24
THE FOOD CORPORATION OF INDIA DISTRICT OFFICE: HALDWANI NOTICE FOR INVITING TENDER Sealed tenders under TWO BID SYSTEM are invited from financially sound (preferably local parties) having business competency for appointment of Contractor/Supplier for preferably supply of printing articles(as mentioned under Column-1) to Food Corporation of India, District Office, Haldwani for a period of one year. List of items of Printing/Stor es articles schedule A Of Bid Estimated Value of Contract (Rs. In Lakh) Earnest Money (Rs.) Security Money (Rs.) Cost of Tender Form with VAT Charges Sale of tender from 28/08/2014 To 10/09/2014 Date of Receipt of tender UKD to 3:00 PM & opening of technical bid at 3:15 PM 1 2 3 4 5 6 7 Enclose Schedule'A' 4.5 lac 10,000/- 25000/- Rs 100/- + VAT 28/08/2014 To 10/09/2014 10/09/2014 NOTE: 1. No negotiation will be conducted with any of the bidders who participate in this tender. 2. Bidders are required to quote their rates in percentage of discount on MRP which will be uniform applicable for entire items of printing as mentioned in schedule – A of Technical bid. 3. Rates quoted for quality other than mentioned in the schedule – A will not be considered. 4. Purchaser (FCI) will not pay separately for transit insurance and supplier will be responsible till the entire stores contracted for, arrive in good condition at the destination. The tenderers are required to give their offers in two separate envelopes. The Part – A TechnicalBid along with List of items to be supplied- Schedule – A, Bio- Data and EMD details-Schedule-B, List of documents required- Schedule-C with required document and DD of EMD/DD for cost of Tender form in case of downloaded tender, are to be submitted in the sealed envelope marked as TECHNICAL BID and PRICE BID will contain the rates in percentage of discount on MRP to be given in separate sealed envelope marked as PRICE BID. Both the envelopes/bid then will be kept in another sealed envelope superscripting “Tender No………………………. for………………”and addressed to Area Manager, FCI, DO, Haldwani with name and address of the tenderer.

THE FOOD CORPORATION OF INDIA DISTRICT OFFICE: HALDWANIfci.gov.in/app2/webroot/upload/NIT_360.pdf · Column-1) to Food Corporation of India, District Office, Haldwani for a period

  • Upload
    others

  • View
    9

  • Download
    0

Embed Size (px)

Citation preview

  • THE FOOD CORPORATION OF INDIA DISTRICT OFFICE: HALDWANI

    NOTICE FOR INVITING TENDER

    Sealed tenders under TWO BID SYSTEM are invited from financially sound (preferably local parties) having business competency for appointment of Contractor/Supplier for preferably supply of printing articles(as mentioned under Column-1) to Food Corporation of India, District Office, Haldwani for a period of one year. List of items of Printing/Stores articles schedule A Of Bid

    Estimated Value of Contract (Rs. In Lakh)

    Earnest Money (Rs.)

    Security Money (Rs.)

    Cost of Tender Form with VAT Charges

    Sale of tender from

    28/08/2014

    To 10/09/2014

    Date of Receipt of tender UKD to 3:00 PM & opening of technical bid at 3:15 PM

    1 2 3 4 5 6 7

    Enclose Schedule'A'

    4.5 lac 10,000/- 25000/- Rs 100/-+ VAT

    28/08/2014 To

    10/09/2014

    10/09/2014

    NOTE:

    1. No negotiation will be conducted with any of the bidders who participate in this tender.

    2. Bidders are required to quote their rates in percentage of discount on MRP which will be uniform applicable for entire items of printing as mentioned in schedule – A of Technical bid.

    3. Rates quoted for quality other than mentioned in the schedule – A will not be considered.

    4. Purchaser (FCI) will not pay separately for transit insurance and supplier will be responsible till the entire stores contracted for, arrive in good condition at the destination.

    The tenderers are required to give their offers in two separate envelopes. The

    Part – A TechnicalBid along with List of items to be supplied- Schedule – A, Bio-Data and EMD details-Schedule-B, List of documents required- Schedule-C with required document and DD of EMD/DD for cost of Tender form in case of downloaded tender, are to be submitted in the sealed envelope marked as TECHNICAL BID and PRICE BID will contain the rates in percentage of discount on MRP to be given in separate sealed envelope marked as PRICE BID. Both the envelopes/bid then will be kept in another sealed envelope superscripting “Tender No………………………. for………………”and addressed to Area Manager, FCI, DO, Haldwani with name and address of the tenderer.

  • The tender forms (nontransferable) containing detailed terms and conditions

    and NIT can be downloaded from our website at http://www.fciweb.nic.in In case of downloaded the tender forms, the cost of tender form i.e. Rs. 100 +13.5% shall be paid separately at the time of depositing the tender i.e. on 10/09/2014 by way of DD/Pay order issued by any schedule bank payable in favour of Area Manager FCI Haldwani. The tender form (nontransferable) containing detailed terms and conditions can also be purchased from Food Corporation of India District Office, Rampur Road, Haldwani on all working days between 11:00 AM to 3:00 PM from 28/08/2014 To 10/09/2014 The tender dully filled along with required documents and prescribed earnest money in the form of demand draft/local pay order / bankers cheque issued by any schedule bank in favour of Area Manager, FCI, Haldwani payable at HALDWANI will be received upto3:00 PM on 10/09/2014.atDistrict Office, Haldwani.

    The Technical Bids will be opened on the same day i.e 10/09/2014.at 3:15

    PM in presence of tenderer or their authorized representative.

    The PRICE BID envelopes of only those tenderers will be opened who are found technical qualified at District Office, Haldwaniin presence of tenderer or their authorized representative. The date of opening of price bid shall be fixed later on and will be intimated to all technical qualified tenderers.

    No adjustment of previous earnest money deposit shall be allowed and

    tenders not accompanied with prescribed earnest money in prescribed forms shall be summarily rejected. The tender on plain paper will not be accepted.

    THE DETAILS OF DOCUMENTS/CONDITIONS TO QUALIFY IN T ECHNICAL BID

    1. Self-attested copies of all identity proof reference. In case of partnership Firm, Company, the tenderer have to enclosed the relevant registration certificate along with Partnership deep/Articles of Association/ Memorandum of Association/ Bye Laws etc. as applicable.

    2. Self-attested copy of address proof reference. 3. Self-attested copy of PAN Card. 4. Self-attested copy of CST No. 5. Self-attested copy of VAT No. 6. Self-attested copy of proof of age certificate and Photograph. 7. Demand Draft/Pay Order/banker cheque of earnest money deposit. 8. Signed statement indicating the name of the Central Govt./State Govt./PSUs

    Client, if any. 9. Self-declaration with reference to abiding of MTF terms and conditions and non-

    blacklisting.

    The Food Corporation of India reserves the right to reject any or all tenders without assigning any reasons.

  • No. B-7(1)/Printing Tender/2014-15 Area Manager Date: FCI, DO, Haldwani Copy to:

    1. The Manager (Computer), FCI, DO, HALDWANI…… He is requested to upload the above NIT along with MTF in FCI website immediately, as the opening of technical bid is scheduled to be opened on 10/09/2014 at 3:15 PM.

    2. The Manager (Admin ‘B’) Local……. He is requested to arrange the place for opening of tender and chairs etc on 10/09/2014 at 3:00 PM.

    3. The Manager (Security) Local…… He is requested to arrange the security force on 08/09/2014 at 3:00 PM for opening of tender.

    4. The Manager (Bills), FCI, DO, HALDWANI. 5. Notice Board of FCI, DO, HALDWANI. 6. M/s Pooran & Sons, Haldwani. 7. GM (R), Food Corporation of India, Regional Office, Dehradun.

    Area Manager

  • PART – A

    TECHNICAL BID

    The Food Corporation of India

    District Office, Rampur Road, Haldwani

  • The Food Corporation of India

    District Office Rampur Road, HALDWANI

    Original/duplicate By Registered Post/Ack. Due Telegram: FOODCORP Price Rs.…./-(Plus Taxes) per set

    NOT TRANSFERABLE: THE TENDER IS ISSUED IN DUPLICATE. ONE COPY SHALL BE RETAINED BY THE TENDERER

    Tender No. B-7(1)/Printing Tender/2013-14 dated …………….for supply of printing articles to be supplied for the Food Corporation of India. Last date for submission of tender is before 3:00 PM on ……………...Tender to be opened at 3:15 PM on the same day i.e. …………… in the presence of tenderers. Tenders will remain open for acceptance upto …………. with full right to the Food Corporation of India to extend the period of acceptance thereafter a further period upto ……… days or more.

    If the date upto which offers should open for acceptance be declared a holiday for the Corporation’s office, the offers will remain open next working days.

    NOTE: Date of tender sale from ……………..to………….. Upto3:00 PM (In working days). Date of submission: ………….. Upto3:00 PM Date of opening: …………….. at3:15 PM

    AREA MANAGER

  • From The Area Manager, Food Corporation of India District Office Rampur Road HALDWANI (U.P.) To, M/s……………………………………………… ……………………………………………………. ……………………………………………………. Dear Sir, The Food Corporation of India, Haldwani invited tenders to be addressed to the Area Manager, Food Corporation of India, Haldwani for the supply of Printing articles conforming to the quality specification/quality as per Schedule – ‘A’. The terms and conditions governing above are given in Annexure-A attached. The instructions to be followed strictly before submitting the tender as are given therein.

    Your Faithfully,

    Area Manager

  • ANNEXURE – ‘A’

    The Food Corporation of India,DistrictOffice,Haldwani

    Schedule to Tender No. B-7(1)/Printing Tender/2014-15 dated 28/08/2014 Terms &

    conditions for the printing of articles of Food Corporation of India, District Office, Haldwani

    1. Definition: (i) The term ‘Contract shall mean and include the invitation to tender, incorporating

    also the instruction to tenders, the tender, its annexure and schedules, accepting of tender and such general and special conditions as may be added to it.

    (ii) The terms ‘Corporation and Food Corporation’ whichever occur shall mean the Food Corporation of India established under Section 3 of the Food Corporation Act, 1964 and will include its Area Manager, successors and assigns.

    (iii) The term ‘AreaManager’ (hereinafter referred to as purchaser) shall mean the

    Area Manager under the Food Corporation of India. The term ‘Area Manager’ shall also include other officer authorized for the time being to execute contract on behalf of the Food Corporation of India.

    (iv) The term ‘Contractors’ shall mean and include the person and persons, Firm or

    Company with whom the contract has been placed including their heirs, executors, administration, successors and their permitted assigns as the case may be.

    2. Submission of Tender: (a) The tender shall be submitted in two parts, viz., technical bid and price bid.

    (b) The original copy of the tender alongwith the document required under the technical

    bid is to be kept in one sealed envelope superscribed ‘A’- Technical Bid and the price bid will be kept in another sealed envelope superscribed ‘B’ Price Bid. Both the bids then will be kept in another sealed envelope super scribing “Tender No………………. for printing” and addressed to the Area Manager, Food Corporation of India with the name and address of the tenderer.

  • (c) The envelope containing the Technical Bid shall include the following: (i) The tender document alongwith all its Annexure & Appendixes duly signed on

    each page by the Tenderer. (ii) Earnest Money Deposit. (iii) List of Documents attached, as per the Schedule-‘C’, duly signed by the

    Tenderer.

    (d) Tender which do not comply with these instructions shall be summarily rejected.

    (e) No tender will be allowed through Registered Post.

    (f) The tender form shall be filled in by Tenderer clearly, neatly & accurately. Any alteration, erasures or overwriting should be duly initialed by the authorized signatory.

    (g) It should be clearly understood by the Tenderer that no opportunity shall be given to them to alter, modify or with-draw any offer at any stage after submission of the tender.

    (h) Technical Bid shall be accompanied be earnest money of Rs. 10,000 /- (Rupees Ten Thousand only) in the form of Demand Draft of the State Bank of India or a Schedule Bank in favour of Area Manager, Food Corporation of India, Haldwani.

    (i) The technical bid only shall be opened first, on the due date and time specified in the

    NIT in presence of the Tenderer or their authorized representative who will remain present. The price bid of only those tenderer shall be opened whose technical bid are found to be acceptable. The time and date of opening of price bid shall be fixed and intimated to the technically qualified tenderers through written/electronic communication.

    (j) The tender form shall be filled in by the tenderer clearly, neatly, accurately. Any

    alteration erasers or overwriting the tender will be invalid would make unless the same are neatly carried out and attested over the full signature of tender.

    3. Corrupt Practices:

    Any bride, commission, gift or advantage given, promised or offered by or on behalf of the supplier or his partner, agent or servant of any one of his or their behalf (whether or without the knowledge of the supplier) to any officer, servant, representative or agent of the Corporation in relation to the obtaining of the execution of this or any contract with the corporation shall, in addition to any criminal liability which he may incur, subject the supplier to the cancellation the said contract in relation to the tender

  • and all other contracts and also the payments to Corporation of any loss resulting from any such cancellation.

    4. Opening of tenders:

    The technical Bid will be opened in the Office of the Area Manager, Food Corporation of India, Haldwani at the fixed time and date indicated in the NIT. The Tenderer will be at liberty to be present either in person or through an authorized representative at the time of opening of the technical Bid. Price bids of only those tenderers shall be opened whose technical bid qualify, at a time and place of which notice will be given. The tenderer technically qualified will be at liberty to be present either in person or through an authorized representative at the time of opening of the Price Bid.

    5. Documents (Attached to Tenders):

    The tenderer should submit the documents as per the schedule- ‘C’ in technicalbid(Part- A). Besides, the tenderer will have to give an undertaking/declaration to the effect that they have not been black listed or their business dealing with the Govt./PSUs have not been banned.

    6. Earnest Money:

    Each offer must be accompanied with the earnest money of Rs.10,000 /- (Ruppes Ten Thousand Only) in the form of Demand Draft of the State Bank of India or a Schedule Bank in favour of Food Corporation of India, Haldwani Payable at Haldwani. The Earnest money deposit has to be enclosed in technical bid only. If any technical bid received without prescribed EMD in prescribed form then the tender/offer will be treated invalid tender/offer and it will be summarily rejected. The earnest money is liable to forfeiture of the tenderer after submitting his tender resiles from his offer or modified the terms and conditions thereof. Tenderer received without Earnest Money deposit are liable to be rejected.

    Earnest Money will be returned to all unsuccessful tenderers as soon as practicable after decision on tenders and to successful tenderer after he furnishes the Security Deposit if the successful tenderer does not desire the same to be adjusted towards the security Deposit. No interest shall be payable on the amount of Earnest Money.

    7. Security Deposit:

    The successful tenderer shall furnish security deposit of Rs. 25,000/-(Rupees Twenty Five Thousand Only) within seven working days of the acceptance of his tender. The security shall be deposited in favour of Area Manager, in the form of Demand Draft of the State Bank of India or a Schedule Bank in favour of Area Manager, Food Corporation of India, Haldwani in the form of demand draft/pay order issued by any schedule bank.

  • If the successful tenderer had previously held any contract and furnish security deposit, the same shall not be adjusted against this tender/contract and a fresh security deposit will be required to be furnished.

    The security deposit will be returned to the contractor within 6 months from completion of contract/work on due and satisfactory performance of the services and on completion of all obligation by the supplier/contractor under the terms of the contract as well as on submission of ‘No Demand Certificate’, subject to such deduction from the security as may be necessary for making up of the Corporation claims against the contract.

    If the tenderer having been called upon the Area Manager, Food Corporation of India, Haldwani to furnish the security Deposit by and if he fails to do so within the specified period, it shall be lawful for the Corporation to cancel the contract or any part thereof and to purchase or authorized for the purchase of the store articles at the risk & cost of the tender.

    Further, if the tenderer fails or neglects to observe or perform any of his obligations under the contract, it shall be lawful for the Food Corporation of India to forfeit the Security Money either in whole or in part in the absolute discretion of Area Manager, Food Corporation of India, Haldwani or to appropriate the security deposit or any therein or towards the satisfaction of any sum due to be claimed for any damaged, losses, charges, expenses or cost that may be suffered or incurred by the Corporation save as aforesaid if the tenderer duly performs and completes contract in all respect and present an absolute (No Demand Certificate), the Area Manager, Food Corporation of India, Haldwani shall refund the Security Deposit to the tenderer after deducting all cost and other expenses that the Corporation may have incurred and all dues and other money including all losses and damage which the Corporation is entitled to recover from the tenderer. The decision of Area Manager, Food Corporation of India, Haldwani in respect of damage, losses, costs or expenses shall be final and binding on the tenderer. The Corporation shall not be liable for payment of any interest on the security Deposit or any depreciation thereof for the time it is held by the Corporation.

    8. Acceptance of Tenders:

    Tenders received after closing time prescribed shall not be accepted at any circumstances. The Corporation reserves the right to accept without assigning any reason the lowest or any tender or reserves the right without any reason to reject any or all the tenders. The successful tenderer will be intimated by letter or telegram/electronic media.

    9. Quantity:

    The estimated yearly purchase volume of entire item may be to the tune of Rs. …………. which may also vary as per requirement of item/items may vary accordingly to our consumption and per policy of FCI toward curbing expenditure & strengthening fiscal discipline.

  • Tenderer/Suppliers will be responsible till the entire stores contracted for, arrive good condition at the destination.

    10. Quality of the supplies:

    The Tenderer to ensure the supply the item mentioned in schedule- ‘A’ as per manufacturer specifications of branded/reputed Company and tenderer have to meet the quality satisfaction as per branded/manufactured specification based on FCI demand. The supplier shall guarantee that the stores, Printing, articles sold/supplied to the purchaser (FCI) under this contract shall be of the best quality and workmanshing and new in all respect and shall be strictly in accordance with the specification and particulars contained/mentioned in the purchase order.

    On subsequent inspection, if the consigner (FCI) finds may defect in quality then

    the supplier will ensure rectification of goods/stores/articles or such portion thereof as is found to be defected by the purchaser within a reasonable period/such specified period as any be allowed by the purchaser in his discretion on/ an application made thereof by the supplier and in such an event, the above mentioned warranty period shall apply to the goods/stores/articles rectified. In case of failure of the supplier to rectify or replace the goods etc. within specified time, the purchaser (FCI) shall be entitled to recover the cost with all expenses from the supplier for such defective stores/articles/goods etc. It will be responsible of the tenderer to get approve the proof from FCI before final printing. Any deviation if found has to be rectified by tenders on bid own cost.

    11. Prices:

    (i) The Percentage of Discount to be offered on MRP uniform applicable for entire

    items of Printing as referred in Schedule ‘A’

    (ii) The price shall include octroi, duty free packing, free handling, free delivery charges and upto the purchaser’s office premises.

    (iii) Sales tax local/central will be extra if leviable under Sale Tax Act. A copy of the

    Sale Tax return actually filed by tenderer to the Sale Tax authorities shall be furnished, if so called up in support of having deposited the amount of Salels Tax with the Government.

    (iv) Rate quoted for quality other than mentioned in the Schedule A will not be considered.

    (v) 100% payment will be released within 15 days on satisfaction receipt of the goods/articles ordered. Advance payment will not be made under any circumstances.

  • (vi) Purchaser will not pay separately for transit insurance and the supplier will be responsible till the entire stores contracted for, arrive in good condition at the destination.

    13 Delivery:

    (i) The time for the date of delivery of the articles stipulated in the purchaser’s order shall be deemed to be essence of the contract and delivery must be completed no later than the date(s) so stipulated.

    (ii) Area Manager will have the sole right to extend the period of delivery.

    (iii) Terderer/Suppliers will be responsible till the entire stores contracted for, arrive good condition at the destination.

    14 (A) Defaults:

    In the event of the tenderer to supply the articles or any installments thereof in accordance with the purchaser’s order within the period fixed for such delivery or breach of pay terms thereof, the Area Manager, FCI, Haldwani has the right to cancel the contract and repurchase the unsupplied quantity at the sole risk & cost of the tenderer subject to levy of liquidation damages upto 20% of the value of supplies per month or part of the month for the period between the date when suppliers are tendered and date when they were due. The quantum of the liquidation damages to be levied which will be at the sole discretion of the General Manager, Food Corporation of India, Haldwani.

    (B) Risk & Cost of Tenderer:

    In case of regular failure to supply of Printing items in due time by supplier despite issuance of notice, the same items shall be purchased from the market at his Risk & Cost for which the differential amount will be recovered from him.

    15 Payments: (a) The tenderer shall supply the articles in accordance with the prescribed

    specifications unless any deviation has been expressly specified in the acceptance of the tender.

    The payment will be made by the FCI on production of pre-receipted Bill (in duplicate) including therein full particulars and supported by delivery challan. Central/Local Sale Tax, if any, payable will be paid extra at the rates applicable at the time of delivery.

  • (b) 100% payment will be released within 15 days on satisfaction receipt of the goods/articles ordered. Advance payment will not be made under any circumstances .

    (c) Purchaser will not pay separately for transit insurance and the supplier will be responsible till the entire stores contracted for, arrive in good condition at the destination.

  • भारतीय खा िनगमभारतीय खा िनगमभारतीय खा िनगमभारतीय खा िनगम,,,, िजला कायालयिजला कायालयिजला कायालयिजला कायालय,,,, ह ानी ।ह ानी ।ह ानी ।ह ानी ।

    Schedule Schedule Schedule Schedule ---- AAAA

    मु ण साम ी - ा प प

    . स.

    मु ण साम ी का नाम

    आकार (स.ेमी. म) आव यकता अनुसार G.S.M टडर दरे Rs

    1 आर. आर. इनवड रिज टर 33x21 100 पेज 57 gram/mt2

    2 आर. आर. आउटवड रिज टर

    33x21 100 पेज 60 gram/mt2

    3 डेली इ यू रिज टर 33x21 100 पेज 60 gram/mt2

    4 डाक िड पैच रिज टर 33x21 100 पेज 60 gram/mt2

    5 डाक ाि रिज टर 33x21 100 पेज 60 gram/mt2

    6 एल. पी. सी. पैड 33x21 100 पेज 57 gram/mt2

    7 डेली ाि रिज टर 33x21 200 पेज 60 gram/mt2

    8 लीव एकाउंट बुक 30x19 40 पजे 75 gram/mt2

    9 ज.े ई. पैड 30x19 100 सीट 57gram/mt2

    10 डेड टाक रिज टर 33x21 100 सीट 60 gram/mt2

    11 बी. ई. I ा ी बाउचर 12x14 100 सीट 57gram/mt2

  • 12 बी. ई. II बक बाउचर पैड 15x22 100 सीट 57gram/mt2

    13 बी. ई. III पैटी कैश बाउचर पैड

    14x22 100 सीट 57gram/mt2

    14 टाफ पे िबल पैड 50x38 100 सीट 57gram/mt2

    15 ए रोल पैड 30x19 100 सीट 57 gram/mt2

    16 लैटर हडे पैड 29x21 100 सीट 57 gram/mt2

    17 कॉपी लैटर हडे पैड 29x21 100 सीट 57 gram/mt2

    18 कॉपी लैटर हडे पैड 18x26 100 सीट 57 gram/mt2

    19 लैटर हडे पैड 18x26 100 सीट 57 gram/mt2

    20 लैटर हडे कॉपी छोटा 14x22 100 सीट 57 gram/mt2

    21 वाहन भ ा पैड 30x19 100 सीट 57 gram/mt2

    22 ा ी बकु(ए सेपटेस बुक) 21x27 50x40 (200 पेज) 57 gram/mt2

    23 एनािलिसस बुक 21x27 50x40 (200 पेज) 57 gram/mt2

    24 गेट पास बुक 19x15 50x40 (200 पेज) 57 gram/mt2

    25 प रचालन बुक 19x15 50x40 (200 पेज) 57 gram/mt2

    26 एकनालजेमट बकु 21x27 50x40 (200 पेज) 57 gram/mt2

    27 सपुल ि लप बुक 19x15 50x40 (200 पेज)

    57 gram/mt2

  • 28 िड पचै एडवाइज़ 19x30 100 सीट 57 gram/mt2

    29 टाक एकाउंट पाट I 30x38 100 पजे 60 gram/mt2

    30 ईविनग टाक पोिजशन पैड 19x30 100 पेज 57 gram/mt2

    31 बी. ई. I लेजर टेड 42x35 100 पेज 90 gram/mt2

    32 बी. ई. II लजेर टेड 42x35 100 पेज 90 gram/mt2

    33 बी. ई. III लजेर टेड 42x35 100 पेज 90gram/mt2

    34 बी. ई. IV लेजर टेड 42x35 100 पेज 90gram/mt2

    35 टैक वाइज़ रिज टर 33x21 100 पजे 60 gram/mt2

    36 सैड़ वाईज रिज टर 33x21 100 पजे 60 gram/mt2

    37 वैगन लदान रिज टर 33x21 100 पजे 60 gram/mt2

    38 मािसक टाक रिज टर 30x28 100 पेज 60 gram/mt2

    39 मैािसक भौितक स यापन पैड

    30x19 100 पेज 57 gram/mt2

    40 टोरेज लास पैड ( टोरेज गेन टोरेज दोना ओर छपाई

    60x38 100 पेज 57 gram/mt2

    41 रेलवे सील काड ित 1000 10x12 ____ 430 gram/mt2

    (card sheet)

    42 कनवे नोट बकु 22x18 100 पेज 57 gram/mt2

    43 आई. ओ. आर. एडवाइज़ पैड (दोन ओर छपाई )

    30x19 100 पेज 57 gram/mt2

    44 डेिबट/ े िडट एडवाइज़ पैड (दोन ओर छपाई )

    30x19 100 पेज 57 gram/mt2

    45 वाच एंड वाड रिज टर 33x21 100 पजे 60 gram/mt2

    46 कैटगेराईजेशन रिज टर 33x21 100 पजे 60 gram/mt2

  • 47 िच क सा ितपू त भ ा पैड 19x14 100 पजे 57 gram/mt2

    48 आई.ओ.एम. बलैे स स ट फकेट पैड

    22x28 100 पजे 60 gram/mt2

    49 रलीज ऑडर बुक पैड 22x28 100 पजे 57 gram/mt2

    50 ांिज़ट लासं पैड (रेल ारा) 60x38 100 पजे 57 gram/mt2

    51 मािसक टाक एकाउंट पाट - I

    60x38 100 पजे 60 gram/mt2

    52 मािसक टाक एकाउंट पाट - II

    60x38 100 पजे 60 gram/mt2

    53 मािसक टाक एकाउंट पाट - III

    60x38 100 पजे 60 gram/mt2

    54 अ जत अवकाश पैड 30x19 100 पजे 57 gram/mt2

    55 मािसक स यापन पैड - ए 30x19 100 पेज 60 gram/mt2

    56 मािसक स यापन पैड - बी 30x19 100 पजे 57 gram/mt2

    57 मािसक स यापन पैड - सी 30x19 100 पजे 57 gram/mt2

    58 मािसक स यापन पैड - डी 30x19 100 पजे 57 gram/mt2

    59 भौितक स यापन पैड - ई 30x22 100 पजे 57 gram/mt2

    60 भौितक स यापन पैड - एफ 30x22 100 पजे 57 gram/mt2

    61 आई.ओ.जी. बैले स स ट फकेट

    30x19 100 पजे पेज 60 gram/mt2

    62 सकुलर - 1 13x19 100 पजे पेज 60 gram/mt2

    63 सकुलर - 4 13x19 100 पजे पेज 60 gram/mt2

    64 सकुलर - 5 13x19 100 पेज 60 gram/mt2

  • 65 डी.पी.एस. लेबर वकड़न पैड 13x19 100 पजे 57 gram/mt2

    66 लेबर बु कग ि लप पैड 13x19 100 पजे 57 gram/mt2

    67 लेबर िबल पैड 21x33 100 पजे 57 gram/mt2

    68 नोट सीट पैड 21x33 100 पजे ीन लजेर 70 gram/mt2

    69 टैक काड 24x30 _____ 430 gram/mt2

    card sheet

    70 उपि थित पिंजका 20x17 50 पजे 57 gram/mt2

    71 स ट फकेट, इंटर ऑ फस 12x19 100 पजे 60 gram/mt2

    72 वेट चकै ममेो 21x30 50x04 (200 पजे) 57 gram/mt2

    73 चेज कम पेमट बाउचर 21x30 50x04 (200 पजे) 57 gram/mt2

    74 एम.आई.आर. पैड 42x32 100 पजे 57 gram/mt2

    75 टै ट चके पैड 34x20 100 पजे 60 gram/mt2

    76 वीट कैश बुक 22x40 100 पजे 60 gram/mt2

    77 मा टर लजेर 40x35 100 पजे 60 gram/mt2

    78 डेली इ यू रिज टर 30x18 100 पजे 60 gram/mt2

    79 एनािलसस रिज टर 30x18 100 पजे 60 gram/mt2

    80 रजे सन रिज टर 30x18 100 पजे 60 gram/mt2

    81 नमी रिज टर 30x18 100 पजे 60 gram/mt2

    82 जी स वाइज़ रिज टर 30x18 100 पजे 60 gram/mt2

    83 टोरेज रिज टर 19x14 100 पजे 60 gram/mt2

    84 ांिज़ट लास रिज टर 19x14 100 पेज 60 gram/mt2

    85 गनी रिज टर 33x21 100 पेज 60 gram/mt2

    86 या ा भ ा पैड 19x30 100 पेज 57 gram/mt2

  • 87 धमकाटा रिज टर 33x21 100 पेज 60 gram/mt2

  • 16 LAW GOVERNING THE CONTRACT:

    The contract will be governed by the laws of India for the time being in force Period:

    The period of contract will be one year from the date of acceptance of Rate Running Contract any may be extended upto a further period of one year depending upon the requirement with mutual agreement.

    17 Tenderer have to quote their offer/rate in FCI’s prescribed Performa in Price Bid only.

    18 Conditional tender will not be considered for acceptance.

    19 The Food Corporation of India is not bound to accept any condition of the party.

    20 It would be binding on the party to comply with the rules framed by FCI for the efficient & effective conduct of this contract for the supply Printing& store items mentioned in schedule ‘A’ of Technical Bid

    Area Manager Food Corporation of India District Office, Haldwani

  • The Food Corporation of India,DistrictOffice,Haldwani Schedule - B

    Tender No. B.7(1)/Printing Tender/2014-15 Dated………….. (Reference clause 6 of the Annexure ‘A’ of the Tender)

    BIO-DATA OF TENDERER AND EMD DETAILS

    1 Name Of Tenderer

    2 Address of tenderer (please enclosed address proof like Telephone Bill,ElectricityBill,Pass Book of bank Account or any other document relating to proof of address issued by Central Govt./State Govt. or any other Agencies)

    3 Capacity/ Composition of the Tenderer like proprietorship/Patnership/Private Limited/Company etc.

    4 Identity Proof reference like details of PAN Card/Driving License/Photo ID

    5 PAN CARD details

    6 Sales tax Registration No./CST No./VAT Registration No.

    7 EMD details-DD No. and Date,Amount,issues by and infavour of

    8 Year of Business experience

    9 Details of your sister organization if any

    10 Details of diversified business if any

    11 Telephone No./Mob No./FAX No./E-mail ID

    I/We solemnly declared that whatever information as given is correct/true and complete to best of my knowledge and I/We declaring here in case the under clause 12 i.e. pricing considering my/our above information is incorrect/false/incomplete that FCI has liable to forfeit my/our dues available with FCI including EMD/SD.

    Signature of Tenderer with capacity

    Seal of Firm/Company

  • The Food Corporation of India, DistrictOffice,Haldwani

    Tender No. B.7(1)/Printing Tender/2014-15 Dated …………..

    PRICE BID

    From,

    …………………………….

    Tenderer’s name & address with PIN code/Telephone No. and date of birth

    To, The Area Manager, Food Corporation of India, District Office,Haldwani. Sir,

    1. I/We submit the sealed tender for the supply of printing articles to be delivered at District Office, Haldwani.

    2. I/We offer to supply/provide printing items as per Schedule-‘A’. (i) I/We offer percentage of discount @...................(in words………………..) on

    MRP which will be uniformally applicable for entire items of stationery as mentioned in scheduled ‘A’ of Technical Bid.

    (ii) Above (i) shall include octopi ,duty free packing, free delivery charges upto the purchaser’s office premises.

    (iii) Sales tax local /central will be paid extra if leviable under Sales Tax Act. A copy of the Sales Tax return actually filed by the tenderer to the Sales Tax authorities shall be furnished, if so called up in support of having deposited the amount of Sales Tax with the Government.

    (iv) Rates quoted for quality other than mentioned in the SCHEDULE-A will not be considered.

    3. I/We have thoroughly examined the terms and conditions of the Model Tender Form(and if the said date be declared a holiday for Corporation Office, till the next following working day) and shall be bound by communication of acceptance dispatched within time. I/We further undertake that this offer shall not be retraced or withdrawn by me/us after the opening of the tender and 30 days thereafter if extended by the Food Corporation Of India,Haldwani.

    4. Demand Draft No…………….dated……………..for Rs. …………./-(……………Only)(issued by……………………..in favour of Area Manager,FCI, District Office, Haldwani) is enclosed as Earnest Money with my/our Technical Bid. In the event of my/our tender being accepted, I/We agree to make supplies within the

  • delivery period of acceptance of my/our tender,as will be specified in favour of supply order.

    5. I/We confirm that person(s) who have signed below have the authority to sign the tender and given the above after on behalf of M/s…………………………………………….

    Address Yours faithfully ……………………………………. ……………………………………..

    Signature of Tenderer Indicating capacity in which the Signatory has signed with

    Seal of the Firm

    Witness with Name and Address 1. ………………………… 2……………………………

    ………………………… …………………………….

  • The Food Corporation of India ,

    District Office,Haldwani Schedule-‘C’

    DOCUMENTS TO BE ATTACHED WITH TECHNICAL BID

    NOTE: All tenderers are being advised to read the MTF very carefully and complete the documentation as referred in MTF as mention below:

    1. Self attested copies of identity proof reference. In case of partnership firm/company, the tenderer have to enclose the relevant registration certificate along with partnership Deed/MOU (Memorandum of Association/Article to Association applicable for company.)

    2. Self Attested copies of address proof reference. 3. Self Attested copies of PAN Card. 4. Self-Attested copies of CST No. 5. Self Attested copies of VAT No. 6. Demand Draft with reference to EMD.

    (Kindly note, without EMD your technical bid will be summarily rejected and it will be treated as invalid offer.EMD has to be enclosed with Technical Bid only.)

    7. Signed Statement indicating the name of the Central Govt./State Govt./PSU client.(if any)

    8. The Summary documentation of MTF Part –A- Technical Bid- Schedule –‘A’ – List of items to be supplied Schedule –‘B’ – BIO-DATA & EMD details.

    Schedule –‘C’ – Documents to be attached with Technical Bid.

    Part-B- Price Bid Part A i.e. technical bid along with schedule A,B,C and EMD have to submit in separate envelope i.e. “Envelope for Technical Bid”, whereas Part B i.e. Price Bid have to submit in separate sealed envelope i.e. “ Envelope for Price Bid”.

    9. Self declaration with reference to abiding of MTF terms & Condition and non black listing of the firm as mention below: I/We have read and understood the contents of the tenderer and agree to abide the terms& conditions of this tender. I/We further undertake that none of the Proprietor/Partners/Directors of the firm was or is Proprietor or Partners or Directors of any firm whom the Govt. have banned/suspended business dealing. I/WE further also undertake report to the DGM(Admin) immediately after we are informed but in any case not later 15 days,if any firm in which banned/suspended in future during the currency of contract with you.

    Signature of Tenderer with capacity Seal of Firm/Company