<<

Government of Tribal Welfare Department INTEGRATED TRIBAL DEVELOPMENT AGENCY :: BHADRACHALAM TENDER NOTICE

Rc.No.YTC/Furniture Unit/203/2019, Dated: 15-11-2019

The Sealed Tenders are invited from the Authorised / Registered dealers for supply of following raw material for making dual desks at Vocational Training Institute cum Manufacturing Unit, ITDA Bhadrachalam.

Si.No. Item Quantity Required in Kgs/Ltrs/Fts/Nos 1 Square pipe (in Kgs) 1”x1”x3mm 3200 Nos 2 Angular (in Kgs) 3400 Nos 3 Laminated Board 17 MM (sheet- Nos) 700 4 Laminated Board 11 MM (sheet- Nos) 230 5 Beeding (1” Teak wood) (in feets) 78000 6 Paint ( in Liters) 900 7 Tinner ( in Liters) 400 8 Redoxide ( in Liters) 900 9 Drilling bits (5mm) (box) 100 10 Welding rods 1 Ft. 10 guage (Nos) 1000 11 Grinding wheels 4 inch (Nos) 1000 12 Emmery papers (Nos) 1000 13 Fevicol (Kgs) 1000 14 Paper wheels (4 Inch) 1000 15 Caps (Shoes) (Nos) 13800 The Tender schedule will be obtained in all working days from 16-11-2019 to 19-11- 2019 upto 4.00 P.M at PO. ITDA Office, Bhadrachalam. Parties/Firms shall file their Tenders on 20-11-2019 up to 5.00 P.M. The Tenders will be opened by the Project Officer, I.T.D.A. Bhadrachalam on 20 -11-2019 at 11.00 AM. at Conference Hall, 1TDA., Bhadrachalam.

The Project Officer, ITDA Bhadrachalam is liable to change the quantities, dates and also cancel or terminate the tender process at any time.

Sd/- PROJECT OFFICER, ITDA: BHADRACHALAM

GOVERNMENT OF TELANGANA TRIBAL WELFARE DEPARTMENT INTEGRTED TRIBAL DEVELOPMENT AGENCY:BHADRACHALAM

TENDER DOCUMENT

FOR

SUPPLY OF DUAL DESKS TO GOVERNMENT SCHOOLS IN DISTRICT

O/o the Project Officer, I.T.D.A. Bhadrachalam

INDEX

S.No Subject Page Nos Part-I : Instructions to bidders Part-II: qualification requirements Part-III: General Terms and Conditions Schedule - A:Technical Bid Proposal Annexures Annexure-I: Declaration Annexure-II: Blacklisting Annexure-III: Specifications of the material to be procured Annexure – IV : Bank Guarantee proforma

INTEGRATED TRIBAL DEVELOPMENT AGENCY: BHADRACHALAM DIST. BHADRADRI

TENDER NOTICE (Tender.Rc.No.YTC/Funiture Unit/903/2018, DT:15-11-2019) PART – I

INSTRUCTIONS TO BIDDERS

Background

The District Collector, Khammam issued work order for supply of (2670) dual desks to (122) government schools in . For the manufacturing the dual desks the following raw material required.

SUPPLY OF FOLLOWING RAW MATERIAL FOR MANUFACTURING OF DUAL DESK AT VTI (YTC) BHADRACHALAM:

Requirement:

Quantity Required in Si.No. Item Kgs/Ltrs/Fts/Nos 1 Square pipe (in Nos) 1”x1”x3mm 3200 Nos 2 Angular (in Nos) 25x25x4”mm 3400 Nos 3 Laminated Board 17 MM (sheet- Nos) 700 4 Laminated Board 11 MM (sheet- Nos) 230 5 Beeding (1” Teak wood) (in feets) 78000 6 Paint ( in Liters) 900 7 Tinner ( in Liters) 400 8 Redoxide ( in Liters) 900 9 Drilling bits (5mm) (box) 100

10 Welding rods 1 Ft. 10 guage (Nos) 1000 11 Grinding wheels 4 inch (Nos) 1000 12 Emmery papers (Nos) 1000 13 Fevicol (Kgs) 1000 14 Paper wheels (4 Inch) 1000 15 Caps (Shoes) (Nos) 13800

 All the above items have to be supplied at the Vocational Training Institute & YTC Bhadrachalam, Kothagudem District.  The specification of all the above items are shown in Annexure – III  Bank Guarantee Proforma in Annexure – IV.

1. Bid Process:

Bids are invited on the e-procurement platform for the below mentioned work from the competent and qualified agencies with an excellent track record for the supply of the above items. The details of bid conditions and terms can be downloaded from I.T.D.A. Website: www.itdabcm.com.

2. Availability of Bid Document

The detail document is available on website of ITDA Bhadrachaalm www.itdabcm.com.

All the Participating bidders should pay TRANSACTION FEE of an amount of Rs.5000/- in favour of Project Officer, ITDA Bhadracalam through DD.

3. Earnest Money Deposit:

E.M.D. to be paid for 2,50,000/- or 5 % of the tender item cost through Bank Guarantee only. The payment to be made through DD. The Bank Guarantee in favour of “P.O. ITDA Bhadrachalam” should be unconditional and irrevocable issued by any Nationalized/Schedule Bank in the standard format as shown in the bid document.

The EMD of unsuccessful bidders will be refunded on finalization of bid. The EMD of successful bidder will be refunded, after the satisfactory completion of the assigned work/project. No interest is payable on the EMD amount.

4. Bid Offer: Bill of Quantities called Schedule “A” and the bid offer accompanies the bid document as Volume II. It shall be explicitly understood that the Bid Inviting Officer does not accept any responsibility for the correctness or completeness of this schedule ‘A’ and this schedule ‘A’ is liable to alterations by omissions, deductions or additions at the discretion of the Superintending Engineer, Tribal Welfare, , or as set forth in the conditions of the contract. The Schedule “A” shall contain the items of work indicated as part– I. The rates quoted by the contractor shall be applicable only to part –I. However, the provisions contained in the part –II will be operable basing on the conditions provided in the Bid Document. The bidders will have to state clearly their willingness to execute the work at certain specific rates at the space provided therein in Schedule ‘A’. The overall bid rates should be written both in words and figures. a. The Schedule –A (or Price-bid) contains only the quantities. The bidder should workout his own rates keeping in view the of work, site conditions and quote his overall bid rate inclusive of all taxes applicable with which he intends to execute the work. b. The bid offer shall be for the whole quantity of items and not for individual items / part of the work. c. All duties, taxes, and other levies payable by the contractor as per State / Central Government rules, shall be included in the bid rates quoted by the bidder. The bid contract amount as computed based on overall bid rate is subject to variation during the performance of the Contract in accordance with variation in quantities etc.

5. Submission of Bids: i. All the bidders shall invariably upload the scanned copies of BG in e-procurement

system and this will be the primary requirement to consider the bid as responsive.

ii. The Technical Bid Evaluation will be carried out based on the

a) uploaded certificates / Documents on the e-procurement platform and price bid of

the Technically Qualified Bidders will only be opened.

b) Physical samples to be produced by the participant on Dt:21-11-2019 in the Office

of the P.O. ITDA Bhadrachalam.

6. Important Dates of Events

S.No. Details Date & Time 1 Downloading of Bid Document from the website www.itdabcm.com 16-11-2019 BY 5.00 PM 2 Last Date for submission of BID 20-11-2019 BY 5.00 PM 3 Bid opening 21-11-2019 BY 11.00 AM

7. Final acceptance of the tender rests by the Selection Committee which reserves the right to accept or reject any or all tenders without assigning any reason.

8. Submission of the tender by the agency implies that these conditions of contract have been read and is aware of the scope of the service.

9. Proposal / Bids received will be opened on the date & time specified in Online.

10. Tenders not submitted in the prescribed form will be rejected. Tenders which propose any alterations in the service specified or containing other conditions of any sort will be rejected

11. The successful bidder shall attend the office of the P.O. ITDA Bhadrachalam after opening of the price bid. Failure on the part of the successful bidder to execute the contract agreement within 7 days from the receipt of written communication of letter of acceptance to this effect would entail rejection of tender and forfeiture of EMD. 12. The Project Officer, ITDA Bhadrachalam has all the rights to cancel the bid without specifying any reason. PART – II

PRE-QUALIFICATION REQUIREMENTS

I. Conditions:

1. The Agency / Supplier should be a registered as a Manufacturer / Dealer / Wholesale Dealer and with a network of outlets to cover the entire state of Telangana.

2. The Agency / Supplier should have minimum of (03 consecutive) years of experience and good track record in the supply of the tendered items.

3. The Agency / Supplier have at least Rs.50.00 Lakhs of turnover per annum for (3) years. Documents certified by a Chartered Accountant of last (03) years to be enclosed.

4. The Agency / Supplier be an Income tax and GST payer. Documents should be enclosed. The GSTIN Number and relevant registration documents shall be enclosed.

5. Income tax returns for the last (03) years and GST returns should be submitted.

6. Agreements made with other manufacturing companies should also be enclosed.

7. The Agency / Supplier should not be blacklisted by any Government department/ Public Sector Undertaking/ Private Sector/ Industry or any other agency in the past 3 years.

8. The bidder must have to submit samples for the items proposed to supply on a date, time and location as per the schedule. No costs for Supply, Transport etc. shall be paid for this activity. The sample produced shall be left with the P.O. ITDA Bhadrachalam after verification.

II. Documents to be submitted with Technical proposal (Schedule-A) / Bid:

1. Copy of Valid Registration Certificate from the industries dept.

2. If registered as small scale industries must have a valid SSI Registration certificate issued by the industries department. 3. Original Bank Guarantee in favour of “Superintending Engineer, Tribal Welfare, Hyderabad” should be unconditional and irrevocable issued by any Nationalized/Schedule Bank in the standard format as shown in the bid Document. 4. Supportive document for (03 consecutive) years of experience in the supply of tendered items. (At least one work orders received during each of the last (03) years should be enclosed. 5. GST Registration Certificate. 6. PAN Card Copy. 7. Documents of Income tax returns for last (03) financial years. 8. Documents of GST. 9. Proof of having annual turnover of Rs.36.00 Lakhs or more for each year during the last (03) years (CA Certified copy should be submitted for annual turnover for each of last the last(03) financial years). 10. Physical Sample of item quoted to be produced on dt:21-11-2019 in the Office of the PO ITDA Bhadrachalam. 11. The Selection Committee under the Chairman Ship of the P.O. ITDA Bhadrachalam constituting the following member shall verify all the samples received and shall select the samples which are suitable to the students / Department and the financial bids of the agencies whose samples are cleared by the selection committee shall only be opened.

a) Asst. Project Officer, ITDA Bhadrachalam, Convener b) Executive Engineer, (TW), Bhadrachalam, Member. c) Divisional Manager, GCC Ltd., Bhadrachalam, Member. d) Administrative Officer, ITDA, Bhadrachalam, Member. e) Technical Assistant o/o EE (TW) Bhadrachalam, Member. f) Training Instructor, VTI Bhadrachalam, Member.

III. The Commercial bids of the Agencies / Suppliers which do not meet the Pre- Qualifying/Technical Proposal Requirements will not be considered and will be summarily rejected.

PART –III GENERAL TERMS AND CONDITIONS

1. Conditional bids are liable for rejection. 2. Intending Agencies / Suppliers can have detailed information from the office of the Project Officer, ITDA Bhadrachalam

3. The Selection Committee under the Chairman Ship of the Project Officer, ITDA Bhadrachalam shall reserves the right to select the samples which are suitable to the students / Department.

4. The Selection Committee reserves the right to reject any or all tenders without assigning any reason.

6. Performance Security Deposit(PSD): PSD for Rs. ______, i.e., 5 % of the total value will have to be made within (7) days of receipt of the communication of the selection of the bid. PSD shall be in the form of Demand draft in favour of ______payable at Hyderabad. EMD will be refunded to the successful bidder on receipt of performance security. The PSD should remain valid for a period of 60 days beyond the date of completion of all contractual obligations by the tailoring firm including all types of the obligations, if any.

7. Blacklisting: If the Agency / Supplier after award of the contract, violates any of the terms and conditions, fails to honor its bid without sufficient grounds and within reasonable time, it shall be liable for blacklisting and will be removed for next three years and duly forfeiting the Performance Security Deposit.

8. The Agency / Supplier should not sublet the contract. If it is found to have sublet the contract, the contract will be terminated and the total amount in due will not be paid.

9. The Agency / Supplier shall enter into a agreement on a non-judicial stamp paper as per Stamp Duty Act, Government of Telangana, with terms and conditions as per the format specified by The Commissioner of Tribal Welfare, TS, Hyderabad within 7 days from the receipt of written communication of letter of acceptance to this effect failing which the EMD will be forfeited.

10. The contract is valid for One Year only and may be extendable for further period by mutual consent with the same terms and conditions of the agreement executed.

11. The Project Officer, ITDA Bhadrachalam shall have the power to issue notice in writing and to instruct the Agency / Supplier to make alterations/variations in the assigned work.

12. Evaluation of Technical and Commercial Bid:

A. Opening of Bids

The Selection committee would evaluate technical Proposals based on the details provided in the bid document. Decision of the committee would be final and binding upon all the Bidders. The commercial Bid of the Agency / Supplier which found technically qualified will be opened.

13. For all disputes arising out of this contract between the Agency / Supplier and Integrated Tribal Development Agency will be within the jurisdiction of the courts in Bhadrachalam town only.

14. Failure to abide by the Agreement:

The conditions stipulated in the agreement shall be strictly adhered to and violation of any of the conditions will entail termination of the contract without prejudice to the rights of the Integrated Tribal Development Agency with such penalties as specified in the Bidding document and the Agreement.

15. Confidentiality of the Document:

This Tender Document is confidential and the Integrated Tribal Development Agency shall ensure that anything contained in this Tender Document shall not be disclosed in any manner, whatsoever.

16. Rejection Criteria:

Besides other conditions and terms highlighted in the tender document, bids may be rejected under following circumstances.

A. Pre- Qualification cum Technical Rejection Criteria. 1. Bids submitted without or with improper EMD. 2. The information provided by the Bidder is found to be incorrect /misleading at any stage / time during the Tendering Process. 3. Any effort on the part of a Bidder to influence the bid evaluation, bid comparison or contract award decisions. 4. Bids without power of authorization and any other document consisting of adequate proof of the ability of the signatory to bind the Bidder. 5. Failure to furnish proofs for information provided. 6. Technical Bid containing commercial details. 7. Revelation of prices in any form or by any reason before opening the commercial Bid. 8. Failure to furnish all information required as per tender document. 9. The Bidder not conforming to unconditional acceptance of full responsibility of providing services in accordance with the Agreements of this tender. 10. If the bid does not conform to the timelines indicated in the bid. 11. Suppliers who’s sample does not fit to the Specification.

17. Jurisdiction and applicable Law:

In case of any dispute arising out of the terms and conditions of contract or assignment, the matter shall be governed by the laws of (both substantive and procedural) at that time being in force and shall be subject to exclusive jurisdiction of the Court at Bhadrachalam.

Schedule –A

(To be uploaded on e- procurement platform only duly signed) (To be submitted on Bidder letter-head)

“SUPPLY OF RAW MATERIAL FOR DUAL DESKS”

Date: .__11.2019 To The Project Officer, I.T.D.A. Bhadrachalam.

Respected sir,

Sub:-

Ref:- Advertisement Rc.No.______, Dt.______

Ref:-

I / We hereby offer to submit the Technical Bid for______.

I / We have read and understood the contents of the tender and further state that I /We unconditionally accept and abide by the terms & conditions specified therein.

I / We submit the Technical Bid as under:

S.No. Item Details 1 Name of the ______2 Address of ______3 Name of the______4 Contact details of the ______Contact Numbers 1.Mobile 2.Land Phone 5 Official Mail ID 6 Date of Establishment 7 Whether the ______is registered(Yes/No) If Yes, under which act (Such as company/proprietorship concern etc.,) (Legal Status) (copies of the relevant documents/certificates to be attached) Date of Registration Date of Expiry 8 GSTNumber (Attach the copy) 9 PAN Number (Attach the copy) 10 Total financial turnover per year for the last (3) years. FY:____ FY:____ FY:____ (CA certified Copy should be attached) _ _ _

11 Total years of experience in ______(Work orders/MoUs should be attached.) 12 13 14 EMD particulars EMD Amount Rs. DD No. Bank: Branch: Date of drawn. 15 Bank details of the firm Name of the Account: Account Number: Bank Name: Branch: IFSC Code: 16 Any other information/document, please specify(Details of Awards/certificates etc.,)

NOTE:

1.Bidders to ensure that all

(i) Pages have been signed and stamped by the authorized person (ii) Documents are legible(clearly readable)

2. The following documents are to be attached with this form (Schedule-A) (i) Copy of Registration Certificate. (ii) Original Demand Draft for EMD and Document Fee (iii) Supportive document for (03) years of experience in ______and supply of ______to the Govt. departments/other reputed organizations/Institutions (At least one work orders received during each of the last (3) years should be enclosed. (iv) GST Registration Certificate. (v) PAN Card Copy. (vi) Documents of Income tax returns for last ( 03) financial years. (vii) Documents of GST returns from______. (viii) Proof of having annual turnover of Rs______crores or more for each year during the last (03) years (CA Certified copy should be submitted for annual turnover for each of last the last 03financial years) (ix)______(x) Annexure-I & Annexure-II. (xii) ______(xiii) ______

Date: Name, Designation and Signature of authorized representative of ______Place:

Annexure-I (To be uploaded on e- procurement platform only duly signed) (Declaration of the ______on the letter head) Date: . .2019 To The Project Officer, I.T.D.A. Bhadrachalam.

Sub:-

Respected ______,

I/We ...... do hereby submit proposal / bid for Commercial Bid for

NATURE OF SERVICE:

We have paid an amount of Rs.______towards EMD. I/We are aware that the EMD will not bear any interest.

If this tender is accepted, I/We agree to abide by and fulfill all the terms and conditions of the contract.

I/We hereby distinctly and expressly declare and acknowledge that before submission of this tender; I/We have carefully followed the instructions.

I/We have read the bid documents and related matters carefully and diligently and that I / We have submitted the proposal, having studied, understood and accepted the full implications of the agreement.

I/We distinctly agree that I/We would hereafter make no claim or demand upon the Tribal Welfare Department based upon or arising out of any alleged misunderstanding or misconceptions or mistake on my / our part of the said contract, agreements/MoUs, stipulations, restrictions and conditions.

Any notice required to be served on me / us shall be sufficiently served on me /us by post (registered or ordinary) or courier or mail left at my / our address given herein.

I / We fully understand the terms and conditions of the contract to be entered into between me/us and the Tribal Welfare Department, TS and the written agreement shall be the foundation of the rights of both the parties and the contract shall not be deemed to be complete until an agreement has been signed by me/us and the Tribal Welfare Department, TS.

Dated this ...... day of ……………...

Name, Designation and Signature of ______.

Annexure – II (To be uploaded on e- procurement platform only duly signed)

FORMAT OF UNDERTAKING, TO BE FURNISHED ON AGENCY/ORGANIZATION LETTER HEAD WITH REGARD TO BLACKLISTING/ NON- DEBARMENT, BY ORGANISATION

UNDERTAKING REGARDING BLACKLISTING / DEBARMENT

To The Project Officer, I.T.D.A. Bhadrachalam.

______,

I / We hereby confirm and declare that we, M/s______, is not blacklisted/ De-registered/ debarred by any Government department/ Public Sector Undertaking/ Private Sector/ or any other agency for which we have Executed/ Undertaken the works/ Services during the last 5 years.

Dated this ………………. day of……………………

Name, Designation and Signature of authorized representative of ______

ANNEXURE-III

SPECIFICATIONS OF THE MATERIAL

Si.No. Name of the item Specification

25x25x2 1 Square pipe (25x25x2) (MS) 20 feets 8.72 Kgs 25x25x4.5 2 Angular (25x25x4) (MS) 18 feets 8.82 Kgs 18 mm thickness Teak wood colour 3 Laminated Board 18 MM (sheet) 2 side laminated MDF 4 x8 size

12 mm thickness Teak wood coler 4 Laminated Board 12 MM (sheet) 2 side laminated MDF 4 x8 size Half round 5 Beeding (Teak wood round) (feets) teak colour MB Smoogray 6 Paint ( in Liters) 20 Lrs Tins 7 Tinner ( in Liters) 0 8 Redoxide ( in Liters) 0 5 mm 9 Drilling bits (5mm) (box) 4 Inches Addison make Welding rods (1 Ft , 10 guage) 10 Gage 10 (Box) 1 feet 4 inches, 8 mm 11 Grinding wheels (box) Bossch 8 mm 12 Paper wheels 4 inches 13 Fevicol (Kgs) VEFICOL 14 Caps (Shoes) 1"x1" square 1 inch for square pipe

i) Any material damaged at the time of delivery the item will be replaced.

ii) Total cost includes material manufacturing, transportation to site loading unloading, inclusive of all taxes with warranty. ANNEXURE-IV BANK GUARANTEE FOR “E.M.D.” ______(name & address of Department) ______

WHEREAS______(name and address of Contractor ) (hereinafter called “the Contractor”) has undertaken, in pursuance of Contract No. ______dated: ______to execute the work of ______[name of work];

AND WHEREAS it has been stipulated by you in the said Contract that the Contractor shall furnish you with a Bank Guarantee by a Schedule bank for the sum specified therein as````````````` balance EMD / EMD for compliance with his obligations in accordance with the Contract; AND WHEREAS we have agreed to give the Contractor such a Bank Guarantee; NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you, on behalf of the Contractor, up to a total of ______[amount of guarantee] ______[in words], such sum being payable and we undertake to pay you, upon your first written demand and without cavil or argument, any sum or sums within the limits of ______[amount of guarantee] as aforesaid without your needing to prove or to show grounds or reasons for your demand for the sum specified therein. We hereby waive the necessity of your demanding the said debt from the Contractor before presenting us with the demand. We further agree that no change or addition to or other modification of the terms of the Contract or of the Works to be performed there under or of any of the contract documents which may be made between you and the Contractor shall in any way release us from any liability under this guarantee, and we hereby waive notice of any such change, addition or modification. This guarantee shall be valid up to ……………………….. i.e., until 28 days from the date of expiry of the Defects Liability period. Signature & seal of the Guarantor______

Name of Bank______

Address______

Date______

DM, GCC A.O. ITDA, TA EE (TW), Bcm APO (GL) P.O. ITDA Ltd., Bcm Bcm