1
TABLE OF CONTENTS
Sr.No. CONTENTS PAGE NO.
1 Notice inviting tender 2
2 Notice Detail 3
3 E-Tender Time Schedule 4
4 Introduction, Nature & scope of work 5
5 Execution of Work 6
6 Terms and specification of contract 7-9
7 Eligibility Criteria and documents 9-10
8 General Instructions 10
9 Procedural part of tender process 11-14
10 Evaluation of Bid 15-16
11 Award of contract 16
12 Resolution of dispute 17
13 Tender offer form (Annexure-I) 18
14 Bidder's Authorization Certificate (Annexure -II) 19
15 Technical Bid Form (Annexure -III) 20-21
16 Declaration of un-blemish record and non-forfeiture of
EMD/Security Deposit/Performance Security Deposit (Annexure -
IV)
22
17 Bidder's details / profile (Annexure -V) 23-24
18 Format of performance statement (Annexure -VI) 25
19 Format of no relation certificate (Annexure -VII) 26
20 Financial Bid form (Annexure -VIII-A & B) 27-28
21 Format of Letter of authority to attend for Bid Opening (Annexure -
IX)
29
22 Format of performance Security Bond (Annexure X) 30-32
23 The tentative material and services list forming part of scope of work (Annexure XI)
33
2
Goods and Services Tax Department,
Government of Maharashtra.
NOTICE INVITING LIMITED E-TENDER
For
Carrying out repairing work of the compactor
(File Storage System) of GST Bhavan, Mazgaon, Mumbai-10
The Goods & Services Tax Department, Government of Maharashtra invites online bid from the manufactures or their authorized service providers for repairs of the Compactors (File Storage System) (Approx. 1012 bodies) installed at GST Bhavan, Mazgaon, Mumbai-10.
The tender document can be downloaded latest by 12/04/2018 to 02/05/2018 before 5 P.M. from website:- www.maharashtra.etenders.in on payment of Rs. 1,000/- (Rupees One Thousand only).
The tender will be opened at The Office of Deputy Commissioner of
State Tax (Public Relation), 1st Floor, E Wing, New Building, GST Bhavan, Mazgaon, Mumbai-10 on 08/05/2018 at 11.00 AM in front of bidders or their representative.
All rights to reject any or all tenders are reserved
Sd/-
(Babasaheb M. Gore),
Deputy Commissioner of State Tax (Public Relation), Mumbai.
3
NOTICE DETAILS OF E-TENDER FOR REPAIRS OF COMPACTORS
Tender Reference No. DCST/PRO/Compactor
Repair/Tender/2018-19
Name Of Work/Item Repairs of Compactor (File Storage System).
Cost of blank tender
document and Mode
of payment fees
Rs. 1000/-(Rupees one thousand only Non-
refundable) to be paid through online payment
modes i.e. net banking, debit card & credit card
during tender document download stage.
EMD amount and
mode of payment
Rs. 25,000/- (Twenty Five Thousands Only) to be paid through online payment modes i.e. net
banking, debit card & credit card and NEFT/ RTGS during Bid preparation stage.
Venue, date and time
of online opening of
tender.
On 08/05/2018 to 11/05/2018 At 11.00 AM at Office of the Deputy State Tax Commissioner (Public Relation), Maharashtra State, Mumbai.
E-wing, 1st Floor, New Building, GST Bhavan,
Mazgaon, Mumbai-10.
Address for
Communication
Office of the Deputy State Tax Commissioner (Public Relation) E-wing, 1st Floor, New
Building, GST Bhavan, Mazgaon, Mumbai-10.
Contact Telephone &
Fax Numbers
Phone: 022-23760161, 23760999. Fax 022 – 237760034. email- [email protected]
E-Tender helping
support Monday to
Friday – 9.00 AM to
8.00 PM
Saturday 9.00 AM to
6.00 PM
Tele. No. – 020-30187500 Email – [email protected]
4
DETAILED TENDER SCHEDULE
No. Activities Start Date & Time -- Expiry Date & Time Duration
11 Online Tender Release 12-04-2018 11.00 To 12-04-2018 17.00
--
22 Online Tender
Document Download 12-04-2018 17.01 To 02-05-2018 17.00
21 days
33 Online Bid Preparation 12-04-2018 17.01 To 02-05-2018 17.00
21 days
44 Online Technical Bid
Closing 02-05-2018 17.01 To 03-05-2018 17.00
01 day
55 Online Commercial Bid
Closing 02-05-2018 17.01 To 03-05-2018 17.00
01 day
66 Online Submission of
Bid 03-05-2018 17.01 To 07-05-2018 17.00
04 days
77 Online Tender Opening
(Technical) 08-05-2018 11.00 To 11-05-2018 17.00
04 days
88 Online Tender
Opening(Commercial) 08-05-2018 11.00 To 11-05-2018 17.00
03 days
5
1. Introduction: The Goods & Services Tax Department, Government of Maharashtra
(herein after referred to as MGSTD) desires to repair the Godrej Make Compactors / File Storage System (Around 1012 Bodies) installed in basement at GST Bhavan, Mazgaon, Mumbai-10. Therefore, the limited e-tenders are invited from the manufacturers or authorized service providers of the above said Make or of equivalent Make.
2. Nature & Scope of Work:
Nature and scope of the work of this tender is as follows:
Sr. No.
Description of the Work Quantity
1 Repairing and servicing of compactor (File storage unit) includes but not limited to replacement of damaged spares with good
one, tinkering work, overhauling, greasing etc., to make the units fully operational. The detailed quantitative list as per annexure XI.
1012 Bodies (approx.)
2 Make of the compactors installed Godrej
3 Dismantling of compactor bodies & rails Lumsum
4 Assembling of compactor bodies & rails Lumsum
Note:
1. Tenderers are advised to ensure that they visit the site for full
inspection of the compactor and understand the nature/quantum of
works involved before submitting their tenders. Claims arising out of
tenders quoted without site inspection for whatsoever reason will not
be entertained. All the repair works and painting shall be carried out
by the contractor within the premises of MGSTD.
2. The contractor who is quoting the tender shall get themselves well
versed with the site condition. The scope of work includes masonry
work, fabrication, fixing and painting. The contractor should be well
versed with all the activity and should have specialised team of
workers for the same.
3. Tenderers are advised to inspect and examine the site and its
surroundings and satisfy themselves before submitting their tenders
as to the nature of constitution already existing (so far as in
practicable), the form and nature of the site, the means of access to
6
the site, the accommodation they may require and in general shall
themselves obtain all necessary information as to risks,
contingencies and other circumstances which may influence or affect
their tender.
4. A tenderer shall be deemed to have full knowledge of the site whether
he inspects it or not and no extra charges consequent on any
misunderstanding or otherwise shall be allowed.
5. The tenderer shall be responsible for arranging and maintaining at
own cost all materials, tools and plants, facilities for workers and all
other services required for the execution of the work unless otherwise
specifically provided for in the contract documents.
6. Submission of tender by a tenderer implies that he has read this
tender document and all other contract documents and has made
himself aware of the scope and specification of the work to be done
and of conditions and rates at which stores, tools and plants etc. and
local conditions and other factors having a bearing on the execution
of the work.
7. The tenderer must also study the neighbourhood, rules and
regulations for building as well as the area where it is situated.
8. In case of items not covered by the above specification the work
should carried out as per the direction of MGSTD. Approval of the
MGSTD shall be taken well in advance for the materials to be used
in the work by the contractor.
9. All repairs and patch work shall be neatly carried out to match with
the original finish and to the entire satisfaction of the MGSTD.
10. The contractor has to make his own arrangement for stores and
watch and ward and no extra claim for this will be entertained.
3. Execution of work:
1) Time period of completion: The successful bidder shall execute and
complete the work as per specification/Scope of work mentioned
therein Scope of Work to the satisfaction of the MGSTD within a
period of 4 weeks from the date of award of work.
2) The successful bidder to whom the work is awarded shall have to
execute the work as per the work order and the terms & conditions
of this tender document.
7
3) The MGSTD is not responsible for the breakage/damage of any goods
during the transit. In that case, it is the responsibility of the
firm/contractor to whom the work has been awarded.
4) No extra cost shall be given for transportation; cost of labourers,
insurance etc., as the rates quoted is all inclusive price.
5) The contractor shall have to bring all the supporting materials for
carrying out the above work.
4. Terms and Conditions:
1. Variation in quantity / scope of work:
The quantity mentioned in the scope of work is approximate. The
MGSTD reserves the right at the time of award/execution of the
contract to vary the quantity specified in the scope of work without
any change in the unit rate.
2. Liquidated damages:
For delay in completion of work, the liquidated damage @ 1% of order
value per week or part thereof subject to the maximum of 10% of the
order value shall be deducted.
3. Extension of work completion time: Ordinarily no time extension
shall be granted.
4. Payment terms:
i. No advance payment will be made. Payment shall be made
against the final bill within 45 days from the date of completion
of the works to the satisfaction of the MGSTD in all respects
and submission of completion certificate.
ii. For whatsoever reason, if payment is delayed beyond above
said 45 days, no interest shall be payable.
5. Completion Certificate:
Within one month of the completion of the work the contractor shall
furnish a certificate for such completion.
6. Warranty Period:
i. Warranty period should be 12 months from the date of
completion of the works against poor workmanship, poor
performance, and in case of deficiencies are found during
warrantee period, the same shall be rectified free of cost by the
Contractors at their own cost and risk.
8
ii. In case of failure to repair and make the units functional within
reasonable time in Warranty Period, the units will be repaired
from other service provider and the cost incurred shall be borne
by the contractor in addition to the penalty as mentioned in
the penalty clause.
7. Penalty:
The penalties as mentioned herein below will be imposed for the
defaults:
Sr. No. Defaults Penalty
1. Not repair of the fault within 3 working days from the time of report (During Warranty Period)
Rs. 500/-
2. Not repair of the fault within 8
working days from the time of
report (During Warranty
Period).
On 9th working day onward it
can be repaired from other
service provider.
Rs. 500/- per late day
in addition to expenses
incurred for such repair
work.
3. Non removal of waste generated
through repair work.
Equal to the amount of
cost incurred to remove
the waste in addition to
such cost.
The amount of penalty imposed before payment of final bill will be
adjusted against due bill amount. Whereas, the penalty imposed
thereafter, will be recovered by invoking the performance security
bond.
8. Quality assurance:
The successful contractor should ensure the quality of material as
per the requirement of the Make / discretion of the MGSTD.
9. Insurance:
Contractor shall at his own expenses carry and maintain insurance
with reputable Insurance Companies for:
(i) Employees State Insurance Act,
(ii) (ii) workmen’s Compensation & Employer’s Liability
Insurance,
9
(iii) (iii) Any other Insurance required under Law or Regulations or
by Owner and
(iv) (iv) Automobile Liability Insurance
10. Safety Regulations:
Contractor shall adhere to safe construction practice and guard
against hazardous and unsafe working conditions and shall comply
with safety rules. The MGSTD shall not be held responsible for any
accidents that occur due to unsafe practice of the persons employed
by the contractor to carry out the work.
11. Before submitting their bid proposals, bidders shall carefully
examine the site of the work to familiarise themselves with the site
conditions which exist regarding present work to be executed,
materials to be matched, precautions required, working space
available and other conditions necessary to the making of the
intelligent bids.
12. Right to accept or reject tender will rest with the MGSTD.
5. Minimum Eligibility Criteria:
Only those service providers who fulfil the following criteria are eligible to
RESPOND. Offers received from the service providers who do not fulfil all or any of the following eligibility criteria are liable to be rejected.
a) Legal Valid Entity: The Bidder shall be a Company registered under
the Companies Act, 1956 or a firm or an Agency.
b) Registration: The Bidder shall have requisite registration under the
Goods and Service Tax Act and Income Tax Act.
c) Experience: The bidder shall have past experience in successfully
carrying out similar works of repair of compactors in the last three
years.
d) Turnover: The bidder should have annual turnover min. of Rs.
85,00,000/- for previous 3 years (2014-15, 2015-16 and 2016-17).
e) The bidder or his personals shall not have been black listed or
declared to be ineligible to participate in the bid for corrupt, fraudulent or any unethical business practices by any Central / State Government Govt. or Govt. undertaking.
10
f) The EMD or Security deposit of the bidder shall not have been forfeited by any department of Central / State Government Govt. or Govt. undertaking.
5.1 Documents supporting the Minimum Eligibility Criteria:
While submitting the bid, online, the bidders should submit
following documents in support of fulfilling the eligibility criteria
mentioned in the clause no. 5. The bids uploaded without the
supporting documents mentioned below are liable to be rejected.
(i) In proof of having fully adhered to the minimum eligibility criteria
at 5(a), attested copy of Certificate of Incorporation, registered
deeds or license under Shop & Establishment Act issued by the
appropriate Authority shall be submitted.
(ii) In proof of having fully adhered to minimum eligibility criteria at
5(b), attested copy of PAN card and Registration Certificates under
the Goods & Service Tax Act shall be submitted.
(iii) In proof of having fully adhered to minimum eligibility criteria at
5(c), attested copies of works orders or experience certificates for
completed or ongoing works issued by such organizations shall be
submitted along with List of similar works completed during the
last three years in Annexure-VI.
(iv) In support of eligibility criteria at 5(d) the bidder should submit
attested copy of the Audit Report and Audited Balance sheet for
the completed three financial years i.e. for 2014-15, 2015-16 and
2016-17.
(v) In support of eligibility criteria at 5(e) & (f) the bidder should
submit an undertaking (self-certificate) on a stamp paper. (Annexure-IV).
For the bids to be considered, the Bidders are requested to furnish documents for each of the above clauses. The tender bid must be
submitted containing an index of page numbers where the above
information is furnished.
The MGSTD reserves the right to cross verify the claims made by the bidders and to carry out the capability assessment of the bidders and the MGSTD’s decision shall be final in this Regard.
11
6. General Instruction:
6.1 The interested contractors/bidders will have to make online payment
(using credit card/debit card/net banking) of Rs.1000/- (inclusive of
all taxes) per bid per tender to online service provider of e-Tendering
system (Sify Nex Tenders) at the time of entering online Bid
Submission stage of the tender schedule.
6.2 Bidders Tool Kit link (detailed Help documents, designed for bidders)
has been provided on e-Tendering website in order to guide them to
use e-Tendering website.
6.3 All contractors interested in participating in the online e-Tendering
process are required to obtain Class II or Class III Digital Signature
Certificates. The tender should be prepared & submitted online
using individual’s digital signature certificate
6.4 The Contractors participating first time for e-Tenders on GoM e-
tendering portal will have to complete the Online Registration
Process for the e-Tendering portal.
6.5 If any assistance is required regarding e-Tendering
(registration/upload / download) please contact GoM e-Tendering
Help Desk on number: 020 – 25315555.
7. Bidding Process
The Bidder is expected to carefully go through all instructions,
forms, terms, conditions and specifications in the Tender Documents.
Failure to furnish information required as per the tender documents or
submission of a tender offer not substantially responsive in every respect
to the tender documents will be at the Bidder 's risk and may result in
rejection of its tender offer.
7.1. Submission of Tender a) The bids shall be uploaded online on the website
https://mstd.maharashtra.etenders.in b) The non-refundable Tender Fee at Rs. 1000/- should be paid by the
bidder online.
c) Earnest Money Deposit (EMD):
i) The EMD at Rs. 25,000/- should be paid online by the bidder.
ii) The EMD of all unsuccessful Bidders would be refunded by the Department after the selection of L1. The EMD, for the amount mentioned above, of the successful Bidder would be returned
12
upon submission of Performance Bank Guarantee for an amount equal to 10% of Total Contract Value in the format provided in Annexure-X. No interest will be paid by the Department on the EMD amount and EMD will be refunded to the all Bidders (including the successful Bidder) without any accrued interest on it.
iii) The Bid submitted without EMD, mentioned above, will be summarily rejected.
iv) The EMD may be forfeited if a Bidder withdraws the Bid during the period of Bid validity. In case of successful bidder, the EMD may be forfeited if the Bidder fails to execute the agreement / contract within 10 days from the date of the issue of the work order or to submit Security Deposit as specified in the terms and conditions.
v) If any bidder is exempted from submission of EMD and Performance Security by Government of Maharashtra, documentary evidence in this regard should be furnished along with Technical Bid.
7.2 Technical Bid
The Technical Bid shall contain scanned copies of following
documents. Original copies shall be kept ready at the time of opening
of the tender.
(A) The list of documents to be submitted online with the Technical Bid are as follows:
(i) The bidder shall submit “Technical Bid form” as per Annexure - III.
(ii) No relation Certificate as per Annexure –VII.
(iii) Tender offer form duly filled in. (Annexure-I)
(iv) Bidders Authorization Certificate. (Annexure - II)
(v) Not blacklisted and EMD/Security deposit/Bank guarantee not forfeited certificate as per (Notarized Affidavit) (Annexure – IV)
(vi) Bidder's profile / Details of Bidder (Annexure - V)
(vii) Documents supporting the Minimum Eligibility Criteria as mentioned in paragraph (5.1)
(B) The Technical Offer (T.O.) shall be complete in all respects and contain all information asked for, except prices. It shall not contain any price information.
(C) All the documents submitted along with Tender should be certified by the Competent Authority.
13
(D) Language of proofs: In case any of the document submitted is in a language other than Marathi or English, a certified copy of translation of the same in Marathi or English should be enclosed and the translation be also certified by the professional who has otherwise certified the said proofs.
F) A letter of acceptance of terms and conditions of the tender.
7.3. Commercial Bid:
(1) All financial offers must be prepared and submitted online only.
(2) The unit rate to be quoted shall remain firm without the price variation clause. The bidders should not claim for any price variation / escalation.
(3) The bid submitted with a price variation/escalation clause will be treated as non- responsive and rejected.
(4) Bid / rates quoted by the bidder shall remain valid for 90 days from the date of opening of Commercial Bids for the purpose of acceptance and award of work; validity beyond 90 days from the date of opening shall be by mutual consent. No price variation / cost escalation is accepted.
(5) The rates quoted by the bidder should be inclusive of all the tax applicable, levies, GST, transit, insurance and freight and any other statutory levies, etc.
(6) The Income Tax TDS and any other taxes or charges as applicable will be deducted at source by the MGSTD from the successful bidder while making the payment.
(7) The bidder should quote the rates for the items specified in the scope of work. The bids shall be submitted in Annexure-VIII. The bids submitted other than in above said Annexure-VIII shall be summarily rejected.
7.4. Terms and Conditions:
7.4.1 Erasures or Alterations and Signing of Tender Offers
The original and a copy of the Tender Offer shall be typed or written
in ink and shall be signed by the Bidder or a person or persons duly
authorized in writing to bind the Bidder to the Contract. All pages of
the Tender Offer, except for un amended printed literature, shall be
initialed by the person or persons signing the Tender Offer. The
Tender Offer shall contain no interlineations, erasures or overwriting
14
except as necessary to correct errors made by the Bidder, in that
case such corrections shall be initialed by the person or persons
signing the offer.
7.4.2 Completeness of Technical Offer
Technical details must be completely filled up. Filling up of the
Technical Detail Form using terms such as “OK”, “accepted”, “noted”,
is not acceptable. The MGSTD shall treat offers not adhering to these
guidelines as unacceptable.
7.4.3 Information about Bid Process
For the smooth bid process, the information regarding bid process
shall be displayed only on website
https://mstd.maharashtra.etenders.in as and when required. All
the prospective bidders are suggested to take cognizance of the
same.
7.4.4 Submission of Tender Offers
Tender offers shall be uploaded on or before 07/05/2018 till 5.00
pm. MGSTD may, at its discretion, extend this deadline for
submission of offers by amending the Tender Documents. In that
case all rights and obligations of the purchaser and bidder previously
subject to the deadline will thereafter be subject to the deadline as
extended. Offers received through Email, Telex, Fax, cable will be
rejected.
7.4.5 Late Tender Offers
Any tender offer received by the agencies after the deadline
prescribed for submission of the same, pursuant to the clause above,
will not be entertained.
7.5 Opening of Bids
The bids will be opened in the presence of representatives of bidders
(if present) on or after 08/05/2018 at 11.00 am. Only one
representative per bidder shall be permitted to attend along with the
Letter of Authority as per Annexure ‐ IX. Technical Bid will be
opened then it will be handed over to the duly constituted Tender
Evaluation Committee (TEC) for evaluation. The financial details of
technically qualified bids shall be opened in the presence of bidder’s
representatives [only one per bidder (if present)] on a date and time
duly notified.
15
7.6 Evaluation of Bids
a) Preliminary Scrutiny
i) The first process for the TEC is to examine the eligibility of the bidders as per the tender specifications. Bids of the agencies, not satisfying the eligibility criteria shall be rejected and no further
evaluation of such bids will be done.
ii) Prior to the detailed evaluation, MGSTD will determine the substantial responsiveness of each offer to the bid documents. For
the purpose of this clause, a substantially responsive bid is one
which is in conformity with all the terms and conditions of the Tender Documents without any material deviations. The MGSTD determination of a bidder’s responsiveness will be based on the contents of the bid itself without recourse to extrinsic evidence.
iii) MGSTD reserves the right to waive any minor infirmity or irregularity in a bid or withdraw / relax any of the terms and conditions
mentioned above, if it is in the interest of the MGSTD. The decision of MGSTD in this regards shall be final and binding on all Bidders.
iv) MGSTD will not accept conditional Bids. v) MGSTD reserves the right to accept or reject any tender offer, and to
annul the tendering process and reject any/all tenders at any time
prior to award of contract, without thereby incurring any liability
towards the affected Bidder(s) or any obligation to inform the affected Bidder(s) of the grounds for the MGSTD action.
b) Technical Evaluation
i) For the agencies which meet the pre-qualification criteria, the TEC would examine the technical details and may ask for additional supporting information from the bidders if required. On request from the TEC, the bidding agencies may have to produce additional
supporting information. To speed up the tender process, MGSTD at its discretion may ask for any technical clarification to be submitted
by means of facsimile/ email: [email protected] by the Bidder. In such cases, original copy of the document describing the technical clarifications must be sent to MGSTD by means of courier / in person. The time limit, in which the bidders’ have to submit
additional information, shall be decided by the TEC and its decision shall be final in this regard. Bids of the agencies failing to adhere to the specified time limit shall be rejected.
ii) MGSTD reserves the right to testify the proposed managerial staff before technically qualifying the contractor if required. In such case
16
this proposed managerial staff will have to be present in front of the TEC at Mazgaon on an earliest convenient date.
iii) MSGTD reserves the right to visit the office at the address as mentioned by the bidder in the technical bid.
iv) MGSTD reserves the right of disqualifying such bidders who have a
record of not meeting contractual obligations against earlier contract
or effected any fraud or corrupt practice during execution of contract
entered with MGSTD or other departments/offices of State central
government.
c) Financial Bid Evaluation (FBV)
i) Financial Bids of only the technically qualified bidders will be considered.
ii) A Tender Evaluation Committee (TEC) would scrutinize the financial bids. The bids, found lacking in strict compliance to the financial bid format shall be rejected.
iii) The L1 financial bid for all items will be considered for awarding the work. In case one of quote either is L1 & other is not, then the combined L1 value arising out of summation of all items mentioned therein scope of work will be considered as L1.
iv) If two or more bidders quote the same rate, then the L1 will be decided on the basis of following criteria. The weightage will be
given on the basis of various criteria in the following sequence: A) Mumbai based organization.
B) Experience of working with Government Organization/ Undertaking.
C) More duration of experience of working in this sector.
D) History of the company.
E) Any other criteria decided by the Tender Evaluation Committee.
v) Decision of the Bid Evaluation Committee in respect of evaluation of bids and deciding the L1 bidder, as above, will be final.
d) Award of contract:
i) Selected bidder will have to complete contract formalities in 10 days. In case the selected bidder (L-1) does not respond or is unable to complete formalities the EMD will be forfeited and name of the bidder will be conveyed to the registering department of State or Central Government. In such case bidder next in merit (L2) will be given offer in writing and will have to complete formalities as mentioned above. In such a manner MGSTD may give offer up to third bidder (L3) in merit. However, the right of
17
decision regarding giving offer to second or third bidder is reserved with the special State Tax Commissioner, MGSTD.
ii) The selected bidder shall give security deposit of 10% of Contract value in the form of Performance / Security Bank Guarantee as per Annexure‐X, from a Nationalized Bank/ scheduled bank for
the duration of warranty period and extended period of 3 months, if any, in favor of Establishment Officer, Office of the Dy. State Tax Commissioner (Public Relations), Mumbai. On receipt of bank guarantee towards security deposit the EMD of other bidders will
be returned without any interest.
iii) MGSTD reserves the right to invoke the security deposit without assigning any reasons if performance of the contractor is not found up to the mark.
e) Resolution of Disputes:
i) The department and the contractor shall make every effort to resolve disputes amicably, by direct negotiation, any disagreement or disputes arising between them under or in connection with the any of the terms and conditions of the contract.
ii) If within 30 days from the commencement of such negotiations,
the department and the bidder have been unable to resolve
dispute amicably, either party may refer it for resolution to the
State Tax Commissioner, Maharashtra State who will decide it on
merit.
iii) An appeal against the order passed by the State Tax Commissioner, Maharashtra State may be referred to the Addl. Chief Secretary (Finance), Government of Maharashtra as a sole arbitrator whose decision shall be final and binding on both the parties.
18
ANNEXURE - I
TENDER OFFER FORM (TOF)
Date: _________
Tender Reference No.:
To The Special State Tax Commissioner,
Maharashtra State, Mumbai. GST Bhavan, 3rd floor, New Building, Balwant Singh Dhodi Marg, Mazgaon, Mumbai-400 010.
SUBJECT: - Tender document for participation in the tender process for repairs of Compactors (File Storage System).
Having examined the tender documents including all Annexures the receipt of which is hereby duly acknowledged, we, the undersigned, offer to work as Contractor / Service Provider as mentioned in the Nature & Scope of the work as required by The Special State Tax Commissioner, Maharashtra State, Mumbai in conformity with the said tender documents. I/We declare that we are an established service Provider in the area of _________________________________________ under the name and style of _____________________________________________________________________________________ We declare that we are equipped with adequate manpower and equipment required for providing the services as per the parameters laid down in the Tender Document and we are prepared for presenting our capability and preparedness before
the representatives of the State Tax Department. I/ We undertake that the Prices are in conformity with the specifications prescribed. The quote is inclusive of all costs
(including GST) likely to be incurred for providing the service. I/ we undertake, in the event of acceptance of our bid, the services shall be provided as stipulated in the schedule to
the Bid Document and that we shall perform all the incidental services. If our Bid is accepted, we shall submit the performance guarantee in the form of bank guarantee in a sum of 10% of the Contract value for the due performance of the Contract during the Contract period at the time of signing of Agreement in
the Form prescribed by the Tendering Authority. I / We agree to abide by this Bid for the period up to ____________ and it shall remain binding upon us and may be
accepted at any time before the expiry of that period. Until a formal contract is prepared and executed, this Bid offers, together with your written acceptance thereof and your
notification of award shall constitute a binding contract between us. We understand that you are not bound to accept the lowest or any offer you may receive. We
agree to the terms and conditions mentioned in the Tender Document.
Dated this ____ day of ________________Signature: ________________________________
(In the Capacity of :) ____________________________
Duly authorized to sign the tender offer for and on behalf of
19
ANNEXURE - II
BIDDER'S AUTHORISATION CERTIFICATE
To,
The Special State Tax Commissioner, Maharashtra State, Mumbai., GST Bhavan, 3rd floor, New Building, Balwant Singh Dhodi Marg, Mazgaon, Mumbai-400 010.
Bidder's Name_______________________________________________________(Designation)_____________________ is
hereby authorized to sign relevant documents on behalf of the Company in dealing with Tender of reference (Tender No. and
Date) _____________________________________. He is also authorized to attend meetings and submit Technical and
Commercial information as may be required by you in the course of processing above said tender.
Thanking you,
The specimen signature of the authorized person is as: -
Authorized Signatory
<Name>
Seal
This tender document is not transferable
20
Annexure- III
TECHNICAL BID FORM
Tender No. ……………………………. Date …………….
To.
The Special State Tax Commissioner,
Maharashtra State, Mumbai.
S No Particulars Page
No.
1 Tender Fee online of Rs.1000/-
2 Earnest Money Deposit online of Rs. 25,000/-
3 Registration Certificate of
A. Company Act Registration, if any
B. Shops & Establishment Act Registration
C. Goods & Service Tax Registration
4 PAN Card No.
5 Income Tax return for last 3 years i.e.
2014-15
2015-16
2016-17
6 Audited Annual Financial Statements (Balance Sheet and Profit Loss Account and
its schedules and annexures)
2014-15
2015-16
2016-17
7 Turnover for last 3 years
2014-15 Rs.
2015-16 Rs.
21
S No Particulars Page
No.
2016-17 Rs.
8 Experience Certificate / Work Order in last three years in central Govt./ State
Govt. or Govt. undertaking or any private organisation with actual payment bills.
2014-15
2015-16
2016-17
9 No Relation Certificate
10 Under taking on a stamp paper that the bidder hasn’t been black listed, EMD or
Security Deposit not forfeited, not involved in fraud / corrupt / unethical
practices
11 Performance Statement
12 Any other documents to prove minimum eligibility criteria.
13 Any other documents please specify.
Yours truthfully
Name ________________________________
Address ______________________________
Telephone ____________________________ Seal of the firm _________________________ Date :
22
ANNEXURE - IV
SELF-DECLARATION (NOTARIZED AFFIDAVIT)
Ref.............. Date: -
To,
The Special State Tax Commissioner, Maharashtra State, Mumbai., GST Bhavan, 3rd floor, New Building, Balwant Singh Dhodi Marg, Mazgaon, Mumbai-400 010.
In response to the tender No _________________________ Dated _________________ as an owner/partner /
Director of ______________________ I / We hereby declare that our Contractor ______________ is having
unblemished past record and neither contractor of his any employee was / were involved in any corrupt and fraudulent
practices in the course of execution of any work order. Further, the contractor was not declared ineligible for corrupt and
fraudulent practices either indefinitely or for a particular period of time. I / We further declare that
2. I / We M/s___________________ (Name of the Company) are not blacklisted in any State / Central Government Department / Public Sector Undertakings.
3. I / We further undertake that our partner M/s ______________________ (Name of Contractor) having office are also not blacklisted in any State / Central Government Department / Public Sector Undertakings. I / We hereby declare that there are no pending cases against M/s______________________ (Name & Address of Bidder) with Government of Maharashtra or any other court of law.
4 I / We hereby declare that Bidder’s company Partners / Director/Owner of the company have not been declared by any Court
or Competent Authorities as insolvent or involved in any fraudulent activities (Economical & Criminal) as on 1st July, 2017.
5 I / We hereby declare that my EMD/Security Deposit/Performance Security Deposit is not forfeited by MGSTD or any State / Central Government Department or Govt Undertakings under any tender.
Name of the Bidder: -
Signature: -
Seal of the Organization: -
23
ANNEXURE - V
BIDDERS PROFILE
Please ensure that your response clearly answers all the questions. If you use additional schedules or documentation to support your response, make sure that they are clearly cross-referenced to the relevant question.
1. General Profile of the Company/Firm :-
(1) Name and Address of the Company/Firm
(2) Address with Telephone Nos., Fax, E-mail and Website (For Correspondence)
(3) Type of Firm / Company, etc (Sole proprietor-ship/partnership firm / Pvt. limited company / Public Limited)
(4) Name of the sole proprietor/ partners/ Director(s) of Pvt. Ltd Co./Directors of Pub. Ltd. Co. [If applicable]:
Sr. No. Name Designation
1
2
3
4
(5) Name of the person authorized to enter into and execute contract/ agreement and the capacity in which he is authorized
(6) Address of Offices situated at different locations in Maharashtra
(7) Details of the Bidder’s Bank for effecting e-payments
Account No.
IFSC Code
Bank & Branch
(8) Infrastructure facilities
(9) Turn over for last three years (Audited Annual Accounts and Annual Reports of three accounting years to be submitted)
24
2014-15
2015-16
2016-17
(10) PAN NO.
(11) Goods & Services Tax Registration Number
(12) Address of office at Mumbai, Navi-Mumbai or Thane, if any.
(13) Premises / space available in square feet
2. Name, address and Telephone Number (office, Residence, Mobile) of the Contact Person to whom all References shall be regarding this tender:
Sr.
No. Name of the Person Qualification Designation Contact No. Email id
1
2
3
4
5
Date: -------------- Name of the Bidder: -
Place: ------------- Signature: -
Seal of the Organization
25
ANNEXURE - VI
Performance Statement
The details of past or currently ongoing contracts like this
(For a period of last Three years 2014-15,2015-16 & 2016-17):
S.N. Name and Address of
the client with Tel. No. Contact Person and
Contact Number No. & Date of
Work Order
Date of
completion of
contract
Total Value of the
Contract (In Rs.)
(Separate pages may be taken to elaborate the work orders executed).
Note: - Please enclose Work-orders along with completion certificates / client's testimonial given by concerned organisations for whom services has been provided.
Date: -------------- Name of the Bidder: -
Place: ------------- Signature: -
Seal of the Organization
26
Annexure – VII
NO RELATION CERTIFICATE
I................................................................................... S/O..................................................................
R/O ............................................................................. .... hereby certify that none of my relative(s), directly or indirectly, is/are employed in Department of Goods & Services Tax, Maharashtra State as per details given in tender document. In case at any stage, it is found that the information given by me is false incorrect, MGSTD shall have the absolute right to take any civil or criminal action as deemed fit / without any prior intimation to me”.
Signed...............................................
For and on behalf of the Contractor
Name (caps)......................................
Position.............................................
Date..................................................
27
Annexure- VIII-A
FINANCIAL BID FORM
Tender No. ………………………… Date :………………..
To,
The Special State Tax Commissioner,
Maharashtra State, Mumbai.
Ph : 022-23760999/0003
Fax : 022-23760870
Email : [email protected]
Dear Sir,
1. Having Read and Understand the conditions of services of repairs to be provided in respect to the compactors, I/we, undersigned, offer to provide service of repairs in conformity with the conditions of contract and specifications shown in the Annexure VIII-B attached herewith and made part of this Bid.
2. Financial Bid for the services as per this tender is fixed cost for the items specified in the scope of work.
3. I/We undertake, to enter into an agreement within Ten days of being called upon to do so and bear all expenses including charges for stamps etc. and agreement will be binding on us.
4. If our Bid is accepted, we will submit demand draft/ the guarantees of a Nationalized Bank for a sum not exceeding 10% of the contract sum for the due performance of the Contract.
5. We agree to abide by this Bid for a period up to 150 days from the date of opening commercial bid and it shall remain binding on us.
6. Until an agreement is signed and executed, this Bid together with your written acceptance and award of contract shall constitute a binding contract between us.
7. We understand that you are not bound to accept the lowest or any bid, you may receive.
Dated this ……………………….. Day of ………… 20................
Signature of …………………………………………In capacity of…………………
Duly authorized to sign the bid for and on behalf of ………………………………….
Witness …………………………………………………… ………
Address ………………………………………………………………
Signature Signature of Tenderer
28
Annexure VIII- B
Price BID Schedule as per items of Nature & Scope of Work
Sr.
No.
Description of the Work Quantity Rate
(Rs.)
Amount
(Rs.)
1 Repairing and servicing of compactor (File storage unit) includes but not limited to replacement of damaged spares
with good one, tinkering work,
overhauling, greasing etc., to make the units fully operational. The detailed list as per annexure XI.
1012 Bodies (approx.)
2 Dismantling of compactor bodies & rails
Lumsum
3 Assembling of compactor bodies & rails
Lumsum
Note:
1) The bidders are advised to ensure that they visit the site for full
inspection of the compactor and understand the nature/quantum of
works involved before submitting their tenders. Claims arising out of
tenders quoted without site inspection for whatsoever reason will not be
entertained.
2) The above quoted charges are inclusive of all taxes, duty, levies
(including GST).
3) Up to 5 % variation in quantity of material or service of the quantity
mentioned in Annexure-XI shall not be paid extra other than above
quoted rates.
4) If the commercial quotes for providing the services of repairs are not found
to be practically commercially feasible, then the proposal shall not be
accepted.
Date: -------------- Name of the Bidder: -
Place: ------------- Signature: -
Seal of the Organization
29
Annexure-IX
LETTER OF AUTHORISATION FOR ATTENDING BID OPENING
(To reach on __________ or before date of bid opening)
To,
The Special State Tax Commissioner,
Maharashtra State, Mumbai.
Ph : 022-23760999/0003
Fax : 022-23760870
Email : [email protected]
Sub: Authorization for attending bid opening on _________ (date) in the Tender of______________________________________________
Dear Sir,
Following person is hereby authorized to attend the bid opening for the tender mentioned
above on behalf of ___________________________________ (Bidder).
Name Specimen Signature
I.
Alternate Representative Name
Specimen Signature
I.
Signature of Bidder
Or
Officer authorized to sign the bid Documents
on behalf of the bidder
NOTE:
1. Maximum of one representative will be permitted to attend bid opening. Alternate
representative will be permitted when regular representatives are not able to attend.
2. Permission for entry to the hall where bids are opened may be refused in case
authorization as prescribed above is not received.
30
Annexure- X
PERFORMANCE SECURITY BOND FORM
1. In consideration of Department of Goods & Services Tax, Maharashtra State (here in after called
the MGSTD) having agreed to exempt ______________ (here in after called the said contractor(s) from
the demand of security deposit of Rs.____________ on production of Bank Guarantee for Rs.
____________ For the due fulfilment by the said contractors of the terms and conditions to be contained
in an Agreement in connection with the contract for repairs of Compactors (File Storage System)
______________________ we, (name of the Bank) ____________________________ (here in after
referred to as “the Bank”) at the request of ____________________________________ Contractor’s do
hereby undertake to pay to the MGSTD, __________________an amount of not exceeding
_______________against any loss or damage caused to or suffered or would be caused to or suffered by
the MGSTD, ______________ by reason of any breach by the said contractor of any of the terms and
conditions contained in the said agreement.
2. We (name of the bank) ________________________________________do hereby undertake to
pay the amounts due and payable under this guarantee without any demur,
merely on a demand from the MGSTD, ____________________ stating that the amount claimed is due
by way of loss or damages caused to or would be caused to or suffered by
the MGSTD, ________________ reason of breach by the said contractor of any of the terms and
conditions contained in the said agreement or by reason of the contractor failure to perform the said
Agreement. Any such demand made on the bank shall be conclusive as regards the amount due and
payable by the bank under this guarantee where the decision of the MSTD, _______________ in these
counts shall be final and binding on the bank. However, our liability under this guarantee shall be
restricted to an amount not exceeding Rs_____________ ______________ ____________
________________.
3. We undertake to pay to the MGSTD, ____________________________ any money so demanded
not withstanding any disputes raised by the contractor(s) / supplier(s) in any suit or proceeding pending
before any court or tribunal relating thereto our liability under the present being absolute and equivocal.
The payment so made by us under this bond shall be valid discharge of our liability for payment there
under and the contractor(s) / supplier(s) shall have no claim against us for making such payment.
31
4. 4. We (name of the bank) _________________________ ____________ further agree that the guarantee herein contained shall remain in full force and effect immediately for a period of one year from date herein and further agrees to extend the same from time to time (one year after) so that it shall continue to be enforceable till all the dues of the MGSTD, ____________ under or by virtue of the said agreement have been fully paid and its claims satisfied or discharged or till MGSTD, ___________ certifies that the terms and conditions of the said agreement have been fully and properly carried out by the said contractor(s) and accordingly discharges this guarantee.
5. We (name of the bank) further agree with the MGSTD,________ that the MGSTD,________
shall have the fullest liberty without our consent and without affecting in any manner our obligations
here under to vary and of the terms and conditions of the said agreement or to extend time of
performance by the said contractors(s) from time to time or to postpone for any time to time any of the
powers exercisable by the MGSTD,_________ against the said contractor(s) and to forbear or enforce
any of the terms and conditions relating to the said agreement and we shall not be relieved from our
liability by reason of any such variation, or extension being granted to the said contractor(s) or for any
forbearance, and or any omission on the part of the MGSTD, _________ or any indulgence by the
MGSTD,____________ to the said contractor(s) or by any such matter or thing whatsoever which
under the law relating to sureties would, but for this provision, have effect of so relieving us.
6. This guarantee will not be discharged due to the change in the constitution of the Bank or the
contractor(s) supplier(s).
7. This guarantee shall be irrevocable and the obligations of the Bank herein shall not be conditional to
any prior notice by MGSTD.
8. To give effect to this guarantee it shall be competent for the MGSTD to act as though the bank, where
the principal debtor.
9. It is hereby expressly agreed and declared that this guarantee and the powers and provisions herein
contained are in addition to and not by way of limitation of or substitution for any former or any other
guarantees or guarantee hereto for given by the bank to the Maharashtra State Horticulture &
Medicinal Plant Board and now existing un-cancelled and that this guarantee is not intended to and
shall not revoke or limit such other guarantee or guarantees.
10. We ---------- (name of bank with address) lastly undertake not to revoke this guarantee during its
currency except with the previous consent of the MGSTD in writing.
11. We ----------------- (name of bank with address) further agree with the MGSTD that the MGSTD shall
have the fullest liberty without our consent and without affecting in any manner our obligations
hereunder to vary any of the terms and conditions of the said tender documents or to extend time of
32
performance by the said contractor from time to time or to postpone for any time or from time to
time any of the powers exercisable by the MGSTD against the said contractor and to forbear or enforce
any of the terms and conditions relating to the said tender documents and we shall not be relieved
from our liability by reasons of any such variation or extension being granted to the said contractor or
for any forbearance act or omission on the part of the MGSTD or any indulgence by the MGSTD to the
said contractor or by any such matter or thing whatsoever which under the law relating to sureties
would but for this provision have effect of so relieving us.
12. Notwithstanding anything contained herein: Our liability under this bank guarantee shall not exceed
Rs………….. (Rs…………… only) This bank guaranty shall be valid up to ………… from…………
We are liable only to pay the guaranteed amount or any part thereof under this bank guarantee only
and only if you serve upon us a written claim or demand on or before………………….This guarantee shall
automatically be cancelled on ……………… not withstanding that the original guarantee documents may
not be returned to us by you.
This guarantee shall automatically be cancelled on …………. Not with standing that the original guarantee
documents may not be returned to us by you.
Dated : _____________________
For ________________________
(Indicating the name of the bank)
N.B.: This guarantee should be issued on non-judicial stamped paper, stamped in accordance the stamp
act.
33
ANNEXURE - XI
Tentative Material List
Sr. No. Item Description Quantity
1 Rail Channel 3 Ft 1
2 Rail Channel 6 Ft 18
3 Rail Channel 9 Ft 34
4 Compactor under structure Bearing 584
5 Dismantling of Compactor bodies & rails 556
6 Assembling of Compactor bodies & rails 556
7 Compactor bodies under structure overhauling,
greasing, tinkering, etc. 1012