12.07.2015 Views

contents - Purulia Zilla Parisad

contents - Purulia Zilla Parisad

contents - Purulia Zilla Parisad

SHOW MORE
SHOW LESS

You also want an ePaper? Increase the reach of your titles

YUMPU automatically turns print PDFs into web optimized ePapers that Google loves.

VI. The rates tendered in the price cover in the schedule of prices (Appendix-XI) with anyconditions, stipulations, Force Major clause etc., will not be accepted and such tenders will besummarily rejected.4.5.5. PackingThe packing of inputs / products should be as per the standard approved packages( as per Appendix II), .4.5.6. Signing of the Tenderi. The tender shall be signed by a person or persons duly authorized to sign on behalf of the Tenderer.All pages of the tender where entries or amendments have been made shall be signed by the person orpersons signing the tender. The tenderer shall enclose a certified copy of the power of attorneyauthorizing the signatory or signatories to sign the tender document. This certification shall be fromthe District Nodal Officer, MGNREGA Cell, <strong>Purulia</strong> or his authorized signatory.ii. The tender shall contain no alterations or additions, except those to comply with instructions issuedby the District Nodal Officer, MGNREGA Cell, <strong>Purulia</strong>, or as necessary to correct errors made by thetenderer, in which case such corrections shall be signed by the person or persons signing the tender.iii. All the filled in pages in the tender document should be signed by the tenderer.4.6 SUBMISSION OF TENDERING DOCUMENT4.6.1 Due Date for Tender Submissiona) Tender in sealed cover as detailed in clause 4.6.2 below will be received by theDistrict Nodal Officer, MGNREGA Cell, <strong>Purulia</strong> at his office upto 2.00 PM on07.07.2011(excluding Saturday and Sunday and other Holidays). On weekdaysTender can be dropped from 10.30 a.m to 5.30 p.m. If the said last date happens tobe a holiday for this office, the tenders will be received upto 11.00 AM, on the nextworking day.b) The Tender Inviting Authority may extend the due date for submission of tender by issuing anamendment in which case all the rights and obligations of the District Nodal Officer, MGNREGACell, <strong>Purulia</strong> and the Tenderers previously subject to the original due date for submission will then besubject to the new date for submission as extended.4.6.2 Procedures for Submission of TenderI. Tenderers are advised to go through the tender document and understand all the provisions andstipulations contained therein before submitting the tender.II. The tender shall be submitted exactly as per the procedures and requirements stipulated herein.III. The tender must be submitted so as to be received within the stipulated date and time as per clause4.6.1IV. Tender submitted by telex, email, cable or fax will not be accepted and will be summarily rejected.6


V. Sealed tender should be submitted separately for each item.Each Tender for each item shall be submitted in two (2) Parts, viz.PART- A : FIRST COVER – Technical bid along with EMDNAME OF THE INPUT : SUPPLY OF . . . . . . . . . . . . . . . . (Specify the name of theitem)LAST DATE/TIME : 07.07.2011 by 2.00 P.MPART - B : SECOND COVER - Price bidNAME OF THE INPUT : SUPPLY OF . . . . . . . . . . . . . . . . . (Specify the name ofthe item)LAST DATE/TIME: 07.07.2011 by 2.00 P.MVI. The <strong>contents</strong> of each of the two covers shall be as described in thesubsequent clauses. For all other references, these covers will be referred tobriefly as- "Technical bid along with EMD "- "Price bid "Both the first cover containing Part-A and the second cover containingPart-B shall be placed as a package inside an outer cover and shall besuperscribed as follows:TENDER FOR THE SUPPLY OF . . . . . . …….. ( specify the item)PART- A : FIRST COVER - Technical bid along with EMDPART- B : SECOND COVER - Price bidDUE DATE/TIME 07.07.2011 by 2.00 p.m.VII. The sealed tender package shall be addressed toThe District Nodal Officer, MNREGA Cell , <strong>Purulia</strong>Jublee Compund,<strong>Purulia</strong> <strong>Zilla</strong> Parishad Building2 nd Floor, <strong>Purulia</strong> – 723101Tele-Fax No.- 03252 - 225761Each cover shall carry the name and address of the Tenderer prominently.7


VIII. The “Technical bid along with EMD " shall contain the following asper the sequence indicated below.1) Covering letter and check list [See Appendix - VIII]2) Certificates as per Appendix –V.3) Evidence for Technical Experience as per Appendix-VI.4) Evidence for Financial Standing as per Appendix- VII with copy of annual audited statements for2008-09, 2009-10 and 2010-11 and Bankers’ letter.5) The EMD [Demand Draft / Bankers’ Cheque] in original.6) Letter of Tender as per Appendix-IX.7) Declaration by the Tenderer that his Tender is without any technical and commercial deviations inthe format of the letter enclosed with the Tender as per Appendix-X.8) Certified power of Attorney authorizing a representative(s) of the firm to sign the Tender and allsubsequent communication.9) Documentary evidence of unambiguous fulfillment of eligibility criteria of a Manufacturer /Authorised Dealer supplying capacity certificate from the competent authority.10) Sales tax verification certificate for the period 2010-11 from the Commercial tax department.11)Schedule of confirmation of technical information as per Appendix- XII13) Documentary evidence of unambiguous fulfillment of eligibility criteria of aManufacturer/Authorised Agent or Distributor / importer as the case may be(a) evidence of being a manufacturers/authorized distributor / importer of inputs applied(b) production capacity certificate for the manufacturer and supplying capacity certificate in case ofdistributor/importer.16) List of concurrent commitments including the schedule of contracts under execution includingvalues, percentage of works completed and the schedule date of completion of the work.14) Production capacity certificate from competent authority and also self declaration of monthlyproduction.15) Any other Technical details.8


IX The Technical bid along with EMD details cover shall NOT containthe following:i) Schedule of price (Appendix- XI) of the tender document containing the tender price.[See clause 4.6.2) aboveii) Any indication either direct or indirect, implicit or explicit or implied regarding the tender price orits break-up details or any other related price indication etc., shall be the cause for outrightdisqualification of the entire tender.X The cover super scribed as "Price bid " shall contain the following inoriginal.i. Covering letterii. Tender Price as in schedule of price (Appendix-XI) of the tender document with each page signed,dated and stamped with the seal of the firm. Apart from the schedule of price duly filled in, thetenderer shall not enclose any other document or statement that will influence the price. In such anevent, the Tender Accepting / Scrutinizing Authority shall summarily disqualify the tenderer and rejectthe tender.XI. Late TenderAny Tender received by the District Nodal Officer, MGNREGA Cell, <strong>Purulia</strong> after the due date andtime as per clause.4.6.2 of this Tender document will not be considered and will be returned unopenedto the tenderer.5. Tender Opening Important Dates:Submission of Tender Documents : UPTO 07.07.2011 BY2.00 PMOpening of Tender Documents (Technical Bid) :07.07.2011 BY 3.00 PMOpening of Tender Documents (Finanacial Bid) :09.07.2011 BY 12.00 noon9


All bidders are invited to be present at the time of opening of the tenderat specified date and time.Tender Opening :Opening of Tender Documents (Technical Bid) :07.07.2011 BY 3.00 PMOpening of Tender Documents (Finanacial Bid) :09.07.2011 BY 12.00 noonI) The authorised representatives of the Tender Opening Authority will open the Technical bid in thepresence of the tenderers or their authorised representative at 3.00 p.m. on 07.07.2011. In the event ofthe specified date of Tender opening being declared a holiday, the tenders will be opened at thesame time on the next working day.II) On opening the " Technical bid along with EMD cover", the details as per the checklist of eachtenderer will be read out and no other details will be disclosed.6. Evaluation of TenderProcess to be ConfidentialInformation relating to the examination, clarification, evaluation and comparison of tenders andrecommendations for the award of contract shall not be disclosed to tenderers or any otherpersons not officially concerned with such process until the award to the successful tenderer hasbeen announced. Any effort by a tenderer to influence the Tender Scrutinizing Authority in theprocessing of tenders or award decisions may result in the rejection of his tender.6.1 Technical EvaluationAfter opening the tenders, the Tender Scrutinizing Authority will determine whether the tenderer hasfulfilled all the conditions as stipulated under clause 4.6.2 of this tender document viz., the EMD, thevarious appendices required to be submitted with the Tender, and other documents as called for. TheTender Scrutinizing Authority will then proceed with the evaluation of those tenders which have notbeen rejected.Evaluation of Technical bid documentEvaluation of Technical bids shall be done by different Technical Expert Committee constituted byThe District Magistrate, <strong>Purulia</strong>6.1.1 Inspection of Manufacturing / Production facilityBidders shall be obliged to permit the technical committee to visit and inspect the manufacturing /production facilities if the committee so decides.6.1.2 Evaluation and quality testing of products1. Random sampling to be drawn for testing the product for which testing charges will be specified byTechnical Committee.2. On complaints, samples will be drawn and tested3. Testing charges (if any) shall be paid by the bidders.10


6.1.3 Declaring the outcome of evaluation process :The committee constituted by the District Magistrate , <strong>Purulia</strong> after evaluating the technical biddocuments will declare suitability / Unsuitability of the material quoted in the bid.6.1.4 Successful bidders shall be subjected to concurrent Quality Audit by District PurchaseCommittee by drawing samples from these supplies and through any such other means as it mayconsider appropriate.6.1.5 Before proceeding with the detailed evaluation, the Tender Scrutinizing Authority will determinewhether the Tender is substantially responsive or not by referring to a Competent Authority.6.1.6 If the bidder makes an appeal against the decision of District Purchase Committe , then theDistrict Purchase Committe can take an appropriate decision on such an appeal.6.2 Price bid evaluation6.2.1 Price bids for such companies alone shall be opened who have technically qualified and whoseproducts have been technically approved by the Purchase Committee of MGNREGS.6.2.2 The Tender Accepting Authority will proceed with opening of Part- B, i.e., "Price bid Cover” ofthose tenderers who have succeeded in the Technical bid in the presence of those tenderers or theirrepresentatives who choose to be present. The District Nodal Officer, MGNREGA Cell, <strong>Purulia</strong>will publish a list of such tenderers about the acceptance of their "Technical bid along with EMD" in the Office Notice Board..6.2.3 On the date of the opening of the "Price bid cover" as specified above , the Tender AcceptingAuthority will read out the price of the tender as quoted by the tenderers.6.2.4 The evaluation and comparison shall include 15% price preference for domestic SSI units, and10% price preference for the Public Sector Undertakings, as per rule in force.7. Terms and Conditions7.1 AWARD OF TENDER- Not withstanding anything that is said herein, the Tender Accepting /Scrutinizing Authority reserves the right to accept or reject any tender, and to cancel the tenderingprocess and reject all tenders, at any time prior to the award of tender, without thereby incurring anyliability to the affected tenderer or tenderers or any obligation to inform the affected tenderer ortenderers of the grounds for the "Tender Accepting Authority's" action. The Tender AcceptingAuthority reserves the right to split up the items into convenient portions and allot them to differentcontractors and to increase or decrease any of the quantities mentioned in the tender document.7.2. Notification of Award - The tenderer whose tender has been accepted will be notified of theaward by the "Tender Accepting Authority", in writing by registered letter. The notification ofaward will constitute the formation of the rate contract, subject only to the furnishing of a SecurityDeposit in accordance with the provisions of clause of this tender document and the signing of theAgreement as per clause of this tender document. Upon furnishing by the successful tenderer ortenderers the performance security deposit and upon signing the Agreement, the District Nodal Officer,MGNREGA, <strong>Purulia</strong> will arrange to return the E.M.D of the unsuccessful tenderers.11


7.3 Security Deposit7.3.1 The successful tenderer will be required to produce all original certificates after the acceptance ofthe tender for reference and return. Failure to produce original certificate entails canceling of offer.7.4. Signing the Agreement7.4.1 The Successful tenderers will be required to execute an agreement on a nonjudicialstamp paper to the value of Rs.100/- embodying the terms and conditionsto the tender within time limit as will be directed by the authority from the date ofreceipt of intimation of the acceptance of the tender.7.4.2 If the agreement mentioned in sub-clause 7.4.1 above is not executed in the prescribed period, theEarnest Money Deposit and or Security Deposit of the tenderer are liable to be forfeited toGovernment.7.4.4 The successful tenderer if fails to execute the agreement in the stipulated period from the date ofreceipt of the communication of this office, accepting the rate approved, he will also be liable for alldamages arising there from such default including the cost of conducting fresh tenders and the increasein rates if any, in the subsequent agreement and shall compensate for all losses sustained byGovernment in this regard.7.4.5 The successful rate is fixed and is valid for a period of 12 months from the date of executionof agreement.7.5 The list of each item in the appended statement is an approximate requirement of the departmentfor the current rainy season of 2011.7.6 One tenderer should submit only one tender document in respect of each item.7.7 Failure on the part of the tenderer to execute the orders in time and entailing the department toresort to the purchase from other sources at higher prices than the rate contract will also be subject torecovery of the difference in cost from the tenderer.7.9 If a firm fails to supply the item approved under the rate contract, the firm will be debarred fromparticipating in the subsequent year contract at the discretion of the Tender Accepting Authority.7.10 If at any time during the currency of the tender period, the items supplied are found to be not inaccordance with the specifications, the conditions imposed in the agreement will be enforced.7.11 In the event of non-compliance of the tender conditions by the tenderers, Tender AcceptingAuthority reserves the right to reallocate or revise the item already approved at the time during thecurrency of the tender period.7.12 The quantity shown against each item is subject to any increase or decrease depending uponrequirement of the department during the season covered by the tender. The purchase by thedepartment of the quantity shown in each item in the statement in full or in part is also not guaranteed.7.13 Supply Order will be placed based on the availability of Planting Materials only.7.14 The "Tender Accepting / Scrutinizing Authority" reserves the right to waiveany of the conditions depending on exigencies.12


Delivery7.15 The tenderer should intimate the indenting officer the exact date of receipt of indent and theprobable date of despatch of the consignment.7.16 The tenderer should deliver the inputs to various destinations invarious Gram Pnchayats of <strong>Purulia</strong> district as per the Work Order of thepurchaser within 05 (Five) days or as will be ordered by the authority .Payment and Mode of Payment7.17 Payment shall be made to the firm by the consignor only on receipt of goods and after dueverification and testing for quality and quantity.7.18 No Payment will be effected against through Bank for the consignment by the Department.7.19 Any stipulated condition other than the one in 7.16 & 7.17 on mode of payment shall beconsidered as disqualification and tender rejected summarily.7.20 The Tender Accepting Authority decides to collect 8% value of theinputs supplied as security money from the selected suppliers. The total10% value (2% for EMD and 8% for Security) will be refunded/forfeitedafter the field report in next year .7.21 Payment will be made by respective PIA of Gram Panchayat of <strong>Purulia</strong>district only after the receipt of funds from the District MGNREGA cell. 10% ofthe cost of procurement shall be released forthwith. 80% shall be released afterreceiving reports on the field performance of the materials from the concerneddepartments/staffs/ consultants as well as Testing Laboratories / CertifyingAgencies etc. Rest 10% shall be released as per para 7.20. Any deficiency /short comings observed in the quality report shall be charged for compensationon the unpaid portion of the bill and panel measures will follow including blacklisting and legal action against such offenders / defaulters. Any deviation frompayment modality in case of any exigency would require prior approval ofDistrict Level Tender Committee (DLTC).Penalty7.22 If the tenderer fails to supply the material within due time asdirected by the authority , the Penalty measure that will have to betaken will be subject to the decision of the District Level TenderCommittee, <strong>Purulia</strong>7.23 The seller warrants that the goods delivered by him under this agreement will be suitable and maybe used for the purpose for which the buyer is purchasing the same. If it is found at any stage that thematerials offered are not up to the specifications already approved by this Committee or defective ormisbranded, such materials shall be rejected and such rejected goods or materials shall be removed atthe expense of the seller within seven days after notice given to him.13


7.24 Failure on the part of the tenderer to execute the orders in time and entailing the committee toresort to the purchase from other sources at higher prices than the rate contract will also be subject torecovery of the difference in cost from the tenderer.7.25 The District Level Tender Committee, <strong>Purulia</strong> also reserves the right to decidewhether the EMD or security deposit or both the amounts should be forfeited fornon-fulfillment of the rate contract.7.26 The District Level Tender Committee, <strong>Purulia</strong> also reserves the right torecommend to the Government for black listing the firm in the case of nonfulfillmentof the condition of rate contract within the period of rate contract.General7.30 The tenderer should be reputed manufacturer / authorised dealer / importer, and have adequateexperience in manufacturing / marketing of the specified item(s).7.31 The Tender Accepting Authority has the right to consider the reputation of the tenderer.7.32 The successful tenderer shall give an undertaking in writing that during the period of agreement,he shall not sell his product to any one else in the State of <strong>Purulia</strong> district at a rate lower than quotedto District Nodal Officer, MGNREGA Cell, <strong>Purulia</strong>.7.33 The District Level Tender Committee, <strong>Purulia</strong> retains the right to modify, include orexclude any time during the validity period of the tender.7.34 The tenderer should supply the materials for which it is approved. He should not supply the othervarieties in place of approved varieties.The District Nodal Officer, MNREGA Cell , <strong>Purulia</strong>Jublee Compound,<strong>Purulia</strong> <strong>Zilla</strong> Parishad Building2 nd Floor, <strong>Purulia</strong> – 72310114


Individual items proposed to be procuredIndividual items proposed to be procured are listed in Appendix-IAppendix – ISl.No.Name of the Input / Planting Materials UnitApprox.I Planting Materials1 Mango graftsNos.(Amrapalli, Mallika,)2 Mango graftsNos.Alphonso, Himsagar, Langra, Bombay Green,Dasheri, Jardalu etc3 Guava (Layering) Nos.4 Jackfruit (Grafted) Nos.5 Sweet Orange (Budded) Nos.6 Acid Lemon /Lime (Layering) Nos.7 Sapota (Grafted) Nos.8 Ber (Budded) Nos.9 Sweet Tamarind (Budded) Nos.10 Papiya Nos.Total requirement87,12025,0402904011 T.C. Banana Nos.II InputsVermicompost Tonnes 726Neem Cake Tonnes 145Bone dust Tonnes 29Bamboo (20’ length) Nos. 14560Polythene sheet (bicolour – 20 micron) Tonnes 6.00Pitcher Nos. 14520015


Details characteristics of Planting Materials-Mango (Grafts):Appendix – IISl.No.CharactersObservations1 Type of rootstock Straight and vigorous growth, no root coiling2 Age of rootstock 10 – 12 months3 Diameter of rootstock 7 to 12 mm4 Age of scion 6 – 7 months (Matured past season growth)5 Diameter of scion 7 to 12 mm6 Type of scion Non-flowering terminal shoots (30 to40cm)7 Graft height at saleable stage Not less than 60 cm8 Graft union Smooth, Union of graft 10 - 15 cm fromcollar region of root stock9 Foliage Healthy, green and actively growing10 Disease / pest (Healthstandard)Healthy and free from pest anddiseases11 Packaging for tree saplings PolypackGuava(Layering):i) Planting materials should be true to type, healthy having sufficient rooting and root areproperly secured earthen ball of not less than 1.5 Kg.ii) Layer should not be less than 60 cm in height and the diameter of base shoot should not beless than 3 cm.iii) Plant should be in poly packetBanana (TC):i) Variety – G9ii) Well hardened plant should not be less than 25 cm in height and should have a pseudo-stemcircumference of at least 5 cm.iii) Plant should be in poly packet of 20cm X 16 cm dimension. Three fourth of the poly packetshould be filled with potting media.iv) The plant should have approximately 25-30 active roots of more than 15 cm in length withgood number of secondary roots.v) It should be true to type.vi) Healthy, disease & pest freevii) Should have 4 -6 healthy leaves.viii) Secondary hardened plants.Lime / lemon (layering):i). Planting materials should be true to type, healthy having sufficient rooting and root areproperly secured earthen ball of not less than 1.5 Kg.ii) Layer should not be less than 60 cm in height and the diameter of base shoot should not beless than 2.5 cm.iii) Plant should be in poly packetSweet Orange (Budded plant):i) Planting materials should be true to type, healthy having sufficient rooting and root are properlysecured earthen ball of not less than 1.5 Kg.ii) Budding height should be 22.5 cm16


iii) Plant height at the time of supply should not be less than 45 cm.iv) Plant should be in poly packetJack-fruit (graft):i) Rootstock having straight and vigorous growth, no root coiling, 10 – 12 months old, diameter ofrootstock is 7 to 12 mm.ii) Graft height is not less than 45 cm.iii)Graft union is Smooth and 10 - 15 cm from collar region of root stockiv) Plant should be healthy and free from pest and disease.v) Plant should be in poly packetBer(budded):i) Planting materials should be true to type, healthy having sufficient rooting and root are properlysecured poly bag of not less than 1Kg.ii) Budding height should be 18 cmiii) Plant height at the time of supply should not be less than 45 cm.iv) Plant should be in poly packetSapota (Grafting):i) Rootstock having straight and vigorous growth, no root coiling, 10 – 12 months old, diameter ofrootstock is 7 to 12 mm.ii) Graft height is not less than 45 cm.iii) Graft union is Smooth and 10 - 15 cm from collar region of root stockiv) Plant should be healthy and free from pest and disease.Sweet Tamarind (Budded):i) Planting materials should be true to type, healthy having sufficient rooting and root are properlysecured poly bag of not less than 1.5 Kg.ii) Budding height should be 18 cmiii) Plant height at the time of supply should not be less than 45 cm.iv) Plant should be in poly packetPapiya :1. Healthy disease and pest free2. Must be hybrid Variety ( Japan and Korea)3. Plant Height ( 6 inch. To 8 inch. )4. Seedling age 5 to 6 weeks5. Plant should be in poly packet17


Vermi compost:i) Free from inert materialsii) Should provide sieved vermin materialsiii) During transportation there should have good packaging materialsiv) Only recently produced materials should be provided.v) Should be granules in nature & brownish in colour.Neem cake:i) Materials should be recently produced.ii) Free from inert materialsiii) Should have good packaging materials during transportation.Bone dust:i) Free from inert materials / pure in natureii) Should have good packaging materials during transportationPitcher (Earthen Pot):i) Capacity 10 lit.ii) Should have earthen lidiii) Should be proper burnedPolythene sheet:i) 20 micronii) Bi-colour.Bamboo:i) Size – atleast 20 ft.ii) Good, healthy, disease & pest free bamboo.iii) Diameter should be 7 -8 cm at the bottom & at the top it should be atleast 4-5 cm.18


Eligibility CriteriaManufacturer SpecificationsI. Planting materialsThe suppliers of planting materials should have their own nursery.Appendix – III1. The nursery owner should produce a certificate from the competent authority like Agril. University,Deptt. of Horticulture stating the area of the nursery with the survey numbers and the particulars of theplanting materials produced from the nursery.2. He should have his own mother plants for the production of planting materials.3. The nursery should have received the license from the Horticulture / Agriculture department, GoWBand other allied institutes/organisations (copy to be enclosed).4. The nursery should give the details of the production and supply of planting materials for the lastthree years.5. Should be able to supply the planting materials within a stipulated time.6. Certificate of Nursery registration issued by Government of India, Directorate F.P.I & Horticulture/Agriculture and National Horticulture Board( N.H.B) should be enclosed.EMD details for the inputsAppendix – IVS.No. Name of the Input EMD Amount(In Rs.)( 2 % of the Total Value foreach item)1 Planting Materials2 InputsMango grafts & other fruit cropsVermicompostNeem cake, Bone dustEarthen pot (pitcher)Bamboo19


SUPPLY OF . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . (Specify Item) CERTIFICATE (To besubmitted along with the tender)APPENDIX- V1) I / We . . . . . . . . . . . . . . . . . . . . . . .. . have gone through the instructions given in the entire tenderdocument and agree to abide by all the conditions mentioned there in.2) I / We . . .. . . . . . . . . . . . . . . . . . . . . . hereby have remitted Rs. . . . ... . . (Rupees ………….……….only) as Earnest Money Deposit and agree to have it forfeited to the District Nodal Officer,MGNREGA Cell, <strong>Purulia</strong> in case of my / our failure to undertake the contract for the items acceptedby the Tender Accepting / Scrutinizing Authority.3) I / We hereby certify that the prices tendered by me / us is to the best of my / our knowledge andbelief, are not more than the price which is permissible for me / us to charge a private purchaser for thesame items and description of goods under the provisions of any law in force.4) I / We hereby certify that the rates quoted in this tender is final and I / We will not come forward forany revision or alteration in rates quoted subsequently due to hike in prices or any other reasons.5) I / We hereby accept to forfeit the Earnest Money Deposit in the event of withdrawal of tender byme /us subsequent to opening of the tender.SignaturePlace Name and addressDate:Company SealWITNESS SIGNATURE:Name, Address and Occupation of witness.20


APPENDIX- VIREFERENCE LIST OF RATE CONTRACTSEXECUTED BY THE APPLICANT . . …………………………………………… …………….. .... . .. . . . . (Specify the item) for 3 years1. Name of the input :2. Name of the Department :3. Address of the Department :4. Contract reference & Date :5. Value of the input supplied :6. Scope of work :7. Contact official of theDepartment with whom therate contract is executed :NamePhone No.Signature of the tendererName and AddressCompany seal.21


1. Name of the firm :2. Address of the Registered Office :3. Address of the Office of :Communication4. Net worth of the Firm (Rupees) :5. Annual Turnover(Rupees) for2008- 09 :2009- 10 :2010- 11 :Average Annual Turnoverfor the above three years6. Furnish name, address :Telephone No. fax No. andcontact person of yourbankers in a separate listattached to this appendix.7. Furnish name, address :Telephone No. Fax No. andcontact person of yourInsurance Company in aSeparate list attached tothis appendixFINANCIAL CAPACITYAPPENDIX- VIII hereby authorize the District Nodal Officer, MGNREGA Cell, <strong>Purulia</strong> and itsConsultants/Representatives to seek information as required from our Bankers and Insurers.Signature of person[s] authorised:Name and Designation:Attachments to be submitted along with this Appendix:i) Audited annual reports for the three (3) preceeding financial years i.e.,2008-09, 2009-10 and 2010-11.ii) Banker's letter (original) confirming tender capacity.Date:22


CHECK LISTAPPENDIX - VIII(Please tick Yes / No as the case may be, for each item below)Tender for supply of . . . . . . . . . . . . . . . . . (Specify the item)i) Covering letter Yes/Noii) Certificates as per Appendix-V Yes/Noiii) Evidence of Technical Experience as per Appendix-VI Yes/Noiv) Evidence of Financial Standing as per Appendix-VI I with copy of annualaudited statement for 2008-09, 2009-10 and 2010-11 and Banker ’s letter . Yes/Nov) The Earnest Money Deposit [Demand Draft / Bankers’ Cheque] in original . Yes/Novi) Letter of Tender as per Appendix- IX. Yes/Novii) Declaration by the Tenderer that his Tender is without any technical and Commercial deviations inthe format of the letter enclosed with the Tender as per Appendix-X. Yes/Noviii) Pr ice bid Appendix-XI. Yes/Noix) Certified power of Attorney authorizing a representative or representatives of the firm to sign theTender and all subsequent communication. Yes/Nox) Documentary evidence of unambiguous fulfillment of eligibility criteria of amanufacturer / authorized dealer / importer for inputs and product ion / supplying capacity certificate.Yes/Noxi) Sales tax verification certificate up to the period 2009-`10 from the Commercial Tax Department.Yes/Noxi i Tender document with all pages duly signed by the authorized signatory of the Tenderer andstamped with the company sealYes/Noxiii) Schedule of confirmation of technical information as per Appendix - XII . Yes/Noxiv) The nursery should have received the license from the Seed Certification department (copy to beenclosed). Yes/Noxv) List of concur rent commitments including the schedule of contracts under executions includingvalues, % of works completed and the scheduled date of completion of the work. Yes/Noxvi) Production capacity certificate from competent authority / self declaration for monthlyproduction.Yes/Noxvii) Any other technical details. Yes/NoSignature of the authorizedName of the CompanySignatory of the CompanyName of the authorized signatory Seal of the Company.23


ToThe District Nodal Officer ,MGNREGA CellJubliee Compound<strong>Purulia</strong> <strong>Zilla</strong> Parishad Building,<strong>Purulia</strong>- 723101LETTER OF TENDERAPPENDIX- IXSir,Subject: Tender for the supply of . . . . . . . . . . . . . . . . . . (Specify the item)I/We, the undersigned do hereby tender and undertake to perform, provide, execute all the works,materials, matters and things described or intimated in the various schedules hereto annexed and thespecifications thereto (which have been produced to and carefully examined by us) in strict accordancewith and subject to the terms, provisions and conditions set forth or mentioned in the said schedules,specifications at the rates given and as stated in the price schedule. We herewith enclose DD /Bankers’ Cheque No.............Date.... . . in favour of the District Nodal Officer, Jubliee Compound,<strong>Purulia</strong> <strong>Zilla</strong> Parishad Building, <strong>Purulia</strong>- 723101 for Rs. . . . . . . (Rupees . . . . . . . . . . . . . . . . . . . only)as a guarantee for the due fulfillment of our tender [EMD] and if successful undertake and agree toforward to the District Nodal Officer in stipulated days after the notification of the acceptance by theDistrict Nodal Officer of this Tender has been received by us, the Security Deposit as demanded in theform and manner required as security for the due fulfillment of our Rate Contract. We undertake andagree that we will not withdraw this Tender during the period that will be required for intimation ofacceptance or non acceptance as stipulated in the Tender document such period to date from the lastdate by which Tenders are due to be submitted to the District Nodal Officer, MGNREGA Cell,<strong>Purulia</strong>-723101. If we do so withdraw, we shall forfeit the Earnest Money Deposit to the DistrictNodal Officer, MGNREGA Cell, <strong>Purulia</strong>-723101. We further undertake to produce the certificate ofSales Tax verification in original from the Commercial Tax Department and agree to execute at ourcost the Agreement in stipulated days after the notification of the acceptance of our Tender has beenreceived by us. In the event of our failing to make the Security Deposit or to execute the Agreement inthe said manner, the sum of Rs. . . . . . (Rupees. . . . . . . . . . . . only ) accompanying this Tender shall beforfeited to the District Nodal Officer, MGNREGA Cell, <strong>Purulia</strong>-723101 and this concluded Contractshall in such case be considered as having been cancelled or terminated and we agree to be liableirrespective of the forfeiture aforesaid for all damages, losses, costs, charges and expenses arising fromor by reason of such failure and arrangements.As witness our hand this..............day of................of 2011.Signature :Name & Address :Company Seal :24


FORM OF LETTER CONFIRMING AGREEMENT WITH TECHNICAL ANDCOMMERCIAL TERMS & CONDITIONS OF THE TENDER.ToThe District Nodal OfficerMGNREGA CellJubliee Compound<strong>Purulia</strong> <strong>Zilla</strong> Parishad Building,<strong>Purulia</strong>- 723101Sir,Subject: Tender for supply of . . . . . . . . . . (Specify the item)APPENDIX- XWe have examined the Tender document, the receipt of which is hereby acknowledged. Wehave submitted our Tender ref................Dated.............for the supply of . . . . . . . . . . . . as per thespecifications and terms and conditions of the Tender Document.We confirm that our Tender is in conformity with the technical specifications and commercialterms & conditions as stipulated in the Tender Document and without any deviations whatsoever. Weare aware that our Tender is liable for disqualification in the event of technical and commercialdeviations are observed by the Tender Accepting / ScrutinizingAuthority at a later date during the process of evaluation of our Tender.Thanking you and assuring you of our best services always.Very truly yours,Name of the TendererSignature and name of the authorised signatoryCompany Seal25


PRICE BIDAPPENDIX- XIName of input : SUPPLY OF. . . . . . . . . . . . . (specify the item)Name of the inputUnitPricequoted (in Rs)Name of the Tenderer :Signature of Authorised Signatory :Designation :Date :(*) (To be filled both in figures and words)26


SCHEDULE OF CONFIRMATION OF TECHNICAL INFORMATION. . . . . . . . . . . . . . . . . . . . . . ………………………………………. . . . . . (Specify the item)(Tenderer is to complete this schedule and submit it with the tender)Name of theInputSpecifications Packing unitName of the Tenderer :Signature of Authorised Signatory :Designation :Date :APPENDIX – XIIThe District Nodal OfficerMahatma Gandhi National Rural Employment Guarantee Act CellJubliee Compound<strong>Purulia</strong> <strong>Zilla</strong> Parishad Building,<strong>Purulia</strong>- 723101TENDER (TWO COVER SYSTEM) FOR PROCUREMENT OF INPUTS FORFIXING RATE CONTRACT FOR 2011-12TENDER DOCUMENT FOR THE PROCUREMENT OF INPUTSPlanting Materials and othersSubmission of Tender Documents : UPTO 07.07.2011 BY2.00 PMOpening of Tender Documents (Technical Bid) :07.07.2011 BY 3.00 PMOpening of Tender Documents (Finanacial Bid) :09.07.2011 BY 12.00 noonThe District Nodal OfficerMGNREGA CellJubliee Compound<strong>Purulia</strong> <strong>Zilla</strong> Parishad Building,<strong>Purulia</strong>- 723101Tele-Fax No.- 03252 - 22576127

Hooray! Your file is uploaded and ready to be published.

Saved successfully!

Ooh no, something went wrong!