ream

No specific Brand

51 TAG SMALL(White)

Good quality white tags No specific Brand

52 POKER Good quality steel body poker No specific Brand 53 FILE BOARD 14"x10" board with card strip duly

cloth pasting (7.5 cm width)lace 81 cm with half cm thickness

No specific Brand

54 STICHING

THREAD BALLS Good quality, Green coloured, weight: 100gm

No specific Brand

55 MEDICINE ENVELOPE (POLYTHENE)

3"x4" with Stiching at on one end of 3" and opening at other end 3"

No specific Brand

56 ENVELOPE

9”X4” White paper,70gms,properly gummed at closing end

No specific Brand

57 ENVELOPE 9”X4” (WINDOW)

White paper,70gms,properly gummed at closing end

No specific Brand

58 PAPER WEIGHT Transparent Acrylic sheet, Cuboidal, size 60x60x25mm

No specific Brand

59 CANDLES Weight approx 200 gms of a box

of 6 candles and 3.5% oil in base No specific Brand

60 TAG BIG (Green) Good quality green tags, 15" long

(minimum) No specific Brand

61 FILE WRAPPER 50cm X7.5cm, full inner raxine

cloth pasting having lace of 81 No specific Brand

Page 18: IMPORTANT INSTRUCTIONS for BIDDERS regarding · PDF fileBidder needs to submit Bid Processing Fee charges of Rs. 2495/- ... Credit Card or Net Banking for ... 5 Sched ule of items

Page 18 of 24

cm

62 SEALING WAX Good quality 10 sticks in a pkt weight 300 gms

No specific Brand

63 COLOURED FILE FLAG (Self stick note pads)

Good Quality No specific Brand

64 U-CLIP

COLOURED Good Quality No specific Brand

65 Cello Tape White 1/2 inch, 1-1/2 inch, 2 inch, 3 inch Good Quality 66 Brown Tape 3 inch Good Quality 67 Pen Refill Jetter Good Quality 68 DUMPER Good quality No specific Brand

69 Single Punch Good quality Kangaroo 70 Envelope A4 Yellow paper,80gms,properly

gummed at closing end No specific Brand

Page 19: IMPORTANT INSTRUCTIONS for BIDDERS regarding · PDF fileBidder needs to submit Bid Processing Fee charges of Rs. 2495/- ... Credit Card or Net Banking for ... 5 Sched ule of items

Page 19 of 24

Name of the e-Tender : 111/A/31/11/1/2012/CS (Stationery RC)

Annexure-‘A’

V.Technical Bid

Total No. of items quoted _______________

Details of the item quoted.

Table-I

S.NO. ITEM NO. ITEM NAME BRAND DEVIATION FROM REQUIRED

SPECFICICATION(S) IF ANY

(Signature of Authorized Signatory

with Stamp)

Page 20: IMPORTANT INSTRUCTIONS for BIDDERS regarding · PDF fileBidder needs to submit Bid Processing Fee charges of Rs. 2495/- ... Credit Card or Net Banking for ... 5 Sched ule of items

Page 20 of 24

Name of the e-Tender : 111/A/31/11/1/2012/CS (Stationery RC)

Annexure-‘P’

VI.Price Bid

Table-II

ITEM NO. NAME OF ITEM

WITH

SPECIFICATION

RATE PER UNIT

IN FIGURES

RATE PER UNIT

IN WORDS (RS)

GST IF

APPLICABLE IN %

For example:-

* Comparative Price evaluation of the Printed Stationery items will be done on the basis of Rate per unit (Column 3).

Page 21: IMPORTANT INSTRUCTIONS for BIDDERS regarding · PDF fileBidder needs to submit Bid Processing Fee charges of Rs. 2495/- ... Credit Card or Net Banking for ... 5 Sched ule of items

Page 21 of 24

VII. CONTRACT FORM (On Non-Judicial Stamp Paper of Rs.100/-)

From:- Name of the firm/Company:

Address for correspondence:

Telephone No.:

Working Fax No.

E-mail address:

Details of Person responsible for conduct of business

(Name, Mobile No.& e-mail address)

To

Director (Medical) Delhi,

Directorate (Medical) Delhi,

ESI Dispensary Complex,

Tilak Vihar, New Delhi-110018

Sub: Supply of Stationery Items at the quoted rate to Director (Medical) Delhi, ESI Corporation for a

period of Two years w. e. f. date of finalization of Tender.

Sir,

I/We/am/are authorized signatories of M/s.________________________

I/ we hereby undertake as follows:-

1. I/we hereby undertake to supply Stationery Items in areas specified by the Director (Medical)Delhi,

ESI Dispensary Complex, Tilak Vihar for a period of two years at the rates quoted by me/us and in the

packing specified in the prescribed tender form, which is submitted herewith according to the

instructions and the terms and conditions. The duration of the said contract may be extended on the

same terms and conditions & rates if the Director(Medical)Delhi so desires.

2. I/we hereby undertake that the rates quoted against each item by me/us in the tender are FOR

destination and inclusive of all packing charges, freight charges and duties payable during the

contract period. However, ST/CST/VAT are mentioned separately against each item, wherever

applicable.

3. I/we hereby undertake that I/we have necessary documents as required and uploaded the same in the

order in which they are mentioned.

4. I/we hereby undertake that I/We shall demonstrate the samples of the quoted item(s) at Central

Store along with literature for evaluation as and when directed by Director (Medical) Delhi.

5. I/we understand that security deposit submitted on entering into contract, is likely to be forfeited in

the event of lapse on my/our part to comply with the terms and conditions of the tender and also

on the supplying/items of sub-standard quality or if proven to have followed unscrupulous practices

apart from the liability of penal action for violating the law of the land.

6. I/we have carefully read and understood the terms and condition to avoid any error, omission. I/we

shall abide by these conditions. I/we will follow them very scrupulously. Any conditional acceptance

shall make my tender liable for rejection.

7. I/We hereby undertake that My/our firm is not blacklisted/deregistered currently. I/We further stated

and undertake that I/We do not stand convicted currently by any court of law in any matter

related to manufacturing/supplying sub- standard goods or on grounds of forgery by any

Government of India & state.

8. I/We hereby undertake that My/our Marketing/Manufacturing firm have enough stock of Items quoted

Page 22: IMPORTANT INSTRUCTIONS for BIDDERS regarding · PDF fileBidder needs to submit Bid Processing Fee charges of Rs. 2495/- ... Credit Card or Net Banking for ... 5 Sched ule of items

Page 22 of 24

in Tender to supply during the currency of the contract.

9. I/we also undertake cognizance of the fact that failure to furnish the information called for by

the Director (Medical) Delhi or to comply with any requirements laid down under the conditions

will be considered as disqualification and the tender by rejection on that account

10. I/we hereby undertake to abide by the instructions issued by the Director (Medical) Delhi from time to

time.

11. I/we hereby understand that ,in case of my supply declared substandard by any approved agency I/we

am/are liable for appropriate action.

12. I/we hereby undertake that, if at any time during the currency of the contract, I/we reduce the sale

price or sell or offer to sell such stores, as are covered under the contract, to any govt.

organization in Delhi/New Delhi/ Noida for a quantity not higher than that being expected to get from

this contract at a price lower than the price chargeable under the contract, I/we shall forthwith notify

such reduction or sale or offer of sale to Director(Medical)Delhi/Director(Medical)NOIDA / Medical

Superintendent and the price payable under the contract for the store supplied after the date of

coming into force of such deduction or sale or offer, shall stand correspondingly reduced and such

down-ward revision will be passed on to the ESI Corporation from the effective date during the

currency of the contract and in case of failure to do so we shall be liable to be debarred from future

ESIC Tender Enquiry for a further period of two years along with forfeiting the earnest

money/Performance security.

13. I/we hereby undertake to abide by the terms and conditions of the contract modified from time to time

and I/we have signed all the papers of terms and conditions and filled up prescribed Performa’s given

along with the tender.

14. I/We hereby undertake that I/We have carefully perused the Terms and Conditions of the Rate Contract

and accept the same.

15. I/We hereby undertake that our firm /company has successfully executed all the Rate Contract/Tender(s)

awarded to my/our firm/company by Govt. organization(s)/institution(s) during last three years i.e.

w.e.f.April 2013 to March 2014,April 2014 to March 2015 & April 2015 to March 2016and till date.

16. I/We hereby undertake and declare that none of my/our family members is/are working in ESI

Corporation, Nor I/our family members superannuated/left/retired from the services of ESI

Corporation in the last 01(one) year from the date of opening of the tender.

17. I/we hereby undertake that if at any time, any information is found to be false, my/our tender/contract

is liable to be rejected at any stage by Director(Medical)Delhi, without assigning any reason.

Yours faithfully

(Signature of Authorized Signatory

along with stamp)

Verification:

The undertaking given above is true to my knowledge and belief and signed in

presence of me on th

day of _________ month of the Year ________.

(Signature of Notary

with Full Name, date and stamp)

Page 23: IMPORTANT INSTRUCTIONS for BIDDERS regarding · PDF fileBidder needs to submit Bid Processing Fee charges of Rs. 2495/- ... Credit Card or Net Banking for ... 5 Sched ule of items

Page 23 of 24

Annexure -B

VIII. MANDATE FORM

(On Firm/Company Letter Head)

Beneficiary’s customer’s option to receive payment through e-payment

1. Beneficiary name

2. Beneficiary address

3. Beneficiary account no.

4. Account type (S.B. Account/

current account for cash credit)

with code 10/11/13

5. 9 digit code number of the Bank & branch

appearing on the MICR cheque issued by

6. Bank name

7. Bank name , Address, Telephone no.

8. IFSC (Indian financial service code)

9. Photocopy of cancelled cheque to confirm

correctness of IFSC code and account no.

Given in C & H

I, hereby, declare that the particulars given above are correct and complete. If the transaction is delayed or not

effected at all for reason of incomplete or incorrect information given by me as above, I would not hold the user

institution responsible.

Dated ___________ ___________________________

(Signature of Authorized Signatory

along with stamp)

Page 24: IMPORTANT INSTRUCTIONS for BIDDERS regarding · PDF fileBidder needs to submit Bid Processing Fee charges of Rs. 2495/- ... Credit Card or Net Banking for ... 5 Sched ule of items

Page 24 of 24

Annexure-C

**CHECK LIST OF THE DOCUMENTS [ONLINE/HARD COPY WHICHEVER APPLICABLE]:

1) Demand Draft /Banker’s Cheque of Rupees 2,00,000/-(Rupees Two Lakh Only) as EMD in Favour of ESIC

Fund Account No.1 payable at New Delhi.

2) Photocopies of last 3 years Income Tax Return.

3) CST/VAT Registration documents.

4) List of items quoted by the tenderer in Annexure “A” to be uploaded online.

5) Price bid as per TABLE-II in Annexure-P (To be filled online).

6) Affidavit as per Contract form.

7) Mandate form as per Annexure-B.

8) Proof of annual turnover more than One Crore in last 3 consecutive financial years certified by

Chartered Accountant for the year 2013-14, 2014-15 & 2015-16.

9) Past performance if any for last two years of any Govt. Institution for the quoted item(s).

10) Financial report (Balance sheet, profit & loss account Clearly indicating the turnover ) of last three

consecutive Financial years (i.e.2013-14,2014-2015,2015-16) duly audited by Chartered Accountant

should be enclosed.