DIRECTORATE OF GOVERNMENT PRINTING, STATIONERY AND PUBLICATION, STATE 21-A, NETAJI SUBHASH MARG, NEAR CHARNI ROAD RAILWAY STATION (W), - 400 004 TEL NO.: 022- 23632693/23630695/23634049, FAX: 022-23690063 EMAIL ID: [email protected] Website: https://dgps.maharashtra.gov.in SUPPLY OF VARIOUS TYPES OF STATIONERY ARTICLES FOR LOKASABHA ELECTION-2019 DIRECTOR, GOVERNMENT PRINTING, STATIONERY AND PUBLICATION, MUMBAI ONLINE OPENED tenders are invited ON BEHALF OF STATE ELECTION COMMISSIONER, MAHARASHTRA STATE in two bids systems (Technical & Commercial) UNDER URGENT ORDER PROCEDURE (UOP) (LIMITED ONLY FOR 5 DAYS) from the reputed and experienced manufacturers or their Agents/Authorized Dealers/Distributers. SCHEDULE FOR KEY DATES & TIME Publish Date - 18 - MAR - 2019 09.00 AM Document Download Date/Sale Start Date - 18 - MAR - 2019 09.00 AM Document Download Date/Sale End Date - 22 - MAR - 2019 03.00 PM Technical Bid opening Date - 23 - MAR - 2019 03.00 PM 2. Tender Document/Terms & Conditions details are available at website https://mahatenders.gov.in 3. ONLINE E-process prescribed key dates details are as follows:-

Description of goods with details of specification Quantity Unit Tender Price EMD (M.T) (INR) (INR) (Non- refundable) WHITE MAPLITHO PAPER S. S. QUALITY KG 21000 210000

A 61 x 86 CM 15.7 KG 60 GSM 40 B 61 x 86 CM 18.4 KG 70 GSM 530

C 61 x 86 CM 26.2 KG 100 GSM 8.5 D 76 x 102 CM 38.8 KG 100 GSM 20 E 61 CM WIDTH 70 GSM IN REEL 150

Other detailed specification - 1 Breaking Length - A CD (Min.) : 2300 B MD (Min.) : 3500

TENDER NO. 2 2 Brightness (Min.) : 85 3 Opa city (Min) : 85 4 One Time Cobb Test (Max) : 22 5 Tear Index (Min.) : C.D. : 4.0 M.D. : 3.5 6 Wax Pick : No Pick on 8A

(DGPS/PPR-LOKSABHA ELECTION -2019)

N.B.- The paper should be made from bamboo/wood based virgin pulp from A grade mills having large integrated pulp unit. 1. FIFIEEN NOS. SAMPLE SHEETS OF PAPER SIZE (ONLY IN A-4 SIZE) & LAB TEST FEE SHOULD SUBMIT TO THE INDENTER. 2. SAMPLE LAB TEST FEE WILL BE RS.5000/- & IS SUBMITTED IN FORM OF DEMAND DRAFT IN FAVOR OF DIRECTOR, GOVT. PRINTING AND STATIONERY, MUMBAI. 3. BOTH TENDER SAMPLE & LAB TEST FEE WILL BE SUBMITTED IN SEALED COVER (HARD COPY) LATEST BY DATE OF TECHNICAL BID OPENING

The Director, Govt. Printing and Stationery, Mumbai reserves the right to increase or to decrease the quantity of tendered articles/goods & reserves the right to reject the whole / partly tender without any motivation thereto.

Director Govt. Printing & Stationery, Mumbai

Page 1 of 12

TERMS AND CONDITIONS CUM INSTRUCTIONS (The Bidders should prefers "BIDDERS MANUAL KIT" (publish on website) before entering into process) (1) ELIGIBILITY CRTERIA - 1.1 The invitation of Bids is open to all reputed Manufacturers of items mentioned in Annexure-1, who have established their business in the market for a period of not less than 3 years or their Authorized Distributors/Agents who are eligible to do business in under relevant Indian Laws as in force at the Maharashtra or any other Government in the Union of India to be eligible to participate. They should be free from the corrupt, fraudulent or any unethical business practices at the time of participation in tender. 1.2 The Bidder should have to submit the only Scan Self attested Copies of the following certificates with TECHNICAL Bid (Envelope-A) at the time of submission. Do not scan or submit entire tender document, only scan & submit below mentioned document on e-process system only. 1) GST Registration Certificate of the bidder. 2) Copy of GSTR 3B for the last paid up. 3) Pan card copy of the bidder 4) Factory Registration or certificate of incorporation, if tenderer is a manufacturer. 5) Technical Tender offer of bidder (Annexure -1) 6) Technical Tender Form -A (Annexure -2) 7) Manufacturers authorization letter, if the bidder is not a manufacturer. (ANNEXURE-3) (The original copy submit to indenter separately) 8) Details of bidder (Annexure - 4) 9) Performance Statement for last three years with this Department or any other department of Govt. as per (Annexure - 5) 10) Certificate of annual turnover for last three years certified by chartered Accountant. 11) All the above documents or any other documents as required in Technical Tender -A, should be uploaded in TECHNICAL ENVELOPE. Incomplete Technical Tender shall be rejected. (2) FINANCIAL TENDER (ENVELOPE-B) - (a) “FINANCIAL TENDER” which should contain only Price schedule letter & Price schedule in the prescribed Pro-forma as given in Annexure-6 & Annexure-7 respectively. (b) Price quotation accompanied by vague &conditional expressions such as “Subject to immediate acceptance”, “Subject to confirmation” etc. or incomplete in any respect shall be treated as being at variance & shall be liable for rejection. (c) Rates to be quoted for delivery up to govt. press/Stationery Stores premises of the govt. presses/stationery stores situated at Mumbai / Nagpur / Pune / Aurangabad / Kolhapur / Wai (3) SIGNING OF BIDS - The Bid shall be typed or written in indelible ink & shall be signed by the Bidder or a person or persons duly authorized by the bidder on all the pages & the pages should be serially numbered. The authorization letter (Annexure-1) shall be supported by written power-of-attorney accompanying the bid. (4) COST OF TENDER DOCUMENT - The tender document can be downloaded & submitted with the condition to pay the Tender Fee/ EMD at the time of submission of the Technical & Financial Tender. (5) BIDDIG DOCUMENTS - The bidder is expected to examine all instructions, forms, terms & specification in the bidding documents. Failure to furnish all information required by the bidding documents or submission of a bid not substantially responsive to the bidding documents in every respect shall be at the Bidder’s risk& may result in rejection of the Bid. The tender offer is liable to be rejected outright without any intimation to the Bidder if complete information as called for in the tender document is not given therein, or if particulars asked for in the Forms/ Pro-forma in the tender are not fully furnished. (6) NON-TRNSFERABLE BID - The tender document is not transferable. Only the party which has purchased or download this tender form shall be entitled to submit the bid, subject to subject to fulfillment of the required pre-requisites as mentioned in the tender document. (7) REJECTION OF BID - The Director, Government Printing, Stationery & Publications, Mumbai reserves the right to accept/reject/release or relax any or all or part of the bids received on the due date without assigning any reason whatsoever, without any risks & costs to the purchaser. (8) LANGUAGE OF BID - The bid prepared by the Bidder, as well as all correspondence & documents relating to the bid exchanged by the Bidder &the Tendering Authority shall be in English/Hindi or .

Page 2 of 12

(9) BID FORM - The Bidder shall complete the Bid Form & the appropriate Financial Tender furnished in the documents indicating prices against each item. (10) BID CURRENCY - Price shall be quoted in INDIAN RUPEES ONLY. (11) EARNEST MONEY DEPOSIT (EMD) - BID SECURITY - 1) EMD/TENDER FEE must be submitted by electronic mode only through website. 2) The Earnest Money Deposit shall be forfeited- a) If a Bidder withdraws his bid during the period of bid validity specified by the bidder on the bid form or b) In case of successful Bidder, if the Bidder fails: (i) To Sign the contract agreement in accordance with the terms & conditions. (ii) To furnish performance security/security deposit as specified in the tender. (12) CONTENTS OF ENVELOPES - Bids shall be submitted in Two Bid system comprising of Technical Tender-“A” & Financial Tender-“B” through ONLINE only. (13) COMPLETENESS OF BIDS - The bid shall be summarily rejected if all the required documents are not duly signed &/or all the documents mentioned above are not enclosed in the Technical tender. Further, if unsealed financial tender is found in the envelope containing “Technical Tender”, it shall be summarily rejected. (14) ERASURES OR ALTERATIONS - Offers containing erasures or Alterations shall not be considered. There should be no handwritten material, corrections or Alterations in the offer. Technical details must be completely filled in. Filling up of the Technical Detail Form using terms such as “Ok”, “Accepted”, and “Noted”, “As given in Broacher/Manual” is not acceptable. The Purchaser may treat offers not adhering to these guidelines as unacceptable. (15) DEADLINE FOR SUBMISSION OF BIDS - (i) Bids must be received by the Tendering authority at the address, not later than the time & date specified in the online invitation for bids. (ii) Any bid received by the Tendering Authority after the deadline for submission of bids prescribed, shall be rejected &/or returned unopened to the Bidder. (16) PERIOD OF VALIDITY OF BIDS - (i) Bids shall be valid for acceptance for a period of 120 days from the date of opening of Financial Tender. A Bid valid for a shorter period shall be rejected by the Tendering Authority as non-responsive. (ii) In exceptional circumstances, the Tendering Authority may solicit the Bidder’s consent to an extension of the period of validity. The request & the responses thereto shall be made in writing. (17) WITHDRAWAL OF BIDS - (i) The bidder may withdraw its bid after the submission, provided that written notice of the withdrawal is received by the Tendering Authority prior to the deadline prescribed for submission of bids. (ii) No bid may be withdrawn in the interval between the deadline for submission of bids & the expiration of the period of the bid validity specified by the Bidder on the Bid Form. Withdrawal of a bid during this interval shall result in the forfeiture of Bidder’s bid security. (18) BID OPENING & EVALUATION - TENDER EVALUATION COMMITTEE i.e. Concerned Working Officers/Staff of DGPS. The Committee constituted by the DGPS, shall evaluate the Tenders. The decision of the committee in the evaluation of the Technical & Financial bids on approval of DGPS shall be final. (19) OPENING OF TECHNICAL TENDERS - (i) Immediately after the closing time & date specified, the Tendering Authority shall open the Technical bids as per the schedule. (ii) The Technical Tender envelope shall be opened & listed for the further evaluation. The bidder’s names, bid modifications or withdrawals, the presence or the absence of requisite EMD & such other details as the Tendering Authority, at his discretion, may consider appropriate, shall be announced at the time of opening. No bid shall be rejected at the opening, except for late bids, which shall be returned unopened to the bidders. (iii) Bids shall be opened in the presence of bidder’s representative, who chose to attend. The bidder’s representative who is present shall sign a register evidencing their attendance. Only one representative per applicant shall be permitted to be present at the time of opening the tender. (20) DATE OF OPENING OF FINANCIAL TENDERS - The date of opening of the financial tender shall be announced after the scrutiny & evaluation of The Technical Tender. (21) EVALUATION OF FINANCIAL TENDERS & AWARD CRITERIA - (i) The Tendering Authority may at it have discussed with the substantially responsive Bidder (s) to clarify & justify the contents of their financial offer.

Page 3 of 12

(ii) The Tendering Authority may at its discretion negotiate with one or more of the bidders to explore the scope for revision of financial offer so as to meet its expectation of a cost effective sustainable & economically promising solution. (iii) The Tendering Authority reserves the right to open Financial Tender even if one bidder qualifies the Technical Bid or only one Bid is received to the Tender Notice at the time of poor response to Tender Enquiry at stages/guidelines stipulated as per GOM procedure for purchase of stores. (iv) Financial tender will be evaluated on the basis of cost effectiveness of the solution. The bidder whose financial offer has been determined to be economical will be selected finally subject to the discretion of the Tendering Authority. (V) The most substantially responsive bidder whose financial offer has been evaluated to be lowest will be selected & awarded the contract. The Tendering Authority does not bind itself to accept the lowest or any bid. (22) ACCEPTANCE OF BIDS - The Tendering Authority does not bind itself to accept the lowest or any other Tender. The Tendering Authority reserves the rights to accept any one Tender or reject all Tenders & to order any of the items of any quantity to any of the Bidders without assigning any reason. The Tendering Authority may also at its sole discretion accept full or part quantity of the Tender & also reserves the right to delete any items from the Tender. (23) PERFORMANCE SECURITY/SECURITY DEPOSIT & SIGNING OF CONTRACT - (i) Within Ten (10) days of the receipt of notification of award from the Tendering Authority, the successful vendor shall furnish the Performance security/Security Deposit in accordance with the conditions of contract, in the performance security/Security Deposit form provided in the document or in another form acceptable to the Tendering Authority. (ii) The successful bidder will have to furnish Security Deposit (3%) and in case new bidder it should be (5%) amounting to the contract value shall be denominated in Indian Rupees & shall be in the form of a Bank guarantee issued by a Nationalized bank located in India acceptable to the Tendering Authority. The Security Deposit Validity Period is for 1 year is must. (iii) Failure of the successful bidder to sign the contract, proposed in Conditions of contract& as may be modified, elaborated or amended at through the award letter, shall constitute sufficient grounds for the annulment of the award & forfeiture of the bid security, in which event the Tendering Authority may make the award to another bidder or call for new bids. (24) CONDITIONAL TENDERS - Hypothetical, ambiguous or Conditional tenders shall be summarily rejected. (25) STANDARDS OF PERFORMANCE - (i) The vendor is liable to complete the work in accordance with the specification & approved standard as laid down in the tender& submit the Completion Report to DGPS. (ii) Date/Month/Year of manufacturing Printed/embossed on packing wrapper. (iii) If the material supplied is not found as per detailed Technical Specifications then that should be immediately replaced by supplier without charging extra cost. (26) FINANCIAL TERMS -PAYMENT TERMS - All Consignees’ Payment will be made by Accounts Officer, Directorate of Govt. Printing & Stationery, Mumbai. 90% payment within 2 weeks of the date of receipt of material by the consignee and balance 10% within 30 days from the date of receipt of all stores in satisfactory condition as ordered. No advance shall be paid to the supplier. (27) PENALTY - Any delay in the time prescribed shall attract penalty @ 0.5% of the contract value for the delay of each week subject to maximum of 5% in total. (28) PRICES - The quoted prices are to be F.D. destinations up to Government Presses/Stationery Stores situated at Mumbai/Nagpur/Pune/Aurangabad/Kolhapur/Wai. (29) INSPECTION - Tendering goods/article samples inspected by technical officers of DGPS, Mumbai either at the respective paper mill or at their own premises. Each supplier will have to submit the inspection report issued by the respective mills. DGPS authorities reserve the right to send the same for testing to a Govt. of Maharashtra approved laboratory. (30) TENDER SAMPLES/TENDER SAMPLE LAB TEST FEE - The bidder shall submit the sheets of the tender samples of each variety of paper for inspection to DGPS, Mumbai in a sealed cover on or before date of technical bid opening along with sample lab test fee of Rs.4000/- in form of demand draft in favor of Director, govt. Printing & Stationery, Mumbai (DD payable at Mumbai) (31) DELIVERY PERIOD - The supplier shall supply entire acceptable goods/articles within 04 to 08 weeks from the date of confirmed order OR within stipulated period fixed by EC, GAD, Mantralaya, Mumbai orders. (32) ARBITRATION - If the dispute arises between the parties hereto in respect of this contract or any of the provisions contained, herein or any other matter thereof expect in respect of matter hereunder declared to be conclusive every such dispute shall Page 4 of 12 be referred to the Govt. of Maharashtra for arbitration whose decision thereon shall be final, conclusive & binding on the parties &will be jurisdiction of Mumbai courts only. (33) REPEAT ORDER - In case Repeat Order may be placed against an initial orders placed, provided,- That total quantity & value does not exceed 50% of the original initial order or value of Rs. 10.00 crores, whichever is less.

Page 5 of 12

ANNEXURE-1 TENDER OFFER FORM (TOF) Date- To, Director, Govt. Printing, Stationery & Publications 21-A, Netaji Subhash Marg, Charni Road, Mumbai-400 004

Subject- Supply of Paper ------

Tender Reference No.______Gentlemen, Having examined the tender documents including all Annexure, the receipt of which is hereby duly acknowledge, we, the undersigned, offer to work as Bidder as mentioned in the scope of the work as required by the Directorate Government Printing & Stationery, Mumbai in conformity with the said tender documents.

I/we undertake, if our tender offer is accepted, to perform in accordance with the time schedule specified in the Tender. I/we agree to abide by this Bid for the period of 120 days after the date fixed for Bid opening & it shall remain binding upon us & may be accepted at any time before expiry of that period. Until a formal contract is prepared & executed, this Bid offers, together with your written acceptance thereof & your notification of award shall constitute a binding contract between us. We agree to the terms & conditions mentioned in the Tender Documents. Dated this ------day of ------Signature------

SIGNATURE OF THE TENDERER WITH OFFICIAL SEAL

Page 6 of 12

ANNEXURE - 2 TECHNICAL TENDER FORM - A

DIRECTORATE OF GOVERNMENT PRINTING, STATIONERY AND PUBLICATION, MAHARASHTRA STATE 21-A, NETAJI SUBHASH MARG, NEAR CHARNI ROAD RAILWAY STATION (W), MUMBAI - 400 004

Description of goods with details of specification Quantity Unit (M.T) WHITE MAPLITHO PAPER S. S. QUALITY KG

A 61 x 86 CM 15.7 KG 60 GSM 40 B 61 x 86 CM 18.4 KG 70 GSM 530 C 61 x 86 CM 26.2 KG 100 GSM 8.5

D 76 x 102 CM 38.8 KG 100 GSM 20 E 61 CM WIDTH 70 GSM IN REEL 150

Other detailed specification - 1 Breaking Length - A CD (Min.) : 2300 B MD (Min.) : 3500 2 Brightness (Min.) : 85 TENDER NO. 2 3 Opacity (Min) : 85 4 One Time Cobb Test (Max) : 22 5 Tear Index (Min.) : C.D. : 4.0 M.D. : 3.5 6 Wax Pick : No Picks on 8A

(DGPS/PPR-LOKSABHA ELECTION -2019)

N.B.- The paper should be made from bamboo/wood based virgin pulp from A grade mills having large integrated pulp unit.

Date-

Place-

Signature

Name of Tenderer

Address-

Company Seal

Page 7 of 12

ANNEXURE-3 MANUFACTURER’S AUTHORISATION FORM (on Manufacturers Letterhead)

No. ______Date: ______

To, The Director, Govt. Printing & Stationery & Publications, 21-A, Netaji Subhash Marg, Charni Road, Mumbai – 400 004

Tender Reference No.______Dear Sir,

We ______who are established & reputable manufacturers of ______(Name & description of goods offered) having factories at (Address of Factory) do hereby authorise M/s.______(Name & address of Agent) to submit a bid, & sign the contract with you for the goods manufactured by us against the above mentioned tender.

Further we also undertake the responsibility of supplying items as per delivery schedule. We hereby extend our full guarantee & warranty as stipulated in the Tender Document.

Yours Faithfully,

(Name of Manufacturer)

Note: this letter of authority should be on the letterhead of the manufacturer & should be signed by a person competent & having the power of attorney to legally bind by the manufacturer. Authority Letter should be included by the Bidder in its bid.

Page 8 of 12

ANNEXURE-4 DETAILS OF BIDDER Please ensure that your response clearly answers all the questions. If you use additional schedules or documentation to support your response, make sure that they are clearly cross-referenced to the relevant question. GENERAL PROFILE OF THE COMPANY/FIRM:- 1.Name &Address of the Company/Firm with Telephone No., Fax & E-Mail 2.Date of Incorporation 3.Turn over for last three years certified by Chartered Accountant (2014-15, 2015-16, 2016-17 ) 4. GST Number 5.PAN No.

Place-

Date-

Name-

Signature

Company Seal

Note: - 1. Inadequate information could lead to rejection of the bid 2. All information should be supported by enclosing relevant document.

Page 9 of 12

ANNEXURE-5 PERFORMANCE STATEMENT

ONLY MENTIONED DETAILS OF ORDERS PROCURE FOR SUPPLY OF PAPERS - I) 2015-16 II) 2017-18 III) 2018-19

Signature

Page 10 of 12

ANNEXURE - 6 (Submit in Envelope-B) PRICE SCHEDULE (PSL) To, The Director, Govt. Printing & Stationery, Mumbai-400 004 Subject- Tender for Supply of ------

We declare- i) That we are sole-owner of

------

------

That we/the undersigned agency is equipped with adequate infrastructure/hardware/software & other facilities required for providing services.

We hereby offer to provide services at the prices & rates mentioned in the financial tender (As per Annexure-7)

We do hereby undertake that,

In the event of acceptance of our bid, the services shall be provided as stipulated in the work order & the tender terms & conditions to the Bid & that we shall perform the entire incidental services.

The prices quoted are inclusive of basic price of item, packing, insurance, loading, unloading charges and separately mentioned added with transportation (Freight Charges) and exclusive of GST (mentioned rate of taxes - SGST/CGST, IGST) on for the subject paper.

We agree to abide by our offer a period of 120 days from the date fixed for opening of financial tenders & what shall remain bound by a communication within that time.

We have carefully read & understood the terms & conditions of the tender & the conditions of the contract applicable to the tender & we do hereby undertake to provide the services as per these terms & conditions.

Dated-

Signature

Name of Tenderer

Address-

Company Seal

Encl. - Annexure-7 (Commercial Tender-B)

Page 11 of 12

ANNEXURE -7 COMMERCIAL TENDER FORM-B DIRECTORATE OF GOVERNMENT PRINTING, STATIONERY AND PUBLICATION, MAHARASHTRA STATE 21-A, NETAJI SUBHASH MARG, NEAR CHARNI ROAD RAILWAY STATION (W), MUMBAI - 400 004 RATE FOR SUPPLY OF ______PAPER

SPECIMEN FOR PRICE QUOTES - RATES TO BE QUOTED BOTH IN FIGURES & WORDS IN FIGURES AS - 1 BASIC PRICE OF ITEM - RS. (INCLUSIVE OF TRANSIT INSURANCE, PACKING, LOADING, UNLOADING) 2 ADD - FREIGHT CHARGES - RS. 3 QUOTED PRICE (1+2) - RS. 4 EXCLUSIVE GST - SGST (%) + CGST (%), IGST (%) AS APPLICABLE - RS. IN WORDS - RUPEES

Description of goods with details of specification Quantity Unit Rate Per KG (INR)

(M.T) in in Figure words WHITE MAPLITHO PAPER S. S. QUALITY KG

A 61 x 86 CM 15.7 KG 60 GSM 40 B 61 x 86 CM 18.4 KG 70 GSM 530 C 61 x 86 CM 26.2 KG 100 GSM 8.5 2 2 D 76 x 102 CM 38.8 KG 100 GSM 20 E 61 CM WIDTH 70 GSM IN REEL 150

Other detailed specification - 1 Breaking Length - A CD (Min.) : 2000 B MD (Min.) : 3000

TENDER NO. 2 Brightness (Min.) : 78 3 Opacity (Min) : 85 4 One Time Cobb Test (Max) : 22 5 Tear Index (Min.) : C.D. : 4.0 M.D. : 3.5 6 Wax Pick : No Pick On 8A

(DGPS/PPR-LOKSABHA ELECTION -2019)

N.B.- The paper should be made from bamboo/wood based virgin pulp from A grade mills having large integrated pulp unit.

I/we have offered the tender for the supply of in the prescribed form. I/we have read & understood the tender terms & conditions & accept them unconditionally.

I/we offer this tender & the offer rates shall be binding on us & shall remain fixing for consideration for one year from the date of entering into agreement. N.B. - The article rates break up should be uploaded on a separate page along with commercial tender.

Date- Place- Signature Name of Tenderer Address- Company Seal

Page 12 of 12