Page 1 of 20
Page 2 of 20
TENDER No.:-07-01/GA/2012-FSSAI
Food Safety and Standards Authority of India
3rd Floor, FDA Bhavan, Kotla Road, New Delhi-110002.
TENDER DOCUMENT
For
SUPPLY OF STATIONERY ITEMS
Tender Document Cost: `100/- (` one hundred only)
Page 3 of 20
Page 4 of 20
CATEGORY-1
Sl. No.
Name of the item Unit Unit Cost in (Rs.)
1 Calculator Casio MJ-120 12 digit or equivalent Per piece
2 CD mailer Standard Per piece
3 Cello Tape 1’ Omex or equivalent Per piece
4 Cello Tap 2’ Omex or equivalent Per piece
5 Post it flags Oddy or equivalent Per pkt.
6 Sketch Pen Pkt.( 12 pcs.spt.) Luxor or equivalent Per pkt.
7 Correction Pen (Kores) or equivalent Per piece
8 Drawing Pins (in colour) Standard Per pkt.
9 Eraser (Non-dust) Apsara or equivalent Per piece
10 Glue stick (Kores / Luxor) or equivalent Per piece
11 Gum Bottle (Large 700ml)(Camel) or equivalent Per piece
12 Highlighter (Luxor) Gloliter (5 in a Set)/ (Camlin) or equivalent Per pack
13 Tissue Paper Box(Wintex) or equivalent Per box
14 Note pad (No. 66) Neelgagan or equivalent Per piece
15 Note sheet pad (Neelgagan) or equivalent Per pad
16 Blue (Pilot Pen V-5) Luxor or equivalent Per piece
17 Black (Pilot Pen V-5) Laxor or equivalent Per piece
18 Post it pad (Yellow slip) (3"x4" De samrt) Per packet
19 Punch single nose(Kangaro) Per piece
20 Sharpener Natraj or equivalent Per piece
21 Stamp pad(Supreme) or equivalent Per piece
22 Stapler pin 24/6 (Kangaro) or equivalent Per piece
23 Stapler pin small no. 10 (Kangaro) or equivalent Per piece
24 Photostat Paper A4 size JK (75 GSM) or equivalent Per ream
25 Pen drive 4,8,12 GB (Kingston) or equivalent Per piece
26 Register Ruled (288 pgs) Neelgagan, Bittoo or equivalent Per piece
27 Gem clip Metal (pack of 50-60 individual clips) 30 mm Rolex/Gem
Per pack
28 Gem clip Plastic coated (pack of 50-60 individual clips) 30 mm Rolex/Gem
Per pack
29 Solo File(2D Ring Binder) Per piece
30 Ruled Register 192 pgs. Century / Bharat or equivalent Per piece
31 Photocopy Paper (Legal Size) 75 GSM (JK) or equivalent Per ream
32 Liver Box File Standard Per piece
33 Engagement Stand (Big) A-4 Kebica or equivalent Per piece 34 Engagement Stand (small) (9” x6”) Kebica or equivalent Per piece
35 All pin (Sharp Point) (Packet of 100 Grams Gross weight) Per packet
36 Carbon Paper "Black" A-4 Size kores (Box of 100 sheets) Per box
37 Damper/sponge Per piece
38 Duster (Plain Cloth) Per piece
39 Paper Weight (Fancy glass-square) Per piece
40 Plastic Paper/file Tray (four layer) Per pack
41
Staple Machine HD-45 Kangroo or equivalent Per piece
Page 5 of 20
Sl. No.
Name of the item Unit Unit Cost in (Rs.)
42 Staple Machine No.HD-10-D Kangaroo or equivalent Per piece
43 Tag (Good quality) 5.5 inch white Per 1000
44 Compact Disc (R/W) 700 MB Capacity with jewel case (Samsung, Sony, Mosearbear) or equivalent
Per piece
45 Compact Disc Readable with jewel case (Samsung, Sony, Mosearbear) or equivalent)
Per piece
46 Compact Disc Readable (pack of 100 pcs.) Per pack
47 DVD R/W 4.7 GB with jewel case Mosearbear, Sony, Samsung or equivalent
Per piece
48 Shorthand Note Book (Saraswati/Bitto) or equivalent Per piece
49 Register (384 pgs) Century/Bharat or equivalent Per piece
50 Permanent ink marker (Reynolds Ref.322 (in black colour) Per piece
51 White Board Marker Standard Per piece
52 Pen Stand (4 socket) product No.1439 Kabica or equivalent Per piece
53 Pen Stand (2 socket) Product No. 202 Kabica or equivalent Per piece
54 Dak Pad Neelgagan or equivalent Per piece
55 Sealing Wax (10 in a box) Standard Per box
56 Packing Paper (Brown) (29x 44cm.) Per piece
57 Pencil HB,Apsara, Natraj or equivalent Per piece
58 Pencil Cell (Everyday) or equivalent Per piece
59 Water jug (1 Ltr.) (in Plastic) Standard Per piece
60 Glass Tumbler (Yera/Borosil) or equivalent (pack of 6 glasses) per pack
61 Tea Spoons (Steel) Standard Per piece
62 Towel (76 x 152 cms.) Opel Towels from Arakal Udyog Per piece
63 Detergent Soap (100 gm) good quality Per piece
64 Match Box (Ship) Per piece
65 Extra strong Thread Ball Per ball
66 Dura Cell AAA (2cell in a set) or equivalent Per set
67 Candle 400 gm ( in 10 pcs.) Per pack
68 Packing Cloth/markin cloth (white) Per meter
69 Car Freshner (Lemon, Rose, Jasmine, Sandalwood ) Airwick or equivalent
Per piece
70 Sutli Ball (ordinary) per kg. Per kg.
71 Sutli Plastic per kg. Per kg.
72 Ball Pens (Reynolds 045) fine carbure Per piece
73 Ball pens Cell Griper Per piece
74 Scissor (Small ) Kebica or equivalent Per piece
75 Scissor (Medium) Kebica equivalent Per piece
76 Paper Cutter (Small) (Kebica) or equivalent Per piece
77 Pin Holder Per piece
78 Plastic Folder L-Shape (supper quality) (Solo) (pack of 10 folders) Per pack
79 Plastic Folder (Strip) (supper quality) Per piece
80 Cello free flow Roller Gel Pen with printing of FSSAI name and website address on it (per pc.) as per sample.
Per piece
81 Cello packing tape (brown) 3” x 65 mtr. (super diamond tape) Per piece
82 Pocker (Sua) Steel Per piece
Page 6 of 20
Sl. No.
Name of the item Unit Price quoted in (Rs.)
83 Pin-up magnetic (Kebica/Kores) per number Per piece
84 Pen/Pencil mug (Kebica/Kores) per mug Per piece
85 Dak Pad “Neelgagan” per pad Per piece
86 Signature Pad “Neelgagan” per pad Per piece
87 Telephone Index Register Per piece
88 Stamp pad medium size (supreme make) Per piece
89 Duracell AA size (per pack contains two pcs.) Per pack
90 Duracell 9V Per piece
91 Glossy Paper Pkt. of 50 sheets (De-Smat) Per packet
92 Binder Clip 19 mm size (per box) Per box
93 Binder Clip 25 mm size (per box) Per box
94 Binder Clip 30 mm size (per box) Per box
95 Binder Clip 41 mm size (per box) Per box
96 Binder Clip 51 mm size (per box) Per box
97 Fevicol White Adhesive of 30 gm. Per tube Per piece
98 Forms printed - per pad Per pad
(i) Exchange voucher (Pad of 50 sets)(set of 4 pages) Per pad
(ii) TA/DA form (Pad of 100 sheets) Per pad
(iii) LTC Form (Pad of 100 sheets) Per pad
(iv) Pay bill outer (Pad of 100 sheets) Per pad
(v) Pay bill inner (Pad of 100 sheets) Per pad
(vi) Input data sheet (Pad of 100 sheets) Per pad
(vii) Form 16 (Pad of 100 sheets) Per pad
(viii) Challan Form(TR-6) (Pad of 100 sheets) Per pad
(ix) Contingent voucher Per pad
(x) Advance contingent voucher Per pad
(xi) L.P.C. Certificate Per pad
(xii) L. T.C. Bill Per pad
(xiii) Medical Bill Per pad
(xiv) TDS certificate Per pad
99 Green Court paper - per packet (500 sheets) Per packet
100 Pencil HB (Fabre Castle) with printing of FSSAI name and website address on it (as per sample)
Per piece
101 Punch (double nose) Kangaroo Per piece
102 Plastic Scale 12” Per piece
103 Pen Unibal (Eye Micro) UB 150 Per piece
104 Visiting card/album/folder Per piece
105 Visiting card stand Per piece
106 Tissue paper packet Per packet
107 Dustbin (small) 5 ltr. cello Per piece
108 Dustbin with cover 5 ltr. cello Per piece
109 Refill (Reynold) 045 fine carbure Per piece
110 Refill Cello free flow roller gel pen Per piece
111 Rubber band (big size) 3” 500 gm
112 Rubber band (small size) 1” 250 gm
113 Duster plain (Yellow) big size Per piece
114 AC car freshener (Ambi-Pure) Per piece
115 Fragrance spray (Airwick/Ambi-pure)- all fragrance Per piece
Page 7 of 20
CATEGORY -II
Sl. No.
Laser Printer Cartridges No. Rates per unit (in `)
01 HP Laser Print Cartridges-CC-388A (Printer Model HP Laser Jet P1007)
Per piece
02 HP Laser Printer Cartridges-CB-436A (Printer Model HP Laser Jet P1505)
Per piece
03. HP Colour Laser jet Printer HP 2605 Per piece
(a) Q6000A HP Per piece
(b) Q6001A HP Per piece
(c) Q6002A HP Per piece
(d) Q6003A HP Per piece
04. CLP-660A (Black) Samsung Laser Printer Per piece
05. CLP-660A (Yellow) Samsung Laser Printer Per piece
06. CLP-660A (Cyan) Samsung Laser Printer Per piece
07. CLP-K660A (Magenta) Samsung Laser Printer Per piece
08. SF-D560RA (Samsung Fax Cartridges) Per piece
09. Laser Print Cartridges for Samsung MLT-D-108S YIELD 1500 Mono Laser Printer ML-1640
Per piece
10. HP Laser Printer Cartridges-Q-7553A (Printer Model HP Laser Jet P 2015 dn)
Per piece
11. HP C-6615D Deskjet 840C 15 no.
Per piece
12. Canon fax machine cartridge (FX 9S) Per piece
13. HP Colour LaserJet CP2025dn Per piece
(a) Black Cartridge HP Part: CC530A Per piece
(b) Cyan Cartridge HP Part: CC531A Per piece
(c) Yellow Cartridge HP Part: CC532A Per piece
(d) Magenta Cartridge HP Part: CC533A Per piece
Page 8 of 20
Page 9 of 20
I M P O R T A N T I N F O R M A T I O N
1. PURCHASER: FSSAI. 2. CONSIGNEE: Director (Admin). 3. PERIOD OF CONTRACT: One year from the date of conclusion of Rate Contract. Contract
period may be extended for further one year depending upon requirements with mutual agreement.
4. FIRM & FIXED RATES: Prices should be quoted inclusive of tax/VAT/octori/cartage charges.
Request for enhancement of contracted rates shall not be considered under any circumstances. Tenders with variable prices or seeking provision for enhancement of prices/contracted rates shall be rejected straight away without any consideration.
5. NON TRANSFERABILITY: This tender is non-transferable. 6. TERMS & CONDITIONS: Terms & Conditions as set out in this Tender Document shall have to
be complied with by the tendering firm. Offers not complying with such terms & conditions shall be ignored/rejected at the discretion of this Authority.
7. EARNEST MONEY: An amount of Rupees Rs. 10,000/- (Rupees Ten Thousand Only) only
has to be submitted as EMD by way of Demand Draft in favour of Senior Accounts Officer, FSSAI payable at New Delhi, along with the original copy of the tender submitted by the firm. Payment by any other mode shall not be acceptable. Photocopy of the Demand Draft, should be attached to the Duplicate copy of the tender document. Offers received without EMD shall be rejected straightaway and will not be considered under any circumstances. EMD of tendering firms who submit the sealed quotations but withdraw the same before expiry of the tender validity date may be forfeited at the discretion of FSSAI. EMD is refundable without any interest to the firm or supplier on expiry/termination of empanelment and the EMD of the unsuccessful bidder will be returned within one month from the date of selection of final bidder.
Signature of the bidder
Page 10 of 20
8. PRESCRIBED FORMS: Tenders of firms received in the format prescribed in this tender
document shall only be considered. Offers not received in the prescribed format shall be ignored and no correspondence in this regard will be entertained. Telegraphic/Telex/Fax/ Email/ Letterhead/Quotations will not be accepted and ignored straightaway.
9. TENDER FEE: Tendering firms are required to furnish a non –refundable tender fee
of Rs. 100/-(Rupees one hundred only) in the cash, along with the Tender. Tender Document can also be downloaded from FSSAI website www.fssai.gov.in. Firms using Tender Document downloaded from FSSAI website will have to submit DD of Rs. 100/-(Non –refundable) in favour of Senior Accounts Officer, FSSAI at New Delhi.
10. LATE/DELAYED TENDERS: Tenders received after closing date and time prescribed in this
enquiry shall NOT be accepted under any circumstances. 11. FSSAI’s RIGHTS: FSSAI reserves the right to reject any tender/all tenders in full or part
thereof without assigning any reasons. 12. LEGAL CONTRACT:- The supplier shall execute a legal contract agreement along with
undertaking in duplicate on stamp paper worth Rs. 50.00 or stamp paper of appropriate value (charges to be borne by the supplier), immediately after the receipt of the award letter but not later than by 15 days of the date of issuance of award letter. The subsequent matter will be got typed on judicial papers of appropriate Court fee Stamps worth Rs. 1/-affixed on each page. A copy of award letter duly stamped (Court) and signed on each page is also to be attached with this contract agreement. Each page of this contract agreement should be duly stamped & signed by the authorized signatory of the firm. A copy of power of attorney in respect of the authorized signatory, that he is authorized to sign the contract on behalf of the firm, is also to be attached with the contract agreement. All disputes are subject to the exclusive jurisdiction of competent Courts and Forums in New Delhi only.
Note: - Contract agreement is to be signed at FSSAI, New Delhi. Contract agreement by post shall not be entertained.
Signatures of the bidder
Page 11 of 20
G E N E R A L I N S T R U C T I O N S
1. The Annual Rate Contracts concluded as a result of this Tender Inquiry shall be governed by the ‘Terms & Conditions’ and other relevant instructions as contained in this Tender Document.
2. The prices/rates of different items quoted should be inclusive of tax/VAT/octroi/cartage charges in words as well as in figures.
3. Rates/price of different items quoted should be strictly with respect to the unit asked. Rates should not be more than MRP, should also be in full figure in Indian Rupees and upto two decimals only for the entire period of the Rate Contract. Tenders of the firms received with prices quoted on variable basis shall be rejected straightaway.
4. Tenders should be submitted in duplicate. Duplicate copy of the tender set should contain the same sets of documents as enclosed with the original tender.
5. Quotations qualified by such vague and indefinite expressions such as “subject to prior confirmation”, “subject to immediate acceptance” etc. will be treated as vague offers and rejected accordingly.
6. Tenderers are requested to enclose a copy of their valid certificate of PAN No., TAN No, Service Tax No. with their tender.
7. Tenders received without Tender Fee, EMD amount by way of DD or Pay Order/Banker’s Cheque in the name of Senior Accounts Officer, FSSAI, New Delhi will not be considered at all and rejected out rightly.
8. The tender documents can be obtained from room no. 0321, 3rd floor, FSSAI, FDA Bhavan, Kotla Road, New Delhi on payment of Tender Fee of Rs. 100/- (Rupees one hundred only) non- refundable on any working day between 10.30 am to 5 pm.
9. Tenderers may note that if the date of tender opening given in this Tender Document is declared to be a gazetted holiday, the tender shall be opened on the next working day at the same timing. In such an event the closing hours for receipt of tenders in FSSAI will stand automatically extended up to 1500 hours of the next working day.
10. Late/delayed tenders received in FSSAI due to any reason whatsoever will not be accepted under any circumstances.
11. Tendering firms are at liberty to be present or authorize a representative to be present at the opening of the tender at the time and date as specified in the Schedule. The name and address of the representative authorized to attend the opening of the tender on behalf of a tendering firm should be indicated in the tender. The representative so deputed should also bring with him a letter of authority from the firm for having been authorized to be present at the time of opening of tender. The name and address of permanent representative of the firm, if any, should also be indicated in the tender. Representatives of firms who have not submitted the tender or representatives not possessing authority letter from the tenderers or outsiders shall not be allowed to attend the tender opening process.
Signatures of the bidders
Page 12 of 20
12. The tenders should be submitted in double cover. The First cover should contain DD/ Banker’s
cheque, Tender Fee Coupon/DD, Registration Certificate copy from DGS &D or trade license, copies of Supply Orders and successful execution of the Contract for past performance, Copy of PAN No., Audited Balance Sheets, or Income Tax return, Sale Tax registration or copy of Constitution of firm/company, The Second cover should contain the prescribed tender form duly filled in and signed along with the quoted prices. Both the covers, the 1st and the 2nd cover should be put in a bigger cover and this outer cover should be wax sealed. Both the covers shall be opened simultaneously on the original tender opening date itself. Sample(s) wherever required as per tender may be deposited separately on or before the tender opening date.
The sealed tender envelope should be super scribed as under:
“TENDER NO. No. 07-01/GA/2012-FSSAI
“TENDER FOR SUPPLY OF STATIONERY/COMPUTER STATIONERY/EATABLE ITEMS TO FSSAI”
13. The sealed tender should be dropped in the Tender Box kept near Reception at 3rd floor of
FSSAI, FDA Bhavan, Kotla Road, New Delhi-110002.
Signatures of the bidder
Page 13 of 20
T E R M S A N D C O N D I T I O N S
1. The Rate Contracts shall be valid for the period of one year from the date of awarding the Contract. The Annual Rate Contract awarded as a result of this Tender Enquiry will be in the nature of a Standing offer. Actual Supply Order may be placed from time to time on need /requirement basis. No guarantee can be given as to the minimum or actual services usage. 2. EMD will be returned to the unsuccessful bidders within one month after award of the Rate Contract to successful bidders. 3. FSSAI reserves the right to conclude parallel Rate Contracts with a number of suppliers and place Orders on any of such firm that may be the most economical to it or suitable to its requirements. 4. In the event of any disputes arising out of the execution of Rate Contracts/Supply Orders, the matter will be referred to Director (Admn.), FSSAI and his decision shall be binding to both the parties. 5. For judicial adjudication, the disputes, if any, arising out of the Contract/Service Orders against the Rate Contract will be subject to the jurisdiction of the Courts in New Delhi only. 6. Intending Tenderers will have to furnish a copy of their PAN No., TIN No. and Sale Tax Registration Number (proof to be attached). 7. Authorized Signatory/ Signing of Tender:
Individual signing the tender or other documents connected with contract must specify the capacity in which the tender documents are signed 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 or by a power of attorney duly executed by the partners of the firm.
Signatures of the bidder
Page 14 of 20
NOTES: i.) 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 partner 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. ii.) In 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. iii.) 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, FSSAI may, without prejudice, cancel the contract and hold the signatory liable for all costs, consequences and damages under the civil and criminal remedies available. 8. The tenderers should sign at each page of the tender and all its Annexure. NO PAGE SHOULD BE REMOVED /DETACHED FROM THE TENDER DOCUMENT. 9. The tendering firms will have to give a declaration to the effect that they have not been Black listed or their business dealings with the Government bodies have not been banned. 10.1 The prices charged for the stores supplied under the Contract by the supplier shall in no event exceed the lowest price at which the Contractor sells the Stores or offer to sell stores of identical description to any person(s)/organization (s) including the FSSAI. If at any time during the said period, the Contractor reduces the Sale price, sells or offers to sell such stores to any person(s)/organization (s) including the Purchaser or any Statutory Undertaking of the State Government, as the case may be, at a price lower than the price chargeable under this Contract, he shall forthwith notify such reduction or Sale or offer of Sale to the FSSAI and the price payable under the Contract for the stores supplied after the date of coming into force of such reduction or sale or offer of sale stand correspondingly reduced. 10.2 The supplier shall furnish the following certificate to the Paying Authority along with each bill for payment for supplies made against the Rate Contract.“I/We certify that there has been no reduction in sale price of the Stores of Description identical to the Stores supplied to FSSAI under the contract herein and such Stores have not been offered/sold by me/us to any person(s)/organization (s) as the case may be up to the date of the bill/the date of completion of supplies against this contract at a price lower than the price charged to FSSAI.”
Signatures of the bidder
Page 15 of 20
11. Indenting Authority: FSSAI. 12. Consignee: Director (Admn.),FSSAI, 3rd floor, FDA Bhavan, Kotla Road, New Delhi-
110002.. 13. Terms of Delivery: FSSAI Store, 3rd floor FSSAI, FDA Bhavan, Kotla Road, New Delhi-
110002. 14. Delivery Period: Within 10 days of the placement of confirmed supply order on the
firm or as stipulated in the Supply Order. 15. Payment Terms: Payment shall be released within 15 days on satisfactory receipt of
the goods/articles ordered. Advance payment will not be made under any circumstances.
16. Despatch Instructions: Stores are required to be delivered at the FSSAI, 3rd Floor, FDA
Bhavan, Kotla Road, New Delhi-110002 without any extra charges. 17. Purchaser will not pay separately for transit insurance and the supplier will be responsible till the entire stores contracted for, arrive in good condition at the destination. 18. GUARANTEE/ WARRANTY: The supplier shall guarantee that the stores, articles sold/supplied to the purchaser under this contract shall be of the best quality and workmanship and new in all respects and shall be strictly in accordance with the specification and particulars contained/ mentioned in the Tender enquiry. The supplier shall guarantee that the said goods/stores articles would continue to conform to the description and quality aforesaid for a period of twelve months, if during the aforesaid period of 12 months the said stores/goods/ articles be discovered not to conform to the description and quality aforesaid or not giving satisfactory performance or have deteriorated, the decision of the purchaser in that behalf shall be final and binding on the supplier and the purchaser shall be entitled to call upon the supplier to rectify the goods/stores/articles or such portion thereof as is found to be defective by the purchaser within a reasonable period or such specified period as may be allowed by the purchaser in his discretion on/an application made thereof by the supplier and in such an event, the abovementioned warranty period shall apply to the goods/stores/ articles rectified from the date of rectification thereof. In case of failure of the supplier to rectify or replace the goods etc., within specified time, the purchaser shall be entitled to recover the cost with all expenses from the supplier for such defective stores.
Signatures of the bidder
Page 16 of 20
19. All firms are required to submit the following along with their quotation failing which their offer will be ignored: a) Name and full address of their Banker with their Account Number. b) List of organisation/offices to whom the bidding firm has made supply for the last 3 years. c) Performance statement for the year 2011-2012 in respect of Stationery/Computer
Stationery/Eatable items supplied, must be submitted in the format enclosed at Annexure-“1” to this tender document.
d) Financial status of the firm- enclose tax returns for 2009-2010, 2010-2011 and 2011-2012. 20. Tenderers who are registered with DGS&D/NSIC for a particular item should submit the photocopy of Registration Certificate with all amendments up to date. 21. TENDERERS ARE REQUESTED TO QUOTE THEIR RATES ON F.O.R DESTINATION BASIS (Free delivery to the consignee's premises). 23. The decision of the FSSAI shall be final as to the quality of the stores and shall be binding upon the tenderers and in case of any of the articles supplied not being found as per specification shall be liable to be rejected or replaced and any expenses or losses caused to the suppliers shall be borne by the supplier. It will be the responsibility of the supplier to ensure that articles supplied are of the best quality and free from all defects. 24. Item-wise price should be quoted. In case of bundled price, the offer shall be summarily rejected. 25. Liquidated Damages: In case the firm does not complete the supply within delivery period, action will be taken against the firm to recover from the contractor as agreed liquidated damages including administrative expenses and not by way of penalty a sum equivalent to 2 % per week of the price of any stores which the contractor has failed to deliver/install within the period fixed for delivery of such stores. Where delivery thereof is accepted after expiry of the aforesaid period, the total damages so claimed shall not exceed 10% of the total price of stores required. 26. Inspection: The inspection of the materials shall be carried out by authorized representative of FSSAI at its store. 27. The FSSAI reserves the right to reject any or all the quotations without assigning any reason.
Signatures of the bidder
Page 17 of 20
ANNEXURE-1 PERFORMANCE STATEMENT FOR THE YEAR 2010-11
Name of the Firm.........................................
1 2 3 4 5 6 7 8
Contract no.
Description of Stores
Quantity Value Original Delivery Period
Quantity supplied within original DP
Last supply position
Present position with reasons for delay
Signature of Bidder
Page 18 of 20
ANNEXURE-2
D E C L A R A T I O N From:- M/s…………………………………. …………………………………….. …………………………………….. To
The Director(Admn.), Food Safety and Standards Authority of India, 3rd Floor, FDA Bhavan, Kotla Road New Delhi-110002
Dear Sir, I/We have read and understood the contents of the Tender and agree to abide by the terms and conditions of this Tender. I/We further undertake that none of the Proprietor/Partners/Directors of the firm was or is Proprietor or Partner or Director of any firm with whom the Government have banned /suspended business dealings. I/We further undertake to report to the Deputy Director (GA), FSSAI immediately after we are informed but in any case not later 15 days, if any firm in which Proprietor/Partners/Directors are Proprietor or Partner or Director of such a firm which is banned/suspended in future during the currency of the Contract with you.
Yours faithfully,
(Signature of the Tenderers)
Name:
Designation with Seal of the Firm
Dated.
Page 19 of 20
ANNEXURE - 3
TENDER FEE COUPON
TENDER NO.: 07-01/GA/2012-FSSAI Dated: ____________ 2012 TENDER SET NO.: ISSUED TO M/s……………………………………… …………………………………………… ……………………………………………. Against request letter No. _________________________________Dated______________ 2012 and payment of an amount of Rs. 100/- (Rupees one hundred only) in cash.
TENDER DOCUMENT ISSUED ON_______________________________
Page 20 of 20
List of Agencies
1. M/s. National Cooperative Consumers’ Federation of India (NCCF), Deepali Building" (5th Floor), 92, Nehru Place, NEW DELHI - 110 019.
2. M/s. Kendriya Bhandar, Central Govt. Employee Consumer Co-operative Society Ltd., Stationery Division, East Block, No. X, R.K. Puram, New Delhi-66.
3. M/s. A.B. Technology, 92, 1
st floor, Double Storey, New Rajinder Nagar, New Delhi-60.
4. M/s. Anil Trading Company, 1967, Kucha Chelan, Khari Baoli Delhi. 5. M/s. Badri Vishal Trading Co. Pvt. Ltd.202, 1
st Floor, EMCA Chamber 51, Darya Ganj, New Delhi-2.
6. M/s. Crescent Stationers, 2
nd Floor, Shiv Hanuman Mandir Complex, Near Palika Plan, Panchkuian Road,
New Delhi. 7. M/s. CEM India Trading Co., 28, Church Lane Bhogal, New Delhi. 8. M/s. Duaco Equipments, 2154, Desh Bandhu Gupta Road, Paharganj, New Delhi. 9. M/s. Gupta Stationery Mart, 1932 Kucha Chelan, Khari Baoli Delhi-6. 10. M/s/. GEE DEE Enterprises, D-44/10, East of Kailash, New Delhi. 11. M/s. Goyal Stationers, 433, Gali Robin Talkies, Old Sabzi Mandi, Delhi-110007. 12. M/s. Meetu Enterprises, 56, Sadar Apartments, Mayur Vihar, Phase-I, Delhi. 13. M/s. National Prints & Sales, 2371, Chippiwara Kadam, , Chawari Bazar, Delhi. 14. M/s. Pooja Enterprises, 167, Subhash Khand Giri Nagar, Kalkaji, New Delhi. 15. M/s. Pasco Business Systems, XII-1/232, Street No. 7, Roop Nagar, Delhi-07. 16. M/s. R.K. Traders, 3933, Gali Seltawali, Nai Sarak, Delhi-06. 17. M/s. Vijay Stationery Mart, 18, Palika Place Annexe, Panchkuian Road, New Delhi-01 18. M/s. Pritam Sales Corporation, 2153/1, Gali Hanuman Parsad, Masjid Khazoor, Chawari Bazar, Delhi. 19. M/s. Taneja Sales corp. 31, More Sarai Road, Old Lajpat Rai Market, Delhi-110006. 20. M/s. Om Marketing, 20, 2
nd Floor, Nehru Bazar, Paharganj, New Delhi-110055.
21. M/s. R.K. Brothers, 2727, Chunamandi, Paharganj, New Delhi-55. 22. M/s. Sakhuja Stationers, Office Stationers and Printers, 74, Shanker Market, Connaught Circus, New
Delhi-110001. 23. M/s. Mittal File Manufacturing Co., 2220, Gali Hanuman Prashad, Masjid Khazoor, Chawri Bazar, Delhi-
110006. 24. M/s. Aman Office Equipments, 202, 2
nd floor, Shri Hanuman Shiv Mandir (behind Palika Place),
Panchkuian Road, New Delhi-110001.