(To print and supply preprinted continuous stationery of

Price Rs.5000/-
TENDER FORM
(2014-2015)
(To print and supply preprinted continuous stationery of
predefined specifications, at offices of Motor Vehicles
Department, Government of Maharashtra)
Issued By
Motor Vehicles Department
Government of Maharashtra
1
Table of Contents
Section I - Invitation for Bids ..................................................................................................................................................3
Section II - Instructions to Bidders ..........................................................................................................................................4
Section III - Submission of Tender forms (Bids)................................................................................................................... 11
Section IV - Scrutiny and Evaluation of Bids ........................................................................................................................ 13
Annexure A: Bill of Quantity ................................................................................................................................................ 14
Annexure B: List of Addresses where the preprinted stationery is to be supplied. ............................................................... 15
Annexure C: Specifications for preprinted stationery............................................................................................................ 17
Annexure D: Format for Declaration ..................................................................................................................................... 20
Annexure E: Steps to be followed by bidders for e-Tendering .............................................................................................. 21
2
Section I - Invitation for Bids
E-tenders are invited for printing and supply of preprinted continuous
computer stationery of prescribed specifications.
Schedule of Bidding Process:
#
Activity Description
1.
Availability of Standard Bid
Document on website
2
Last date for submission of
pre-bid
queries
for
clarifications (through email
only)
Pre-bid meeting
3.
Date and Time
From 17/10/2014
21/10/2014 till 1700 hrs
22/10/2014 at 1500 hrs.
4.
Submission of bids starts
from
27/10/2014 at 1000 hrs.
5.
Last date for submission of
bids
17/11/2014 till 1700 hrs.
6.
Last date for submission of
hard copies of the bid
18/11/2014 till 1700 hrs.
7.
Opening of Technical Bids
19/11/2014 at 1500 hrs.
8.
Opening of Financial Bids
21/11/2014 at 1500 hrs. or at a later date
to be declared.
3
Section II - Instructions to Bidders
General
1.
Scope of work
The Motor Vehicles Department of the Government of Maharashtra is entrusted
with the task of implementing provisions of the Motor Vehicles Act, 1988 and
Rules made there under. The department has 15 Regional Offices and 35 Deputy
Regional Transport Offices spread over the State, known as the Regional
Transport Offices (RTO). Administrative head office is located at - 3rd and 4th
floor, Administrative building, near Govt. colony, Bandra (East), Mumbai - 51.
Computerised systems are used at the RTO offices for receiving taxes and fees,
the registration of vehicles and the issue of driving licences. Pre-printed
stationery of specified standards is used in these systems.
The present tender notice is for the printing and supply of preprinted continuous
stationery as per the specifications mentioned in Annexure- C.
2.
Instructions
2.1)
Please read the terms and conditions of the tender form carefully before filling
up the form. The bids should be submitted in English language only. Financial
quotes must only be in Indian Rupees.
2.2)
No column of the tender form should be left blank or unanswered. At the places
where the information called for is not applicable, appropriate words as “Not
applicable” should be written.
2.3) (i) The tenderer is expected to be a firm engaged in printing of pre-printed
stationery. Suppliers/agents who do not own printing facility for continuous
computer stationery need not apply. Such bids shall be summarily rejected and
the Earnest Money deposit of the bid shall be forefeited.
(ii) The tenderers having booked a total Turn Over of more than Rs. 50 Lacs during
the last 3 financial year i.e. 2011-12, 2012-13, 2013-14 as reflected from the
certificate issued by a Charterd Accountant shall be eligible.
(iii) Tenderer should have Class II / III valid Digital Signature Certificate (DSC)
obtained from any certifying authority. The list of certifying authorities along
with the steps to be followed by bidders for e-Tendering have been provided in
Annexure E.
4
2.4)
The prices quoted shall remain firm upto 31st march 2015 No request for any
variation, whatsoever, shall be considered.
2.5)
The Tender Document is not transferable.
2.6)
The cost of Blank Tender form is Rs. 5000/- which may be remitted by way of
a demand draft drawn in the name of “Transport Commissioner, Maharashtra
State” payable at Mumbai. The tender form fee of Rs. 5,000/- (Rs. Five
Thousand Only) is not refundable under any circumstances.
2.7)
A scanned copy of the demand draft shall be uploaded while submission of the
bid.
2.8) On completion of works by the successful bidder, the positive plates must be
returned by the successful bidder to Transport Commissioner, Maharashtra State
in good condition failing which the security deposit of the successful bidder shall
be forefeited.
2.9)(i) The earnest money deposit (EMD) of Rs. 2,00,000/- (Two Lakh only) shall be
paid by the bidder alongwith the bid, in the form of demand draft of nationalised
or scheduled bank in favour of “Transport Commissioner, Maharashtra
State”, Mumbai, Payable at Mumbai. EMD in any other form shall not be
accepted. Tender application unaccompanied by the EMD shall be liable for
outright rejection without any consideration what so ever. Scanned copy of the
Demand draft shall be uploaded along with the bid.
(ii) No interest shall be payable on the earnest money deposit. The EMD of the
unsuccessful bidder will be released after the finalisation of contract with the
successful bidder.
2.10) The Transport Commissioner, Maharashtra State, reserves the right to reject any
or all offers or to distribute the order at acceptable rates between two or more
tenderers without assigning any reason therefor.
2.11) The Transport Commissioner reserves right to channelise the order through any
State Govt. undertaking or give preference to such other agency as per the
guidelines issued by the State Govt. in this behalf.
2.12) Any correspondence regarding reduction in price, unless asked for, after opening
of tender enquiry shall not be entertained. Any such attempt shall disqualify the
tenderer from consideration.
5
2.13) The bids shall be opened in accordance with the e-tendering procedure on the
date and time mentioned in Schedule of Bidding Process, in Section I of the
tender document. The tenderer may remain present or authorise any person in
writing to remain present at the time of opening of tender offers; on his behalf.
A preliminary scrutiny of the bids received shall be made, particularly about
submission of EMD and enclosures which are needed to be attached to the
tender. The bids so received shall be scrutinised for financial quote at a later
date as may be published on line by addendum/corrigendum. The decision of the
award of tender shall be displayed on the notice board of the office of the
Transport Commissioner, Maharashtra State, Mumbai 400 051 as well. The
Earnest Money Deposit(EMD) of unsuccessful bidders shall be returned after
the finalisation of contract with the successful bidder, to the person holding
such authority letter issued by the firm duly signed by the authorised signatory.
No interest shall be payable on EMD so returned.
2.14) Bids with following discrepancies shall be liable for outright rejection.
a) Bids not submitted on the e-tendering website of the Governemnt of
Maharashtra.
b) Bids not in prescribed form.
c) Bids submitted after the last date and time of submission.
d) Conditional bids or bids received with conditions other than those
mentioned herein.
e) Bids which are not accompanied by enclosures as prescribed herein.
f) Bids not accompanied by the Earnest Money Deposit.
g) Bids submitted causing breach of any condition of e tender.
2.15) The successful bidder/s shall be intimated by post/email and posted on the
portal. Successful bidder/s shall deposit Security Deposit of Rs. 2,00,000/(Rs.Two lack only), in the form of bank guarantee in the name of Transport
Commissioner, Maharashtra State, payable at Mumbai within 3 days of receipt
of the Letter Of Intent (LOI), which will be valid up to 31/03/2015 On receipt of
Security Deposit, the order to proceed with work (Work Order) shall be issued.
The Security Deposit shall be returned after 30 (thirty) days of successful
execution of the work and after receipt of the positive plates, and undertaking as
6
per clause 4.6 of this section whichever is later. No interest shall be payable on
security deposit so returned.
2.16) Pre-bid Meeting: The Transport Commissioner Office will host a Pre-Bid
Meeting for queries (if any) by the prospective bidders. The date, time and place
of the meeting are given below:
Date: 22/10/2014 Time 1500 hrs.
Venue: Conference Hall, Transport Commissioner Office, Administrative Bldg.,
4th Floor, Govt. Colony, Opp. Dr. Babasaheb Ambedkar Garden, Bandra
(East), Mumbai - 400 051
The representatives of the bidders may attend the pre-bid meeting at their own
cost. The purpose of the pre-bid meeting is to provide a forum to the bidders to
clarify their doubts / seek clarification or additional information, necessary for
them to submit their bid. Any clarification or corrigendum subsequent to the
pre-bid
meeting
shall
be
made
available
on
the
e-Tender
Site
(http://www.mahatenders.gov.in ).
3) Pricing
3.1)
The tenderer should quote the prices in the prescribed format only on F.O.R.
Destination basis. The prices are to be quoted on ‘per 1000 printed pages’ basis,
inclusive of all taxes, levies, freights and incidental costs, fees as applicable.
3.2)
The prices quoted must be inclusive of all activities of printing, packing,
forwarding and delivery of the stationery at the designed places; as listed in
Annexure B.
7
3.3)
Octroi exemption certificates wherever applicable, shall be issued by Transport
Commissioner or the concerned RTO, as the case may be, to the successful
bidder/s on request.
3.4)
The Income tax as applicable, shall be deducted, from the amount payable at
source, by the Transport Commissioner or the concerned RTO as the case may
be.Certificates to that effect shall be issued to the successful bidder, on
satisfactory completion of the work.
4) Supply of Stationery.
4.1)
The tenderer shall be responsible for supply of the stationery at his own risk and
cost, at the destinations, (in the quantities to be intimated later on) as indicated
in Annexure B. and as per the specification given in Annexure C.
All
incidental charges inclusive of freights, loading , unloading, insurance & any
other taxes, levies, etc shall be borne by the tenderer.
4.1.1 The selected tenderer will be issued the ‘Letter of Intent’ (LOI) for the
supply of requisite quantity of stationary, subject to availability of funds and the
“approximate quantity” indicated in annexture ‘A’ may be procured by means of
separate orders, in stages prossessively
4.1.2 The selected tenderer must undertake to further supply an addtional
quantity of the same stationery at the same quoted prices if the order is placed
within 6 months from the date of first LOI and
subject to the availabilty
additional funds. The Transport Commissioner undertakes,however,no guarantee
of such further orders.
4.2)
The delivery period for supply of stationery shall be 15 days (Fifteen days) from
the date of receipt of order to proceed with work (work order) issued by
Transport Commissioner, Maharashtra State. Any delay in the supply of
stationary shall attract penalty @ Rs. 1000/- per day per such location (where
8
the supply is delayed) for first 15 days of delay & further @ Rs.2000/- per day
per such location thereafter. The penalty shall be deducted from the Security
Deposit of the tenderer. Decision of the Transport Commissioner in the matter
shall be final & binding on the bidder.
4.3)
If the stationery so ordered is not delivered / partly delivered by the tenderer at
any or all locations indicated by the Transport Commissioner, within fifteen
days (15) from the date of receipt of order to proceed with work, Transport
Commissioner shall be free to withdraw the offer to supply the preprinted
stationery & allot the same to any other bidder as deemed fit.
4.4)
All goods shall be insured appropriately for transit by the tenderer. The tenderer
shall submit 50 sheets of each specimen printed by him to the Transport
Commissioner, Maharashtra State, for approval before proceeding for final
printing of the specimen. On getting approval of the specimen regarding quality
& accuracy of printing as per the specified standards, the tenderer shall proceed
to print and supply the stationery to the destinations indicated in Annexure B to
the tender.
Transport Commissioner reserves the right to reject any or all stationery supplied
by the tenderer, where the stationery submitted by the tenderer is not as per
specifications set out or as per the specimen approved. (Annexure C and as per
samples annexed).
In such case, Transport Commissioner shall be free to withdraw the offer of
supply of preprinted stationery and allot the same to any other bidder as deemed
fit. The Security Deposit of such bidder shall be forfeited.
4.5)
If it is found that the stationery supplied by the tenderer at the destinations does
not match the specifications set out by the tender document, or with the samples
9
submitted by the tenderer for approval, the entire supply shall be rejected
outright & Transport Commissioner shall not be liable for any obligation direct
or consequentialy, on such stationery, supplied by the tenderer.
In such event, the tenderer shall be liable for supply of entire stationery a fresh,
matching to the quality, specifications and format as supplied to him; within
such additional time as may be fixed by the Transport Commissioner and no
extra payment shall be made for it. Failure to comply with the supply within the
stipulated time shall result in cancellation of work order and the Transport
Commissioner shall be free to select any other bidder for the supply of
stationery besides forfeiture of Security Deposit of the tenderer. No charges
whatsoever shall be payable for the defective printing job executed by the
tenderer. Decision of Transport Commissioner, in the matter shall be final &
binding on such bidder.
4.6)
The tenderer shall return the artwork after the printing work is over. The tenderer
shall not print the stationery in quantities in excess of that ordered or reordered.
The tenderer shall be responsible for destroying any stationery printed in excess,
and shall ensure that the same shall not fall in the hands of unauthorised persons;
or shall not be misused by the tenderer himself . In such event, appropriate
criminal action against the bidder shall be initiated. On successful completion of
the printing, the tender shall have to submit undertaking on stamp paper of Rs.
100/- certifying that no quantity of stationary in excess of the quantity
mentioned in work order has been printed by the Tenderer and any test print
stationary which may have been printed for test has been destroyed.
4.7)
The instructions as regards the security features communicated to the successful
bidder shall be strictly kept confidential.
10
Section III - Submission of Tender forms (Bids)
1.
The tender forms shall submitted through the e tendering process only.
Technical Bid (Envelop A) - shall contain :
a)
Annexure B & C duly signed by authorised signatory with his seal.
b)
The documents showing registration of the firm and the printing unit of the
tenderer with its detailed address.
c)
Documents, showing Income Tax returns for the last financial year ie 2013-14
and, if the tenders are opened before the last date prescribed for filling the
returns, the returns for the preceding financial year, with PAN NO. along with
an attested photo copy of PAN Card.
d)
Documents showing sales tax returns for the last financial year i.e. 2013-14 with
TAN NO. and if the tenders are opened before the last date prescribed for filling
the returns, the returns for the preceding financial year.
e)
The list of other similar contracts of Central Govt./State Govt. Clients who have
been served by the tenderer in last 5 years.
f)
Any other document claiming preference in consideration of offer, as per the
guidelines of Government of Maharashtra.
g)
Earnest Money deposit of Rs. 2,00,000/- (Rs.Two Lakh only) as per clause
2.9 of the tender.
h)
A certificate issued by a Chartered Accountant attesting financial eligibility as
laid down in para 2.3 (ii)
i)
Bidder’s Declaration as per Annexure – D duly signed by authorised signatory
with his seal.
11
The techical bid documents should be uploaded on http://mahatenders.gov.in
Financial BID - Financial bid shall include the filled Bill of Quantity file (BoQ.XLS)
which is uploaded on http://mahatenders.gov.in.
Note:
 The BoQ template must not be modified / replaced by the bidder and same
should be uploaded after filling the relevant columns, else the bidder is liable to
be rejected for the tender.
 Bidders are allowed to enter the bidder’s name and quote only.
 Refer to Annexure A for the BoQ.XLS format.
12
Section IV - Scrutiny and Evaluation of Bids
4.1
The bids received on the portal by the Transport Commissioner upto the
appointed last date and time for receipt of bids, shall be opened at the time and
on the last date indicated in section I of the Tender Document.
4.2
Technical bid of each bidder shall be then opened and the contents of the
technical bid shall be scrutinised. The compliance of submission of all
documents as in para 1 of section III of the tender document shall be
scrutinised.
The bidder or authorised representative of the bidder may choose to remain
present at the opening & scrutiny, of the bids at Transport Comisisioner’s
Office.
4.3
Noncompliance of the provisions of para 1 of section III of the tender
documents as an outcome of non submission of any or all documents listed in
the said para, shall cause such bidder to be disqualified. The Earnest Money
deposit of such bidder shall be forfeited; and fiancial bid of such tenderer shall
not be opened.
4.4
The bidders who fulfill the criteria as set out in Section III of the tender
document shall be short listed, and financial bid of the bidders so shortlisted, in
the scrutiny & evaluation of Technical bid, shall be opened. The rates quoted
by the shortlisted bidders shall be declared both on the notice board at Transport
Comisisioner’s Office and the portal.
4.5
The offers of shortlisted bidders shall be evaluated as described in para 4.6
below and the bidders with the most competitive price quote shall be offered the
work by issue of letter of intent (LOI) at a later date.
4.6
Evaluation of the most competetive price : The lowest competitive financial bid
in respect of each of the five different types of stationary (L-1) shall be offered
the work to print that type of stationary by issue of LOI.
Provided that, if the difference between the lowest and the second
lowest bid (L-2) is less than 10% of the lowest bid, the Transport Commissioner
shall be free to offer the second lowest bidder an apportunity to match offer of
the lowest bidder. On the affirmative responce of the second lowest bidder to
match the offer of the lowest bidder, the Transport Commissioner shall be at
liberty to issue the letter of intent for supply of the quantity of stationary to the
extent, not exceeding 30% of the quantity, to the second lowest bidder at the
cost so matched.
13
Annexure A: Bill of Quantity
SCHEDULE OF WORKS
Sl.
No.
1
Description of work
(For Detailed Specifications,
See Annex C)
Printing and supply of
No. or
Approx.
Qty.
Unit
RATE In Figures To be entered
by the Bidder
INR (Inclusive of all taxes, fees,
levies and related expenses)
(per thousand printed pages)
Rs.
P
Figures
Words
12,50,000
Nos.
50,00,000
Nos.
The rates
shall be
filled up
separately
in given
format on
eTendering
portal
Registration Certificate
on 90 GSM paper of 132
Column Width as per sample
2
Printing and supply of
Taxation Certificate on 90
3
4
GSM paper of 80 Column
Width as per sample
Printing and supply of
50,00,000
Fitness Certificate on 90
GSM paper of 80 Column
Width as per sample
Printing and supply of Permit 10,00,000
on 90 GSM paper of 132
Column Width as per sample
Nos.
Nos.
AMOUNT
Rs.
P
Rupees only
0.00
Rupees only
0.00
Rupees only
0.00
Rupees only
0.00
Note: The tenderers should fill the BoQ.XLS file which is uploaded on
http://mahatenders.gov.in website.
14
Annexure B: List of Addresses where the preprinted stationery is to be
supplied.
(To be duly signed and returned with envelope A)
Note: (1) The quantity of stationery to be supplied shall be indicated to the
successful bidder at a later date.
(2) The stationery shall be adequately covered by Transit insurance & shall be
supplied in suitably packed cartons.
Address of the Offices & Phone/Fax Nos.
Sr.
No
Offices
RTO / Dy. RTO Name, Address & Email
1
MH 01
RTO Mumbai ( Central)
2
MH 02
RTO Mumbai (West)
Regional Transport Office
Old bodyguard lane, Tulsiwadi, Tardeo,
Mumbai - 400 034.
Email: [email protected]
Regional Transport Office
111-D, Ambivali village, New manish nagar, Versova
road, Mumbai- 400 053.
Email: [email protected]
Regional Transport Office
B-2, 3rd floor, Wadala truck terminals, Wadala,
Mumbai - 400037.
Email: [email protected]
Regional Transport Office
Opp. Central Jail, Thane - 400 601.
Email: [email protected]
022 / 23532337
022 / 23534600
022 / 23534601
022 / 23516602
022 / 26366957
022 / 26362252
022 / 26319821
022 / 26323315
022 / 24036479
022 / 24036221
022/24935857
Regional Transport Office
Central Facility Bldg, Steel Market, Kalamboli, Tal Panvel, Dist -Raigad, Pin - 410 218
Email: [email protected]
Regional Transport Office
204 E, Tarabai Park, Kolhapur – 416003
Email: [email protected]
Regional Transport Office
39, Dr. Ambedkar Raod, Near Sangam bridge,
Pune - 411 001.
Email: [email protected]
Regional Transport Office
Peth road, Panchvati, Nashik - 422 044.
Email: [email protected]
Regional Transport Office
Railway Station, Road Aurangabad - 431 001.
Email: [email protected]
Regional Transport Office
Parivahan Bhavan,Bhabhalgaon Road,
Latur-413512
Email: [email protected]
Regional Transport Office
B-13 Marathwada ceramioc compl, MIDC Cidco
Nanded-431603
Email:
022 / 27424444
3
MH 03
RTO Mumbai (East)
4
5
6
MH 04
RTO Thane
MH 46
RTO Panvel
MH 09
RTO Kolhapur
7
MH 12
RTO Pune
8
MH 15
RTO Nashik
9
MH 20
RTO Aurangabad
10
MH 24
RTO Latur
11
MH-26
RTO Nanded
Tel. No.
022 / 25343580
022 / 25363838
022 / 25442555
0231 / 2663131
020 / 26058080
020 / 26058090
020/26068555
0253 / 2229005
0240 / 2331135
0240 / 2321164
02382 / 242434
02382 / 242435
02462/259900
15
12
MH-27
RTO Amravati
13
MH-31
RTO Nagpur(Urban)
14
MH-40
RTO Nagpur (Rural)
15
MH-18
RTO Dhule
Regional Transport Office
Near Collectorate Camp,
Amravati-444602
Email: [email protected]
Regional Transport Office
Opp. Giripeth Post Office,
Amravati Road Nagur-440001.
Email: [email protected]
Regional Transport Office
Indora, Lal Godown No.9,
Teka Naka,Kamptee Road,
Nagpur (R)-440014
Email: [email protected]
Regional Transport Office,
Dudh Bhawan, Mohadi Upnagar,
Dhule 424 001
Dated :
Place :
0721/2662032
0721/2662606
0712/2560781
0712/2630574
02562/281651/
02562281552
Signature, Name and
Designation of authorised signatory.
Seal of the firm
16
Annexure C: Specifications for preprinted stationery
(To be duly signed and returned in envelop A)
Notes:
(A)
The sample printouts of 50 sheets of each form to be submitted by
the bidder/s for verification to Transport Commissioner,
Maharashtra State. On getting approval to the sample so submitted,
further process of printing & supply of preprinted stationery as per
the terms & conditions of this Tender Document shall be executed.
(B)
The code numbers for preprinted stationery shall be intimated to the
successful bidder for printing of the same on the stationery; at a later
date.
(C)
The stationery shall be printed, at specified location, to be
communicated to the sucessful bidder, certain security features in
the form of textual/graphic matter in special ink to be provided so
as to be visible, in Ultra violate lamp only.
1) Registration Certificate Format :
1)
132 columns continuous computer stationery which is 15.24cm (6 inches) in
length and 38.1cm (15 inches) in width (including feeder perforation) to be used
for printing R. C. With appropriate background.
2)
There
should
be
perforation
for
tearing
after
every
R.
C.
[ i.e. 15.24cm (6 inches) ]
3)
R. C. paper thickness should be 90 GSM.
4)
The printer feeder perforation strip should be removable by tearing at
perforation at both Sides.
5)
The preprinted number should be printed at the left top most position.
6)
Appropriate text be printed at the back side as per specimen.
7)
Sample enclosed. Two R.C. on one sheet.
17
8)
The printer feeder perforation strip should have perforation at both the sides
for tearing off.
Dated :
Signature, Name and
Designation of authorised signatory.
Place :
Seal of the firm
2) Taxation Certificate Format :
1)
80 column continue computer stationery which is 15.24cm (6 inches) in length
and 25.4cm (10 inches) in width (including feeder perforation) to be used for
printing T.C. with appropriate background.
2)
There should be perforation for tearing after every T.C. i.e.15.24cm (6inches)]
3)
The T.C. Format consists of two parts. A vertical perforation be provided for
easy tearing off the main T.C. from the counter foil; as per specifications.
4)
T.C. Paper thickness should be 90 GSM.
5)
The printer feeder perforation strip should have perforation at both the sides
for tearing off.
6)
The preprinted number should be printed at the left top most position on both
the counter foil and the main T. C.
7)
Appropriate text be printed at the back side as per specimen.
8)
Sample enclosed. Two T.C. on one sheet as per specimen.
Dated :
Signature, Name and
Designation of authorised signatory.
Place :
Seal of the firm
18
3) Fitness Certificate :
1)
80 column continuous computer stationery which is 7.5cm (3 inches) in length
& 25.4cm (10 inches) in width (including feeder perforation ) is to be used for
printing fitness certificate with appropriate back ground.
2)
There should be perforation
[ i.e. 7.5cm (3 inches) ]
3)
Fitness Certificate paper thickness should be 90 GSM.
4)
The printer feeder perforation strip should have perforation at both the sides.
5)
The pre-printed number should be printed at the left top most position of the
certificate.
6)
Sample enclosed. Four Fitness Certificates on one page as per specimen.
for
tearing
after
every
certificate.
4) Permit :
1)
132 column continuous computer stationery 25.4 cm (10 inches) in length and
30.48 cm (12 inches) in width (including feeder perforation) to be used for
printing permit with appropriate background.
2)
There should be perforation
[ i.e. 25.4 cm (10 inches) ].
3)
Permit paper thickness should be 90 GSM .
4)
The printer feeder perforation strip should be removable by tearing at
perforation at both side.
5)
The printer number should be printed at the left top most possition.
6)
Sample enclosed. One permit per page.
Dated :
Place :
for
tearing
after
every
permit.
Signature, Name and
Designation of authorised signatory.
Seal of the firm
19
Annexure D: Format for Declaration
(TO BE SUBMITTED ON THE LETTERHEAD OF THE BIDDER , DULY SIGNED BY THE
AUTHORISED SIGNATORY)
I/We hereby undertake that I/We have gone through the details of specifications
and terms & conditions as quoted in the tender form and its annextures and
undertake to abide by the same. The information quoted above is true and
correct as per the records of the firm. I/We understand that if any of the
information quoted above is found incorrect or untrue, it shall make ourselves
disqualified, for consideration of the tender amongst other legal consequences.
I/We understand that any deviation from the conditions or standards as laid down
with the tender shall cause disqualification forthwith, and/or may cause forfeiture
of EMD/Security Deposit; and shall further make ourselves liable for suitable
legal action thereon.
Dated :
Signature, Name and
Designation of authorised signatory.
Place :
Seal of the firm
20
Annexure E: Steps to be followed by bidders for e-Tendering
The bidders should note the following logical steps for bidding through e-Tendering:
1. Bidders need to procure the Digital Signature Certificates (DSC) from Certifying Authorities.
The details of the Certifying Authorities have been provided below:
The Office of Controller of Certifying Authorities (CCA), issues Certificate only to Certifying
Authorities (CAs). CA issue Digital Signature Certificate (DSC) to end-user. The bidder can
approach any one of the seven CAs for getting Digital Signature Certificate. The details are
given below:
#
1
2
3
4
Certifying
Authority
(n)Code Solutions
Tata Consultancy
Services Limited
Sify Technologies
Limited
eMudhra
Contact Details
7, Poddar House (2nd Floor),
'A' Road, Churchgate,
Mumbai - 400 020, India
Sales : 093238 70029
Support : 093238 70028
Email : [email protected]
Website: www.ncodesolutions.com
10th Floor, Kensington, Wing B,
Desk No - 10-F-20 and Desk No - 10-F-21,
Hiranandani Builders SEZ, Hiranandani
Business Park,
Powai, Mumbai – 400076.
Phone: +91-(22)-6732 5960 / 5637
Toll Free Number: 1-800-425-2922
E-Mail: [email protected]
Website: www.tcs-ca.tcs.co.in
7th Floor, Reliable Plaza,
Plot No K-10, Kalwa Industrial Area,
Airoli, Navi Mumbai - 400708.
Phone No: 022 – 61928300
FAX No: 022-61928301
eMudhra
CALL - 080-43360000
Email: [email protected]
Website: www.e-Mudhra.com
21
For more details, please visit http://cca.gov.in/cca/?q=faq-page#n39
2. After obtaining DSCs, bidders need to enrol on the portal and register their DSCs (signing).
Please note that Online Enrolment and Registering of DSC is a onetime activity.
3. Bidder will download the Tender documents and after necessary preparation, upload required
documents on the e-Tendering portal (http://mahatenders.gov.in ).
4. Bidders may also upload common and non-sensitive documents on the portal in their allocated
space, so that these documents may be used repeatedly for other Tenders.
5. “Bidders Manual Kit” is available on
http://mahatenders.gov.in/nicgep/app?page=BiddersManualKit&service=page which contains
detailed procedures for e-Tendering.
Additional information like 'Help for Contractors' is available on:
http://mahatenders.gov.in/nicgep/app?page=HelpForContractors&service=page
Bidders can also take the help of Toll free 24x7 Help Desk: 1800 3070 2232 to query resolution.
22