Office of the Dy. Commissioner of Police, Security : .Vinay Marg, New Delhi

Total Page:16

File Type:pdf, Size:1020Kb

Office of the Dy. Commissioner of Police, Security : .Vinay Marg, New Delhi

OFFICE OF THE DY. COMMISSIONER OF POLICE, SECURITY : .VINAY MARG, NEW DELHI.

SHORT NOTICE TENDER

No. 1718 /Genl (IV)/Security, New Delhi, dated 09.01.2018.

Separate sealed tenders are invited in two-bid system i.e. Technical Bid and Price/commercial bid from the firms dealing in the trade for the purchase of Refreshment and food packets as per quantity and items in each packet mentioned below for the police personnel who will be deployed for full proof security arrangement duty in connection with the Republic Day Celebration, 2018 in Security Unit. The tenders should reach in this office by 1100 Hrs. on 16.01.2018 by post or personally put in the sealed tender box kept at Room No. 42, HAG-II Branch, Main Security Lines, Vinay Marg, New Delhi which will be opened on same day at 1200 Hrs.

Date Number of security Total Number of food packets & Tea personnel to be deployed 23.01.201 3500 1. Tea & Two Bread Pakoras 7 2. Food packet (08 Poori, Aloo Ki Sabzi & Halwa). (Full Dress Cost of item at Sl. No.2 should not exceed Rs.50-/ Rehearsal) including Taxes and cost of item at Sl. No.1 may be quoted separately.

26.01.201 3500 1. Tea & Two Bread Pakoras 7 2. Food packet (08 Poori, Aloo Ki Sabzi & Halwa). (Final Day) Cost of item at Sl. No.2 should not exceed Rs.50-/ including Taxes and cost of item at Sl. No.1 may be quoted separately.

The tenderers are advised to quote their rates after careful study of the tender specifications/requirement as well as the following terms and conditions:-

1. Separate envelope should be used for TECHNICAL BID as well as for PRICE BID. The word “TECHNICAL BID/PRICE BID for the purchase of above numbers Refreshment/Food Packets due to open on 16.01.2018 at 1200 Hrs. shall be prominently marked on the top of each envelope. Both these bids shall further be put in one envelope and sealed properly before putting in tender Box.

2. The TECHNICAL BIDS WILL BE OPENED first. PRICE BIDS will be opened only of the firm who qualified technical bid as well as passing of samples. The date of sample will be intimated on 16.01.2018 at 1100 Hrs. at the time of opening of technical bids.

3. The tenders should reach this office by 1100 Hrs. on 16.01.2018 as per tender notice.

4. Incomplete tender/conditional tenders will not be accepted.

5. All SSI units registered with NSIC for this item as per specifications are exempted from the EMD, provided submission of exemption certificate issued by the authority concerned. They have to enclose valid registration document/exemption certificate with their tender.

6. Earnest money deposit of Rs.10,000/-in form of Account Payee Demand Draft from any Commercial Bank in India must accompany each tender in favour of DCP/Security, Delhi. No tender shall be accepted without earnest money and shall be rejected straightway. Earnest money shall be refunded to the unsuccessful tenderer (s) after finalization of the tender and award of supply order to the successful tenderer. Earnest money deposit with the tender shall bear no interest. The EMD can also be submitted in the form of fixed deposit receipt, Banker’s cheque or Bank Guarantee from any Commercial Bank in a acceptable form. 7. The tenderer should submit the specifications of the food items to be served at different timings along with the details and design of packing material in which the food will be served. The food committees will check/test the samples of technical qualified firm before opening the commercial bids.

8. The packing of food may be in thali system/thali packing which may be convenient to carry & eat safely. No paper or loose packing is allowed.

9. The commercial Bids of only those firms will be opened whose food samples and packing materials will be passed by the committee, so constituted.

10. The successful bidder will be provided space in Main Security Lines for preparing of food items, but he will arrange his own manpower as well as other articles.

11. The successful Bidder will be responsible for providing the breakfast/Lunch items in the same form and quality which was provided at the time of technical bids otherwise no payment will be made and security money will be forfeited and firm will be black listed.

12. Tenderers must quote the net price both in words as well as in figures as per the proforma given at Annexure -A. Any over writing/cutting etc. render the tender invalid.

13. Tenderer should not be permitted to alter or modify their bids after expiry of the deadline for receipt of Bids.

14. The quoted price must be inclusive of all taxes/charges. No claim for taxes/charges will be entertained at a later stage.

15. The firm whose rates are accepted will have to deposit 10% of the total cost of the Contract as Security Money in the shape of Bank Draft/ Bank Guarantee/FDR in favour of DCP/Security, Delhi before the supply order is placed to the firm. The Security Money shall bear no interest.

16. The successful bidder will be responsible to supply/provide fresh and good quality food items well in time to the Jawans deployed on duty at his own expenses in a food grade packing or as per direction of this office. No transportation charges will be paid separately.

17. The successful bidder will also be responsible to liaise with RI/Main Security Lines or any other officer nominated as “In-charge for distribution of refreshment/food packets” to confirm the timings on which the food packets have to be distributed to the jawans.

18. In case, the contractual firm failed to supply/provide refreshment/food packets on scheduled dates and time, the firm will be responsible to make full payment for the alternative arrangements, irrespective to the rates quoted by the firm besides action will be initiated for forfeiture of Security Money and blacklist the firm.

19. The contractual firm will have to bear the cost of damage of food packets that may occur due to storm, fire, rain, natural calamities and any other unforeseen circumstances and should replace these food packets with fresh one.

20. The tenderers can remain present himself or his authorized representative at the time of opening of tender.

21. The rates will be valid till the contract is completed, in all respect.

22. The quantity of the food packets mentioned in the tender notice can be increased or decreased, at any stage till the completion of contract. 23. After technical bid securitization the purchase committee will have discretion to award the contract to one firm, whose sample was found better on the basis of quality, quantity as well as on the basis of its taste.

24. The payment will be made after completion of Contract successfully. No advance payment will be made.

25. A copy of terms and conditions duly signed by the tenderer, as a token of acceptance of the same should be attached along with the tenders.

26. The Purchase Committee reserves the right to relax any terms and condition in the Govt. interest after negotiation with the firm.

27. All disputes are subject to the jurisdiction of the Courts in the N.C.T. of Delhi.

28. The firm should be registered with GST Department and a copy of valid registration certificate should also be attached with the technical bid.

29. The Latest GST Clearance Certificate or latest GST deposit receipt should also be attached with the technical bid.

30. All the firms participating in the Tender must submit a Certificate to the effect that the firm is neither blacklisted by any Govt. Department nor any Criminal Case is registered against the firm or its owner or partners anywhere in India.

31. The tender will be rejected straight way without assigning any reasons if the firm is found involved in any criminal cases, declared black listed by any Govt/Semi Govt. department/agencies etc. or in case, any criminal cases found registered against its director/partner or proprietor of the firm.

32. In case, the food item is found of substandard quality necessary action would be taken against the firm and the security money will be forfeited also action would be initiated for blacklisting the firm. The outstanding bill of the firm if any will be adjusted as per clause No.14 of Tender Notice. Besides, the firm found involved in a criminal case/attempt of criminal case before/after the contractual period, necessary action as per the law & rules will be initiated against the firm.

33. In case any adverse report/information/complaint etc. before and after with respect to the contract is received against the contractual firm, the necessary legal action as per the law will be taken. Necessary action as per clause No.13 above will also be taken against the firm.

34. In case of any difference between firm and department, show cause notice will be issued and explanation will be called. If the reply submitted by firm is not found satisfactory, action as per law and rules will be taken against the firm.

35. The firms whose services have come to adverse notice would not be entertained for this tender.

36. In case of violation of any terms & conditions, the firm can be called for negotiation to patch up the matter amicably prior to approaching the court.

(A) Documents required to be attached with Technical Bid in the following order :- 1. E.M.D. of Rs. 10,000/- in the shape of Bankers Cheque/Bank draft/FDR/Bank Guarantee in favour of DCP/Security, Delhi.

2. Latest GST Registration Certificate.

3. Certificate regarding registration with DGS&D, NSIC, if claim EMD exemption.

4. Copy of terms and conditions duly signed with seal of the firm, in token of acceptance of terms and conditions.

5. All the firms participating in the Tender must submit a Certificate to the effect that the firm is neither blacklisted by any Govt. Department nor any Criminal Case is registered against the firm or its owner or partners anywhere in India. (B) DOCUMENTS REQUIRED TO BE ATTACHED WITH COMMERCIAL/PRICE-BID IN THE FOLLOWING ORDER :-

1. PRICE BID shall contain price only and no other documents shall be enclosed with the price bid.

2. Details of rates have to be quoted as per proforma for Price schedule at Annexure-A, in words and in figures. No cutting and overwriting will be considered and the bid shall be rejected. The option in rate will not be entertained.

3. The quoted rates should be exclusive of all taxes/services and no extra payment will be made on any other account.

-Sd- [Pushpendra Kumar] IPS DY. COMMISSIONER OF POLICE: SECURITY, NEW DELHI. SIGN. OF TENDERER ______

NAME IN BLOCK LETTERS:______

FULL ADDRESS : ______ANNXURE –“A”

PROFORMA FOR PRICE SCHEDULE

Sl. No. Description Rate per Lunch/Dinner & Tea. Net Rates offered including all taxes 1 Rates offered by the firm for 23.01.2018 providing refreshment/food 1. Tea & Two Bread Pakoras. Rs. /- packets containing the items 2. Food packet (08 Poori, Aloo Rs. /- as per tender notice Ki Sabzi & Halwa) (Cost of item at Sl. No.2 should not exceed Rs.50/- including Taxes and cost of item at Sl. No.1 may be quoted separately).

26.01.2018 1. Tea & Two Bread Pakoras. Rs. /- 2. Food packet (08 Poori, Aloo Rs. /- Ki Sabzi & Halwa) (Cost of item at Sl. No.2 should not exceed Rs.50-/ including Taxes and cost of item at Sl. No.1 may be quoted separately).

` (Signature and seal of Bidder)

Dated:

Recommended publications