GOVERNMENT OF MINISTRY OF COMMUNICATIONS AND INFORMATION TECHNOLOGY DEPARTMENT OF POSTS, INDIA

O/O THE SUPDT OF POST OFFICES, DIVISION, BHUSAWAL 425201 (Planning Branch)

Tender No. A-I/Plg/BO Infra Equipment/ 2013 dated at Bhusawal the 04.09.2013 NOTICE INVITING TENDER

Sealed Tenders are invited on behalf of President of India, from reputed firms for supply of Furniture at various Branch Post Offices in Bhusawal Division covering District. The method of submission of tender, amount of Earnest Money/Security Deposit and General Terms and Conditions applicable to supply has been mentioned in Annexure I. The supply/work is to be performed strictly as per parameters/technical specifications given in Part I of Annexure II. The terms and conditions specific to the supply/work have been mentioned in Part II of Annexure II. The proforma for submission of tender has been given in Annexure III (for Technical Bid) and Annexure IV (for Commercial Bid) to this Notice Inviting Tender. The Tender Documents are also available on Central Public Procurement Portal Website. The schedule of tender is given as under.

The requirement of Infra Equipment (quantity and specifications) is as given in Part I of Annexure II which may vary later depending upon the various circumstances.

2. Schedule of Tender

Tender No. A-I/Plg/BO Infra Equipment/ 2013 Last date and Time of receipt of Tender: 30.09.2013 @1300 hrs Venue: O/O The Supdt of Post Offices, Bhusawal Head Post Office Building, 2nd Floor, Modern Road, Bhusawal 425201 Estimated cost of tender – Rs 1, 71,060/-( Rs. One Lac Seventy One Thousands and Sixty Only( Including all taxes and delivery charges) Amount of Earnest Money Deposit as per Clause 3 of Annexure I : Rs 4277/-(Rs. Four Thousand Two Hundred Seventy Seven only)

Price of the Tender Form: Rs.100/-[Rs. One Hundred only]

Date & Time of Opening of Tender 30.09.2013@1600 hrs

Venue: O/O The Supdt of Post Offices, Bhusawal Head Post Office Building, 2nd Floor, Modern Road, Bhusawal 425201

- 1 -

3. The Tender Form along with terms and conditions can be had from the undersigned, in this office on any working day (Monday to Friday) from 10.00 AM to 05.00 PM till 27.09.2013 after paying the requisite fees of Rs.100/-(Rs. One Hundred Only).

4. The tenders completed in all respects must in all cases be received in this office before date and time indicated in the Schedule of Tender in Para 2 above. The tenders can be put in the box kept for this purpose in Planning Section of this office on all working day hours till the last date and time of submission. All outstation tenders should be sent by registered post/Speed post so as to reach the undersigned on or before the scheduled dated and time indicated in the Para 2 above. This office is not responsible for any kind of delay for receipt of tender within specified date and time and the tenders received after the scheduled date and time will be rejected outright. Only one tender should be kept in one cover. The tender is not transferable.

( R. D. Tayade) SUPDT OF POST OFFICES BHUSAWAL DIVISION, BHUSAWAL 425 201

Copy to:

1. The Postmaster General Aurangabad Region, Aurangabad – 431 002. 2. All SSPOs/SPOs in Aurangabad Region – It is requested to kindly give wide publicity to these NIT. 3. SDI (P) – Sub Division, Yawal 4. The Postmaster, Bhusawal/ Jalgaon/ Chalisgaon for display on public notice board. 5. All SPMs in the Bhusawal division - for display on public notice board 6. M/s Datta Furniture, B. J. Market, Jalgaon 7. M/s Kiran Furniture, Weekly Market, Bhusawal 8. M/s Gunjan Enterprises, Weekly Market, Bhusawal 9. M/s Siddesh Enterprises, Weekly Market, Bhusawal 10. M/s Venkatesh Steel, M.I.D.C. Jalgaon 425 003 11. M/s Sudarshan Enterprises, Jalgaon 12. M/s K.P. Enterprises, Jalgaon 13. M/s Vaibhav Furniture, Station Road, Jalgaon 14. M/s Chaudhari & Sons, Weekly Market, Bhusawal 15. M/s Bhusawal Furniture, Modern Road, Bhusawal 16. M/s T.H.K. Furniture, Jam Mohalla, Bhusawal 17. M/s Gurukrupa Enterprises, Behind Civil Court, Near LIC, Bhusawal

2 Part I Tender No. A-I/Plg/BO Infra Equipment/ 2013 ANNEXURE – I

GENERAL TERMS AND CONDITIONS

Sub: Notice Inviting Tender from reputed firms for supply of Infra Equipment as per the specifications mentioned in Part I of Annexure II to various Post Offices in Bhusawal Postal Division covering Post Offices .

1. Parties:

The parties to the Contract are the vendor (the tenderer to whom the supply/work order has been issued) and the Government of India through the Department of Posts for and on behalf of the President of India.

2. Addresses:

For all purposes of the contract including arbitration there under, the address of the vendor mentioned in the tender shall be final unless the vendor notifies a change of address by a separate letter sent by registered post with acknowledgement due to the undersigned. The vendor shall be solely responsible for the consequences of any omission or error to notify change of address in the aforesaid manner.

3. Earnest Money:

3.1 Earnest Money of Rs. 4277/- (Rupees Four Thousand Two Hundred Seventy Seven Only) must be deposited by bidders in any Post Office and Original Receipt in form ACG 67 provided by the Post Office in token of having received the amount should be submitted along with Technical Bid of their tenders.

3.2 No request for transfer of any previous deposit of earnest money or security deposit or payment of any pending bill held by the Department in respect of any previous supply will be entertained.

3.3 Tenderer shall not be permitted to withdraw his offer or modify the terms and conditions thereof. In case the tenderer fails to observe and comply with the stipulations made herein or backs out after quoting the rates, the aforesaid amount of earnest money will be forfeited to the Government.

3.4 The tenders without Earnest Money Deposit will be summarily rejected.

3.5 No claim shall lie against the Government/Department in respect of erosion in the value or interest on the amount of Earnest Money Deposit or Security Deposit.

4. Preparation and Submission of Tender:

The tender should be submitted in two parts namely Technical Bid along with the proof of Earnest Money Deposit (in form given in Annexure III) and Commercial Bid (in form given in 3 Annexure IV) and each should be kept in a separate sealed cover. Both the bids should be kept in another sealed cover addressed to the undersigned. The outer envelope containing the sealed cover should bear the address, Tender Number and date, subject of tender, date and time of opening of the same. The inner envelopes should be superscripted with Tender Number, Subject of Tender, whether the envelope is containing “Technical Bid” or “Commercial Bid” and date of opening of tender.

5. Signing of Tender:

Individual signing the tender or other documents connected with contract must specify whether he/she signs as:

(a) A ‘sole proprietor’ of the concern or constituted attorney of such sole proprietor.

(b) a partner of the firm, if it be a partnership firm, in which case he must have authority to execute contracts on behalf of the firm and to refer to arbitration disputes concerning the business of the partnership either by virtue of the partnership agreement of by a power of attorney duly executed by the partners of the firm.

(c) Director or a principal officer duly authorized by the Board or Directors of the Company, if it is a company.

N.B:

(1) In case of partnership firms, a copy of the partnership agreement or general power of attorney duly attested by a Notary Public, should be furnished on stamped paper duly sworn or affirmed by all the partners admitting execution of the partnership agreement or the general power of attorney. The attested copy of the certificate of registration of firm should also be enclosed along with the tender.

(2) In the case of partnership firms, where no authority to refer disputes concerning the business of partnership firm has been conferred on any partner, the tender and all other related documents must be signed by all partners of the firm.

(3) A person signing the tender form or any documents forming part of the tender on behalf of another person should have an authority to bind such other person and if, on enquiry it appears that the persons so signing had no authority to do so, the Supdt of Post Offices, Bhusawal Division, Bhusawal 425 201 may, without prejudice, cancel the contract and hold the signatory liable for all costs, consequences and damages under the civil and criminal remedies available.

(4) The tenderer should sign and affix his/her firm’s stamp at each page of the tender and all its Annexure as the acceptance of the offer made by the tenderer will be deemed as a contract and no separate formal contract will be drawn. NO PAGE SHOULD BE REMOVED / DETACHED FROM THIS NOTICE INVITING TENDER.

6. Technical Bid:

The Technical bid should be submitted in form given in Annexure III alongwith the original receipt obtained for the deposit of Earnest Money Deposit in the Post Office for the

4 amount indicated above along with full details of technical facilities for supply of equipment, associated features and any other information sought for in the last section of the Annexure II.

7. Commercial Bid:

7.1 The Commercial Bid should be submitted in form given in Annexure IV a separate sealed cover kept inside the main cover. The Commercial Bids of the tenderers short-listed after evaluation of technical bids only will be opened on a specified date and time to be intimated to the respective tenderer. A duly constituted Tender Evaluation Committee (TEC) will evaluate the Technical Bids and Commercial bids.

7.2 A consolidated price should be quoted along with its break up showing various items of charge. The price quoted shall be firm and final. 7.3 Taxes, if any, to be paid need to be duly indicated in the bid otherwise no extra payment would be made for this purpose. 7.4 Terms of payment as stated in the Tender Document shall be final. 7.5 At the time of payment of bills, the Income Tax, if any, shall be deducted at source as per Government rules and guidelines as may be prevailing at the time of payment.

8. Validity:

The tender will be operational for the period of 1 year (One) from the date of acceptance. The EMD will be refunded on after completion of tender period [i.e. after one year (from the date of acceptance].

9. Opening of Tender: The tenderer is at liberty either himself or to authorize not more than one representative to be present at the opening of the tender. The representative attending the opening of the tender on behalf of the tenderer should bring with him a letter of authority from the tenderer and a proof of identification. On the date and time indicated in the “Schedule of Tender”, only Technical bids will be opened and read out in the presence of tenderer’s representatives.

10. Criterion for Evaluation of Tenders: The evaluation of the tenders will be made first on the basis of technical information furnished in form given in Annexure III and then on the basis of commercial information furnished in form given in Annexure IV. The Commercial bid (Annexure IV) of such firms found valid based on technical parameters (as per Annexure III) will be opened on the date, time and venue to be announced after opening of the Technical Bid. It must be kept in view that the no decision will be given by the Tender Evaluation Committee or any inferences drawn during the meeting of this committee by the tenderers or their representatives will be their own view and the Department will not be responsible and abide by the same. The reasons for selection or rejection of a particular tender will not be disclosed. The award of supply order will be further subject to any specific terms and conditions of the contract given in Part II of Annexure II of this NIT.

11. Right of Acceptance:

11.1 The Department of Posts reserve all rights to reject any tender including of those tenderers who fail to comply with the instructions without assigning any reason whatsoever and does

5 not bind itself to accept the lowest or any specific tender. The decision of Department of Posts in this regard is final and binding.

11.2 Any failure on the part of the vendor to observe the prescribed procedure and any attempt to canvas for the supply order will prejudice the vendor’s quotation.

12. Communication of Acceptance: Successful Tenderer will be informed of the acceptance of his tender. Necessary instructions regarding the amount and time provided for Security Deposit will be communicated.

13. Time Schedule for executing Supply Order: The supply/work must be completed within a period of 60 days from the date of supply/work order.

14 Security Deposit:

14.1 The successful tenderer will have to submit 10% Bank Guarantee or accounts payee demand drafts or fixed deposit receipt from a commercial Bank against the total amount of supply order. It should valid for the period of warranty. Final payment of 10% amount will be issued against it and it should be submitted within 7 days from the date of acceptance of the tender and produce the receipt in original to this office.

14.2 The Security Deposit can be forfeited by order of the Department of Posts in the event of any breach or negligence or non-observance of any condition of contract or for unsatisfactory performance or for non-acceptance of the supply order. After supply of equipment, such portion of the said security deposit as may be considered by the Department of Posts sufficient to cover any incorrect or excess payments made on the bills to the firm, shall be retained until the final audit report on the account of firm’s bill has been received and examined.

15. Penalty: In the event of the vendor failing to: (i) observe or perform any of the conditions of the supply order as set out herein; or (ii) Execute the supply order in good and to the satisfaction of and by the time fixed by the Department of Posts.

(a) It shall be lawful for the Department of Posts in its discretion in the former event to remove or withhold any part of the supply order until such times as he may be satisfied that vendor is able to do and will duly observe the said conditions and in the latter event to reject or remove as the case may require any supply order executed otherwise than in a good and to the satisfaction of and by the time fixed by the Department of Posts and in both or either of the events aforesaid to make such arrangements as he may think fit for the execution of the supply order so removed or supply order in lieu of that so rejected or removed as aforesaid on account and at the risk of the vendor.

(b) Provided further that if in either event any excess cost be incurred by reason of the difference between the prices paid and the accepted rates Department of Posts may charge the amount of such excess cost to the vendor and the same may at any time thereafter be deducted from any amount that may become due to the vendor under this or any other contract or may be demanded of him to be paid within seven days to the credit of the Department of Posts.

6 (c) In the event of discovery of any error or defect due to the fault of the vendor at any time after the delivery of goods ordered, the vendor shall be bound, if called upon to do so, to rectify such error or defect at his own cost to the satisfaction of and within the time fixed by the Department of Posts. In the event of the delivery of any defective equipment, which owing to urgency of for any other reason cannot be wholly rejected the Department of

Posts shall have the power to deduct from any payment due to the vendor such sum as he may deem expedient.

(d) In the event of supply order being wholly rejected, the Department of Posts may at its discretion either:

(i) Permit the vendor to re-do the same within such time as he may specify at vendor’s own cost which shall include the costs of all sorts i.e., equipments, overheads, transportation, etc; or (ii) Arrange to get the additional supply order done elsewhere and by any other person or from any other source than the vendor in which case the amount of extra cost, if any, shall be recovered from the vendor in the manner provided in sub-clause(b) of this clause.

(e) The powers of the Department of Posts under this condition shall in no way affect or prejudice the powers in certain events to terminate the contract vested in him as herein provided nor forfeiture of deposit mentioned under clause 14 above.

(f) Since the supply order awarded to the vendor is of important nature the time schedule given in clause 13 must be adhered to failing which a penalty at the rate of 10% for every month’s delay will be imposed which will be recovered in the manner stated in sub-clause (b) of this clause at the discretion of the Department of Posts.

16. Natural Calamity, Strike, etc: In case of strike, combination of workmen or natural calamity of any kind, fire accidents or circumstances beyond the control of the firm causing stoppage of his order, whereby the delivery or completion of order may be suspended resulting in undue delay without penalty, Department of Posts shall have the power during such stoppage to get the work done elsewhere without charging the vendor. No obligation will rest on Department of Post to pay for any portion of the order undertaken before such a stoppage. The vendor shall provide every facility for timely completion of the order.

17. Insolvency, etc: In the event of the firm being adjudged insolvent or having a receiver appointed for it by a court or any other order under the Insolvency. Act made against them or in the case of a company the passing any resolution or making of any order for winding up, whether voluntary or otherwise, or in the event of the firm failing to comply with any of the conditions herein specified the Department of Posts shall have the power to terminate the contract without previous notice.

18. Breach of Terms and Conditions: In case of breach of any of terms and conditions mentioned above, the Competent Authority will have the right to cancel the supply order without assigning any reason therefore

7 and nothing will be payable by this Department in that event and the Bank Guarantee shall also stand forfeited.

19.1 Jurisdiction: The undersigned reserved the right to reject any or all the tenders without assigning any reason. Legal dispute, if any will be enforceable within the jurisdiction of the Bhusawal Court.

19.2 Subletting of Supply Order: The firm shall not assign or sublet the supply order or any part of it to any other person or party without having first obtained permission in writing of the Supdt of Post Offices, Bhusawal Division, Bhusawal 425 201, which he will be at liberty to refuse if he thinks fit.

19.3 The approved tenderer will have to supply delivery of the infrastructure at 1] Bhusawal 2] Jamner 3] Chopda 4] Faizpur 5] Yawal 6] 7] Savda at his cost. No TA/DA will be for visit at the time of delivery.

20. Right to Call upon Information Regarding Status of Supply Order: The Department will have the right to call upon information regarding status of supply order at any point of time.

21. Precautionary Measures: 21.1 While observing the economy in costs in his own interest the vendor must be careful that quality of the equipment is maintained as well as time schedule prescribed, etc., should not be disturbed. 21.2 The vendor must take every care to see that the supply order or any portion of thereof does not fall into unauthorized hands. Care should be taken to execute the supply order under proper security conditions and no spare item of supply order/copies should be retained/sold or otherwise made over by the vendor or any of his staff member to any person other than the person(s) /organization / by the Department of Posts.

22. Equipment:

The following should be kept in view while supplying the materials proposed to be used has been sought for in Part I of Annexure II. 22.1 Materials if any sought for should be equivalent to the quality mentioned in the specifications provided in Part I of Annexure II. 22.2 The tenderer should furnish a certificate on a separate paper certifying that the equipment is in accordance with specifications given in Part I of Annexure II to the tender and he will be responsible for rejection/cancellation of contract if the equipment is not found upto the mark or for civil/criminal proceedings if the equipment supplied is found substandard. 22.3 The vendor must confirm that the store/materials offered will conform to the specifications in all respects. The mere fact that the competent authority has approved the supply order (just by seeing it in a non expertise way) will in no absolve the vendor from supplying equipments of the different specifications. Where the equipments offered are not to the required specification the extent of deviation may be clearly indicated. 23. The tender is not transferable. Only one tender shall be submitted by one tenderer.

24. Terms of payment:

24.1 No payment shall be made in advance nor shall the any loan from any bank or financial institution be recommended on the basis of the order of award of supply.

8 24.2 The vendor shall submit the bill for sanction of the amount of bill and passing the bill for payment. 24.3 All payments shall be made by cheque only. 24.4 The Department of Posts shall be at liberty to withhold any of the payments in full or in part subject to recovery of penalties mentioned in preceding para. 24.5 The term “payment” mentioned in this para includes all types of payment due to the vendor arising on account of this contract excluding Earnest Money Deposit governed by the separate clauses of the contract.

24.6 Wherever applicable all payments will be made as per schedule of payments stated in Part II of Annexure II.

25 The price to be quoted by the tenderer should include the cost of Materials, Labour cost and inclusive of all taxes, freight, Insurance, delivery, excise duty, incidental charges, charges for installation and commissioning at the sites. In case there is any reduction in Excise duty, etc., the benefit of the same may be passed on to the Buyer. No extra compensation /claim/duty due to market fluctuation or otherwise will be entertained during the period of contract.

25.1 In case the seller supplies these materials to the Department of Posts or any other Government organization at the rates lower than the rates indicated in this purchase order, the lower rates will be applicable to this purchase order also.

26. Arbitration:

If any difference arises concerning, this Agreement, its interpretation on the payment to be made there under, the same shall be settled by mutual consultations and negotiations. If attempts for conciliation do not yield any results within a period of 30 days, either of the parties may make a request to the other party for submission of the dispute for decision by an arbitral tribunal containing a Sole Arbitrator to be appointed by the Secretary, Department of Legal Affairs. Such request shall be accompanied with a panel of names of three persons to act as the sole arbitrator. In case of such arbitrator refusing, unwilling or becoming incapable to act or his mandate having been terminated under law, another arbitrator shall be appointed in the same manner from among the panel of three persons to be submitted by the claimant. The arbitration proceedings shall take place at Bhusawal and shall be conducted in English. The provisions of Arbitration and Conciliation Act, 1996 and the rules framed there under and in force shall be applicable to such proceedings.

* * * *

9 Tender No. A-I/Plg/BO Infra Equipment/ 2013 ANNEXURE – II

PARAMETERS AND TECHNICAL SPECIFICATION FOR EXECUTING THE ORDER

Sub: Notice Inviting Tender for supply of Infra Equipment at various Post Offices in Bhusawal Postal Division, as mentioned in Part I of Annexure II.

PART I

Quantity, Parameters and Technical Specification for Executing the Supply Order/Contract

The supply of Infra Equipment covers various Post Offices in Bhusawal Postal Division for Post Offices identified. The names of offices with quantity of Infra Equipment required will be available at this office.

 Details and Specification of the Infra Equipment.

Sl Particulars Quantity Office of Delivery

Table 3X2 with Sun mica Bhusawal(5), Jamner (3), Chopda(2), Faizpur(8), 1 20 top with one Drawer Yawal(2) Plastic Molded Bhusawal(5), Jamner (3), Chopda(2), Faizpur(8), 2 20 Chairs with Arms Yawal(2) Plastic Molded Bhusawal(5), Jamner (3), Chopda(2), Faizpur(8), 3 20 Chairs without Arms Yawal(2) Half Pressed steel almirah Bhusawal(5), Jamner (3), Chopda(2), Faizpur(8), 4 20 50X30X15 (20 gaze) Yawal(2) Bhusawal(5), Jamner (3), Chopda(2), Faizpur(8), 5 Plastic Molded Stool 20 Yawal(2) Bhusawal(5), Jamner (3), Chopda(2), Faizpur(8), 6 Wall Clock 20 Yawal(2) Bhusawal(5), Jamner (3), Chopda(2), Faizpur(8), 7 Weighing Scale 20 Yawal(2) List attached herewith as per specimen given 8 Signage of BO 45 Annexure V

The successful tenderer should comply with each and every specification and any deviation / Substandard specification is liable for rejection of tender and even if it is the lowest, that shall be rejected.

10

PART II

Terms and Conditions Specific to the Contract/Supply 1. Payment:

Payment will made after the installation of Infra equipment. 10% Bank Guarantee should be submitted by the successful vendor to each Division against their supply order. This BG amount will be 10% of supply order given to this office.

a) Total payment of Infra equipment shall be paid against delivery at the Offices which will be listed in the Supply Order to be given to this office. Supdt of Post Offices, Bhusawal Division, Bhusawal 425 201 will issue the payment against the proof of delivery with signature and stamp of Postmaster concerned on concerned invoices indicating delivery of Infra equipment against furnishing of performance bank guarantee for the same amount for the period of warranty.

2. Customer Support Capability:

2.1 The tenderer should have supplied Infra equipment for a minimum of 10 clients. The Certificate from such two clients preferably Government and corporate offices to the effect that the materials supplied and installed are of good quality should be produced alongwith the tender clearly mentioning the total number of clients to whom Infrastructure Equipment have been provided.

2.2 The successful tenderer will have to furnish the Bank Guarantee for 10% of the total value of the purchase order placed by each region.

2.3 The tenderer should produce the list of Corporate/Government customers alongwith the tender.

2.4 The tenderer should also mention in the tender the list of their service centers.

2.5 The tenderer should also produce his company profile

2.6 The quantities indicated are approximate and this may vary.

2.7 The Tenderer shall provide supporting documents in support in claims/statements made in the bid documents.

3. Warranty:

3.1 The Tenderer is responsible for co-coordinating with the vendors and maintenance staff.

3.2 The Tenderer shall state the nearest location of their principal’s support center in Jalgaon District.

3.3 The Tenderer is responsible to arrange and provide proper maintenance support for all components, supplied.

3.4. In the event of defective products, the tenderer/manufacturer shall repair or replace the defective products at its own cost for the cost of labor to repair or replace any such defective product.

11

4. Equipment and Materials:

4.1 All Infra equipment supplied shall be new and the make should be as mentioned in the Part I of Annexure III, the best of quality and designed to ensure satisfactory operation under varying atmosphere, climatic, humid, tropical conditions without distortion and deterioration in any part affecting efficiency and reliability of the systems.

4.2 All equipments shall be designed to provide the necessary safety to human life and property during operation and maintenance and particular attention shall be given to electrical safety precautions.

4.3 The Contractor shall provide manufacturer’s literature including manufacturer’s data on maintenance and operation of all equipment installed. Relevant catalogues of all materials, instruments, equipments, components, etc., supplied shall be included in this tender.

5. GENERAL

5.1 Any attempt on the part of the tenderer to influence in any way for the acceptance of his tender will render the tender for rejection.

5.2 The decision of the Supdt of Post Offices, Bhusawal Division, Bhusawal 425 201 shall be final on any matter of dispute arising out of this tender.

12

Tender No. A-I/Plg/BO Infra Equipment/ 2013 ANNEXURE – III TENDER FORM – 1 – TECHNICAL INFORMATIONS AND UNDERTAKING (See Clause 6 of Annexure I of this Tender Document) (Tenderer may use separate sheet wherever required) Sub: Notice Inviting Tender for supply of Infra Equipment at various Post Offices in Bhusawal Postal Division.

1. Name of the Tenderer/Concern:______

2. Nature of the Concern:______(i.e., Sole Proprietor or Partnership firm or a Company or a Government Department or a Public Sector Organization)

3. ACG 67 Receipt No.______Dated ______Name of Post Office______(To be enclosed) and amount of Earnest Money Deposit Rs.______(Rupees______only)

4. Whether each page of NIT and its Annexure have been signed and stamped.

5. Proposed date to execute supply/work order______

6. Time required for completing the supply/work order______

7. State whether the Infra Equipment to be supplied will be of the same specifications as mentioned under Part I of Annexure II of this Notice Inviting Tender. Please mention here the specifications of the Infra equipments and stand to be supplied by you. Details and Specification of the Infra Equipment:

Sl Particulars Quantity Office of Delivery

Table 3X2 with Sun mica 1 20 top with one Drawer Plastic Molded 2 20 Chairs with Arms Plastic Molded 3 20 Chairs without Arms Half Pressed steel almirah 4 20 50X30X15 (20 gaze)

5 Plastic Molded Stool 20

6 Wall Clock 20

7 Weighing Scale 20

8 Signage of BO 45

13 8. List of important supply orders of the nature stated above undertaken during the last three years whose summary is enclosed (Summary may be enclosed on separate sheets for each work and comprise the subject/project; scope covered; time taken to complete the work, persons employed; fee charged; remarks/observations appreciation of the organization for whom the work was conducted; and any other information considered important by tenderer.)

9. Select list of Major Customers preferably from Corporate/Government customers may be given on a separate sheet:

10. Authorized dealership certificate from the manufacturer of the brands mentioned in the tender notification (part I of Annexure – II).

11. Specifications brochures of catalogues of each make and model of Infra Equipment quoted.

12. Any other information important in the opinion of the tenderer.

13. Following documents should also be enclosed alongwith this Technical Bid.

The tenderer should also mention in the tender the list of their service centers, nearest location of their principal’s support centre and details of customer support establishment (Para 2.5 of Part II of Annexure II) in ______District. The tenderer should also produce his company profile (Para 2.6 of Part II of Annexure II).

Dated at: (Dated Signature of the Tenderer with stamp of the firm)

UNDERTAKING

1. I/We undertake that I/We have carefully studied all the terms and conditions and understood the parameters of the proposed supply order of the Department of Posts and shall abide by them.

2. I/We also undertake that I/We have understood “Parameters and Technical Specifications for executing the Supply Order” mentioned in Annexure II of the Tender No. A-I/Plg/BO Infra Equipment/ 2013 dated at Bhusawal the 04.09.2013 and shall conduct the work strictly as per these “Parameters and Technical Specifications for executing the Supply Order”.

3. I/We further undertake that the information given in this tender are true and correct in all respect and we hold the responsibility for the same.

4. I/We also undertake that the equipment being supplied are in accordance with specifications given in the Part I of Annexure II to the Notice Inviting Tender and I/We shall be responsible for rejection/cancellation of contract if the equipment are not found upto the mark or for civil/criminal proceedings if the material supplied is found sub-standard.

Dated at: (Dated Signature of the Tenderer with stamp of the firm)

14 Tender No. A-I/Plg/BO Infra Equipment/ 2013

ANNEXURE – IV

TENDER FORM – 2 – COMMERCIAL INFORMATION (See Clause 7 of Annexure I of this Tender Document)

Sub: Notice Inviting Tender for supply of Infra Equipment at various Post Offices in Bhusawal Postal Division as mentioned in Part I of Annexure II.

1. The Price of the each items should include supply of all kinds of incidental charges and all taxes, etc as per details given below.

2. Details of Infra equipment.

Total SI Infra Equipment Size Unit Prize Quantity Amount in No Rs. 1

2

3 4

5

6

7

8

3. Any other information:

Dated at: (Dated Signature of the Tenderer with stamp of the firm)

15 Tender No. A-I/Plg/BO Infra Equipment/ 2013 ANNEXURE – V

80% 20%

AMjaaLo SaaKaa DakGar ANJALE Branch Post Office ipana kaoD Pin Code 1 ½ ft. 425304 Working Hours:

10:00AM to 15:00PM

4 ½ ft.

Sr.No Name of Name of BO ipanakaoD Pin Code Working Hours Delivery BO in in English Office Marathi 1. paaLQaI PALDHI ipanakaoD Pin Code 424205 10:00AM to 14:00PM Jamner 2. kMDarI KANDARI ipanakaoD Pin Code 425203 10:00AM to 14:00PM Bhusawal 3. KaDko KHADKE ipanakaoD Pin Code 425307 10:00AM to 14:00PM Bhusawal 4. iknhI KINHI ipanakaoD Pin Code 425311 09:00AM to 14:00PM Bhusawal 5. inamaKaoDI NIMKHEDI ipanakaoD Pin Code 425306 09:00AM to 13:00PM Muktainagar Kau. KH. 6. ihMgaaoNaa HINGONA ipanakaoD Pin Code 425503 09:00AM to 14:00PM Yawal 7. baamaNaaod BAMNOD ipanakaoD Pin Code 425503 09:00AM to 14:00PM Yawal 8. maar}L MARUL ipanakaoD Pin Code 425503 09:00AM to 14:00PM Yawal 9. paaDLsao PADALSE ipanakaoD Pin Code 425503 09:00AM to 14:00PM Yawal 10. balavaaDI BALWADI ipanakaoD Pin Code 425507 10:00AM to 14:00PM Bhusawal 11. taaMdlavaaDI TANDALWA ipanakaoD Pin Code 425502 11:00AM to 15:00PM Bhusawal DI 12. vaakaod WAKOD ipanakaoD Pin Code 424205 10:00AM to 14:00PM Jamner 13. nhavaI NHAVI ipanakaoD Pin Code 425524 09:00AM to 14:00PM Yawal 14. icaMcaaolaI CHINCHOLI ipanakaoD Pin Code 425302 09:00AM to 14:00PM Yawal 15. caaorvaD CHORWAD ipanakaoD Pin Code 425311 10:00AM to 14:00PM Bhusawal

16 16. ko%haLo KERHALE ipanakaoD Pin Code 425508 10:00AM to 15:00PM Savda 17. Qaanaaora DHANORA ipanakaoD Pin Code 425303 10:00AM to 15:00PM Yawal 18. taaoMDapaur TONDAPUR ipanakaoD Pin Code 424207 11:00AM to 14:00PM Jamner 19. laasaur LASUR ipanakaoD Pin Code 425107 10:00AM to 15:00PM Chopda 20. saataaod SATOD ipanakaoD Pin Code 425301 10:00AM to 15:00PM Yawal kaoLvad KOLVAD 21. AMtaulaI- ANTURLI ipanakaoD Pin Code 425306 10:00AM to 14:00PM Muktainagar 22. ivavara VIVRA ipanakaoD Pin Code 425508 10:00AM to 15:00PM Savda 23. saaLisaMgaI SALSINGI ipanakaoD Pin Code 425310 10:00AM to 14:00PM Bhusawal 24. eonapaur AINPUR ipanakaoD Pin Code 425507 10:00AM to 15:00PM Savda 25. AT/avala ATRAVAL ipanakaoD Pin Code 425301 10:00AM to 14:00PM Yawal 26. rsalapaur RASALPUR ipanakaoD Pin Code 425508 09:00AM to 14:00PM Savda 27. gaatao GATE ipanakaoD Pin Code 425501 09:00AM to 12:30PM Savda 28. ipaMpa`I naaMdu PIMPRI ipanakaoD Pin Code 425306 10:00AM to 15:00PM Muktainagar NANDU 29. fokrI FEKARI ipanakaoD Pin Code 425307 09:00AM to 14:00PM Bhusawal 30. hrtaaLa ipanakaoD Pin Code 425306 10:00AM to 15:00PM Muktainagar 31. r}[-KaoDa ipanakaoD Pin Code 425306 10:00AM to 15:00PM Muktainagar 32. AMjaaLo ANJALE ipanakaoD Pin Code 425304 10:00AM to 15:00PM Yawal 33. naur MANUR ipanakaoD Pin Code 425310 10:00AM to 14:30PM Bhusawal 34. dsanaur DASNOOR ipanakaoD Pin Code 425506 09:00AM to 14:00PM Savda 35. {caMdo UCHANDE ipanakaoD Pin Code 425306 09:00AM to 14:00PM Muktainagar 36. raoJaaoda ROZODA ipanakaoD Pin Code 425504 09:00AM to 14:00PM Savda 37. saakrI SAKARI ipanakaoD Pin Code 425307 10:30AM to 15:30PM Bhusawal 38. knhaLo KANHALE ipanakaoD Pin Code 425307 11:00AM to 14:00PM Bhusawal 39. AaDgaava ADGAON ipanakaoD Pin Code 425302 10:00AM to 14:00PM Yawal 40. gaaojaaora GOJORA ipanakaoD Pin Code 425311 10:00AM to 14:00PM Bhusawal 41. inamagaava NIMGAON ipanakaoD Pin Code 425304 10:00AM to 15:00PM Yawal 42. saaMgavaI SANGVI ipanakaoD Pin Code 425304 09:00AM to 14:00PM Yawal 43. Aacaogaava ACHEGAON ipanakaoD Pin Code 425305 10:00AM to 14:00PM Bhusawal 44. ku%ha hrdao KURHA ipanakaoD Pin Code 425310 10:00AM to 14:00PM Bhusawal HARDO 45. ivaraoda VIRODA ipanakaoD Pin Code 425503 08:00AM to 13:00PM Yawal

Summery : 1. Bhusawal (14), 2. Jamner (3), 3. Chopda (1), 4. Yawal (14), 5. Savda (7), 6. Muktainagar (6)

17