rmsa- nagaur (raj.) page 2rajrmsa.nic.in/public/events/10-03-2017-142810~dist...rmsa- nagaur (raj.)...

76

Upload: hahanh

Post on 01-May-2018

228 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: RMSA- NAGAUR (RAJ.) Page 2rajrmsa.nic.in/Public/Events/10-03-2017-142810~Dist...RMSA- NAGAUR (RAJ.) Page 2 PROCUREMENT OF SCHOOL FURNITURE TENDER DOCUMENT FOR SUPPLY AND INSTALLATION
Page 2: RMSA- NAGAUR (RAJ.) Page 2rajrmsa.nic.in/Public/Events/10-03-2017-142810~Dist...RMSA- NAGAUR (RAJ.) Page 2 PROCUREMENT OF SCHOOL FURNITURE TENDER DOCUMENT FOR SUPPLY AND INSTALLATION

RMSA- NAGAUR (RAJ.) Page 2

Page 3: RMSA- NAGAUR (RAJ.) Page 2rajrmsa.nic.in/Public/Events/10-03-2017-142810~Dist...RMSA- NAGAUR (RAJ.) Page 2 PROCUREMENT OF SCHOOL FURNITURE TENDER DOCUMENT FOR SUPPLY AND INSTALLATION

RMSA- NAGAUR (RAJ.) Page 2

OFFICE OF THE GOVT. SR. SEC. SCHOOL NIMOD NAGAUR Phone NO.% 9413170421] E-Mail Address : [email protected]

Bid Ref. No. Date:

TENDER NOTICE 01/2016-17 NIB FOR PROCUREMENT OF SUPPLY & INSTALLATION OF SCHOOL FURNITURE

Open Bids are invited for Procurement of School Furniture from Micro & Small enterprises situated & registered in Rajasthan by the following Govt. Sr. Sec. Schools of Teh. Deedwana Distt. Nagaur :-

S. No.

Name Of School (GHSS)

Estimated Cost (Rs.)

EMD (Rs.)

Tender Fees (Rs.

Last Date & Time of Selling BID Document

Last Date & Time for

Submission of Orignal Bid Document

Date of Opening of

Bid

1 BALIYA 6.00 Lacs 3000/- 500/-

Up to Date : 22.03.2017 01:00 PM at

Office of Releted school

Up to Date : 22.03.2017 04:00 PM at

Office of

Principal GHSS NIMOD

(NAGAUR)

23.03.2017 01:00 PM at Office

of

Principal GHSS

NIMOD (NAGAU

R)

2 CHHAPRI

KALAN 4.00 Lacs 2000/- 500/-

3 DAUDSAR 4.00 Lacs 2000/- 500/-

4 LADRIYA 2.50 Lacs 1250/- 500/-

5 NIMOD 2.00 Lacs 1000/- 500/-

6 AKODA 2.00 Lacs 1000/- 500/-

7 KHAKHOLI 2.00 Lacs 1000/- 500/-

8 DHANKOLI 1.50 Lacs 750/- 500/-

9 CHHOTI

CHHAPRI 0.50 Lacs

250/- 500/-

The Bidder should submit the bid Proposal as prescribed in the Bid Document. The first Part will consist of Technical Bid and the Second Part will consist of financial Bid. Please download the detailed terms and conditions of Tender Document from Website: http://sppp.rajasthan.gov.in; or can be obtained from School Office.

Principal G.Sr.Sec. School

Nimod, Block : Moulasar No. Date : Copy to:-

1. State Project Directore, RCSE Jaipur (Raj.)

2. Commissioner of Industries Raj Jaipur in two copies of bid document

3. District Project Co-Ordinator, RMSA, Nagaur.

4. GM, D.I.C., Nagaur

5. Notice board of all Govt. Sr. Sec. School ........................... Principal

G.Sr.Sec. School Nimod, Block : Moulasar

Page 4: RMSA- NAGAUR (RAJ.) Page 2rajrmsa.nic.in/Public/Events/10-03-2017-142810~Dist...RMSA- NAGAUR (RAJ.) Page 2 PROCUREMENT OF SCHOOL FURNITURE TENDER DOCUMENT FOR SUPPLY AND INSTALLATION

RMSA- NAGAUR (RAJ.) Page 2

Page 5: RMSA- NAGAUR (RAJ.) Page 2rajrmsa.nic.in/Public/Events/10-03-2017-142810~Dist...RMSA- NAGAUR (RAJ.) Page 2 PROCUREMENT OF SCHOOL FURNITURE TENDER DOCUMENT FOR SUPPLY AND INSTALLATION

RMSA- NAGAUR (RAJ.) Page 2

RASHTRIYA MADHYMIK SHIKSHA ABHIYAN,

OFFICE OF THE GOVT. SR. SEC. / SEC. SCHOOL

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

DISTRICT-NAGAUR

Tender

FOR

SUPPLY AND INSTALLATION OF SCHOOL

FURNITURE

Page 6: RMSA- NAGAUR (RAJ.) Page 2rajrmsa.nic.in/Public/Events/10-03-2017-142810~Dist...RMSA- NAGAUR (RAJ.) Page 2 PROCUREMENT OF SCHOOL FURNITURE TENDER DOCUMENT FOR SUPPLY AND INSTALLATION

RMSA- NAGAUR (RAJ.) Page 2

PROCUREMENT OF SCHOOL FURNITURE

TENDER DOCUMENT FOR SUPPLY AND INSTALLATION OF SCHOOL FURNITURE

OFFICE OF THE GOVT. SR. SEC. / SEC. SCHOOL

...............................,

Telephones: ........................................ E-Mail Address :

BID REFERENCE : Dated :

TENDER FOR

SUPPLY AND INSTALLATION OF SCHOOL FURNITURE

1. Govt. Sr. Sec. / Sec. School ..............................District : Nagaur invites Technical & Financial Bids

from Micro & Small Enterprises situated in Rajasthan (as per Notification of Finance

Department, Rajasthan dated 19.11.2015) through Tender for Supply and Installation of School

Furniture.

2. Bidder should submit the proposal only in prescribed form in this bid document. The first part

will consist of technical proposal and the second part will consist of financial proposal.

3. Bidders should go through the complete bid document has been published on the website

http://sppp.rajasthan.gov.in for the purpose of downloading. The downloaded bid document

shall be considered valid for participation in the bid process subject to submission of required

cost of bid document of Rs. 500 (Five Hundred only) in the form of D.D./B.C. in the favour of

As Per List Enclosed School Bank Account Name Detail. Nagaur payable at As Per List Enclosed School Bank Account Name Detail and A copy of EMD and cost of bid document

receipt must be enclosed along with the Technical Bid proposal failing which the bid will be

summarily rejected. All the communications / correspondences including the bid document

should be physically signed, stamped on each page by the designated authorized representative

of the bidder.

4. Bidders have to submit the original Demand Draft/ Banker Cheque/Bank Guarantee of Tender

fee, Earnest Money & Declaration upto 04:00 PM on date : 22.03.2017. If any bidder fails to

submit the same , the technical and financial bid of the bidder shall not be opened. The D.D./

B.C./BG should be of National or scheduled bank drawn in favour of As Per List Enclosed School Bank Account Name Detail.

5. The Technical Bid will be opened on the specified date & time in presence of Bidders or their

authorized representative who chooses to attend. In the event of the date specified for bid

receipt and opening being declared as a government holiday the due date for opening of bids

will be the following working day at the appointed times.

Principal/Headmaster

Govt. Sr. Sec./Sec. School,

.........................., Nagaur

Page 7: RMSA- NAGAUR (RAJ.) Page 2rajrmsa.nic.in/Public/Events/10-03-2017-142810~Dist...RMSA- NAGAUR (RAJ.) Page 2 PROCUREMENT OF SCHOOL FURNITURE TENDER DOCUMENT FOR SUPPLY AND INSTALLATION

RMSA- NAGAUR (RAJ.) Page 2

The summary of various activities with regard to this invitation of bids are

listed in the table below:

Laste Date of Selling of Bid Document Upto 22.03.2017 at 01:00. PM.

Last date & Place for submission of Bidding Documents

Upto 22.03.2017. at 04:00 PM.

Place : Govt. Senior Secondary School Nimod (Nagaur)

Time and date of opening of Technical bid

23-03-2017 at 04:00 PM.

Place of opening of bids Govt. Senior Secondary School Nimod (Nagaur)

Tender Form Fee Rs.500/-

Total Estimated Cost As Per List Enclosed

Earnest money @0.50% of Cost @0.50% of Cost

Bid invitation may be cancelled at any time without any prior notice by the Procuring entity

Principal/Headmaster

Govt. Sr. Sec./Sec. School,

.........................., Nagaur

Page 8: RMSA- NAGAUR (RAJ.) Page 2rajrmsa.nic.in/Public/Events/10-03-2017-142810~Dist...RMSA- NAGAUR (RAJ.) Page 2 PROCUREMENT OF SCHOOL FURNITURE TENDER DOCUMENT FOR SUPPLY AND INSTALLATION

RMSA- NAGAUR (RAJ.) Page 2

Name of School Applied For

Name of the Bidding Company/ Firm:

Contact Person (Authorised Bid Signatory):

Correspondence Address:

Mobile No.

Telephone &

Fax Nos.:

Website &

E-Mail:

Websites:

http://sppp.rajasthan.gov.in

Page 9: RMSA- NAGAUR (RAJ.) Page 2rajrmsa.nic.in/Public/Events/10-03-2017-142810~Dist...RMSA- NAGAUR (RAJ.) Page 2 PROCUREMENT OF SCHOOL FURNITURE TENDER DOCUMENT FOR SUPPLY AND INSTALLATION

RMSA- NAGAUR (RAJ.) Page 2

SUPPLY AND INSTALLATION OF FURNITURE FOR SECONDARY AND

SR. SECONDARY SCHOOLS IN THE NAGAUR DISTRICT

Invitation for Bids(IFB) and Notice Inviting Bid (NIB)

Govt. Sr. Sec. / Sec. School ..............................District : Nagaur invites sealed single stage two

envelopes unconditional competitive bids from eligible bidders Micro & Small Enterprises situated

in Rajasthan (as per Notification of Finance Department, Rajasthan dated 19.11.2015) for supply and

installation of classroom furniture and other furniture for School. Who are bonafide registered

manufacturers.

Name and Address of the Procuring Entity – Govt. Sr. Sec. / Sec. School .......................District : Nagaur

Subject Matter of Procurement- Supply and Installation of Classroom Furniture & Other Furniture for

School.

Bid procedure- Single stage two cover Open Competitive Bidding (Rate Contract) through

procurement.

Bid Evaluation Criterion- Least Cost Based Selection(LCBS) L-1. (Item wise) From eligible

bidders provided they conform to the quality standards.

Website for downloading bidding document, corrigendum and addendums -

http://sppp.rajasthan.gov.in

Total Estimated Procurement Cost- AS List Enclosed.

Earnest Money Deposit- In the form of Demand Draft/Bankers Cheque/Bank Guarantee of a

Scheduled/Nationalized Bank in favour of As Per List Enclosed School Bank Account Name Detail

Tenderer should submit bid with original Demand Drafts/Bankers cheque/Bank Guarantee for

earnest money, DD/BC of Tender fees & Declarations – on dated

22.03.2017 upto 04:00 P.M. and the date of opening of technical bid

23.03.2017 at 01:00 P.M. Hrs in the Office of Govt. Sr. Sec. School

NIMOD.District : Nagaur

Bid Validity- 120 days from date of technical bid opening.

Note-

1. The procuring entity reserves the complete right to cancel the bid process and reject any or all

of the bids.

2. No contractual obligation whatsoever shall arise from the bidding document /bidding process

unless and until a formal contract is signed and executed between the procuring entity and

the successful bidder.

3. Procurement entity disclaims any factual or other errors in the biding document (the onus is

purely on the individual bidders to verify such information) and the information provided

therein are intended only to help the bidders to prepare a logical bid proposal.

4. The complete bidding document has been published on the website

http://sppp.rajasthan.gov.in for the purpose of downloading.

5. A single-stage two envelope selection procedure shall be adopted.

Page 10: RMSA- NAGAUR (RAJ.) Page 2rajrmsa.nic.in/Public/Events/10-03-2017-142810~Dist...RMSA- NAGAUR (RAJ.) Page 2 PROCUREMENT OF SCHOOL FURNITURE TENDER DOCUMENT FOR SUPPLY AND INSTALLATION

RMSA- NAGAUR (RAJ.) Page 2

CHAPTER — 1: SCOPE OF WORK

This tender is issued on behalf of Govt. Sr. Sec. / Sec. School ..............................District :

Nagaur for the Supply and Installation of Furniture for School. The tender is based on

contract basis and the material is to be supplied and installed within 90 days, in the School

for which the order would be placed for Supply and Installation of Furniture from the date of

signing of contract. The contract period may be extended mutually for one more year. The

list of furniture items with their specifications for each individual school is as

enumerated below.

SCHEDULE OF REQUIREMENT

TOTEL QTY. OF 09 SCHOOLS ITEMS ARE GIVEN

S. NO.

Item No. No. of Unit & Qty. Per

Unit Total Qty Required

1 Total No. of Additional Class Room 02 (Two)

(i) Dual Desk 20 40

(ii) Teacher Table 1 02

(iii) Teacher Chair 1 02

2 Total No. of School Library 07 (Seven)

(i) Library Table 2 14

(ii) Library Chair-Plastic 30 210

(iii) Library Book Shelves 2 14

(iv) Book Racks Double Sided 8 56

(v) Teacher Table 1 07

(vi) Teacher Chair 1 07

3 Total No. of Computer Rooms 05 (Five)

(i) Computer Table 10 50

(ii) Computer Chair 10 50

(iii) Computer Teacher’s Table 1 05

(iv) Computer Teacher’s Chair 1 05

4 No. of Integrated Science Labs 09 (Nine)

(i) Teacher Table 1 09

(ii) Teacher Chair 1 09

(iii) Stools for Science Lab 40 360

(iv) Visitor Chair 2 18

(v) Steel Almirah 1 09

(vi) Steel Almirah With Glass Door 6 54

(vii) Display Board 6 54

5 No. of Art/Craft/Culture Room 08 (Eight)

(i) Teacher Table 1 08

(ii) Teacher Chair 1 08

(iii) Table 3 24

(iv) Display Board 4 32

Detailed School Wise List is as below

Page 11: RMSA- NAGAUR (RAJ.) Page 2rajrmsa.nic.in/Public/Events/10-03-2017-142810~Dist...RMSA- NAGAUR (RAJ.) Page 2 PROCUREMENT OF SCHOOL FURNITURE TENDER DOCUMENT FOR SUPPLY AND INSTALLATION

RMSA- NAGAUR (RAJ.) Page 2

Page 12: RMSA- NAGAUR (RAJ.) Page 2rajrmsa.nic.in/Public/Events/10-03-2017-142810~Dist...RMSA- NAGAUR (RAJ.) Page 2 PROCUREMENT OF SCHOOL FURNITURE TENDER DOCUMENT FOR SUPPLY AND INSTALLATION

RMSA- NAGAUR (RAJ.) Page 2

TECHNICAL SPECIFICATION OF THE ABOVE ITEMS

Class Room Table ( Dual Desk) with Attached Chair

The product should be in complete knock down structure as much as possible/feasible enabling ease in

transportation and assemblies within classrooms.The panels are made from 18 ±0.5mm thick Pre-Laminated

MDF ( IS 14587) with 2 mm PVC edge banding on all sides.Top Dimension shall be 1048 X 378mm. Top Height

shall be 750mm. Seat Dimension shall be 1048 X 335mm. Seat Height shall be 437mm. Back dimensions shall

be 1048 X 265mm. Size may vary +/- 5mm. The Under structure is Made of ERW tubes[IS 7138] 25.4 ±0.3mm x

25.4 ±0.3mm x1.2 ±0.096mm thick powder coated 50microns(±10) at base which are welded to the desk and

seat supports that are made of MS 'C' sections 29+/-0.3mm X 24.9+/-0.3mm X 1.2+/-0.096mm thick powder

coated 50microns (±10). Stiffeners that are provided between the 2 vertical frames at base and back of seat are

made from ERW tubes[IS 7138] 25.4 ±0.3mm x 25.4 ±0.3mm x1.2 ±0.096mm thick powder coated 50microns

(±10). The tubes are closed with plastic caps. Additional horizontal supports of ERW tubes[IS 7138] 25.4

±0.3mm x 25.4 ±0.3mm x1.2 ±0.096mm thick powder coated 50microns (±10) are placed Between front legs and

between back legs to add the rigidity of the structure. The storage shelves are made from 22 Gauge thick

powder coated 50microns(±10) MS sheet which is affixed below 127 ± 5 mm to the desk top & Shelves edges

must be folded of all side to avoid sharpness. Hooks are provided on either sides of the vertical frame of the

desk, for hanging bags/bottles. They are made from 6.0 mm dia MS rods powder coated 50microns (±10) The

under structure is assembled using M5 Trilobular Taptite screws. Nylon studs are provided on bottom side of

RH/LH Frame. All Fabricated parts which require welding are MIG / Spot welded. The Screw joining Wooden

Panels to under structure are Chip Board Screws. All steel structural components shall be made from virgin

material and tested conforming to IS: 513/ IS: 10748/ IS: 2062/ IS: 7138. Recycled steel will not be accepted.

Top understructure – 960mm (W) X 310mm(D). Back Panel Support – 960mm(W) X 325mm(H). Seat support –

960mm(W) X 280mm(D). 3D View is as under:-

Page 13: RMSA- NAGAUR (RAJ.) Page 2rajrmsa.nic.in/Public/Events/10-03-2017-142810~Dist...RMSA- NAGAUR (RAJ.) Page 2 PROCUREMENT OF SCHOOL FURNITURE TENDER DOCUMENT FOR SUPPLY AND INSTALLATION

RMSA- NAGAUR (RAJ.) Page 2

Teacher Table

The product should be in complete knock down structure as much as possible/feasible enabling ease in

transportation and assemblies within classrooms. The table shall have 1199 (w) X 590 (d) X 750 (H). The work

surface of the table shall be 18 +/- 0.5 mm thick Pre Laminated MDF Board (IS14587) top with 2 mm thick PVC

edge beading on all sides. The under structure shall be C frame of 29+/-0.3mm X 24.9+/-0.3mm X 1.2+/-

0.096mm thick powder coated 50 microns (+/-10) CRCA MS. The tubular frame shall be of dia. 25.4+/-0.3 mm X

1.2+/-0.096 mm thick MS ERW round tubes. It shall have 3 drawer unit & shall be 355.5 mm W X 559 mm D X

433.5 mm H, with shell of 0.5+/-0.07 mm thick CRCA MS & drawer tray of 0.5+/-0.07 mm thick CRCA MS &

drawer front of 0.8+/-0.1 mm thick CRCA MS & the drawer friction slide shall have 1.2 mm thick CRCA MS &

lock shall be of 10 lever cam lock. Handles shall be built in plastic. All Fabricated parts which require welding are

MIG / Spot welded. The Screw joining Wooden Panels to under structure are Chip Board Screws. All steel

structural components shall be made from virgin material and tested conforming to IS: 513/ IS: 10748/ IS: 2062/

IS: 7138. Recycled steel will not be accepted. Top Under structure frame – 1165mm (W) X 558mm(D).

Page 14: RMSA- NAGAUR (RAJ.) Page 2rajrmsa.nic.in/Public/Events/10-03-2017-142810~Dist...RMSA- NAGAUR (RAJ.) Page 2 PROCUREMENT OF SCHOOL FURNITURE TENDER DOCUMENT FOR SUPPLY AND INSTALLATION

RMSA- NAGAUR (RAJ.) Page 2

Teacher Chair

The seat and back are made from seasoned wood, caned and finished with synthetic paint (Colour: Black ).

BACK SIZE: 38.1CM(W) X 39.0CM(H). SEAT SIZE: 38.1 cm(W) x 42.4cm(D). The cane is produced from blends

of High and Low Density polyethylene. The cane high tensile strength at break=1400 kg/cm2(min.) & Elongation

at break=54% maximum. The understurcture assembly is a cantilever type frame made of dia. 2.54+/-0.03cm

x0.2+/-0.016cm thick M.S. E.R.W. tube and powder coated. (DFT 40-60 microns). Wood used in the

manufacturing of seat and back should be free from defects, termite free and after caning should bear a load of

130KG in fitted position. Also there should be no permanent deformation or structural changes in the frame

structure on apply of this load. At the bottom of frame lugs should be press fitted in punched holes in the frame

structure. All steel structural components shall be made from virgin material and tested conforming to IS: 513/

IS: 10748/ IS: 2062/ IS: 7138. Recycled steel will not be accepted.

Page 15: RMSA- NAGAUR (RAJ.) Page 2rajrmsa.nic.in/Public/Events/10-03-2017-142810~Dist...RMSA- NAGAUR (RAJ.) Page 2 PROCUREMENT OF SCHOOL FURNITURE TENDER DOCUMENT FOR SUPPLY AND INSTALLATION

RMSA- NAGAUR (RAJ.) Page 2

Library Table

The product should be in complete knock down condition as much as possible/ feasible enabling ease in

transportation and assemblies within premises. Top Size:- 2300x1100 X 750mm (H). The Worktop will be made

of 25mm thick MDF Board (IS14587) with Post forming Laminate and balancing Laminate. Post forming on two

Longer side and two short Side PVC lipping 2.0 mm thick..The under structure is made from 38±0.3 mm X 38±

0.3mm X 1.5 ±0.128 mm thick MS Tube with powder coated 50 microns(±10) ( IS 7138 ) at base which are

welded and are fixed to top with Chip board Screws. Under structure size 2220mm X 1020mm and 2 additional

middle support of 1020mm. The Bottom ends are closed with plastic buffers. The cross members are made from

38±0.3mm X 38±0.3mm X1.5±0.128 mm thick MS Tube at base which are MIG welded and are bolted to Side

frames. The Bottom stiffeners are connected with Hexagonal bolts. All Fabricated parts which require welding

are MIG / Spot welded. The Screw joining Wooden Panels to under structure are Chip Board Screws. All steel

structural components shall be made from virgin material and tested conforming to IS: 513/ IS: 10748/ IS: 2062/

IS: 7138. Recycled steel will not be accepted

Page 16: RMSA- NAGAUR (RAJ.) Page 2rajrmsa.nic.in/Public/Events/10-03-2017-142810~Dist...RMSA- NAGAUR (RAJ.) Page 2 PROCUREMENT OF SCHOOL FURNITURE TENDER DOCUMENT FOR SUPPLY AND INSTALLATION

RMSA- NAGAUR (RAJ.) Page 2

Library Chair

The seat & back shell of chair shall be injection moulded Polypropylene. Seat size – 46.0Ccm(W) X 38.0cm.(D). Back Size –

41.0cm(W) X 40.0cm(H). Tubular Under structure- The tubular under structure is fabricated from dia 1.9+/-0.02cm X 0.1+/-

0.008cm thick. SS202 Grade tube welded together with SS connecting rod dia 0.8+/-0.0058cm. The under structure is

provided with black PP injection moulded ferrules. Load capacity 130 kg. There should be no deformation or structural

changes in the under structure on application of above said load.

Page 17: RMSA- NAGAUR (RAJ.) Page 2rajrmsa.nic.in/Public/Events/10-03-2017-142810~Dist...RMSA- NAGAUR (RAJ.) Page 2 PROCUREMENT OF SCHOOL FURNITURE TENDER DOCUMENT FOR SUPPLY AND INSTALLATION

RMSA- NAGAUR (RAJ.) Page 2

Library Book Rack Double Sided

The product should be in complete knock down condition as much as possible/ feasible enabling ease in transportation and

assemblies within premises Product Size: Width 900mm, Height: 1850mm, Depth: 600mm. Construction: Rigid Knockdown

construction. Material: CRCA 22 gauge Thickness. Finish: Epoxy Polyester Powder coated to the thickness of 50 microns

(+/-10). Number of Adjustable shelf: Five adjustable shelves on one side (Total 12 Loading levels). Uniformly Distributed

Load Capacity per each shelf is 80 Kg maximum. Shelf back stiffener : At the rear side of the shelves back stiffeners are

provided. These act as separators between front & rear books. Label holder & range Indicator: Label Holder & Range

indicator on each main unit for inserting labels. The powder coated components are on regular basis tested for Scratch

resistance test of 4 kg. & for Impact resistance test for 150kgs/cm. All steel structural components shall be made from virgin

material and tested conforming to IS: 513/ IS: 10748/ IS: 2062/ IS: 7138. Recycled steel will not be accepted.

Page 18: RMSA- NAGAUR (RAJ.) Page 2rajrmsa.nic.in/Public/Events/10-03-2017-142810~Dist...RMSA- NAGAUR (RAJ.) Page 2 PROCUREMENT OF SCHOOL FURNITURE TENDER DOCUMENT FOR SUPPLY AND INSTALLATION

RMSA- NAGAUR (RAJ.) Page 2

Library Book Shelf

Almirah Size shall be 916 mm (W) x 486 mm (D) x 1981 mm (H) Excluding levellers. It shall made of 22 gauge CRCA for

Shelf, 20 gauge High yield strength CRCA for doors, back & all other components. Construction shall be welded construction.

*CRCA 'D' grade as per IS:513. **CRCA 'D' grade high yield strength as per IS:513. Construction shall be welded

construction. Locking and Handle – Brass handle, Two way locking mechanism with shooting bolt. Height wise 4 nos of

Adjustable Shelf shall be provided with Uniformly Distributed Load Capacity of each full shelf is 40 Kg minimum. M10 Screw

type leveller with hex plastic base. Outer Finish shall be Epoxy Polyester Powder coated to the thickness of 50 microns (+/-

10).). All steel structural components are processed shall be made from virgin material and tested conforming to IS: 513/ IS:

10748/ IS: 2062/ IS: 7138. The powder coated components are on regular basis tested for Scratch resistance test of 4 kg &

for Impact resistance test for 150kgs/cm. Recycled steel will not be accepted. Ground clearance 127 ± 5 mm. The doors

should be provided with 4 mm thick plain glass having high quality rubber beading on all four sides & further holding with

sheet metal strips. Three hinges for each doors having removable hinge pins.

Page 19: RMSA- NAGAUR (RAJ.) Page 2rajrmsa.nic.in/Public/Events/10-03-2017-142810~Dist...RMSA- NAGAUR (RAJ.) Page 2 PROCUREMENT OF SCHOOL FURNITURE TENDER DOCUMENT FOR SUPPLY AND INSTALLATION

RMSA- NAGAUR (RAJ.) Page 2

Computer Table

The product should be in complete knock down condition as much as possible/ feasible enabling ease in transportation and

assemblies within premesis Dimension of the table shall be 1200 X 600 X 745mm. Table should accompanied with keyboard,

pullout tray with telescopic channels. The Desk Panel is made from 25±0.5mm THICK Pre – laminated MDF Board (IS14587)

with 2 mm thick PVC beadings on all sides. The Under structure is made of 50.8±0.3X25.4±0.3mmX1.6±0.096mm thick

powder coated ERW tubes as per ( IS -7138 ) at base which are welded to the vertical tubes made of ERW tubes[IS 7138]

25.4 ±0.3mm x 25.4 ±0.3mm x1.2 ±0.096mm thick powder coated 50microns(±10).The CPU Stand is made up of ERW

tubes[IS 7138] 25.4 ±0.3mm x 25.4 ±0.3mm x1.2 ±0.096mm thick powder coated 50microns(±10), which is thereafter hooked

on with the Side frame . The Tubes are closed with plastic LDPE caps. Nylon Level Adjuster of M8 size are provided to take

care of unevenness in Floor. All the Metal parts shall be processed and fabricated in modern Press shop. In case of Welding,

all Joints shall be welded. All Metal Parts should be powder coated, before Powder coating all metal parts shall be given anti-

rust phosphate treatment. All metal parts shall be epoxy polyester powder coated and backed at 180 C in a converyorised

Oven. All steel structural components are processed shall be made from virgin material and tested conforming to IS: 513/ IS:

10748/ IS: 2062/ IS: 7138. The powder coated components are on regular basis tested for Scratch resistance test of 4 kg &

for Impact resistance test for 150kgs/cm. Recycled steel will not be accepted. Understructure construction – Width is flush

type and depth shall be 540mm.

.

Page 20: RMSA- NAGAUR (RAJ.) Page 2rajrmsa.nic.in/Public/Events/10-03-2017-142810~Dist...RMSA- NAGAUR (RAJ.) Page 2 PROCUREMENT OF SCHOOL FURNITURE TENDER DOCUMENT FOR SUPPLY AND INSTALLATION

RMSA- NAGAUR (RAJ.) Page 2

Computer Chair

The seat and back are made up of 1.2+/-0.1 cm thick hot pressed plywood, upholstered with fabric and moulded

Polyurethane foam with PVC lipping all around. The back foam is designed with contoured lumbar support for

extra comfort.(Low BACK) SIZE: 39.0cm. (W) X 32.0cm. (H). SEAT SIZE: 43.0cm. (W) X 41.0cm. (D). The HR

Polyurethane foam is moulded with density = 45 +/-2 kg/m cube and hardness load 16+/-2 kgf as per IS:7888 for

25% compression. The frame is made up of 2.54+/-0.03cm X 0.2+/-0.016cm thick M.S.E.R.W. Tube and black

powder coated (DFT 40-60 microns). All steel structural components shall be made from virgin and tested

conforming to IS: 513/ IS: 10748/ IS: 2062/ IS: 7138. Recycled steel will not be accepted. Seat of the chair

should withstand a load of 130 Kg. There should be no deformation or structural change in the understructure on

application of above said load.

Page 21: RMSA- NAGAUR (RAJ.) Page 2rajrmsa.nic.in/Public/Events/10-03-2017-142810~Dist...RMSA- NAGAUR (RAJ.) Page 2 PROCUREMENT OF SCHOOL FURNITURE TENDER DOCUMENT FOR SUPPLY AND INSTALLATION

RMSA- NAGAUR (RAJ.) Page 2

Computer Teachers Table

The product should be in complete knock down structure as much as possible/feasible enabling ease in transportation and

assemblies within classrooms. The table shall have 1199 (w) X 590 (d) X 750 (H). The worksurface of the table shall be 18

+/- 0.5mm thick Pre Laminated MDF Board (IS14587) top with 2mm thick PVC edge beading on all sides. The understurcture

shall be C frame of 29+/-0.3mm X 24.9+/-0.3mm X 1.2+/-0.096mm thick powder coated 50 microns(+/-10) CRCA MS. The

tubular frame shall be of dia. 25.4+/-0.3mm X 1.2+/-0.096mm thick MS ERU round tubes. It shall have 3 drawer unit & shall

be 355.5mm W X 559mm D X 433.5mm H, with shell of 0.5+/-0.07 mm thick CRCA MS & drawer tray of 0.5+/-0.07 mm thick

CRCA MS & drawer front of 0.8+/-0.1 mm thick CRCA MS & the drawer friction slide shall have 1.2 mm thick CRCA MS &

lock shall be of 10 lever cam lock. Handles shall be built in plastic. All Fabricated parts which require welding are MIG / Spot

welded. The Screw joining Wooden Panels to under structure are Chip Board Screws All steel structural components shall be

made from virgin material and tested conforming to IS: 513/ IS: 10748/ IS: 2062/ IS: 7138. Recycled will not be accepted

.

Page 22: RMSA- NAGAUR (RAJ.) Page 2rajrmsa.nic.in/Public/Events/10-03-2017-142810~Dist...RMSA- NAGAUR (RAJ.) Page 2 PROCUREMENT OF SCHOOL FURNITURE TENDER DOCUMENT FOR SUPPLY AND INSTALLATION

RMSA- NAGAUR (RAJ.) Page 2

Computer Teacher Chair

The seat and back are made from seasoned wood, caned and finished with synthetic paint (Colour: Black).

BACK SIZE: 38.1CM(W) X 39.0CM(H). SEAT SIZE: 38.1cm(W) x 42.4cm(D). The cane is produced from blends

of High and Low Density polyethylene. The cane high tensile strength at break=1400 kg/cm2(min.) & Elongation

at break=54% maximum. The understructure assembly is a cantilever type frame made of dia. 2.54+/-0.03cm

x0.2+/-0.016cm thick M.S. E.R.W. tube and powder coated. (DFT 40-60 microns). Wood used in the

manufacturing of seat and back should be free from defects, termite free and after caning should bear a load of

130KG in fitted position. Also there should be no permanent deformation or structural change in the frame

structure on apply of this load. At the bottom of frame lugs should be press fitted in punched holes in the frame

structure. All steel structural components shall be made from virgin material and tested conforming to IS: 513/

IS: 10748/ IS: 2062/ IS: 7138. Recycled steel will not be accepted.

Page 23: RMSA- NAGAUR (RAJ.) Page 2rajrmsa.nic.in/Public/Events/10-03-2017-142810~Dist...RMSA- NAGAUR (RAJ.) Page 2 PROCUREMENT OF SCHOOL FURNITURE TENDER DOCUMENT FOR SUPPLY AND INSTALLATION

RMSA- NAGAUR (RAJ.) Page 2

Stool for Science Lab

Overall dimension of the Stool shall be 420mm X 420mm X 600mm (H). Square stool is of fixed height with Pre Laminated

MDF top with 2mm PVC edge bending and rest structure is MS powder coated. Structure made of MS square pipe –

32mm X 32mm X 1.6mm thickness. Shoe – Neoprene. Top shall be made of 18mm thick Prelaminated MDF board of

dimension- 305mm X 305mm. Finish of metal shall be powder coated. Size of square frame below the top board 270mm

X270mm. All four legs are horizontal supported by MS square pipe – 32mm X 32mm X 1.6mm thickness .

Page 24: RMSA- NAGAUR (RAJ.) Page 2rajrmsa.nic.in/Public/Events/10-03-2017-142810~Dist...RMSA- NAGAUR (RAJ.) Page 2 PROCUREMENT OF SCHOOL FURNITURE TENDER DOCUMENT FOR SUPPLY AND INSTALLATION

RMSA- NAGAUR (RAJ.) Page 2

Visitor Chair

The seat and back are made from seasoned wood, caned and finished with synthetic paint (Colour: Black ).

BACK SIZE: 38.1CM(W) X 39.0CM(H). SEAT SIZE: 38.1cm(W) x 42.4cm(D). The cane is produced from blends

of High and Low Density polyethylene. The cane high tensile strength at break=1400 kg/cm2(min.) & Elongation

at break=54% maximum. The understructure assembly is a cantilever type frame made of dia. 2.54+/-0.03cm

x0.2+/-0.016cm thick M.S. E.R.W. tube and powder coated. (DFT 40-60 microns). Wood used in the

manufacturing of seat and back should be free from defects, termite free and after caning should bear a load of

130KG in fitted position. Also there should be no permanent deformation or structural change in the frame

structure on apply of this load. At the bottom of frame lugs should be press fitted in punched holes in the frame

structure. All steel structural components shall be made from virgin material and tested conforming to IS: 513/

IS: 10748/ IS: 2062/ IS: 7138. Recycled steel will not be accepted.

Page 25: RMSA- NAGAUR (RAJ.) Page 2rajrmsa.nic.in/Public/Events/10-03-2017-142810~Dist...RMSA- NAGAUR (RAJ.) Page 2 PROCUREMENT OF SCHOOL FURNITURE TENDER DOCUMENT FOR SUPPLY AND INSTALLATION

RMSA- NAGAUR (RAJ.) Page 2

Steel Almirah

Almirah Size shall be 916 mm (W) x 486 mm (D) x 1981 mm (H) Excluding levellers. It shall made of 22 gauge CRCA for

Shelf, 20 gauge High yield strength CRCA for doors, back & all other components.. Construction shall be welded

construction. *CRCA 'D' grade as per IS:513. **CRCA 'D' grade high yield strength as per IS:513. Full height Steel Hinged

Door shall be provided. Handle shall be provided having 3 way locking mechanism with shooting bolt arrangement. Height

wise 4 nos of Adjustable Shelf shall be provided with Uniformly Distributed Load Capacity per each full shelf is 40 Kg

minimum. M10 Screw type leveller with hex plastic base. Outer Finish shall be Epoxy Polyester Powder coated to the

thickness of 50 microns (+/-10).). All steel structural components shall be made from virgin material and tested conforming to

IS: 513/ IS: 10748/ IS: 2062/ IS: 7138. Recycled steel will not be accepted. Ground clearance 127 ± 5 mm. Three hinges for

each doors.

Page 26: RMSA- NAGAUR (RAJ.) Page 2rajrmsa.nic.in/Public/Events/10-03-2017-142810~Dist...RMSA- NAGAUR (RAJ.) Page 2 PROCUREMENT OF SCHOOL FURNITURE TENDER DOCUMENT FOR SUPPLY AND INSTALLATION

RMSA- NAGAUR (RAJ.) Page 2

Steel Almirah with Glass Door

Almirah Size shall be 916 mm (W) x 486 mm (D) x 1981 mm (H) Excluding levellers. It shall made of 22 gauge CRCA for

Shelf, 20 gauge High yield strength CRCA for doors, back & all other components. Construction shall be welded construction.

*CRCA 'D' grade as per IS:513. **CRCA 'D' grade high yield strength as per IS:513. Construction shall be welded

construction. Locking and Handle – Brass handle, Two way locking mechanism with shooting bolt. Height wise 4 nos of

Adjustable Shelf shall be provided with Uniformly Distributed Load Capacity of each full shelf is 40 Kg minimum. M10 Screw

type leveler with hex plastic base. Outer Finish shall be Epoxy Polyester Powder coated to the thickness of 50 microns (+/-

10).). All steel structural components are processed shall be made from virgin material and tested conforming to IS: 513/ IS:

10748/ IS: 2062/ IS: 7138. The powder coated components are on regular basis tested for Scratch resistance test of 4 kg &

for Impact resistance test for 150kgs/cm. Recycled steel will not be accepted. Ground clearance 127 ± 5 mm. The doors

should be provided with 4 mm thick plain glass having high quality rubber beading on all four sides & further holding with

sheet metal strips. Three hinges for each doors.

Page 27: RMSA- NAGAUR (RAJ.) Page 2rajrmsa.nic.in/Public/Events/10-03-2017-142810~Dist...RMSA- NAGAUR (RAJ.) Page 2 PROCUREMENT OF SCHOOL FURNITURE TENDER DOCUMENT FOR SUPPLY AND INSTALLATION

RMSA- NAGAUR (RAJ.) Page 2

Table for Art/Craft/Culture Room

The product should be in complete knock down condition as much as possible/ feasible enabling ease in

transportation and assemblies within premesis. Top Size:- 2300x1100 X 750mm (H). The Worktop will be made

of 25mm thick MDF Board (IS14587) with Post forming Laminate and balancing Laminate. Post forming on two

Longer side and two short Side PVC lipping 2.0mm thick..The under structure is made from 38±0.3 mm X 38±

0.3mm X 1.5 ±0.128 mm thick MS Tube with powder coated 50microns(±10) ( IS 7138 ) at base which are

welded and are fixed to top with Chip board Screws. Understructure size 2220mm X 1020mm and 2 additional

middile support of 1020mm. The Bottom ends are closed with plastic buffers. The cross members are made from

38±0.3mm X 38±0.3mm X1.5±0.128 mm thick MS Tube at base which are MIG welded and are bolted to Side

frames. The Bottom stiffners are connected with Hexagonal bolts. All Fabricated parts which require welding are

MIG / Spot welded. The Screw joining Wooden Panels to under structure are Chip Board Screws. All steel

structural components shall be made from virgin material and tested conforming to IS: 513/ IS: 10748/ IS: 2062/

IS: 7138. Recycled steel will not be accepted.

Display Board

Size –900 x 1200 mm,

P/f 12mm thick celotex board commercial ply backing with fabric duly ironed and pasted on the expossed side and double

folded on the edges duly stapled at 25 mm interval with concealed hanging arrangement routered within 12 mm ply. All the

sided duly finished with 6mm X 25mm edge beading with rounded edges duly nailed to the 12 mm ply backing pasted with

adhesive. All the joints to be mitred and to be at 90 degree.

Page 28: RMSA- NAGAUR (RAJ.) Page 2rajrmsa.nic.in/Public/Events/10-03-2017-142810~Dist...RMSA- NAGAUR (RAJ.) Page 2 PROCUREMENT OF SCHOOL FURNITURE TENDER DOCUMENT FOR SUPPLY AND INSTALLATION

RMSA- NAGAUR (RAJ.) Page 2

Chapter — 2: INFORMATION TO BE PROVIDED BY THE TENDERERS

(AS A MANUFACTURER)

(Where the space provided is not sufficient, a separate sheet may be enclosed.)

1. Name of the unit

2. Year of establishment

3. Works address

Tel. No.

4. Office address

Tel. No.

5. Name of Director/Proprietor/Partner

with address

Tel. No.

Mobile No.

(Enclose Certificate of legal status of the entity and in case of Company/Partnership

firm Registration of firms is compulsory)

6. Name of contact person with

Telephone No./Cell No. & Address

7. Fax No.

8. Whether unit is Limited Co./Pvt. Ltd. Co. /Partnership Firm/Proprietary Firm

9.

(Enclose Certificate)

Registration Number (Enclose Certificate)

10. Capacity of production

11. List of Quality control/testing facilities available (Enclose separate list, if required)

Page 29: RMSA- NAGAUR (RAJ.) Page 2rajrmsa.nic.in/Public/Events/10-03-2017-142810~Dist...RMSA- NAGAUR (RAJ.) Page 2 PROCUREMENT OF SCHOOL FURNITURE TENDER DOCUMENT FOR SUPPLY AND INSTALLATION

RMSA- NAGAUR (RAJ.) Page 2

Sr.No Description of the facility Quantity

01

02

03

12. Details of Manpower:

(a) Managerial Staff

(b) Office Staff

(c) Technical Supervisor Staff

(d) Inspection Staff

(e) Skilled Workers

(f) Semi-Skilled Workers

(g) Unskilled Labours

13. Turn Over of the unit: (Enclose C.A. certificate/audited accounts

(profit and loss account, balance sheet and income exp.)

Financial Year 2015-2016

Financial Year 2014-2015

Financial Year 2013-2014

14. Income Tax PAN No: (Enclose Certificate)

15. Sales Tax /VAT Registration certificate no (Enclose Certificate)

16. Service Tax Registration certificate no (Enclose Certificate)

17. Sale Tax Clearance Certificate (Enclose Certificate)

18. ISO certificate number _ (Enclose Certificate)

19. Solvency Certificate of Rs ............. (Enclose Certificate)

Signature of Proprietor/Partner/ Authorized Person

Seal of the Unit

Page 30: RMSA- NAGAUR (RAJ.) Page 2rajrmsa.nic.in/Public/Events/10-03-2017-142810~Dist...RMSA- NAGAUR (RAJ.) Page 2 PROCUREMENT OF SCHOOL FURNITURE TENDER DOCUMENT FOR SUPPLY AND INSTALLATION

RMSA- NAGAUR (RAJ.) Page 2

CHAPTER-3: ELIGIBILITY CRITERIA

Basic pre-qualification criteria for the Tenderer for participation in the tender process are as under:

Sr Basic

Requirement

Specific Requirements Documents Required

1 Legal Entity The bidder should be a

Micro, small enterprises situated in

Rajasthan and Furniture

Manufacturer should have been in

existence prior to 01-04-2014.

Consortium in any form is not

allowed.

Acknowledgement of Enterepreneurs

Memorandum-II/ Udyog Aadhaar

Memorandum and registered & Situated

in the State of Rajasthan as prescribed in

Rajasthan Finance Department

notification Nov. 19, 2015

2 Turnover

The Tenderer should have

aggregate turnover of Rs.

............ Lacs. ( A m o u n t e q u a l

t o f o r m o r e t h an

E s t i m a t e d c o s t ) in of last

three Financial Years. (2013-14,

2014-15 & 2015-16.) in Furniture

Supply.

Audited accounts(profit and loss account,

balance sheet and income exp.

statement)/ CA Certificate (with CA’s

Seal and signature)

3 Net Worth The net worth of the bidder in

the last financial year, i.e. 2015-

16, should be positive.

Bank Solvency Certificate of positive

net worth From Scheduled /

Nationalized Bank for current calendar

year

4 Project

Experience &

Performance

(i) The Tenderer should have required experience of supplying of School/ Government/Reputed Private Companies/ Institutional furniture.

(ii) Successful supply orders/ Contracts of worth Rs. ............ Lacs or more in previous three financial years.

Work Order / contract with Work Completion Certificates from the client.

Page 31: RMSA- NAGAUR (RAJ.) Page 2rajrmsa.nic.in/Public/Events/10-03-2017-142810~Dist...RMSA- NAGAUR (RAJ.) Page 2 PROCUREMENT OF SCHOOL FURNITURE TENDER DOCUMENT FOR SUPPLY AND INSTALLATION

RMSA- NAGAUR (RAJ.) Page 2

5 Tax

registration

and clearance

The Bidder should have a registration of :-

i.VAT/ Sales Tax where his business is located and Clearance Certificate.

ii. Income Tax / Pan number.

Copies of relevant registration/ Clearance certificates, from concerned authority for period not earlier then last six Months.

6 Certification i. The Bidder must possess a valid ISO 9001/14001/18001 certification and other certificates as prescribed in specification, on date of submission of the bid and a copy of same should be enclosed with the Technical bid.

ii. The furniture supplied should confirm to prevailing Central/ State Government/ Board rules & regulations along with latest environmental norms and conditions.

i. The Tenderer should enclose relevant photocopies of the certificates.

ii. Self Declaration

7

Blacklisting

A firm is not eligible to participate in this tender if at the time of bidding, the firm is black-listed/ debarred in participating in any procurement process undertaken by any Procuring Entity, debarred by the State Government/ GOI

A Self Certified letter on Non Judicial Stamp Paper duly notarised.

Other requirement

8 Make & Model The Tenderer will indicate the exact make &

model of the furniture to be supplied in the

technical bid so that their performance

eligibility could be assured as per specifications

mentioned in this tender. Tenderer would

supply only those makes & models which have

been accepted during technical evaluation/

sample evaluation. No other make & model will

be supplied which is not quoted or not

approved.

No deviation from

specifications

A self declaration (on

Bidder’s Letterhead)

Page 32: RMSA- NAGAUR (RAJ.) Page 2rajrmsa.nic.in/Public/Events/10-03-2017-142810~Dist...RMSA- NAGAUR (RAJ.) Page 2 PROCUREMENT OF SCHOOL FURNITURE TENDER DOCUMENT FOR SUPPLY AND INSTALLATION

RMSA- NAGAUR (RAJ.) Page 2

9 Power Of

Attorney

General Power of attorney / Board of Directors

resolution / Deed of Authority executed in

favour of person(s) authorized to sign the Bid

Document and the contract and all

correspondences / document thereof

Copies of all such

relevant documents to be

attached.

10 EMD EMD (0.5% of Bid Amount) of amount of Rs. AS PER LIST

DD/Banker Cheque / Bank Guarantee of Nationalised / Scheduled Bank

11 Tender Fees Amount Rs. 500/-

DD/Banker Cheque of Nationalised / Scheduled Bank

12 Chapter — 2: INFORMATION TO BE PROVIDED BY THE TENDERERS (AS A MANUFACTURER)

As per Bid Document

15 Tender document

Duly signed/seal on all pages As per Bid Document

16 Samples As per given specification/description at the chapter-1 (scope of work)

To be made available

within 7 days from date

of written order to submit

the sample.

Page 33: RMSA- NAGAUR (RAJ.) Page 2rajrmsa.nic.in/Public/Events/10-03-2017-142810~Dist...RMSA- NAGAUR (RAJ.) Page 2 PROCUREMENT OF SCHOOL FURNITURE TENDER DOCUMENT FOR SUPPLY AND INSTALLATION

RMSA- NAGAUR (RAJ.) Page 2

CHAPTER 4: INSTRUCTION TO BIDDERS (ITB) and BIDDING PROCESS

1. Tenders are invited for the Supply and Installation of Furniture by bonafide registered

manufacturers - Micro & Small Enterprises situated in Rajasthan (as per Notification of Finance

Department, Rajasthan dated 19.11.2015) only.

2. The tender is invited under two bid system i.e. Technical Bid and Price Bid. First of all

Tender Form Fee, EMD and Declaration will h a v e t o be submitted up to 04:00 PM on

22.03.2017, without which the proposal will not be accepted and liable to be rejected on

preliminary basis. The Technical Bid shall be opened and will be evaluated as per

specifications, terms and conditions and qualification criteria. The price bid will be opened of

only those eligible bidders who are found to be qualified in technical bid evaluation.

3. EMD of Rs. AS PER LIST & Tender Fee Rs 500/- in the form of Demand Draft/Bankers

Cheque/Bank Guarantee, must be deposited before submission of Bid. Failing to which the Bid

will not be considered.

4. Tender documents having signature on each page of the documents along-with enclosures.

Tenderer should submit only the relevant documents with technical proposal.

5. Rates should be filled in prescribed Financial Bid Format. Price Schedule should not be

submitted with the technical bid, otherwise tender shall be rejected.

6. The material has to be supplied within 90 days of placing the supply order.

7. The Bidders should quote rate on FOR basis. The rates quoted should be inclusive of all the

taxes, octroi, transportation etc.

8. Agreement shall be applicable for one year. However it may be further extended by mutual

consent for another one year subject to satisfactory supply/completion of work.

9. If the Tenderer is penalized or blacklisted i n t h e l a s t t h r e e ye a r s by any Govt. / Semi-

Govt. institution/ council or society of the Government, then they will not be entitled to

participate in this tender.

11. Payment would be made only after receiving certificate of satisfactory supply and installation of

the material in the school. The Tenderer shall be bound to repair or replace the said goods

free of cost if the goods are received in damaged or unusable state.

12. Payment up to 70% to be made by the School Principal/ Headmaster on the recommendation of Committee. Committee shall verify that given supply is as per approved sample(s) and specifications and installed properly in School. All remittance charges shall be borne by the Supplier. Committee consist of Person nominated by Principal/ Headmaster, J. En of block and Jr. Accountant or Accountant of block shall submit the report to Principal/ Headmaster. Remaining 30% would be paid after receipt of certificate of quality check (at the cost of Tenderer) and satisfactory supply on the recommendation of District Committee.

13. The supplier will raise bills against supplied material in favour of School Principal/

Headmaster of school after successfully installing the material/goods.

14. TIN / PAN registration (with documents) to be submitted with the tender.

15. Sales Tax Clearance Certificate for the period not earlier than last six months is required.

16. All the documents desired must be submitted along with the tender, failing which the

Tenderer shall be disqualified.

17. All the desired documents duly self attested need to be submitted. (Please see the required

documents in the eligibility criteria also)

1) Sale of Tender/ Bidding Document-

The complete bidding document would be available on the websites for the period as

specified in the NIB. The prospective bidders are permitted to download the

bidding document from http://sppp.rajasthan.gov.in but must pay the cost of tender/

bidding document while submitting the bids. The Procuring Entity is not responsible for

the completeness of the Bidding Document and its addenda, if they were not obtained

directly from the Procuring Entity or not downloaded correctly.

Page 34: RMSA- NAGAUR (RAJ.) Page 2rajrmsa.nic.in/Public/Events/10-03-2017-142810~Dist...RMSA- NAGAUR (RAJ.) Page 2 PROCUREMENT OF SCHOOL FURNITURE TENDER DOCUMENT FOR SUPPLY AND INSTALLATION

RMSA- NAGAUR (RAJ.) Page 2

2) Clarification of Bidding Document and Pre-Bid Conference-

a) The Bidder shall be deemed to have carefully examine the terms & conditions,

specifications, size, etc., of the school furniture to be supplied. If any Bidder has any doubts

as to the meaning of any portion of the conditions or of the specifications etc., it shall,

before submitting the Bid, refer the same to the Procuring Entity at the time of pre-bid

conference. A Bidder requiring any clarification of the Bidding Document shall contact the

Procuring Entity in writing at the Procuring Entity's address indicated in the NIB. The

Procuring Entity shall place the copy of its response on the websites of State Public

Procurement Portal and the Procuring Entity.

b) The purpose of the Pre-Bid Conference will be to clarify issues and to answer questions on

any matter related to this procurement that may be raised at that stage however the

procuring entity would not be bound to address all the queries, depending on the merit of the

query.

c) Minutes of the Pre-Bid Conference, including the text of the questions raised, and the

responses given, without identifying the source, will be transmitted through the State

Public Procurement Portal. Any modification to the Bidding Document that may become

necessary as a result of the Pre-Bid Conference shall be made by the Procuring Entity

exclusively through the issue of an addendum (part of Bid document) and not through the

minutes of the Pre-Bid Conference.

e) At any time prior to the deadline for submission of the Bids, the Procuring Entity, suo motto,

may also amend the Bidding Document if required by issuing an addenda which will

form part of the Bidding Document.

f) Non-attendance at the Pre-Bid Conference will not be a cause for disqualification of a Bidder.

g) The procuring entity reserves the right not to respond to any/ all queries raised or

clarifications sought if, in their opinion and at their sole discretion, they consider that it

would be inappropriate to do so or do not find any merit in it.

3) Amendment of Bidding Document-

a) Any addendum issued shall be part of the Bidding Document and shall be communicated

by uploading on the websites of State Public Procurement Portal and the Procuring Entity

for prospective bidders to download/submission of proposal.

b) To give prospective Bidders reasonable time in which to take an addendum into account

in preparing their Bids, the Procuring Entity may, at its discretion, extend the deadline for

the submission of the Bids under due intimation to the Bidders who have procured the

Bidding Document from the Procuring Entity and also by uploading it on the websites of

State Public Procurement Portal.

4) Documents comprising the Bid-

a) A Single stage-Two cover system shall be followed for the bid

a. Technical bid b. Financial Bid

b) Technical bid shall include the following documents to be submitted along with tender

document : -

Sr.No Document Type Document Format

01

02

Covering Letter Technical Bid

Samples to be submitted within 7 days

from date of written order to submit the

sample.

On bidders letter head duly signed

by authorized signatory.

All samples to be Marked as:-

(i)Name of the firm

(ii)Name of item as per scope of

work

Page 35: RMSA- NAGAUR (RAJ.) Page 2rajrmsa.nic.in/Public/Events/10-03-2017-142810~Dist...RMSA- NAGAUR (RAJ.) Page 2 PROCUREMENT OF SCHOOL FURNITURE TENDER DOCUMENT FOR SUPPLY AND INSTALLATION

RMSA- NAGAUR (RAJ.) Page 2

Fee Details

01 Tender Fees DD/BC

02 EMD DD/BC/BG

Qualification Criteria Documents

01 Annexure-2- Bid Form

02 Annexure-3 Bidder’s Authorization Certificate along with the copy of

POA/Board resolution stating that Authorised. Signatory can sign the bid/on

behalf of firm.

03 Self Declaration- No Blacklisting

04 ANNEXURE-4: DECLARATION by the Bidder on Non judicial Rs.100 stamp paper (To be filled by the Bidder )

05 All the documents mentioned in eligibility criteria, in support of the eligibility.

06 ANNEXURE-5: CERTIFICATE OF CONFORMITY/ NO DEVIATION

07 Proof of The bidder should be a Micro,

small enterprises situated in Rajasthan

and Furniture Manufacturer should have

been in existence prior to 01-04-2014.

Consortium in any form is not

allowed

Acknowledgement of

Enterepreneurs Memorandum-II/

Udyog Aadhaar Memorandum

and registered & Situated in the

State of Rajasthan as prescribed in

Rajasthan Finance Department

notification Nov. 19, 2015

08 Financial Bid Under taking On Bidders Letter Head as per

09 All the relevant documents as

demanded in the bid

The list of documents with index

to be provided on letter head

Financial Bid shall include the following document

10 Financial Bid

c) The bidder should ensure that all the required documents, as mentioned in this bidding

document, are submitted along with the bid and in the prescribed format only. Non-

submission of the required documents or submission of the documents in a different format/

contents may lead to the rejections of the bid proposal submitted by the bidder.

5) Cost of Bidding:

The Bidder shall bear all costs associated with the preparation and submission of its Bid,

and the procuring entity shall not be responsible or liable for those costs, regardless of

the conduct or outcome of the bidding process.

6) Language of Bid:

The E-Bid, as well as all correspondence and documents relating to the Bid exchanged by

the Bidder and the procuring entity, shall be written only in English Language.

Supporting Documents and printed literature that are part of the Bid may be in another

language provided they are accompanied by an accurate translation of the relevant passages

duly accepted by the Bidder in English/ Hindi language, in which case, for purposes of

interpretation of the Bid, such translation shall govern.

Page 36: RMSA- NAGAUR (RAJ.) Page 2rajrmsa.nic.in/Public/Events/10-03-2017-142810~Dist...RMSA- NAGAUR (RAJ.) Page 2 PROCUREMENT OF SCHOOL FURNITURE TENDER DOCUMENT FOR SUPPLY AND INSTALLATION

RMSA- NAGAUR (RAJ.) Page 2

7) Bid Prices-

a. The price/ financial bid must be in the specified format without changing its form and

type.

b. Prices quoted in the bid must be firm and final and shall not be subject to any modifications,

on any account whatsoever. The price quoted shall include all costs and all taxes, Octroi

and duties applicable to the bidder as per law of the Central/ State Government/ Local

Authorities, unless specifically asked for separately or excluded. Revision in taxes/ duties

including VAT and Service Tax shall be on account of the Tenderer.

c. All the prices shall be quoted by the Bidder entirely in Indian Rupees (INR). All payments

shall be made in Indian Rupees only.

d. Prices/ Rates shall be written both in figures and words, as applicable.

e. All rates quoted must be FOR destination where furniture/items are to be installed, and

should include all incidental charges including Central/ Rajasthan VAT and Entry Tax.

In case of local supplies the rates should include all local taxes, octroi etc., procuring entity

will not pay any cartage or transportation charges.

f. Prices quoted by the Bidder shall be fixed during the Bidder's Performance of the Contract

and not subject to variation on any account. A Bid submitted with an adjustable price

quotation shall be treated as non-responsive and shall be rejected.

g. The prices quoted by the Bidder in the Price bid shall conform to the requirements specified

therein.

h. The price to be quoted in the financial bid shall be the total price of the bid.

i. The disaggregation of price components, if required, is solely for the purpose of facilitating

the comparison of bids by the procuring entity. This shall not in any way limit the

procuring entity's right to contract on any of the terms offered: -

For Goods offered from within/ outside the country.

For Related Services whenever such Related Services are specified in the

bidding document.

8) Period of Validity of Bids-

a. Bids shall remain valid for the period o f 1 2 0 d a ys counted after the opening of technical

bid. A bid valid for a shorter period shall be rejected by the procuring entity as nonresponsive

bid.

b. In exceptional circumstances, prior to the expiration of the bid validity period, the procuring

entity may request bidders to extend the period of validity of their Bids. The requests and the

responses shall be made in writing. The EMD shall also be extended for a corresponding

period. A Bidder may refuse the request without forfeiting its EMD. A Bidder granting the

request shall not be required or permitted to modify its Bid.

9) Earnest Money Deposit (EMD)-

a. Unless otherwise specified in this BID DOCUMENT, the Bidder shall furnish as part of

its Bid, EMD in original form and in the amount and currency specified in this BID

DOCUMENT.

b. Earnest Money shall be 0.5% of the estimated value of subject matter of procurement put

to bid. The Earnest Money shall be given in the form of bank demand draft/bankers

cheque/bank guarantee of a Scheduled/Nationalized Bank in India.

c. Any Bid not accompanied by EMD, shall be liable to be rejected.

d. EMD of a Bidder lying with the Procuring Entity in respect of other Bids awaiting

decision shall not be adjusted towards EMD for the this Bid. The EMD originally

deposited may, however, be taken into consideration in case Bids are re-invited.

e. The issuer of the EMD and the confirmer, if any, of the EMD, as well as the form and

Page 37: RMSA- NAGAUR (RAJ.) Page 2rajrmsa.nic.in/Public/Events/10-03-2017-142810~Dist...RMSA- NAGAUR (RAJ.) Page 2 PROCUREMENT OF SCHOOL FURNITURE TENDER DOCUMENT FOR SUPPLY AND INSTALLATION

RMSA- NAGAUR (RAJ.) Page 2

terms of the EMD, must be acceptable to the Procuring Entity.

f. The EMD of unsuccessful Bidders shall be refunded soon after final acceptance of

successful Bid and signing of Contract Agreement and submitting Performance Security

by successful Bidder

g. The EMD taken from a Bidder shall be forfeited in the following cases, namely:-

(i) when the Bidder withdraws or modifies his Bid after opening of Bids; or

(ii) when the Bidder does not execute the agreement in accordance with terms &

conditions laid down in this BID DOCUMENT within the specified time after

issue of letter of acceptance/ placement of supply order; or

(iii) when the Bidder fails to commence the supply of the Goods or Related Services as

per supply order within the time specified; or

(iv) when the Bidder does not deposit the Performance Security in the specified time

period after the supply / work order is placed;

(v) if the Bidder breaches any provision of the Code of Integrity prescribed for

Bidders specified in the bid document; or

(vi) if the Bidder does not accept the correction of its Bid Price

h. In case of the successful Bidder, the amount of EMD may be adjusted in arriving at the

amount of the Performance Security, or refunded if the successful Bidder furnishes the

full amount of Performance Security. No interest will be paid by the Procuring Entity on

the amount of EMD and Performance Security.

10) Deadline for the submission of Bids-

Bids has to be submitted up to the time and date specified in the Notice Inviting Bids or

an extension issued thereof.

11) Format and Signing of Bid-

a. The bid forms/templates/ annexure etc., wherever applicable, shall be signed and all the

pages and annexure have to be signed by the authorized signatory. The authorization shall

consist of a written letter of Authorization from the authorized person, accompanied with

a board resolution, in case of a company/power of attorney as per Annexure-3.

b. The bid, duly signed by authorized signatory, should be submitted.

c. Bidders must submit their f i n a n c i a l bids in separate shield envelop. Bids received by

any other means shall not be accepted.

d. If bids are not submitted as per the details mentioned in this bidding document the

procuring entity shall reject the bid.

12) Withdrawal, Substitution and Modification of Bids-

a) A Bidder may withdraw, substitute or modify its Bid Proposal after it has been submitted

by sending a written Withdrawal/ substitutions/ modifications etc. Notice, duly signed by

the Bidder or its authorised representative, and shall include a copy of the authorisation

in accordance with ITB Sub-Clause 'Format and Signing of Bid'. The

corresponding Withdrawal, Substitution or Modification of the Bid must accompany the

respective written Notice.

b) Bid Proposals that are withdrawn in accordance with ITB Sub- Clause Withdrawal of Bids'

shall not be opened.

c) No Bid shall be withdrawn, substituted or modified in the interval between the deadline for

submission of the Bid and the expiration of the period of Bid validity specified in ITB

Clause Period of Validity of Bids' or any extension thereof.

Page 38: RMSA- NAGAUR (RAJ.) Page 2rajrmsa.nic.in/Public/Events/10-03-2017-142810~Dist...RMSA- NAGAUR (RAJ.) Page 2 PROCUREMENT OF SCHOOL FURNITURE TENDER DOCUMENT FOR SUPPLY AND INSTALLATION

RMSA- NAGAUR (RAJ.) Page 2

13) Bid Opening-

a) The designated Procurement Committee will perform the bid opening, which is a critical

event in the bidding process.

b) The procuring entity shall conduct the bid opening at the address, date and time specified in

the NIB.

c) All the bids received up to the specified time and date in response to all the bid inquiries shall

be opened by the members of the designated Procurement Committee at the specified

place, date and time in the presence of bidders or their authorized representatives who may

choose to be present.

d) All the technical bid covers, except the Commercial/ Financial cover, shall be opened one at a

time, and the following read out and recorded: the name of the bidder; tender fee, EMD

and any other details as the procuring entity may consider appropriate. No Bid shall be

rejected at the time of opening of Technical Bids, Alternative Bids (if not permitted) and

Bids not accompanied with the proof of payment or instrument of the required price of

Bidding Document and EMD.

e) The Procuring entity shall prepare a record of the bid opening that shall include, at a

minimum: the name of the bidder and the presence or absence of Tender fee and EMD. The

bidder's representatives who are present shall be required to sign the attendance sheet.

f) The Financial cover will remain unopened and will be opened later on the date and time

intimated to the bidders who qualify in the evaluation of technical bids and whose

samples are approved by the Committee. The date, time, and location of the opening of

Financial Bids will be advised in writing by the Procuring Entity.

g) The Bids opening committee shall prepare a list of the Bidders or their representatives

attending the opening of Bids and obtain their signatures on the same. The list shall also

contain the representative's name and telephone number and corresponding Bidders' names

and addresses. The authority letters brought by the representatives shall be attached to the

list. The list shall be signed by all the members of Bids opening committee with date and

time of opening of the Bids.

h) The Bids opening committee shall prepare a record of opening of Technical Bids that shall

include, as a minimum: the name of the Bidder and whether there is a

withdrawal, substitution, modification, or alternative offer (if they were permitted), any

conditions put by Bidder and the presence or absence of the price of Bidding documents and

EMD. The Bidders or their representatives, who are present, shall sign the record. The

omission of a Bidder's signature on the record shall not invalidate the contents and effect

of the record The members of the Bids opening committee shall also sign the record with

date.

14. Guiding Principles for Evaluation of Bids-

a) The procuring entity shall strictly apply only and all of the evaluation and qualification

criteria specified in the bidding document.

b) The determination shall be based upon an examination of the documentary evidence of the

bidder's qualifications submitted by the bidder.

c) A bidder shall be considered to be eligible if it meets the eligibility criteria mentioned in the

BID DOCUMENT

d) Deviations, Reservations, or Omissions in Technical or Financial Bids: A responsive bid

would be the one that meets the requirements of the bidding document including the

technical evaluation criteria, if any, without material deviation, reservation, or omission

where: -

e) "Deviation" is a departure from the requirements specified in the bidding document;

f) "Reservation" is the setting of limiting conditions or withholding from complete acceptance

of the requirements specified in the bidding document; and

Page 39: RMSA- NAGAUR (RAJ.) Page 2rajrmsa.nic.in/Public/Events/10-03-2017-142810~Dist...RMSA- NAGAUR (RAJ.) Page 2 PROCUREMENT OF SCHOOL FURNITURE TENDER DOCUMENT FOR SUPPLY AND INSTALLATION

RMSA- NAGAUR (RAJ.) Page 2

g) "Omission" is the failure to submit part or all of the information or documentation required in

the bidding document.

15) Responsiveness of Technical or Financial Bids:

i. The Procuring Entity's determination of the responsiveness of a Technical or Financial Bid is

to be based on the contents of the Bid itself, as defined in Documents Comprising the Bid.

ii A substantially responsive Technical or Financial Bid is one that meets without material

deviation, reservation, or omission to all the terms, conditions, and specifications of the

Bidding Document. A material deviation, reservation, or omission is one that,

If accepted, would: -

(i) Affect in any substantial way the scope, quality, or performance of the Goods and Related

Services specified in the bidding document;

or

(ii) Limits in any substantial way, inconsistent with the bidding document, the procuring

entity's rights or the bidder's obligations under the proposed Contract; or

If rectified, would:-

i. Unfairly affect the competitive position of other bidders presenting responsive bids.

ii. The Procuring Entity shall examine the technical aspects of the Bid in particular, to confirm

that requirements of this BID DOCUMENT have been met without any material deviation or

reservation.

iii. If a Technical or Financial Bid is not substantially responsive to the Bidding Document, it

shall be rejected by the Procuring Entity and may not subsequently be made responsive

by the Bidder by correction of the material deviation, reservation, or omission.

iii Nonmaterial Non-conformities in Technical or Financial Bids: Provided that a bid

is substantially responsive, the procuring entity -

o May waive any nonconformity (with recorded reasons) in the bid that does not

constitute a material deviation, reservation or omission.

o Procuring Entity may request the bidder to submit the necessary

information or documentation, within a reasonable period of time, to rectify

nonmaterial nonconformities or omissions in the bid related to documentation

requirements

o Request for information or documentation on such nonconformities shall not be related

to any aspect of the financial proposal of the bid. Failure of the bidder to comply

with the request may result in the rejection of its bid.

o Will rectify nonmaterial nonconformities or omissions (with recorded reasons). To this

effect, the bid price shall be adjusted during evaluation of financial proposals for

comparison purposes only, to reflect the price of the missing or nonconforming item

or component. The adjustment shall be made using the method indicated in pre-

qualification and Evaluation Criteria of this bidding document.

16) Evaluation of Technical Bids-

a) The technical evaluation shall be completed by the designated Procurement Committee as

early as possible after opening of technical bids. It shall examine the technical bid

including the pre-qualification documents and samples as mentioned in this BID

DOCUMENT.

b) Examination of Terms and Conditions of the Technical or Financial Bids:

i. The Procuring Entity shall examine the Bids to confirm that all terms and conditions

specified in the bidding document have been accepted by the Bidder without any material

deviation or reservation.

ii. The Procuring Entity shall evaluate the technical aspects of the Bid submitted in accordance

Page 40: RMSA- NAGAUR (RAJ.) Page 2rajrmsa.nic.in/Public/Events/10-03-2017-142810~Dist...RMSA- NAGAUR (RAJ.) Page 2 PROCUREMENT OF SCHOOL FURNITURE TENDER DOCUMENT FOR SUPPLY AND INSTALLATION

RMSA- NAGAUR (RAJ.) Page 2

with 'Documents Comprising the Bid' and Documents Establishing the Conformity of the

Goods and Related Services to the Bidding Document, to confirm that all requirements

specified in this document and all amendments or changes requested by the Procuring

Entity in accordance with 'Amendment of Bidding Document', have been met without any

material deviation or reservation.

a) Technical Evaluation Criteria — Bid shall be evaluated technically based on the documents

submitted by the bidder as asked in the clause "Documents comprising the bid"

b) The procuring entity would at any time for evaluation of the technical consistency of the

bidder, visit or send its representative or the Committee to inspect the Site of the Bidder.

Such committee or Procurement Entity’s representative shall have the right to visit and

inspect the site, technical facilities, product etc to verify the claims made by the bidder in

their technical bid. If it is found that the documents submitted by the Tenderer are not

compatible with the actual situation at site, or if the documents supplied by the Tenderer are

found to be fraudulent or misrepresenting the facts, it shall render the Tenderer ineligible

and would be disqualified. Further, if the technical details provided by the bidder seem

to be inconsistent to the requirements/capacity required to fulfil the tender obligation, then

the committee may decide to disqualify the bid. The final decision would vest with Procuring

entity. The decision of the procuring entity in this regard shall be final and binding on the

Tenderer and cannot be challenged.

c) The eligible bidders whose bid is determined to be substantially responsive shall be

considered to be qualified in the technical evaluation, unless disqualified pursuant to clause

"Conflict of Interest" or "Disqualification", and shall be informed, either in writing or by

uploading the details on the websites mentioned in the NIB, about the date, time and place of

opening of their financial bids.

d) The Procuring Entity shall notify Bidders in writing whose Technical Bids have been rejected

on the grounds of being substantially nonresponsive and not qualified in accordance with the

requirements of the Bidding Document.

e) The firms which could not qualify in technical evaluation will be informed about this fact.

Their EMD refunded after completion of the bid process i.e. award of the contract to the best/

successful bidder.

(17) Sample Evaluation:- The sample of technically qualified bidders will be evaluated by

evaluation committee.

(18) Evaluation of Financial Bids-

a) The Procuring Entity shall evaluate each Financial Bid, the corresponding Technical Bid

and sample of which has been determined to be substantially responsive.

b) To evaluate a Financial Bid, the Procuring Entity shall only use all the criteria and

methodologies defined in this document. No other criteria or methodology shall be permitted.

c) To evaluate a Financial Bid, the Procuring Entity shall consider the following:

i. the Bid Price quoted in the Financial Proposal;

ii. Price adjustment for correction of arithmetical errors in accordance with Clause 'Correction of

Arithmetical Errors';

iii. Price adjustment due to application of all the evaluation criteria specified in Evaluation

and Qualification Criteria. These criteria may include factors related to the

characteristics, performance, and terms and conditions of procurement of the Goods and

Related Services which shall be expressed to the extent practicable in monetary terms to

facilitate comparison of the Bids, unless otherwise specified.

d) Unless otherwise specified, the evaluation of the total Price of a Bid shall be the price of

delivering the Goods and installing at the site(s) of delivery including all taxes and duties

payable on them, insurance, transport, loading, unloading, erecting, stacking, testing,

commissioning, etc.

19) Clarification of Technical or Financial Bids-

a) To assist in the examination, evaluation, comparison and qualification of the Technical or

Page 41: RMSA- NAGAUR (RAJ.) Page 2rajrmsa.nic.in/Public/Events/10-03-2017-142810~Dist...RMSA- NAGAUR (RAJ.) Page 2 PROCUREMENT OF SCHOOL FURNITURE TENDER DOCUMENT FOR SUPPLY AND INSTALLATION

RMSA- NAGAUR (RAJ.) Page 2

Financial Bids, the Bid evaluation committee may, at its discretion, ask any Bidder for a

clarification regarding its Bid. The committee's request for clarification and the response

of the Bidder shall be in writing/ email.

b) Any clarification submitted by a Bidder with regard to his Bid that is not in response to a

request by the Bid evaluation committee shall not be considered.

c) No change in the prices or substance of the Bid shall be sought, offered, or permitted, except

to confirm the correction of arithmetical errors discovered by the Bid evaluation committee

in the evaluation of the financial Bids.

d) No substantive change to qualification information or to a submission, including changes

aimed at making an unqualified Bidder, qualified or an unresponsive submission,

responsive shall be sought, offered or permitted.

e) To assist in the examination, ascertain technical specifications and check and test the quality

of the samples provided, the committee may take assistance of external agency designated

for such activities. The cost of this test would be borne by the individual bidders (to be

deducted from the EMD).

20) Correction of Arithmetical Errors in Financial Bid-

Provided that the bid is substantially responsive, the Procuring Entity will correct

arithmetical errors during evaluation of Financial Bids on the following basis:-

i. if there is a discrepancy between the unit price and the total price that is obtained by

multiplying the unit price and quantity, the unit price shall prevail and the total price shall

be corrected, unless in the opinion of the procuring entity there is an obvious

misplacement of the decimal point in the unit price, in which case the total price as quoted

shall govern and the unit price shall be corrected;

if there is an error in a total corresponding to the addition or subtraction of subtotals, the

subtotals shall prevail and the total shall be corrected; and

ii if there is a discrepancy between words and figures, the amount in words shall prevail, unless

the amount expressed in words is related to an arithmetic error, in which case the amount

in figures shall prevail subject to (i) and (ii) above.

iii. If the Bidder that submitted the lowest evaluated Bid does not accept the correction of

errors, its Bid shall be disqualified and its EMD shall be forfeited or its Bid Securing

Declaration shall be executed.

21) Preference:

1- Preference will be given to Micro & Small Enterprises situated in Rajasthan (as per

Notification of Finance Department, Rajasthan dated 19.11.2015).

2- Items to be procured shall be reserved for procurement only from the Micro &

Small Enterprises situated in Rajasthan (as per Notification of Finance Department,

Rajasthan dated 19.11.2015)only.

22) Comparison of bids: The procuring entity shall compare all substantially responsive bids to

determine the lowest-evaluated bid in accordance with the evaluation criteria given in this BID

DOCUMENT.

23) Post qualification of the Bidder: The Procuring Entity shall determine to its satisfaction that

the Bidder that is selected as the lowest Bidder is qualified to perform the Contract

satisfactorily.

24) Disqualification: Procuring entity may at its sole discretion and at any time during the processing of bids,

disqualify any bidder/ bid from the bid process if the bidder: -

i. Has not submitted the bid in accordance with the bidding document.

ii. Has submitted bid without submitting the prescribed Tender Fee, EMD or the Bidder’s

authorization certificate/ Power of Attorney.

iii. Has imposed other conditions in his bid.

iv. During validity of the bid or its extended period, if any, increases his quoted prices.

v. Has made misleading or false representations in the forms, statements and attachments

submitted in proof of the eligibility requirements.

Page 42: RMSA- NAGAUR (RAJ.) Page 2rajrmsa.nic.in/Public/Events/10-03-2017-142810~Dist...RMSA- NAGAUR (RAJ.) Page 2 PROCUREMENT OF SCHOOL FURNITURE TENDER DOCUMENT FOR SUPPLY AND INSTALLATION

RMSA- NAGAUR (RAJ.) Page 2

vi. Has failed to provide clarifications related thereto, when sought.

vii. Has submitted more than one bid. This will cause disqualification of all bids submitted

by such bidders including forfeiture of the EMD.

viii. Is found to canvass, influence or attempt to influence in any manner for the

qualification or selection process, including without limitation, by offering bribes or

other illegal gratification

25) Acceptance of the successful bid and award of contract- a) The Procuring Entity after considering the recommendations of the Bid Evaluation

Committee and the conditions of Bid, if any, financial implications, samples, test reports,

etc., shall accept or reject the successful Bid.

b) Before award of the Contract, the Procuring Entity shall ensure that the price of successful

Bid is reasonable and consistent with the required quality.

c) A Bid shall be treated as successful only after the competent authority has approved the

procurement in terms of that Bid.

d) The Procuring Entity shall award the contract to the Bidder whose offer has been determined

to be the lowest in accordance with the evaluation criteria, and if the Bidder has been

determined to be qualified to perform the contract satisfactorily. In the interest of efficiency,

economy and timely completion or supply, a procuring entity may, for reasons to be recorded

in writing, divide its procurement into appropriate packages.

e) Prior to the expiration of the period of validity of Bid, the Procuring Entity shall inform the

successful Bidder in writing, by registered post or email, that its Bid has been accepted.

f) If the issuance of formal letter of acceptance (LOA) is likely to take time, in the meanwhile a

Letter of Intent (LOI) may be sent to the successful Bidder. The acceptance of an offer is

complete as soon as the letter of acceptance or letter of intent is posted and/ or sent by

email (if available) to the address of the successful Bidder given in its Bid.

26) Confidentiality- a) Information relating to the examination, evaluation, comparison, and post-qualification of

Bids, and recommendation of contract award, shall not be disclosed to Bidders or any

other persons not officially concerned with such process until information on Contract

award is communicated to all Bidders.

b) Any attempt by a Bidder to influence the Procuring Entity in the examination, evaluation,

comparison, and post qualification of the Bids or Contract award decisions may result in

the rejection of its Bid, in addition to the legal action which may be taken by the Procuring

Entity under the Rules and Guidelines.

c) Notwithstanding above clause, from the time of opening the Bid to the time of Contract

award, if any Bidder wishes to contact the Procuring Entity on any matter related to the

Bidding process, it should do so in writing.

d) In addition to the restrictions specified in bid document, the Procuring Entity, while

procuring a subject matter of such nature which requires the procuring Entity to maintain

confidentiality, may impose condition for protecting confidentiality of such information.

27) Conflict of Interest-

A conflict of interest is considered to be a situation in which a party has interests that could

improperly influence t h a t party’s performance of official duties or

responsibilities, contractual obligations, or compliance with applicable laws and regulations:

a) A Bidder may be considered to be in conflict of interest with one or more parties in this

bidding process if, including but not limited to:

i. have controlling partners/ shareholders in common; or

ii. Receive or have received any direct or indirect subsidy from any of them; or iii. Have the

same legal representative for purposes of this Bid; or

iii. have a relationship with each other, directly or through common third parties, that puts them

in a position to have access to information about or influence on the Bid of another Bidder,

or influence the decisions of the Procuring Entity regarding this bidding process; or

iv. the Bidder participates in more than one Bid in this bidding process. Participation by a Bidder

Page 43: RMSA- NAGAUR (RAJ.) Page 2rajrmsa.nic.in/Public/Events/10-03-2017-142810~Dist...RMSA- NAGAUR (RAJ.) Page 2 PROCUREMENT OF SCHOOL FURNITURE TENDER DOCUMENT FOR SUPPLY AND INSTALLATION

RMSA- NAGAUR (RAJ.) Page 2

in more than one Bid will result in the disqualification of all Bids in which the Bidder is

involved. However, this does not limit the inclusion of the same subcontractor, not otherwise

participating as a Bidder, in more than one Bid; or

v. the Bidder or any of its affiliates participated as a consultant in the preparation of the design

or technical specifications of the Goods and Services that are the subject of the Bid; or

vi. Bidder or any of its affiliates has been hired (or is proposed to be hired) by the Procuring

Entity as engineer-in-charge/ consultant for the Contract.

b) The Bidder shall have to give a declaration regarding compliance of the Code of Integrity

prescribed in the Rules and guidelines and stated above in this Clause along with its Bid,

in the format specified in Section IV, Bidding Forms.

c) Breach of Code of Integrity by the Bidder: Without prejudice to the provisions of Rules and

guidelines, in case of any breach of the Code of Integrity by a Bidder or prospective Bidder,

as the case may be, the Procuring Entity may take appropriate action in accordance with the

provisions of Rules and guidelines.

28) Procuring entity's Right to accept any bid, and to reject any or all of the Bids: The procuring entity reserves the right to accept or reject any bid, and to annul the

bidding process and reject all bids at any time prior to contract award, without assigning

any reasons thereof and without thereby incurring any liability to the bidders.

29) Procuring entity's Right to Vary Quantities at the time of award- a) At the time of award of contract, the quantity of Goods, works or services originally specified

in the Bidding Documents may be increased or decreased, but such increase or decrease

shall not exceed fifty percent, of the quantity specified in the Bidding Document. It

shall be without any change in the unit prices or other terms and conditions of the Bid

and the conditions of contract.

b) If the Procuring Entity does not procure any subject matter of procurement or procures

less than the quantity specified in the Bidding Document due to change in circumstances,

the Bidder shall not be entitled for any claim or compensation except otherwise provided in

the Conditions of Contract.

30) Signing of Contract- a) In the written intimation of acceptance of its Bid sent to the successful Bidder, it shall also be

asked to execute an agreement in the format given in the Bidding Document on a non

judicial stamp of requisite value at his cost and deposit the amount of Performance

Security or a Performance Security Declaration, as applicable, within a period of fifteen

days from the date on which the LOA or LOI or Work Order is dispatched to the Bidder.

Until a formal contract is executed, LOA or LOI or Work Order shall constitute a binding

contract.

b) If the Bidder, whose Bid has been accepted, fails to sign a written procurement contract or

fails to furnish the required Performance Security or Performance Security Declaration, as

the case may be, within the specified time period, the Procuring Entity shall take action

against the successful Bidder as per the provisions of the Rules and Guideline. The

Procuring Entity may, in such case, cancel the procurement process or if it deems fit, offer

for acceptance on the rates of lowest Bidder to the next lowest responsive Bidder.

c) The EMD and samples, if any, of the Bidders whose Bids could not be accepted shall be

refunded soon after the contract with the successful Bidder is signed and his Performance

Security is obtained.

31) Performance Security Deposit (PSD)-

a) Performance Security shall be solicited from all successful Bidders.

b) The amount of Performance Security shall be One percent (1%) of the amount of the supply

order. The currency of Performance Security shall be Indian Rupees.

c) Performance Security shall be furnished in one of the following forms.

i. Bank Draft/ Banker's Cheque/Bank Guarantee of a Scheduled/Nationalized Bank in India in

favour of AS PER LIST.(School name as per bank account name) It shall be got verified from

the issuing bank with the banks undertaking of making the payment to the Procuring Entity

Page 44: RMSA- NAGAUR (RAJ.) Page 2rajrmsa.nic.in/Public/Events/10-03-2017-142810~Dist...RMSA- NAGAUR (RAJ.) Page 2 PROCUREMENT OF SCHOOL FURNITURE TENDER DOCUMENT FOR SUPPLY AND INSTALLATION

RMSA- NAGAUR (RAJ.) Page 2

without the consent of the bidder. The validity of the Bank Guarantee shall be for 6 Months

beyond the stipulated time of completion of the entire contract. The validity of the Bank

Guarantee would be extended for the required period on request by the Procuring Entity. or

ii. Fixed Deposit Receipt (FDR) of a Scheduled/Nationalized Bank. It shall be in the name of

the Procuring Entity on account of Bidder and discharged by the Bidder in advance. The

Procuring Entity shall ensure before accepting the Fixed Deposit Receipt that the

Bidder furnishes an undertaking from the bank to make payment/ premature payment

of the Fixed Deposit Receipt on demand to the Procuring Entity without requirement of

consent of the Bidder concerned. In the event of forfeiture of the Performance Security, the

Fixed Deposit shall be forfeited along with interest earned on such Fixed Deposit.

e) Failure of the successful Bidder to submit the above-mentioned Performance Security or

sign the Contract within the specified time period shall constitute sufficient grounds for

the annulment of the award and forfeiture of the EMD. In that event the Procuring Entity

may award the Contract to the next lowest evaluated Bidder at the rates of the lowest

bidder whose offer is substantially responsive and is determined by the Procuring Entity

to be qualified to perform the Contract satisfactorily

f) Forfeiture of Performance Security: The amount of Performance Security in full or part

may be forfeited in the following cases-

i. when the Bidder does not execute the agreement in accordance with Clause 'Signing of

Contract' within the specified time period; after issue of letter of acceptance/ placement of

supply order; or

ii. When the Bidder fails to commence the supply of the Goods or Related Services as per supply

order within the time specified; or

iii. When Bidder fails to commence or make complete supply of the Goods or Related

Services satisfactorily within the time specified; or

iv. When any terms and conditions of the contract is breached; or

v. if the Bidder breaches any provision of the Code of Integrity prescribed for Bidders in the

rules and guidelines.

g) Notice of reasonable time will be given in case of forfeiture of Performance Security. The

decision of the Procuring Entity in this regard shall be final.

32) Reservation of Rights:

To take care of unexpected circumstances, procuring entity reserves the rights for

the following: -

a) Extend the closing date for submission of the bid proposals.

b) Amend the bidding requirements at any time prior to the closing date, with the amendment

being notified to prospective bidders and on the respective websites.

c) To accept any bid not necessarily the lowest, reject any bid without assigning any reasons and

accept bid for all or anyone or more of the articles/ services for which bid has been invited

or distribute items of stores/ services to more than one bidder.

d) Terminate or abandon the bidding procedure or the entire project whether before or after the

receipt of bid proposals.

e) Make enquiries of any person, company or organization to ascertain information regarding

the bidder and its proposal.

g) Reproduce for the purposes of the procedure the whole or any portion of the proposal despite

any copyright or other intellectual property right that may subsist in the proposal.

33) Code of Integrity-

Any person participating in the procurement process shall -

a) Not offer any bribe, reward or gift or any material benefit either directly or indirectly in

exchange for an unfair advantage in procurement process or to otherwise influence the

procurement process;

b) Not misrepresent or omit that misleads or attempts to mislead so as to obtain a financial

or other benefit or avoid an obligation;

c) not indulge in any collusion, Bid rigging or anti-competitive behaviour to impair the

transparency, fairness and progress of the procurement process;

Page 45: RMSA- NAGAUR (RAJ.) Page 2rajrmsa.nic.in/Public/Events/10-03-2017-142810~Dist...RMSA- NAGAUR (RAJ.) Page 2 PROCUREMENT OF SCHOOL FURNITURE TENDER DOCUMENT FOR SUPPLY AND INSTALLATION

RMSA- NAGAUR (RAJ.) Page 2

d) Not misuse any information shared between the procuring Entity and the Bidders with an

intent to gain unfair advantage in the procurement process;

e) Not indulge in any coercion including impairing or harming or threatening to do the

same, directly or indirectly, to any party or to its property to influence the procurement

process;

f) Not obstruct any investigation or audit of a procurement process;

g) Disclose conflict of interest, if any; and

h) Disclose any previous transgressions with any Entity in India or any other country during

the last three years or any debarment by any other procuring entity.

34) Grievance handling during procurement process-

Any grievance of a Bidder pertaining to the procurement process shall be by way of filing an

appeal to the First or Second Appellate Authority, as the case may be, as specified in the

BDS, and as given in Appendix A to these ITS

35) Samples-

a) Bidders who are technically qualified are suppose to submit within Seven days (7) their

specimen samples as per drawings and specifications given in the bidding document so that

Committee can ascertain the quality of the product.

b) Each sample shall be marked suitably either by writing on the sample or on a slip of durable

paper securely fastened to the sample, the name of the Bidder and serial number of the

item, of which it is a sample in the Schedule of Supply

c) Approved samples would be retained free of cost up to the period of six months after the

expiry of the contract. The Procuring Entity shall not be responsible for any damage,

wear and tear or loss during testing, examination, etc., during the period these samples are

retained. The samples shall be collected by the Bidder on the expiry of stipulated

period. The Procuring Entity shall in no way make arrangements to return the samples.

The samples uncollected within 9 months after expiry of contract shall be forfeited by the

Procuring Entity and no claim for their cost, etc., shall be entertained.

d) Samples not approved shall be collected by the Bidders immediately after the Contract with

the successful bidder has been signed. The Procuring Entity will not be responsible for any

damage, wear and tear, or loss during testing, examination, etc., during the period these

samples are retained. The uncollected samples shall be forfeited and no claim for their

cost, etc., shall be entertained.

e) Supplies when received may be subject to inspection to ensure whether they conform to the

specifications or with the approved samples. Where necessary or prescribed or practical,

tests shall be carried out in Government Laboratories, reputed Testing House like Micro

Small and Medium Enterprise (MSME). The supplies will be accepted only when the

articles conform to the standard of prescribed specifications as a result of such tests.

(f) The selected bidder shall at its own expense and at no cost to the Procuring entity, carry out

all such tests and/ or inspections of the Goods and Related Services as are specified in

the bidding document.

g) Drawal of Samples: In case where ever the need arise or the committee feels it to be required,

to tests, wherever feasible, samples shall be drawn in four sets in the presence of selected

bidder or his authorized representative and properly sealed in their presence. Once such set

shall be given to them, one or two will be sent to the laboratories and/ or testing house

and the third or fourth will be retained in the office for reference and record.

Page 46: RMSA- NAGAUR (RAJ.) Page 2rajrmsa.nic.in/Public/Events/10-03-2017-142810~Dist...RMSA- NAGAUR (RAJ.) Page 2 PROCUREMENT OF SCHOOL FURNITURE TENDER DOCUMENT FOR SUPPLY AND INSTALLATION

RMSA- NAGAUR (RAJ.) Page 2

CHAPTER 5: TERMS AND CONDITIONS OF TENDER & CONTRACT

A. GENERAL CONDITIONS OF CONTRACT (GCC):

1) Definitions- The following words and expressions shall have the meanings hereby assigned to

them-

a) "Completion" means the fulfilment of the Related Services by the Supplier in accordance

with the terms and conditions set forth in the Contract.

b) "Contract" means the Agreement entered into between the Procuring Entity and the Supplier,

together with the Contract Documents referred to therein, including all attachments,

appendices, specifications and codes and all documents incorporated by reference therein.

c) "Contract Documents" means the documents listed in the Agreement, including any

amendments thereto.

d) "Contract Price" means the price payable to the Supplier as specified in the Agreement,

subject to such additions and adjustments thereto or deductions there from, as may be

made pursuant to the Contract.

e) "Day" means calendar day.

f) "Delivery" means the transfer of the Goods from the Supplier to the Procuring Entity in

accordance with the terms and conditions set forth in the Contract.

g) "GCC" mean the General Conditions of Contract

h) "Goods" means all of the commodities, raw material, machinery and equipment, documents,

guarantees/warrantees and/or other materials that the Supplier is required to supply to the

Procuring Entity under the Contract.

i) "Procuring Entity" means the Entity purchasing the Goods and Related Services, as specified

in the bidding document.

j) "Related Services" means the services incidental to the supply of the Goods, such as

insurance, installation, training and initial maintenance, commissioning of equipment or

machinery and other similar obligations of the Supplier under the Contract.

k) 'Rules and guidelines' means rules and regulation prescribed by MHRD

l) "SCC" means the Special Conditions of Contract.

m) "Subcontractor" means any natural person, private or government Entity, or a combination

of the above, including its legal successors or permitted assigns, to which any part of the

Goods to be supplied or execution of any part of the Related Services is subcontracted

by the Supplier.

n) "Supplier" means the natural person, private or government Entity, or a combination of the

above, of whose Bid to perform the Contract has been accepted by the Procuring Entity and is

named as such in the Agreement, and includes the legal successors or permitted assigns of the

Supplier.

o) "The Site," where applicable, means the place of delivery, installation,

testing/commissioning of the goods/equipment or machinery or any other place named in the

bidding document

2) Interpretation- a) If the context so requires it, singular means plural and vice versa.

b) Entire Agreement- The Contract constitutes the entire agreement between the Procuring

Entity and the Supplier and supersedes all communications, negotiations and agreements

(whether written or oral) of parties with respect thereto made prior to the date of Contract

c) Amendment- No amendment or other variation of the Contract shall be valid unless it is in

writing, is dated, expressly refers to the Contract, and is signed by a duly

authorized representative of each party thereto

d) Non-waiver-

i. Subject to GCC Sub-Clause (e) below, no relaxation, forbearance, delay, or indulgence by

either party in enforcing any of the terms and conditions of the Contract or the granting

of time by either party to the other shall prejudice, affect, or restrict the rights of that party

under the Contract, neither shall any waiver by either party of any breach of Contract

Page 47: RMSA- NAGAUR (RAJ.) Page 2rajrmsa.nic.in/Public/Events/10-03-2017-142810~Dist...RMSA- NAGAUR (RAJ.) Page 2 PROCUREMENT OF SCHOOL FURNITURE TENDER DOCUMENT FOR SUPPLY AND INSTALLATION

RMSA- NAGAUR (RAJ.) Page 2

operate as waiver of any subsequent or continuing breach of Contract.

ii. Any waiver of a party's rights, powers, or remedies under the Contract must be in writing,

dated, and signed by an authorised representative of the party granting such waiver, and

must specify the right and the extent to which it is being waived.

e) Severability- If any provision or condition of the Contract is prohibited or rendered invalid

or unenforceable, such prohibition, invalidity or unenforceability shall not affect the validity

or enforceability of any other provisions and conditions of the Contract.

3) Income Tax and VAT/sales tax Registration and VAT/sales tax Clearance Certificate -

No Bidder who does not hold a valid Permanent Account Number (PAN)/ Tax Identification

Number (TIN) , and who is not registered under the Sales Tax Act prevalent in the State

where his business is located shall bid. The VAT Registration Number should be quoted

and a VAT/ Sales Tax clearance certificate from the Commercial Taxes Officer of the

Circle concerned shall be submitted without which the bid is liable to be rejected. The

bidder quoting Rajasthan VAT should have valid VAT registration in the state of Rajasthan

and he should mention VAT registration number in the bid document.

4) Contract Documents: Subject to the order of precedence set forth in the Agreement, all

documents forming the Contract (and all parts thereof) are intended to be

correlative, complementary, supplementary and mutually explanatory.

5) Code of Integrity- The Supplier is bound by the provisions of the Code of Integrity

stipulated in the Rules and Guidelines and specified in ITB Clause 37 'Code of

Integrity'. The corrupt, fraudulent, coercive and collusive practices are further defined as

below:

a) "corrupt practice" means the offering, giving, receiving, or soliciting, directly or indirectly,

anything of value to influence improperly the actions of another party;

b) "fraudulent practice" means any act or omission, including a misrepresentation, that

knowingly or recklessly misleads, or attempts to mislead, a party to obtain a financial or

other benefit or to avoid an obligation;

c) "coercive practice" means impairing or harming, or threatening to impair or harm, directly or

indirectly, any party or the property of the party to influence improperly the actions of a

party;

d) "Collusive practice" means an arrangement between two or more parties designed to achieve

an improper purpose, including influencing improperly the actions of another party.

e) The Procuring Entity shall take legal action against the Supplier under Rules and

Guidelines, if it breaches any provisions of the Code of Integrity, or is determined to have

engaged in corrupt, fraudulent, coercive or collusive practices in competing for the

Contract or execution of the Contract.

f) The Supplier shall permit the Procuring Entity to inspect the Supplier's accounts and records

relating to the performance of the Supplier and to have them audited by auditors appointed

by the Procuring Entity, if so required by the Procuring Entity.

6) Language- a) The Contract as well as all correspondence and documents relating to the Contract exchanged

by the supplier and the Procuring entity, shall be written in English language

only. Supporting documents and printed literature that are part of the Contract may be in

another language provided they are accompanied by an accurate translation of the relevant

passages in the language specified in the special conditions of the contract (SCC), in which

case, for purposes of interpretation of the Contract, this translation shall govern.

b) The supplier shall bear all costs of translation to the governing language and all risks of the

accuracy of such translation.

7) Eligible Goods and Related Services- a) All Goods and Related Services to be supplied under the Contract shall have India as their

country of origin or a country which has not been declared ineligible by Government of

India.

b) For purposes of this Clause, the term "Goods" includes commodities, raw material,

machinery, equipment, and industrial plants; and "Related Services" includes services such

as insurance, installation, transportation, testing, commissioning, training, and

Page 48: RMSA- NAGAUR (RAJ.) Page 2rajrmsa.nic.in/Public/Events/10-03-2017-142810~Dist...RMSA- NAGAUR (RAJ.) Page 2 PROCUREMENT OF SCHOOL FURNITURE TENDER DOCUMENT FOR SUPPLY AND INSTALLATION

RMSA- NAGAUR (RAJ.) Page 2

mandated operation and maintenance.

c) The term "country of origin" means the country where the Goods have been mined, grown,

cultivated, produced, manufactured, or processed; or through manufacture, processing, or

assembly, another commercially recognized article results that differs substantially in its

basic characteristics from its imported components.

d) The nationality of the firm that produces, assembles, distributes, or sells the Goods shall not

determine their origin.

e) If so required, a Bidder that does not manufacture or produce the Goods it offers to supply

shall submit the Manufacturer's Authorization using the form included in this document,

Bidding Forms to demonstrate that it has been duly authorized by the manufacturer or

producer of the Goods to supply these Goods in India.

8) Notices- a) Any notice given by one party to the other pursuant to the Contract shall be in writing to the

address specified in the contract. The term in writing" means communicated in written

form with proof of receipt.

b) A Notice shall be effective when delivered or on the Notice's effective date, whichever is

later.

9) Governing Law: The Contract shall be governed by and interpreted in accordance with the

laws of India and the State of Rajasthan.

10) Scope of Supply- a) Subject to the provisions in the bidding document and contract, the goods and related services

to be supplied shall be as specified in the bidding document.

b) Unless otherwise stipulated in the Contract, the scope of supply shall include all such

items not specifically mentioned in the Contract but that can be reasonably inferred

from the Contract as being required for attaining delivery and completion of the goods

and related services as if such items were expressly mentioned in the Contract.

11) Delivery & Installation- a) Subject to the conditions of the contract, the delivery of the goods and completion of the

related services shall be in accordance with the delivery and completion schedule specified

in the bidding document. The details of supply/ shipping and other documents to be

furnished by the supplier are specified in the bidding document and/ or contract.

b) The contract for the supply can be repudiated at any time by the Procurement Entity, if the

supplies are not made to his satisfaction after giving an opportunity to the bidder of being

heard and recording the reasons for repudiation.

c) The Supplier/ selected Bidder shall arrange to supply, install and commission the ordered

materials as per specifications within the specified delivery/ completion period at various

locations mentioned in the bidding document and/ or contract.

d) Shifting the place of Installation: The end-user will be free to shift the place of installation

within the same city /town/ district/ division. The supplier shall provide all assistance,

incl. transportation, in shifting of the equipment. However, if the city/town is changed,

additional charges of assistance in shifting and providing maintenance services for

remaining period would be decided mutually.

12) Supplier's/ Selected Bidder's Responsibilities: The Supplier shall supply all the goods

and related services included in the scope of supply in accordance with the provisions of

bidding document and/ or contract.

13) Procuring entity's Responsibilities - Whenever the supply of goods and related services

requires that the Supplier obtain permits, approvals, and import and other licenses from

local public authorities, the Procuring entity shall, if so required by the Supplier, shall make

its best effort to support the Supplier in complying with such requirements in a

timely and expeditious manner.

14) Contract Price- a) The Contract Price shall be paid as specified in the agreement subject to any additions and

adjustments thereto, or deductions therefore, as may be made pursuant to the Contract.

b) Prices charged by the Supplier for the Goods delivered and the Related Services performed

Page 49: RMSA- NAGAUR (RAJ.) Page 2rajrmsa.nic.in/Public/Events/10-03-2017-142810~Dist...RMSA- NAGAUR (RAJ.) Page 2 PROCUREMENT OF SCHOOL FURNITURE TENDER DOCUMENT FOR SUPPLY AND INSTALLATION

RMSA- NAGAUR (RAJ.) Page 2

under the Contract shall not vary from the prices quoted by the Supplier in its bid, with

the exception of any price adjustments, if authorized in the special conditions of the contract.

15) Recoveries from Supplier/ Selected Bidder- a) Recovery of penalty, short supply, breakage, rejected articles shall be made ordinarily from

bills.

b) The Purchase Officer shall withhold amount to the extent of penalty, short supply/ installation

/deployment, breakage and rejected articles unless these are replaced satisfactorily. In case

of failure to withhold the amount, it shall be recovered from his dues and Security

Deposit available with procuring entity.

c) The balance, if any, shall be demanded from the Supplier/ Selected Bidder and when

recovery is not possible, the Purchase Officer shall take recourse to Rajasthan Public

Demand Recovery Act or any other law in force.

16) Taxes & Duties- a) The TDS, Raj-VAT, Service Tax etc., if applicable, shall be deducted at source as per

prevailing rates

b) For Goods supplied from outside India, the Supplier shall be entirely responsible for all taxes,

stamp duties, license fees, and other such levies imposed outside India.

c) For Goods supplied from within India, the Supplier shall be entirely responsible for all taxes,

duties, octroi, license fees, etc., incurred until delivery of the contracted Goods at site

to the Procuring Entity.

d) If any tax exemptions, reductions, allowances or privileges may be available to the Supplier

in India, the Procuring Entity shall use its best efforts to enable the Supplier to benefit

from any such tax savings to the maximum allowable extent.

17) Agreement and Security Deposit- a) A Letter of Intent (LOI) shall be issued to the successful tenderer to sign the agreement

within 7 days from finalization of rates and supply & install within 60 days from the date of

LOI.

b) The successful tenderer will be required to sign an agreement with School Principal/

Headmaster on a non- judicial stamp paper of prescribed value of this cost incorporating

all the terms and conditions attached to tender form within 7 days from the date of LOI.

The agreement will be a composite agreement for a period of 1 (ONE) years from the

date of signing of agreement. Violation of any term and condition of Agreement will

entitle the DPC to fragment, terminate the contract and forfeit the security deposit. Further

in case of violation of any term and condition, unsatisfactory work, failing in imparting

proper education, work can be assigned to any other tenderer at the risk and cost of the

original tenderer in the interest of the students and contract can be terminated at any time

during the progress of the contract by the School Principal/ Headmaster.

c) The expenses of completing and stamping the agreement shall be paid by the tenderer and the

tenderer will furnish free of charge on executed stamped copy of the agreement to the Govt.

Sr. Sec. / Sec. School .............................. Distt : Nagaur.

d) The tenderer shall furnish the following documents at the time of execution of agreement:

Attested copy of Partnership Deed in case of Partnership Firms, Registration Number and

year of registration in case partnership firm is registered with Registrar of Firms, Address

of residence and office, telephone numbers in case of sole Proprietorship & Registration

issued by Registrar of Companies in case of Company. Relevant documents in case of

organization/ institute/ company/ corporation! society registered/ incorporated in India.

18) Performance Security Deposit (PSD)- a) The Supplier shall, within 7 days or a period specified, of the Notification of Award,

sign the Contract Agreement with School Principal/ Headmaster and submit a

Performance Security for the due performance of the Contract for the amount specified in

the SCC.

b) The Performance Security shall be denominated in the currency of the Contract and shall be

in one of the following forms:

(i) Bank Draft or Banker's Cheque or Bank guarantee of a Scheduled/ Nationalised Bank in India

in favour of .................................................(Name of School) In prescribed or other acceptable

Page 50: RMSA- NAGAUR (RAJ.) Page 2rajrmsa.nic.in/Public/Events/10-03-2017-142810~Dist...RMSA- NAGAUR (RAJ.) Page 2 PROCUREMENT OF SCHOOL FURNITURE TENDER DOCUMENT FOR SUPPLY AND INSTALLATION

RMSA- NAGAUR (RAJ.) Page 2

format or from other Issuer acceptable to the Procuring Entity. The bank guarantee shall be

got verified from the issuing bank and confirmer, if any;

Or

(ii) Fixed Deposit Receipt (FDR) of a Scheduled Bank. It shall be in the name of the Procuring

Entity on account of Bidder and discharged by the Bidder in advance. The Procuring

Entity shall ensure before accepting the Fixed Deposit Receipt that the Bidder

furnishes an undertaking from the bank to make payment/ premature payment of the

Fixed Deposit Receipt on demand to the Procuring Entity without requirement of consent

of the Bidder concerned. In the event of forfeiture of the Performance Security, the Fixed

Deposit shall be forfeited along with interest earned on such Fixed Deposit.

c) The proceeds of the Performance Security shall be forfeited and shall be payable

as compensation to the Procuring Entity on happening of any of the events mentioned below:

(i) when the Supplier does not sign the Agreement in accordance with ITB Clause 'Signing

of Contract' within the specified time; 'after issue of letter of acceptance/ placement of

supply order within the specified period; or

(ii) When the Supplier fails to commence the supply of the Goods or Related Services as per

supply order within the time specified; or

(iii) when Supplier fails to make complete supply of the Goods or Related Services satisfactorily

within the time specified; or

(iv) When any terms and conditions of the Contract is breached; or

(v) If the Supplier breaches any provision of the Code of Integrity prescribed for Bidders in the

Rules and Guidelines and as specified in ITB.

d) Notice of reasonable time will be given in case of forfeiture of Performance Security. The

decision of the procuring entity in this regard shall be final.

e) The Performance Security shall be released by the Procuring Entity and returned to the

Supplier not later than six months following the date of satisfactory completion of the

Supplier's performance obligations under the Contract, including any warranty and/

or maintenance obligations, unless specified otherwise in the SCC.

19) Liquidated Damages: a) Subject to provisions of GCC Clause 'Force Majeure' and 'Extensions of Time', if

the Supplier fails to deliver any or all of the Goods or perform the Related Services within

the period specified in the Contract , the Procuring Entity shall, without prejudice to all its

other remedies under the Contract, deduct from the Contract Price, as liquidated damages

on the basis of following percentages of value of Goods and/ or Related Service which the

Supplier has failed to supply or complete individually or collectively for the entire order:-

a. Delay up to one fourth period of the specified period of

delivery,

2.5%

b. Delay exceeding one fourth but not exceeding half of the

specified

5.0%

c. Delay exceeding half but not exceeding three fourth of the

specified

7.5%

d. Delay exceeding three fourth of the specified period of

delivery,

10.0%

b) Fraction of a day in reckoning period of delay in supplies, successful installation and

completion of work shall be eliminated if it is less than half a day. The value of Goods

and/ or Related Services not received in specified time should be calculated carefully. The

method of calculation for contracts which include multiple items of supply/ service in case

individual value of each item is not taken in the Bid should be generally given in the SCC.

For turnkey projects in which cost of individual items is not known also, some

apportionment formula should be given in the SCC. If not given, the total value of the

turnkey project shall become the basis for imposing LD, if due.

Page 51: RMSA- NAGAUR (RAJ.) Page 2rajrmsa.nic.in/Public/Events/10-03-2017-142810~Dist...RMSA- NAGAUR (RAJ.) Page 2 PROCUREMENT OF SCHOOL FURNITURE TENDER DOCUMENT FOR SUPPLY AND INSTALLATION

RMSA- NAGAUR (RAJ.) Page 2

c) The maximum amount of liquidated damages shall be 10% of the contract value. Once the

maximum is reached, the Procuring Entity may terminate the Contract pursuant to GCC

Clause 'Termination & Disputes'.

d) *The percentage refers to the payment due for the associated works/ goods/ service

e) Recoveries of liquidated damages, short supply, breakage, rejected articles shall ordinarily be

made from bills. Amount may also be withheld to the extent of short supply, breakages,

rejected articles and in case of failure in satisfactory replacement by the Supplier along

with amount of liquidated damages shall be recovered from his dues and Performance

Security available with the Procuring Entity. In case balance of recovery is not possible,

recourse will be taken under Rajasthan Public Demand Recovery Act or any other law in

force.

20) Copyright: The copyright in all drawings, source code, design documents, and

other materials containing data and information furnished to the Procuring Entity by the

Supplier for this project herein shall remain vested jointly in the Procuring Entity and

Supplier, or, if they are furnished to the Procuring Entity directly or through the Supplier by

any third party, including suppliers of materials or Related Services, the copyright in such

materials or related services shall remain vested in such third party.

21) Confidential Information-

a) In addition to the requirements of the provisions of Rule and Guidelines regarding

Confidentiality, the Procuring Entity and the Supplier shall keep confidential and shall not,

without the written consent of the other party hereto, divulge to any third party any

documents, data, or other information furnished directly or indirectly by the other party

hereto in connection with the Contract, whether such information has been furnished prior

to, during or following completion or termination of the Contract. Notwithstanding the

above, the Supplier may furnish to its Subcontractor such documents, data, and other

information it receives from the Procuring Entity to the extent required for the

Subcontractor to perform its work under the Contract, in which event the Supplier shall

obtain from such Subcontractor an undertaking of confidentiality similar to that imposed

on the Supplier under this clause. However, in case of electronic data or information, the

Procuring Entity may not hold such responsibility for access to data on line by any third

party.

b) The Procuring Entity shall not use such documents, data, and other information received from

the Supplier for any purposes unrelated to the Contract. Similarly, the Supplier shall not

use such documents, data, and other information received from the Procuring Entity for

any purpose other than the design, procurement, or other work and services required for

the performance of the Contract.

c) The obligation of a party under GCC Sub-Clauses (a) and (b) above, however, shall not apply

to information that:

i. the Procuring Entity or Supplier need to share with other institutions participating in the

financing of the Contract;

ii. now or hereafter enters the public domain through no fault of that party;

iii. can be proven to have been possessed by that party at the time of disclosure and which was

not previously obtained, directly or indirectly, from the other party;

Or

iv. Otherwise lawfully becomes available to that party from a third party that has no obligation

of confidentiality.

d) The above provisions of this clause shall not in any way modify any undertaking of

confidentiality given by either of the parties hereto prior to the date of the Contract in

respect of the Supply or any part thereof.

e) The provisions of this clause shall survive completion or termination, for whatever reason, of

the Contract.

22) Sub-contracting: The Supplier shall not sublet or assign the Contract or its any part to anyone.

Page 52: RMSA- NAGAUR (RAJ.) Page 2rajrmsa.nic.in/Public/Events/10-03-2017-142810~Dist...RMSA- NAGAUR (RAJ.) Page 2 PROCUREMENT OF SCHOOL FURNITURE TENDER DOCUMENT FOR SUPPLY AND INSTALLATION

RMSA- NAGAUR (RAJ.) Page 2

23) Assignment- Neither the Procuring Entity nor the Supplier shall assign, in whole or in part,

their obligations under this Contract, except with prior written consent of the other party

with recorded reasons. Such assignment shall not relieve the Supplier or the Procurement

Entity of their respective obligations under the Contract.

24) Specifications and Standards- a) Technical Specifications and Drawings-

i. The Supplier/ Selected Bidder shall ensure that the goods and related services comply with

the technical specifications and other provisions of the Contract.

ii. The Supplier/ Selected Bidder shall be entitled to disclaim responsibility for any design,

data, drawing, specification or other document, or any modification thereof provided or

designed by or on behalf of the Procuring entity, by giving a notice of such disclaimer to the

Procuring entity.

iii. All Goods and Related Services to be supplied under the Contract shall have India as

their country of origin or a country which has not been declared ineligible by Government of

India.

iv. The goods and related services supplied under this Contract shall conform to the standards

mentioned in bidding document and, when no applicable standard is mentioned, the

standard shall be equivalent or superior to the official standards whose application is

appropriate to the country of origin of the Goods.

v. To establish the conformity of the Goods and Related Services to the Bidding Document, the

Bidder shall furnish as part of its Bid, the documentary evidence (specifications, designs

and drawings and conformance to BIS or other acceptable codes) and where asked for,

supply samples, demonstrates trials or carry out tests as specified in this document.

vi. The documentary evidence may be in the form of literature, design/drawings or data etc., and

shall consist of a detailed description of the essential technical and

performance characteristics of the Goods and Related Services, demonstrating substantial

responsiveness of the Goods and Related Services to those requirements, and if applicable,

a duly signed statement of deviations and exceptions to the provisions mentioned in this

document.

vii. Standards for workmanship, process, material, operation and maintenance and equipment, as

well as references to brand names or catalogue numbers specified by the Procuring Entity

in the Schedule of Supply, are the minimum acceptable standards and are intended to

be descriptive only and not restrictive. The Bidder may offer other standards of better

quality, brand names, and /or catalogue numbers, provided that it demonstrates, to the

Procuring Entity’s satisfaction, that the substitutions ensure substantial equivalence or are

superior to those specified in the Schedule of Supply.

b) Wherever references are made in the Contract to codes and standards in accordance with

which it shall be executed, the edition or the revised version of such codes and standards shall

be those specified in the bidding document. During Contract execution, any changes in

any such codes and standards shall be applied only after approval by the Procuring entity

and shall be treated in accordance with the general conditions of the contract.

c) The supply of articles should conform strictly to the approved samples. The decision of

the Procuring Entity whether the articles supplied conform to the specifications and

are in accordance with the samples, if any, shall be final and binding on the Supplier.

25) Packing and Documents-

a) The Supplier shall provide such packing of the Goods as is required to prevent their damage or

deterioration during transit or transport by sea, rail and road or air to their final destination,

as indicated in the Contract. During transit, the packing shall be sufficient to withstand,

without limitation, rough handling and exposure to extreme temperatures, salt and

precipitation, and open storage. Packing case size and weights shall take into consideration,

where appropriate, the remoteness of the final destination of the Goods and the absence

of heavy handling facilities at all points in transit.

b) The packing, marking, and documentation within and outside the packages shall comply

strictly with such special requirements as shall be expressly provided for in the Contract,

Page 53: RMSA- NAGAUR (RAJ.) Page 2rajrmsa.nic.in/Public/Events/10-03-2017-142810~Dist...RMSA- NAGAUR (RAJ.) Page 2 PROCUREMENT OF SCHOOL FURNITURE TENDER DOCUMENT FOR SUPPLY AND INSTALLATION

RMSA- NAGAUR (RAJ.) Page 2

including additional requirements, if any, specified in the contract, and in any

other instructions ordered by the Procuring entity.

26) Insurance- Unless otherwise specified in the SCC, the Goods supplied under the Contract

shall be fully insured against loss by theft, destruction or damage, by fire, flood, under

exposure to weather or otherwise including war, rebellion, riot, etc. The insurance charges

will be borne by the supplier and the Procuring Entity will not be required to pay such

charges, if incurred.

27) Transportation- a) Unless otherwise specified in the SCC, obligations for transportation of the Goods shall be in

accordance with the conditions and terms specified in this document

b) In case of Supply from within India, the Goods shall be supplied FOR locations specified in

this document. All transportation charges, local taxes, etc. shall be borne by the Supplier.

28) Samples, Inspections and Tests- a) The Procuring Entity or his authorized representative shall at all reasonable times have access

to the Supplier's premises and the power to inspect and examine the materials and

workmanship of the goods/equipment/ machinery during manufacturing process

or afterwards as may be decided.

b) The Supplier shall at its own expense and at no cost to the Procuring Entity carry out all such

tests, and/or trials and/or inspections of the Goods and Related Services as are specified

in this document.

c) The sampling, inspections, and/or tests and/or trials may be conducted on the premises of the

Supplier or its Subcontractor, at point of delivery, and/or at the final destination of the

Goods, or at another place in India as specified in this document. All such sampling,

inspections and/ or testing shall be at the cost of the Supplier. Subject to Sub-Clause (d), if

conducted on the premises of the Supplier or its Subcontractor, all reasonable

facilities and assistance, including access to specification codes, designs, drawings and

production data, shall be furnished to the inspectors at no charge to the Procuring Entity.

d) The Procuring Entity or its designated representatives shall be entitled to attend the tests,

and/or inspections and/or trials referred to in Sub-Clause (c), provided that the Procuring

Entity bear all of its own costs and expenses incurred in connection with such attendance,

like travelling and boarding and lodging expenses.

e) Whenever the Supplier is ready to carry out any such test, and/or trials and/or inspection, it

shall give a reasonable advance notice, including the place and time, to the Procuring

Entity. The Supplier shall obtain from any relevant third party or manufacturer any

necessary permission or consent to enable the Procuring Entity or its designated

representative to attend the test and/or trials and/or inspection. The Supplier shall furnish

complete address of the premises of his office, go down and workshop where inspection

can be made together with name and address of the person who is to be contacted for the

purpose.

f) The Procuring Entity may require the Supplier to carry out any test and/or trials and/or

inspection not required by the Contract but deemed necessary to verify that the

characteristics and performance of the Goods comply with the technical specifications,

codes and standards and samples supplied with the Bid under the Contract, provided that the

Supplier's reasonable costs and expenses incurred in the carrying out of such test and/or

trials and/or inspection shall be added to the Contract Price. Further, if such test and/or

trials and/or inspection impedes the progress of manufacturing and/or the Supplier's

performance of its other obligations under the Contract, due allowance will be made in

respect of the Delivery Dates and Completion Dates and the other obligations so affected.

g) The Supplier shall provide, the Procuring Entity with a report of the results of any trials

and/or inspection.

h) Supplies when received shall be subject to tests and/or trials and/or inspection to ensure

whether they conform to the specifications and with the approved samples and trials, if

any. Where necessary or prescribed or practical, tests shall be carried out in

Government laboratory or government authorized laboratory and the supplies will be

Page 54: RMSA- NAGAUR (RAJ.) Page 2rajrmsa.nic.in/Public/Events/10-03-2017-142810~Dist...RMSA- NAGAUR (RAJ.) Page 2 PROCUREMENT OF SCHOOL FURNITURE TENDER DOCUMENT FOR SUPPLY AND INSTALLATION

RMSA- NAGAUR (RAJ.) Page 2

accepted only when the articles conform to the standard of prescribed specifications as a

result of such tests.

i) In case of tests, samples shall be drawn in four sets in the presence of the Supplier or his

authorised representative and properly sealed in his presence. One such set shall be given to

him, one or two will be sent to the laboratories and/or testing house and the third or

fourth will be retained in the office for reference and record.

j) Testing charges shall be borne by the bidder when procuring entity desires to be arranged

by the Supplier.

k) The Procuring Entity may reject any Goods or any part thereof that are received but fail to

pass any test and/or trials and/or inspection or do not conform to the specifications and

samples supplied with the Bid, if any. The Supplier shall either rectify or replace such

rejected Goods or parts thereof or make alterations necessary to meet the specifications

and samples supplied with the Bid if any, at no cost to the Procuring Entity, and shall

repeat the test and/or trials and/or inspection, at no cost to the Procuring Entity, upon

giving a notice pursuant to Sub-Clause (e)

If, however, due to exigencies of Procuring Entity's work, such replacement either in whole

or in part, is not considered feasible, the Procuring Entity after giving an opportunity to the

Bidder of being heard, shall for reasons to be recorded, deduct a suitable amount from the

approved rates and accept the supply. The deduction so made shall be final.

l) The rejected articles shall be removed by the Bidder within 15 days of intimation of rejection,

after which the Procuring Entity shall not be responsible for any loss, shortage or damage

and shall have the right to dispose of such articles as he thinks fit, at the Supplier's risk and

on his account.

m) The Supplier agrees that neither the execution of a test and/or trials and/or inspection of the

Goods or any part thereof, nor the attendance by the Procuring Entity or its

representative, nor the issue of any report pursuant to Sub-Clause (g), shall release the

Supplier from any warranties or other obligations under the Contract.

29) Testing charges: Testing and inspection charges shall be borne by the supplier.

30) Rejection- a) Articles not approved during inspection or testing shall be rejected and will have to be

replaced by the selected bidder at his own cost within the 15 days.

b) If, however, due to exigencies, such replacement either in whole or in part, is not considered

feasible, the Purchase Officer after giving an opportunity to the selected bidder of being

heard shall for reasons to be recorded, deduct a suitable amount from the approved rates.

The deduction so made shall be final.

c) The rejected articles shall be removed by the selected bidder within 15 days of intimation of

rejection, after which Purchase Officer shall not be responsible for any loss, shortage or

damage and shall have the right to dispose of such articles as he thinks fit, at the

supplier's/ bidder's/ selected bidder's risk and on his account.

31) Extensions of Time- a) If at any time during performance of the Contract, the Supplier or its Subcontractors should

encounter conditions impeding timely delivery of the Goods or completion of

Related Services pursuant to GCC 'Delivery' Clause the Supplier shall promptly notify the

Procuring Entity in writing of the delay, its likely duration, and its cause. As soon as

practicable after receipt of the Supplier's notice, the Procuring Entity shall evaluate the

situation and may at its discretion extend the Supplier's time for performance, with or

without liquidated damages depending on the nature of causes of delay, by issuing an

amendment of the Contract.

b) Except in case of Force Majeure, as provided under GCC, or reasons beyond the control of

the Supplier under GCC sub-clause (a) above, a delay by the Supplier in the performance

of its Delivery and Completion obligations shall render the Supplier liable to the

imposition of liquidated damages pursuant to GCC Clause 'Liquidated Damages'.

Page 55: RMSA- NAGAUR (RAJ.) Page 2rajrmsa.nic.in/Public/Events/10-03-2017-142810~Dist...RMSA- NAGAUR (RAJ.) Page 2 PROCUREMENT OF SCHOOL FURNITURE TENDER DOCUMENT FOR SUPPLY AND INSTALLATION

RMSA- NAGAUR (RAJ.) Page 2

32) Authenticity of Equipments-

a) The selected bidder shall certify that the supplied goods are brand new, genuine/ authentic,

not refurbished, conform to the description and quality as specified in this bidding

document and are free from defects in material, workmanship and service.

b) If during the contract period, the said goods be discovered counterfeit/ unauthentic or not to

conform to the description and quality aforesaid or have determined (and the decision of

the Purchase Officer in that behalf will be final and conclusive), notwithstanding the fact that

the procuring entity may have inspected and/ or approved the said goods, the procuring

entity will be entitled to reject the said goods or such portion thereof as may be discovered

not to conform to the said description and quality, on such rejection the goods will be at the

selected bidder's risk and all the provisions relating to rejection of goods etc., shall apply. The

selected bidder shall, if so called upon to do, replace the goods etc., or such portion

thereof as is rejected by Purchase Officer, otherwise the selected bidder shall pay such

damage herein contained shall prejudice any other right of the Purchase Officer in that

behalf under this contract or otherwise.

c) Goods accepted by the procuring entity in terms of the contract shall in no way dilute

procuring entity's right to reject the same later, if found deficient in terms of the this clause

of the contract.

33) Warranty-

a) The bidder must supply all items with comprehensive on-site OEM warranty valid for

contract period after the goods, or any portion thereof as the case may be, have been

delivered to, installed and accepted at the final destination(s) indicated in the

bidding document. However, if delay of installation is more than a month's time due to

the reasons ascribed to the bidder, the warranty shall start from the date of last successful

installation of the items covered under the PO.

b) The Supplier warrants that all the Goods are new, unused, and of the most recent or current

models, and that they incorporate all recent improvements in design and materials, unless

provided otherwise in the Contract.

c) Subject to GCC Sub-Clause 'Specifications & Standards', the Supplier further warrants that

the Goods shall be free from defects arising from any act or omission of the Supplier or

arising from design, materials, and workmanship, under normal use.

d) Unless otherwise specified in the SCC, the warranty shall remain valid for entire project

period after supply of the Goods and completion the Related Services has been accepted

(commencing from the date of acceptance). This warranty shall cover all items irrespective

of the fact whether the tenderer has manufactured these or not. If the project extends for

one more year than comprehensive on-site OEM warranty would also be extended without

any financial liability of Department/ GoR.

e) The Procuring Entity shall give Notice to the Supplier stating the nature of any such defects

together with all available evidence thereof, promptly following the discovery thereof.

The Procuring Entity shall afford all reasonable opportunity for the Supplier to inspect

such defects.

f) Upon receipt of such Notice, the Supplier shall, within the period specified in the SCC,

expeditiously repair or replace the defective Goods or parts thereof, at no cost to

the Procuring Entity.

g) In case of machinery and equipment also, guarantee will be given as mentioned in clause (c)

above and the Supplier shall during the guarantee period replace the parts / whole if any

and remove any manufacturing defect if found during the above period so as to make

machinery and equipment operative. The Supplier shall also replace machinery and

equipment in case it is found defective which cannot be put to operation due to

manufacturing defect, malfunctioning, etc.

h) If having been notified, the Supplier fails to remedy the defect within the period specified in

the SCC; the Procuring Entity may proceed to take within a reasonable period such

remedial action as may be necessary, at the Supplier's risk and expense and without

prejudice to any other rights which the Procuring Entity may have against the Supplier under

Page 56: RMSA- NAGAUR (RAJ.) Page 2rajrmsa.nic.in/Public/Events/10-03-2017-142810~Dist...RMSA- NAGAUR (RAJ.) Page 2 PROCUREMENT OF SCHOOL FURNITURE TENDER DOCUMENT FOR SUPPLY AND INSTALLATION

RMSA- NAGAUR (RAJ.) Page 2

the Contract.

i) At the time of goods delivery, the selected bidder shall submit a certificate/ undertaking from

all the respective OEMs mentioning the fact that the goods supplied are covered under

comprehensive warranty & support for the prescribed period.

34) Patent Indemnity- a) The supplier shall, subject to the Procuring entity's compliance with sub-clause (b) below,

indemnify and hold harmless the Procuring entity and its employees and officers from

and against any and all suits, actions or administrative proceedings, claims, demands,

losses, damages, costs, and expenses of any nature, including attorney's fees and expenses,

which the

Procuring entity may suffer as a result of any infringement or alleged infringement of any

patent, utility model, registered design, trademark, copyright, or other intellectual property

right registered or otherwise existing at the date of the Contract by reason of:

i. the installation of the Goods by the supplier or the use of the Goods in the country where the

Site is located; And

ii. the sale in any country of the products produced by the Goods.

Such indemnity shall not cover any use of the Goods or any part thereof other than for

the purpose indicated by or to be reasonably inferred from the Contract, neither any

infringement resulting from the use of the Goods or any part thereof, or any products

produced thereby in association or combination with any other equipment, plant, or

materials not supplied by the supplier, pursuant to the Contract.

b) If any proceedings are brought or any claim is made against the Procuring entity arising out

of the matters referred to above, the Procuring entity shall promptly give the supplier a

notice thereof, and the supplier may at its own expense and in the Procuring entity's name

conduct such proceedings or claim and any negotiations for the settlement of any such

proceedings or claim.

c) If the supplier fails to notify the Procuring entity within twenty-eight (28) days after receipt

of such notice that it intends to conduct any such proceedings or claim, then the

Procuring entity shall be free to conduct the same on its own behalf and at the expenses of the

supplier.

d) The Procuring entity shall, at the supplier's request, afford all available assistance to the

supplier in conducting such proceedings or claim, and shall be reimbursed by the supplier

for all reasonable expenses incurred in so doing.

e) The Procuring entity shall indemnify and hold harmless the supplier and its employees,

officers, and Subcontractors from and against any and all suits, actions or administrative

proceedings, claims, demands, losses, damages, costs, and expenses of any nature,

including attorney's fees and expenses, which the supplier may suffer as a result of any

infringement or alleged infringement of any patent, utility model, registered design,

trademark, copyright, or other intellectual property right registered or otherwise existing at

the date of the Contract arising out of or in connection with any design, data,

drawing, specification, or other documents or materials provided or designed by or on

behalf of the Procuring entity.

35) Limitation of Liability : Except in cases of gross negligence or wilfull misconduct:-

a) neither party shall be liable to the other party for any indirect or consequential loss or

damage, loss of use, loss of production, or loss of profits or interest costs, provided that

this exclusion shall not apply to any obligation of the supplier to pay penalty to the

Procuring entity; and

b) the aggregate liability of the supplier to the Procuring entity, whether under the Contract, in

tort, or otherwise, shall not exceed the amount specified in the Contract, provided that

this limitation shall not apply to the cost of repairing or replacing defective equipment, or to

any obligation of the supplier to indemnify the Procuring entity with respect to

patent infringement.

36) Force Majeure- a) The supplier shall not be liable for forfeiture of its Performance Security, liquidated damages,

or termination for default if and to the extent that its delay in performance or other failure

Page 57: RMSA- NAGAUR (RAJ.) Page 2rajrmsa.nic.in/Public/Events/10-03-2017-142810~Dist...RMSA- NAGAUR (RAJ.) Page 2 PROCUREMENT OF SCHOOL FURNITURE TENDER DOCUMENT FOR SUPPLY AND INSTALLATION

RMSA- NAGAUR (RAJ.) Page 2

to perform its obligations under the Contract is the result of an event of Force Majeure.

b) For purposes of this Clause, "Force Majeure" means an event or situation beyond the control

of the supplier that is not foreseeable, is unavoidable, and its origin is not due to

negligence or lack of care on the part of the supplier. Such events may include, but not be

limited to, acts of the Procuring entity in its sovereign capacity, wars or revolutions,

fires, theft, floods, epidemics, quarantine restrictions, and freight embargoes.

c) If a Force Majeure situation arises, the supplier shall promptly notify the procuring entity in

writing of such condition and cause thereof. Unless otherwise directed by procuring entity

writing, the supplier shall continue to perform its obligations under the contract as far as

reasonably practical, and shall seek all reasonable alternative means at his cost for

performance not prevented by Force Majeure event.

37) Change Orders and Contract Amendments-

a) The Procuring entity may at any time order the supplier/ selected bidder through Notice in

accordance with clause 'Notices' above, to make changes within the general scope of the

Contract in any one or more of the following:

i. drawings, designs, or specifications, where Goods to be furnished under the Contract are to

be specifically manufactured for the Procuring entity;

ii. the method of shipment or packing;

iii. the place of delivery; and

iv. the related services to be provided by the supplier/ selected bidder.

b) If any such change causes an increase or decrease in the cost of, or the time required for,

the supplier's performance of any provisions under the Contract, an equitable adjustment

shall be made in the Contract Price or in the Delivery and Completion Schedule, or both,

and the Contract shall accordingly should be amended. Any claims by the supplier/

selected bidder for adjustment under this clause must be asserted within twenty-eight (28)

days from the date of the supplier's receipt of the Procuring entity's change order.

c) Prices to be charged by the supplier for any related services that might be needed but which

were not included in the Contract shall be agreed upon in advance by the parties and shall

not exceed the prevailing rates charged to other parties by the supplier for similar services.

d) Additional quantity may be procured by placing a repeat order on the rates and conditions of

the original order. However, the additional quantity shall not be more than 50% of the

value

of Goods of the original contract and shall be within one month from the date of expiry of last

supply. If the Supplier fails to do so, the Procuring Entity shall be free to arrange for the

balance supply by limited Bidding or otherwise and the extra cost incurred shall be

recovered from the Supplier.

38) Termination-

a) Termination for Default- i. procuring entity without prejudice to any other remedy under the provisions of the Rules

and Guidelines, the Rules or the Contract for breach of contract, by written notice of

default of at least 30 days sent to the supplier/ selected bidder, terminate the contract in

whole or in part:

a. If the supplier/ selected bidder fails to deliver any or all quantities of the Goods and/or

related services within the period specified in the contract, or any extension

thereof granted by procuring entity pursuant to GCC clause 'Extensions of Time'; or

b. If the supplier/ selected bidder fails to perform any other obligation under the contract

within the specified period of delivery of service or any extension granted thereof; or

c. If the supplier/ selected bidder, In the judgement of the Procuring entity, has breached

the Code of Integrity, as defined in GCC, in competing for or in executing the

contract.

d. If the supplier/ selected bidder commits breach of any condition of the contract

ii. If procuring entity terminates the contract in whole or in part, amount of PSD may be

forfeited.

iii. In the event the Procuring Entity terminates the Contract in whole or in part, pursuant to GCC

Page 58: RMSA- NAGAUR (RAJ.) Page 2rajrmsa.nic.in/Public/Events/10-03-2017-142810~Dist...RMSA- NAGAUR (RAJ.) Page 2 PROCUREMENT OF SCHOOL FURNITURE TENDER DOCUMENT FOR SUPPLY AND INSTALLATION

RMSA- NAGAUR (RAJ.) Page 2

Clause CO above, the Procuring Entity may procure, upon such terms and in such manner

as it deems appropriate, Goods and/ or Related Services similar to those undelivered or

not performed, and the Supplier shall be liable to the Procuring Entity for any additional

costs for such similar Goods or Related Services. However, the Supplier shall continue

performance of the Contract to the extent not terminated.

b) Termination for Insolvency: Procuring entity may at any time terminate the Contract by giving a written notice of at

least 30 days to the supplier if the supplier becomes bankrupt or otherwise declared

insolvent. In such event, termination will be without compensation to the supplier,

provided that such termination will not prejudice or affect any right of action or remedy

that has accrued or will accrue thereafter to Procuring Entity.

c) Termination for Convenience-

i. The Procuring Entity, by Notice sent to the supplier/ selected bidder, may terminate the

Contract, in whole or in part, at any time for its convenience. The Notice of termination

shall specify that termination is for the Procuring Entity's convenience, the extent to

which performance of the Supplier under the Contract is terminated, and the date upon

which such termination becomes effective.

ii. Depending on merits of the case the supplier/ selected bidder may be appropriately

compensated on mutually agreed terms for the loss incurred by the contract if any due to

such termination.

iii. The Goods that are complete and ready for shipment at the time of Supplier's receipt of the

Notice of termination may, if required, be accepted by the Procuring Entity at the

Contract terms and prices. For the remaining Goods, the Purchaser may elect:

a. To have any portion completed and delivered at the Contract terms and prices; and/or

b. To cancel the remainder and pay to the supplier/ selected bidder an agreed amount for

partially completed Goods and Related Services and for materials and parts

previously procured by the supplier/ selected bidder

39) Dispute Resolution Mechanism- Any dispute arising from the Contract shall be resolved

amicably, as far as possible. The levels of the Dispute Resolution mechanism shall be as

follows:

a) Amicable resolution between representatives of Parties to the Contract

b) If a question, difference or objection arises in connection with or out of the

contract agreement or the meaning of operation of any part, thereof or the rights, duties or

liabilities of either party have not been settled by amicable resolution through mutual

discussions, it shall be referred to DPC, RMSA, Nagaur The decision of DPC, RMSA,

Nagaur shall be final and binding on both the parties

c) All legal proceedings, if necessary arise to institute by any of the parties shall have to be

lodged in courts situated in Rajasthan at Nagaur and not elsewhere.

40) Local Conditions-

a) Each Bidder is expected to fully get acquainted with the local conditions and factors, which

may have any effect on the performance of the contract and /or the cost.

b) The Bidder is expected to know all conditions and factors, which may have any effect on the

execution of the contract after issue of letter of Award as described in the bidding

documents. The department shall not entertain any request for clarification from the

Bidder regarding such local conditions.

c) It is the Bidder's responsibility that such factors have properly been investigated and

considered while submitting the bid proposals and no claim whatsoever including those

for financial adjustment to the contract awarded under the bidding documents will be

entertained by the department. Neither any change in the time schedule of the contract nor

any financial adjustments arising thereof shall be permitted by the department, on account of

failure of the bidder to know the local laws / conditions.

d) The bidder is expected to obtain all information that may be necessary for preparing the bid at

their own interest and cost

Page 59: RMSA- NAGAUR (RAJ.) Page 2rajrmsa.nic.in/Public/Events/10-03-2017-142810~Dist...RMSA- NAGAUR (RAJ.) Page 2 PROCUREMENT OF SCHOOL FURNITURE TENDER DOCUMENT FOR SUPPLY AND INSTALLATION

RMSA- NAGAUR (RAJ.) Page 2

41) Pre-Delivery Inspection(PDI) : After manufacturing/formation of goods and ready for

transportation, the bidder shall intimate to the Concerned Official of DPO one week in advance

for Pre-Delivery Inspection (PDI), at the cost of supplier. Pre-Delivery Inspection (PDI) shall be

made at the Manufacturer’s / supplier’s Factory / Godown site (at tenderer cost) by the technical

team/inspection committee. The inspection period would be inclusive in the total supply period.

The whole cost will be borne by the contractor such as lodging, boarding , fare charges etc on

the tour made by technical team/inspection team. The Inspection Team can inspect up to 2%

sample at random basis. The bidder will provide these inspected items for use as sample for

quality checks at district level. This will be minimum One Piece per item at district head

quarter.

42) Delivery and Installation of furniture in Secondary and Sr. Secondary Schools-

Subject to GCC Sub-Clause 'Change Orders and Contract Amendments' the Delivery of

the Goods and Completion of the Related Services shall be in accordance with the Delivery

and Completion Schedule specified in this document. The details of shipping and

other documents to be furnished by the Supplier are specified in this document.

a) The tenderer whose tender is accepted shall arrange to supply the ordered furniture strictly in

accordance with specifications given in the technical bid within a period mentioned in

this BID DOCUMENT.

b) The installation and maintenance shall be done at the risk and cost of the tenderer.

c) All security arrangements for the furniture located in the school shall be the responsibility of

the head of the institution. However tenderer get all the furniture items insured from an

Insurance Company against calamities, theft, fire etc. and all such insurance charges will

be borne by the tenderer. The department will not be required to pay such charges

d) Commissioning of the project: If the tenderer has fulfilled following conditions then the

project is deemed to have been commissioned and payment can start as per

payment conditions.

(i) Has supplied and installed all the furniture in the school to the satisfaction of the

concerned authorities.

e) It will be responsibility of the Tenderer to follow rules, regulations and Acts of State/

Central governments regarding welfare of employees and labour/ persons hired for

services/ appointed by it and school/ Department will not be responsible if the tenderer

violates the same.

43) Labelling :

a) The following shall be clearly marked on the equipments using labels or indelible ink in the

presence of school staff:

(i) The date of installation,

(ii) Period of warranty,

(i) Incidents / calls open

44) Final acceptance of the tender : a) The final acceptance of the tender would be entirely vested with the procuring entity who

reserves the right to accept or reject any tender, without assigning any reason whatsoever.

There are no obligations on the part of the procuring entity to communicate in any way

with the rejected tenderer. After acceptance of the tender by procuring entity the tenderer

shall have no right to withdraw his tender or claim higher price.

b) Tenders with incomplete information are liable for rejection.

c) For each category of qualification criteria, the documentary evidence is to be produced

duly attested by the tenderer, serial numbered and enclosed with the technical bids.

If the documentary proof is not enclosed for any/ all criteria the tender is liable for rejection.

d) If any information given by the tenderer is found to be false/fictitious, the action would be

initiated against the tenderer as per Govt. rules.

I) If GoR/ DPO decide to appoint a third party agency for inspection and evaluation

tenderer need to share all the information and co-operate with third party monitoring

/technical agency during the period of contract.

Page 60: RMSA- NAGAUR (RAJ.) Page 2rajrmsa.nic.in/Public/Events/10-03-2017-142810~Dist...RMSA- NAGAUR (RAJ.) Page 2 PROCUREMENT OF SCHOOL FURNITURE TENDER DOCUMENT FOR SUPPLY AND INSTALLATION

RMSA- NAGAUR (RAJ.) Page 2

45) Terms of Payment-

a) The Supplier's request for payment shall be made to the Procuring Entity in writing,

accompanied by invoices describing, as appropriate, the Goods delivered and by the

documents submitted pursuant to GCC 'Delivery Clause and upon fulfilment of all the

obligations stipulated in the Contract.

b) Payment up to 70% to be made by the concerned School Principal/ Headmaster on the

recommendation of Committee. Committee shall verify that given supply is as per approved

sample(s) and specifications and installed properly in School. All remittance charges shall be

borne by the Supplier. Committee consist of Person nominated by Principal/ Headmaster, J. En

of block and Jr. Accountant or accountant of block shall submit the report to Principal/

Headmaster. Remaining 30% would be paid after receipt of certificate of quality check (at the

cost of Tenderer) and satisfactory supply on the recommendation of District committee

(District committee consist of ADPC, School Principal/ Headmaster, A.En. and AAO)”.

c) The currency in which payments shall be made to the Supplier under this Contract shall be

Indian Rupees.

d) In case of disputed items, 10% to 25% of the amount of the price of such items may be

withheld and will be paid on settlement of the dispute.

e) Payment in case of those Goods which need trials or testing as specified in this document

shall be made only when such trials or tests have been carried out and trials or test

results received conforming to the prescribed specifications

f) No advance payment shall be made.

g) The payment for implementing this scheme will be made on submission of bills in proper

form ,along with performance report by committee(Committee consist of Person nominated

by Principal/ Headmaster, J. En of block and Jr. Accountant or accountant of block) by the

Tenderer to the School Principal in accordance with the directions mentioned in the tender

document. Part payment can also be made. All remittance charges will be borne by the

Tenderer.

h) Certificate/ Policy of Insurance Company for Computer Lab against calamities, theft, fire etc

(only with first bill).

i) Payment will be started from the date of Commissioning and will be made as per Payment

Schedule mentioned above in this tender document to the Tenderer by the SCHOOL

PRINCIPAL/ HEADMASTER(s) upon satisfaction and on submission of the certificates as

mentioned above.

j) No Payment will be made to the tenderer if the concerned authorities do not furnish

satisfactory completion certificate.

k) The SCHOOL PRINCIPAL/ HEADMASTER(s) would provide the Income tax

deduction certificate and the reasons of other deductions in writing to the tenderer at the

time of payment.

46) Payment Schedule : Payments to the bidder, after successful completion of the target milestones

(including specified project deliverables), would be made as under:

a) No Advance payment shall be made

b) Payment would be made school wise on submission of bills for individual schools along with

the satisfactory installation certificate of the competent authority.

Note: (i) Remittance charge on payment made shall be borne by the tenderer.

(ii) The rate should not be provided as a percentage figure; the tenderer is advised to

quote charges in absolute Indian Rupees inclusive of all taxes & government levies.

c) The supplier's/ selected bidder's request for payment shall be made to the School Principal/

Headmaster in writing, accompanied by invoices describing, as appropriate, the goods

delivered and related services performed, and by the required documents submitted

pursuant to general conditions of the contract and upon fulfilment of all the obligations

stipulated in the Contract.

d) Due Payments shall be made promptly by the procuring entity, generally within thirty (30)

days after submission of an invoice or request for payment by the supplier/ selected

bidder, and the procuring entity has accepted it.

Page 61: RMSA- NAGAUR (RAJ.) Page 2rajrmsa.nic.in/Public/Events/10-03-2017-142810~Dist...RMSA- NAGAUR (RAJ.) Page 2 PROCUREMENT OF SCHOOL FURNITURE TENDER DOCUMENT FOR SUPPLY AND INSTALLATION

RMSA- NAGAUR (RAJ.) Page 2

e) The currency or currencies in which payments shall be made to the supplier/ selected

bidder under this Contract shall be Indian Rupees (INR) only.

f) All remittance charges will be borne by the supplier/ selected bidder.

g) In case of disputed items, disputed amount shall be withheld and will be paid only after

settlement of the dispute.

h) Payment in case of those goods which need testing shall be made only when such tests have

been carried out, test results received conforming to the prescribed specification.

i) Advance Payments will not be made.

j) Any penalties accumulated due to non-compliance of service level requirements shall be

deducted from the Bank Guarantee provided by the supplier as well as from any

payments due to the supplier for respective/ prospective quarters.

k) Taxes (work contract tax, VAT, income tax, etc.), as applicable, will be deducted at source,

from due payments, as per the prevalent rules and regulations.

47) Special Conditions of the Bid- Fraction of a day in reckoning period in supplies, successful installation and completion

of work shall be eliminated if it is less than half a day. In case of calculation for month

wise penalties the month will be of 30 days and if duration is less than a month then

penalty will be levied on pro-rata basis.

48) Acceptance Testing and Certification a) The primary goal of Acceptance Testing and Certification is to ensure that the Project

(including all the project components as discussed in the scope of work) meets

requirements, standards, specifications and performance, by ensuring that the following are

associated with clear, quantifiable metrics for accountability:

I. Infrastructure

II. Performance

III. Project Documentation

49) All the instructions to bidders covered in Chapter-4 would be a part of Terms and Conditions

under Chapter-5. In case of any anomaly or paradox, the final decision of procuring entity

would prevail.

50) Exit Management-

Purpose- This clause sets out the provisions which will apply on expiry or termination of the

"Contract Agreement". In the case of termination of the Contract Agreement due to any

illegal activity performed by the bidder during/ as part of the activities related to the

project, the procuring entity shall have the right to, at its sole discretion; apply this clause

with or without seeking an appropriate remedy from the bidder.

Page 62: RMSA- NAGAUR (RAJ.) Page 2rajrmsa.nic.in/Public/Events/10-03-2017-142810~Dist...RMSA- NAGAUR (RAJ.) Page 2 PROCUREMENT OF SCHOOL FURNITURE TENDER DOCUMENT FOR SUPPLY AND INSTALLATION

RMSA- NAGAUR (RAJ.) Page 2

MSME Unit Situated in Rajasthan

ANNEXURE -1: PRE-BID QUERIES FORMAT (To be filled by the Tenderer)

NIB No: ………………………………………………………………………….. dtd.

Name of the Company/Firm:---------------------------------------------------------------------

Tender Fee Receipt No.------------------------ Dated------------------- for Rs.----------------------

Name of Person(s) Representing the Company/ Firm:

Name of the Person Designation E-mail ID Tel .ph. no/ Fax no

Company/Firm Contacts:

Contact person/s Address for

correspondence

E-mail ID Tel ph. No /Fax

Query & Clarification Thought:

Sr. No RPF Page No RPF rule No Rule Details Query/suggestion/clarification

Page 63: RMSA- NAGAUR (RAJ.) Page 2rajrmsa.nic.in/Public/Events/10-03-2017-142810~Dist...RMSA- NAGAUR (RAJ.) Page 2 PROCUREMENT OF SCHOOL FURNITURE TENDER DOCUMENT FOR SUPPLY AND INSTALLATION

RMSA- NAGAUR (RAJ.) Page 2

ANNEXURE-2: BID FORM {to be filled by the bidder}

NAME OF SCHOOL (FOR WHICH BID SUBMITTED):- .......................................

I. Addressed to

a. Name of the procuring

Entity

b. Address

c. Telephone

d. Telephone/Fax

e. e-Mail

II. NIB Reference: ................... Dated ..................... Other related details: -

1. Name of Tenderer

2. Name & Designation of

Authorized Signatory

3. Registered Office

Address

Telephone Nos. /

Mobile(mandatory)

Fax:

Website Email

(mandatory)

4. Rajasthan centre

Address

Phone Fax:

Contact

Person

5. Jaipur centre Address

Phone Fax:

6. Year of Establishment

7 Nature of the Firm Public Ltd. Private Ltd. Partnership Proprietary

Put Tick (}1) mark

8 Any other details in

support of your offer

III. Annual Turnover during last three years (as stated in the eligibility criteria, attach proof

Financial Year Total Turnover in Crores Audited accounts (Yes or No)

2013-14

2014-15

2015-16

Total Turn Over

Page 64: RMSA- NAGAUR (RAJ.) Page 2rajrmsa.nic.in/Public/Events/10-03-2017-142810~Dist...RMSA- NAGAUR (RAJ.) Page 2 PROCUREMENT OF SCHOOL FURNITURE TENDER DOCUMENT FOR SUPPLY AND INSTALLATION

RMSA- NAGAUR (RAJ.) Page 2

IV. Details of experience in involving supply & installation of furniture.

SI.

No Year

Name. of the

Department

Supply order

no. and date Description of

Supply Order

Quantity Value

(in Rs. Lacs)

Completion

Certificate/

test report

1 2 3 4 5 6 7 8

1 2013-14

2 2014-15

3 2015-16

Total

Note Provide separate note on each project in detail with proof. Please attach a copy of the work

order/ completion certificate/ purchase order/ letter from the customer for each project reference.

V. The Cost of Tender amount Rs. 500/- (Rupees five hundred) has been deposited vide cash

receipt / DD/ Banker's cheque no. Dated in

favour of the ......................................................(School), payable at ..............

VI. Following documents are attached towards the proof of Earnest Money Deposited of Rs.-------

------------------------/- in favour of ......................................................(School), payable at

.............. I/we also fulfil the eligibility criteria mentioned in this tender document:

Sr. No In favour of EMD

Amount

DD/Banker’s

Cheque No/BG

Date

VII. The rate for the complete work as prescribed has been mentioned separately in the

financial bid.

VIII. The rates quoted are applicable up to 120 days from the date of opening of technical bid of

tender document. This validity can be extended with mutual agreement.

IX. The Permanent Income Tax No. (PAN) has been submitted.

X. We agree to abide by all the terms and conditions mentioned in this form issued by the

Procuring entity and also the further conditions of the said notice given in the attached sheets

(all the pages of which have been signed by us in token of acceptance of the terms mentioned

therein along with stamp of the firm).

Date:

Name & Seal of the firm:

Authorized Signatory:

Page 65: RMSA- NAGAUR (RAJ.) Page 2rajrmsa.nic.in/Public/Events/10-03-2017-142810~Dist...RMSA- NAGAUR (RAJ.) Page 2 PROCUREMENT OF SCHOOL FURNITURE TENDER DOCUMENT FOR SUPPLY AND INSTALLATION

RMSA- NAGAUR (RAJ.) Page 2

ANNEXURE-3: BIDDER'S AUTHORIZATION CERTIFICATE (To be filled by the Bidder)

To,

(Procuring entity),

If I/We (Name/ Designation) hereby declare/ certify that (Name/ Designation) is hereby

authorized to sign relevant documents on behalf of the company/ firm in dealing with Tender/

NIB No: .................... Dated

He/ She is also authorized to attend meetings & submit technical & commercial

information/ clarifications as may be required by you in the course of processing the Bid.

For the purpose of validation, his/ her verified signatures are as under.

Thanking you,

Verified

Signature:

Name of the Bidder: -Authorized Signatory: -Seal of the Organization: -

Date: Place:

Page 66: RMSA- NAGAUR (RAJ.) Page 2rajrmsa.nic.in/Public/Events/10-03-2017-142810~Dist...RMSA- NAGAUR (RAJ.) Page 2 PROCUREMENT OF SCHOOL FURNITURE TENDER DOCUMENT FOR SUPPLY AND INSTALLATION

RMSA- NAGAUR (RAJ.) Page 2

ANNEXURE-4: DECLARATION by the Bidder on Non judicial Rs.100 stamp paper (To

be filled by the Bidder )

To,

{Procuring entity},

In response to the NIB Ref. No.--------------------------------------------------------dated------------for

{Project Title}, as an Owner/ Partner/ Director/ Auth. Sign. Of

--------------------------------------------------------------------I/ We hereby declare that presently our

Company/ firm-------------------------------- at the time of bidding,: -

a) possess the necessary professional, technical, financial and managerial resources and

competence required by the Bidding Document issued by the Procuring Entity;

b) have fulfilled my/ our obligation to pay such of the taxes payable to the Union and the State

Government or any local authority as specified in the Bidding Document;

c) is having unblemished record and is not declared ineligible for corrupt & fraudulent practices

either indefinitely or for a particular period of time by any State/ Central government/

PSU/ UT.

d) does not have any previous transgressions with any entity in India or any other country

during the last three years

e) does not have any debarment by any other procuring entity

f) is not insolvent in receivership, bankrupt or being wound up, not have its affairs administered

by a court or a judicial officer, not have its business activities suspended and is not the

subject of legal proceedings for any of the foregoing reasons;

g) does not have, and our directors and officers not have been convicted of any criminal offence

related to their professional conduct or the making of false statements or

misrepresentations as to their qualifications to enter into a procurement contract within a

period of three years preceding the commencement of the procurement process, or not

have been otherwise disqualified pursuant to debarment proceedings;

h) does not have a conflict of interest as mentioned in the bidding document which materially

affects the fair competition.

i) will comply with the code of integrity as specified in the bidding document.

If this declaration is found to be incorrect then without prejudice to any other action that

may be taken as per the provisions of the applicable Act and Rules thereto prescribed by

GoR, my/ our security may be forfeited in full and our bid, to the extent accepted, may be

cancelled.

Thanking you,

Name of the Bidder: - Authorised

Signatory: -

Seal of the Organization: Date:

Place:

Page 67: RMSA- NAGAUR (RAJ.) Page 2rajrmsa.nic.in/Public/Events/10-03-2017-142810~Dist...RMSA- NAGAUR (RAJ.) Page 2 PROCUREMENT OF SCHOOL FURNITURE TENDER DOCUMENT FOR SUPPLY AND INSTALLATION

RMSA- NAGAUR (RAJ.) Page 2

ANNEXURE-5: CERTIFICATE OF CONFORMITY/ NO DEVIATION

To,{to be filled by the bidder}on Non judicial Rs. 100 stamp paper

{Procuring entity},

NIB No: ------------------------------------------------------------ Dated----------------------------

CERTIFICATE

This is to certify that, the specifications of Furniture Items which I/ We have mentioned

in the Technical bid, and which It We shall supply if I/ We am/ are awarded with the work,

are in conformity with the minimum specifications of the Tender/ bidding document and

that there are no deviations of any kind from the requirement specifications.

Also, I/ we have thoroughly read the tender/ bidding document and by signing this certificate,

we hereby submit our token of acceptance to all the tender terms & conditions without

any deviations.

I/ We also certify that the price I/ we have quoted is inclusive of all the cost factors

involved in the end-to-end implementation and execution of the project, to meet the desired

Standards set out in the Tender/ bidding Document.

Thanking you,

Name of the Bidder: -

Authorised Signatory:

Seal of the Organization:

Date:

Place:

Page 68: RMSA- NAGAUR (RAJ.) Page 2rajrmsa.nic.in/Public/Events/10-03-2017-142810~Dist...RMSA- NAGAUR (RAJ.) Page 2 PROCUREMENT OF SCHOOL FURNITURE TENDER DOCUMENT FOR SUPPLY AND INSTALLATION

RMSA- NAGAUR (RAJ.) Page 2

Page 69: RMSA- NAGAUR (RAJ.) Page 2rajrmsa.nic.in/Public/Events/10-03-2017-142810~Dist...RMSA- NAGAUR (RAJ.) Page 2 PROCUREMENT OF SCHOOL FURNITURE TENDER DOCUMENT FOR SUPPLY AND INSTALLATION

RMSA- NAGAUR (RAJ.) Page 2

Page 70: RMSA- NAGAUR (RAJ.) Page 2rajrmsa.nic.in/Public/Events/10-03-2017-142810~Dist...RMSA- NAGAUR (RAJ.) Page 2 PROCUREMENT OF SCHOOL FURNITURE TENDER DOCUMENT FOR SUPPLY AND INSTALLATION

RMSA- NAGAUR (RAJ.) Page 2

Page 71: RMSA- NAGAUR (RAJ.) Page 2rajrmsa.nic.in/Public/Events/10-03-2017-142810~Dist...RMSA- NAGAUR (RAJ.) Page 2 PROCUREMENT OF SCHOOL FURNITURE TENDER DOCUMENT FOR SUPPLY AND INSTALLATION

RMSA- NAGAUR (RAJ.) Page 2

Page 72: RMSA- NAGAUR (RAJ.) Page 2rajrmsa.nic.in/Public/Events/10-03-2017-142810~Dist...RMSA- NAGAUR (RAJ.) Page 2 PROCUREMENT OF SCHOOL FURNITURE TENDER DOCUMENT FOR SUPPLY AND INSTALLATION

RMSA- NAGAUR (RAJ.) Page 2

Page 73: RMSA- NAGAUR (RAJ.) Page 2rajrmsa.nic.in/Public/Events/10-03-2017-142810~Dist...RMSA- NAGAUR (RAJ.) Page 2 PROCUREMENT OF SCHOOL FURNITURE TENDER DOCUMENT FOR SUPPLY AND INSTALLATION

RMSA- NAGAUR (RAJ.) Page 2

Page 74: RMSA- NAGAUR (RAJ.) Page 2rajrmsa.nic.in/Public/Events/10-03-2017-142810~Dist...RMSA- NAGAUR (RAJ.) Page 2 PROCUREMENT OF SCHOOL FURNITURE TENDER DOCUMENT FOR SUPPLY AND INSTALLATION

RMSA- NAGAUR (RAJ.) Page 2

Page 75: RMSA- NAGAUR (RAJ.) Page 2rajrmsa.nic.in/Public/Events/10-03-2017-142810~Dist...RMSA- NAGAUR (RAJ.) Page 2 PROCUREMENT OF SCHOOL FURNITURE TENDER DOCUMENT FOR SUPPLY AND INSTALLATION

RMSA- NAGAUR (RAJ.) Page 2

FINANCIAL BID

Financial Bid for Supply and Installation of Furniture at Govt. Sr. Sec./

Sec. School ................................... Distt. : Nagaur (Raj.)

S. NO.

Item No.

Price Quoted PER Unit (Inclusive of All Taxes, Levies, Octroi, Transportation

Charges, etc)

(Rupees in Figures)

(Rupees in words)

1 Total No. of Additional Class Room

1.01 (i) Dual Desk

1.02 (ii) Teacher Table

1.03 (iii) Teacher Chair

2 Total No. of School Library

2.01 (i) Library Table

2.02 (ii) Library Chair-Plastic

2.03 (iii) Library Book Shelves

2.04 (iv) Teacher Table

2.05 (v) Teacher Chair

2.06 (vi) Book rack double sided

3 Total No. of Computer Rooms

3.01 (i) Computer Table

3.02 (ii) Computer Chair

3.03 (iii) Computer Teacher’s Table

3.04 (iv) Computer Teacher’s Chair

4 No. of Integrated Science Labs

4.01 (i) Teacher Table

4.02 (ii) Teacher Chair

4.03 (iii) Stools for Science Lab

4.04 (iv) Visitor Chair

4.05 (v) Steel Almirah

4.06 (vi) Steel Almirah With Glass Door

4.07 (vii) Display Board

5 No. of Art/Craft/Culture Room

5.01 (i) Teacher Table

5.02 (ii) Teacher Chair

5.03 (iii) Table

5.04 (iv) Display Board

Seal and Signature of the Tenderer

Page 76: RMSA- NAGAUR (RAJ.) Page 2rajrmsa.nic.in/Public/Events/10-03-2017-142810~Dist...RMSA- NAGAUR (RAJ.) Page 2 PROCUREMENT OF SCHOOL FURNITURE TENDER DOCUMENT FOR SUPPLY AND INSTALLATION

RMSA- NAGAUR (RAJ.) Page 2

ANNEXURE-7: FINANCIAL BID Submission Sheet To,

{Procuring Entity},

------------------------------------------

Reference: NIB No.:------------------------------------------------------- Dated----------------------------

Dear Sir,

We, the undersigned bidder, Having read & examined in detail, the Bidding Document, the

receipt of which is hereby duly acknowledged, I/ we, the undersigned, offer to supply/ work as

mentioned in the Scope of the work, Bill of Material, Technical specifications, Service Level

Standards & in conformity with the said bidding document for the same.

I / We undertake that the prices are in conformity with the specifications prescribed. The

quote/ price are inclusive of all cost likely to be incurred for executing this work. The prices are

inclusive of all type of govt. taxes/duties as mentioned in the financial bid (BoQ).

I / We undertake, if our bid is accepted, to deliver the goods in accordance with the delivery

schedule specified in the schedule of Requirements.

I/ We hereby declare that in case the contract is awarded to us, we shall submit the contract

performance guarantee as prescribed in the bidding document.

I / We agree to abide by this bid for a period of 120 days after the last date fixed for bid

submission and it shall remain binding upon us and may be accepted at any time before the expiry of

that period.

Until a formal contract is prepared and executed, this bid, together with your written

acceptance thereof and your notification of award shall constitute a binding Contract between us.

I/ We hereby declare that our bid is made in good faith, without collusion or fraud and the

information contained in the bid is true and correct to the best of our knowledge and belief.

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

We agree to all the terms & conditions as mentioned in the bidding document and submit that

we have not submitted any deviations in this regard.

Date:

Authorized Signatory Name:

Designation: