Upload
others
View
0
Download
0
Embed Size (px)
Citation preview
nwjHkk"k @ PH% 25734381, 25745044
QSDl @ FAX% 25731762
bZ&esy @ email% [email protected]
oSc @ web% www.esic.nic.in, www.esicdelhi.org.in
deZpkjh jkT; chek fuxe
Employees State Insurance Corporation {ks=h; dk;kZy;&fnYyh] Regional Office - Delhi
jktsanz Hkou] jktsanz Iysl] Rajender Bhawan, Rajender Place
ubZ fnYyh& 110008] New Delhi – 110 008
N.o-11/D/18/2017/Stationary/Genl. Dated:- 23.06.2017
To
-----------------------------------
-----------------------------------
-----------------------------------
Subject:- Limited Tender for supply of Stationary Items-reg.
Sir,
Limited tenders under two bid systems are invited from manufacturers/distributors/ authorized
dealers, for supply of stationery items to ESIC, Regional Office, Delhi. If you are interested to bid for
the same, please upload the bid at https://esictenders.eproc.in latest by 28/07/2017 up to 14:00 Hours.
Regional Director
Encl:- Tender Documents.
nwjHkk"k @ PH% 25734381, 25745044
QSDl @ FAX% 25731762
bZ&esy @ email% [email protected]
oSc @ web% www.esic.nic.in, www.esicdelhi.org.in
deZpkjh jkT; chek fuxe
Employees State Insurance Corporation {ks=h; dk;kZy;&fnYyh] Regional Office - Delhi
jktsanz Hkou] jktsanz Iysl] Rajender Bhawan, Rajender Place
ubZ fnYyh& 110008] New Delhi – 110 008
NOTICE INVITING e-TENDER (2017-18)
1. The Regional Director invites E–tenders in two bid system through e-procurement solution from interested
and eligible tenderers of Rate Contract for supply of Stationary items for a period of 01 year.
Name of Rate
Contract
Earnest Money
Deposit (EMD)
Estimated cost Last Date of
Receiving of
E-tender bids
Date of Tender Opening of
Technical Bid
Date of
Checking
Samples
Stationary & Store
Items
Rs.20,000/- in the
form of Demand
Draft/Banker Cheque
of any
nationalised
Bank drawn in
favour of “ ESI
fund A/C No.1”
payable at New
Delhi
Rs.10,00,000/-
per year
28/07/2017
at 14:00 hours
ESI Corporation,Regional
Office, Rajendra Bhawan,
Rajendra Place New Delhi at
15:00 hours on 28/07/2017.
10/07/2017
to
14/07/2017
2. The interested tenderers should upload tender form and their bids along with scanned copies of all the
relevant certificates, documents, etc. in support of their technical & price bids – all duly signed – on the
https://esictenders.eproc.in latest by 28/07/2017 upto 14:00 Hours.
3. Tender documents is also available for viewing on the 'tenders' link of the website Employees' State Insurance
Corporation i.e. http://www.esic.nic.in, http://www.eproc.gov.in, https://esictenders.eproc.in &
http://www.esicdelhi.org.in.
4. Any Corrigendum to this tender will be notified through the aforesaid websites only. Selection of the
successful bidder will be at the sole discretion of the Regional Director, Regional office, Delhi who reserves the
right to accept or reject any or all the proposals without assigning any reasons.
Regional Director
Important Instructions for Bidders
All bidders/contractors are required to procure Class-IIIB Digital Signature Certificate (DSC) with Both DSC Components i.e. Signing & Encryption to participate in the E- Tenders.
Bidder should get Registered at https://esictenders.eproc.in.
Bidders can contact our Helpdesk at https://esictenders.eproc.in/html/Support.asp Bidder needs to submit Bid Processing Fee charges of Rs. 2495/- (non-refundable) in the form of Demand Draft from any scheduled bank, in favour of M/s. C1 India Pvt. Ltd. payable at New Delhi for participating in the Tender. Along with the Demand Draft, Bidder needs to send a covering Letter mentioning about the Payment Details, Company Name, Address, Payment towards ESIC Bid Processing Fees (Mention the Tender ID and Tender Title). The payment should reach at the below mentioned address, one day before the due date and time of Bid Submission:
Kind Attn: Mr. Mohit Chauhan C1 India Pvt. Ltd. 301, Gulf Petro Chem Building, 1st Floor, Udyog Vihar, Phase – 2, Gurgaon, Haryana – 122015 Note: Payment will be approved only after physical receipt of Demand Draft.
HELPDESK NUMBERS ARE OPEN BETWEEN 09:30 HRS to 18:00 HRS IST
MONDAY TO FRIDAY (Exclusions: HOLIDAYS)
Please email your issues at [email protected].
before you call helpdesk.
This will help us serving you better.
Contact Nos. and email IDs of helpdesk officers:
Name Email Phone Numbers
1. Mr. Elavarasan Raghunathan [email protected] +91-022-66865600/10/11/
+91-8655995550
2. Ms. Anjali Thombare [email protected] +91-022-66865600/10/11
3. Mr. Ashish Kumar [email protected] +91-0124-4302035/
+91-9971556555
4. Mr. Vijay Kalra [email protected] +91-0124-4302034/
+91-9711770455
5. Mr. Saurav Gautam [email protected] +91-124-4302037/
+91-9911874555
6. Mr. Partha Ghosh [email protected] +91-8811093299
7. Mr. Mohit Chauhan [email protected] +91-124-4302033
(Payment related queries only)
FOR ESCALATIONS CONTACT
Name Email
1. Mr. Ashish Goel [email protected]
2. Mr. Nimesh Bhardwaj [email protected]
3. Mr. Achal Garg [email protected]
INSTRUCTIONS TO THE BIDDERS
1. Definitions
(i) „‟The Purchaser‟ means the ESIC, Regional Office, Delhi.
(ii) “The bidder‟‟ means the individual or firm who participates in this tender and submits bid/
(iii) “The supplier” means the individual or firm supplying the goods under the contract.
(iv) “The contract price” means the price payable to the supplier under the Purchase order for full
and proper performance of its contractual obligation.
2 The bidder(s) is/ are expected to examine all instructions, forms and terms & conditions
contained in the bid document. Failure to furnish all information required as per the bid document or
submission of bid not substantially responsive to the bid documents in every respect will be at the
bidders‟ risk and may result in rejection of the bid.
2.1 The estimated value of tender is Rs. 10 lakhs approximately.
2.2 Scope of work
Supply of stationery & Store items at ESIC, Regional Office, Delhi.
3. Minimum Eligibility of bidders
Bidders should-
I. Be an Indian company/firm engaged in supplying Stationery & Store items in Delhi/NCR and
having its office(Head Office/Regional/Branch Office) in Delhi/NCR.
ii. Have minimum three years of experience of supplying the said Stationery items to the
Departments/Ministries of the Government of India/Autonomous bodies.
Iii. Have minimum average turnover of Rs. 25 Lakhs per year during the last three years(valid
and certified proof has to be attached).
iv. Not have been blacklisted by the Depts. /Ministries of the Govt. of India/PSUs.
v. Registered with VAT/Income Tax (PAN)
vi. Not be blacklisted by any Govt./PSU/Autonomous Body etc.
4. Documents / Certificates
The bidders are required to submit technical bid enclosing therewith photocopies of following
documents(Documents in original should be produced for verification before signing of the
agreement), failing which their bids will be summarily rejected and will not be considered any further:
a) Registration Certificate as per existing norms (indicating the legal status –company/partnership
firm/proprietorship concern, etc.)
b) Copy of VAT/TIN Registration Certificates;
c) Copy of PAN Card;
d) Copies of Income Tax Return filed for the last three financial years;
e) Copies of audited A/c Statements i.e. Balance sheets and Profit & Loss A/c for the last three
financial years.
f) Proof of experience in supplying stationery items to Government Departments (Copies of two
Purchase Orders received from Govt. depts. / PSUs during last three years should be
enclosed)
g) Declaration regarding blacklisting or otherwise. (Annexure-I)
5 The ESIC R.O, Delhi reserves the right to amend or withdraw any of the terms and conditions
contained in the tender document or to reject any or all the tenders in whole or in part without giving
any notice or assigning any reason. Further addendum/Corrigendum if any will be uploaded on to the
website of ESIC only. The decision of ESIC, in this regard, shall be final and binding on all.
6. Rejection of incomplete and conditional tenders
The incomplete and conditional tenders will be rejected. Quoting unrealistic rates will be
treated as disqualification.
7. Non transferability
This tender is non transferable.
8. Preparation of Bids
8.1 Language of Bid
The bid prepared by the bidders and all correspondence and documents relating to the bid
exchanged by the bidder with the Purchaser shall be written in English only.
8.2 Documents comprising the bid
The bids prepared by the bidder shall comprise of (i) technical bid and (ii) the financial bid.
The financial bid shall specify the rates / prices in the format shown in the financial bid/price schedule
N.B. All the documents submitted in the bid must be legible and self attested. Otherwise the
bid is likely to be rejected.
9. Bid Prices
9.1 The rates/ prices should be quoted in Indian Rupees only in words as well as figures. If bidder
has to bid for all the categories of items for which bids have been called, failing which the bid will
be treated as non-responsive.
9.2 Rates/ should be valid for one year from the date of signing of the agreement. Rates/ prices
should remain fixed during the entire period of the contract. i.e. one year and shall not be subject
to variation on any account. However, in case of decrease in prices, the benefit shall be passed
on to the Purchaser. No claim for compensation or loss due to fluctuations or any other reasons/
causes will be entertained. A bid submitted with an adjustable price quotation will be treated as
non responsive and will be rejected.
9.3 Prices should be quoted FoD basis (Free delivery at ESIC, Regional Office, and Delhi).
10 Bid Security/ Earnest Money Deposit (EMD)
10.1 EMD of Rs. 20,000/-(Rupees Twenty Thousand Only) in the form of banker‟s cheque/
demand draft from any scheduled bank drawn in favour of “ESI Fund A/c no 1” shall be sent in
physical form to General Branch, ESIC, Regional Office, Delhi on or before 28/07/2017 by 14.00
hours.
10.2 A bid received without Bid security (EMD) shall be rejected as non-responsive at the bid
opening stage.
10.3 EMD for lesser amount / EMD not submitted in the manner prescribed will be rejected and
returned to the bidder.
10.4 The submission of EMD is compulsory for all the Bidders and no exemption will be granted for
submission of EMD in any case.
10.5 The Bid EMD of the unsuccessful bidder will be discharged/returned to them within 30 days
after finalization and award of the contract without any interest.
10.6 The bid security may be forfeited:
a) If a bidder withdraws his bid during period of bid validity specified in the bid document
b) In the case of successful bidder , if the bidder fails to :
i. sign the contract
ii. furnish the Performance security within the specified time in the document
11. Period of validity of bids
The bid shall remain valid and open for acceptance for a period of 120 days from the last date fixed for
receiving the same.
12. Deadline for submission of bids
12.1 Bids must be submitted online on or before the prescribed date and time i.e. on or before
28/072017 by 14.00 hours.
12.2 No bids will be received/ accepted after the expiry of the prescribed date and time for
submission of the bids.
12.3 The Regional Director, ESIC, Regional Office, Delhi may, at his discretion, extend the
deadline for submission of bids through the issuance of an amendment for the reasons
mentioned therein in which case all rights and obligations of the Purchaser and the bidders
previously subject to the deadlines shall thereafter be subject to the new deadline as
extended.
12.4 The responsibility for submission of the bids in time would rest with the bidder.
13 Bid Opening and Evaluation
13.1 Tender Committee shall examine/evaluate the technical bids to determine whether they (I)
fulfill the eligibility criteria, (ii) submitted the requisite documents (iii) meet the terms and
conditions specified, (iv) complied with all instructions contained therein, etc.
13.2 The online financial bids of technically qualified bidders only will be recommended for
opening and consideration.
13.3 Purchaser shall evaluate the online technical bids to determine whether they are complete,
whether documents have been furnished, properly signed and whether the bids are
generally in order.
13.4 Prior to financial evaluation, the Purchaser will determine the substantial responsive of
each bid to the bid document. For the purpose of this clause, a substantially responsive bid
is one which conforms to all the terms, conditions and specification of the bid documents
without any deviation or reservation. The determination of bid's responsiveness shall be
based on the contents of the bid itself without recourse to extrinsic evidence.
13.5 A bid determined as substantially non responsive will be rejected by the purchaser and
shall not subsequent to the bid opening be made responsive by the bidder by correction of
the non conformity.
13.6 The purchaser shall shortlist those who are eligible and filed substantially responsive
technical bids for opening of financial bid. The financial bids of unsuccessful bidders would
not be opened.
13.7 The purchaser may waive any minor infirmity or non conformity or irregularity in a bid which
does not constitute a material deviation, provided such waiver does not prejudice or affect
the relative ranking of any bidder.
14 Award of Contract
Award Criteria
The contract shall be awarded with the approval of the competent authority to the bidder/bidders
whose bid has/have been determined to be eligible and to be substantially responsive to the bid
documents and who has/have offered the lowest rate and for one or more category of items for which
bids are called provided further that the bidder has the capability and resources effectively to carry out
the contract works. In other words contract shall be awarded to the bidder for those
category/categories only for which bidder has quoted the lowest rates.
16. Right to accept / reject any or all Bids
Regional Director, ESIC, Regional Office, Delhi reserves the right to accept or reject any bid including
the lowest and to annul the bidding process and reject all bids, at any time prior to award of contract,
without thereby incurring any liability to the affected bidder or bidders or any obligations to inform the
affected bidder or bidders of the grounds for the said action.
17. Samples of the items- need for undertaking
Bidders are requested to examine the Stationery and other items in respect of which examination of
the samples is required before quoting the rates.
SUPPLY OF STATIONERY ITEMS TO ESIC, Regional Office, Delhi ON RATE CONTRACT BASIS
TERMS AND CONDITIONS OF THE TENDER
1. Application
The general conditions shall apply in contracts made by the Purchaser for the procurement of
Goods.
2. Standards
2.1 The goods supplied under this contract shall conform to the standards prescribed
specifications mentioned there against the goods in the financial bid.
2.2 The bidder should furnish the full specification of the goods such as weight, dimensions, unit,
length, colour/ shade, make/ brand etc. offered in the tender. No change shall be
permitted after opening of bids.
3. Performance Security Deposit (PSD).
3.1. PSD @ 5% of order value of the contract will have to be made within 7 days of receipt of the
communication of the selection of the bid.
3.2. PSD shall be in the form of Bank Guarantee from a Nationalized Bank and in the form provided
in the Annexure-1.
3.3. The PSD should remain valid for a period of sixty days beyond the date of completion of all
contractual obligations by the supplier including warranty/guarantee obligation, if any. EMD will
be refunded to the successful bidder on receipt of performance security. PSD will be returned to
the supplier on satisfactory completion of the contract as per terms and conditions of the tender.
3.4. PSD can be withheld or forfeited in full or in part in case the supply order is not executed
satisfactorily within the stipulated period.
4. Liquidated damages
Should the supplier fail to deliver the store or any consignment thereof within the period prescribed for
delivery, the purchaser shall be entitled to recover 2% of the value of the delayed supply with
reference to the delivery date given in the Purchase Order up to 7 days and thereafter at the rate of
five percent (5%) of the value of the delayed supply for each week of delay or part thereof subject to
maximum of 10%.
5. Force Majeure.
If, at any time, during the continuance of this contract, the performance in whole or in part by either
party of any obligation under this contract is prevented or delayed by reasons of any war of hostility,
acts of the public enemy, civil commotion, sabotage, fires, floods, explosions, epidemics, quarantine
restrictions, strikes, lockouts or act of God (hereinafter referred to as events) provided notice of
happenings of any such eventuality is given by either party to the other within 21 days from the date of
occurrence thereof, neither party shall due to such event be entitled to terminate this contract nor shall
either party have any claim for damages against other in respect of such non-performance or delay in
performance, and deliveries under the contract shall be resumed as soon as practicable after such an
event come to an end or cease to exist, and the decision of the Purchaser as to whether the deliveries
have been so resumed or not shall be final and conclusive. Further that if the performance in whole or
part any obligation under this contract is prevented or delayed by reasons of any such event for a
period exceeding 60 days, either party may, at its option, terminate the contract.
6. Termination for Default
6.1 The Purchaser may, without prejudice to any other remedy for breach of contract, by written
notice of default, sent to the supplier, terminate this contract in whole or in part ,if
a) the supplier fails to deliver any or all the goods/items within the time period(s) specified in the
P.O., or any extension thereof granted by the purchaser;
b) Supplier fails to perform any other obligation(s) under the Contract; and
c) Supplier, in either of the above circumstances, does not remedy his failure within a period of 15
days (or such longer period as the purchaser may authorize in writing) after receipt of the
default notice from the purchaser.
6.2 In the event the purchaser terminates the contract in whole or in part pursuant to para 6.1 the
purchaser may procure, upon such terms and in such manner as it deems appropriate, goods
similar to those undelivered and the supplier shall be liable to the Purchaser for any excess cost
for such similar goods. However the supplier shall continue the performance of the contract to
the extent not terminated.
7. Termination for Insolvency
The Purchaser may at any time terminate the Contract by giving written notice to the supplier, without
compensation to the supplier. If the supplier becomes bankrupt or otherwise insolvent as declared by
the competent court provided that such termination will not prejudice or affect any right of action or
remedy which has accrued or will accrue thereafter to the purchaser.
8. Set Off
Any sum of money due and payable to the supplier (including Performance Security Deposit
refundable to him) under this contract may be appropriated by the purchaser or the ESIC Regional
Office, Delhi or any other person(s) contracting through the Purchaser and set off the same against
any claim of the Purchaser or ESIC or such other person or person(s) for payment of sum of money
arising out to this contract or under any other contract made by the supplier with the Purchaser or
ESIC or such other person(s) contracting through the ESIC.
9. Settlement of disputes
All disputes differences and questions arising out of or in any way touching or concerning this
agreement or subject matter thereof or the representative rights, duties or liability of the parties shall
be referred to the sole arbitrate appointed by the Regional Director, ESIC, Regional Office, Delhi or
any person nominated by him. The arbitration shall be in accordance with the Arbitration and
Conciliation Act, 1996. The arbitrator shall be entitled to extend the time of arbitration proceedings with
consent of the parties. No part of the agreement shall be suspended on the ground of pending
arbitration proceedings New Delhi.
10. Mode of Payment
10.1 Payment against Bill / Invoice shall be released only after execution of the supply order and the
quality of the items are found to the satisfaction of the ESIC. Payment will be made direct to the
supplier through RTGS only.
10.2 No request for other mode of payment will be entertained. No advance payment will be made
in any case.
11. Change in quantity
Quantity given in the financial bid is approximate. It may likely to vary.
12 Purchaser’s Rights
12.1 The ESIC reserves the right to accept/reject any or all the Bids in whole or in part and annul the
bidding process without assigning any reason whatsoever.
12.2 The ESIC reserves the right to award the contract to more than one Bidder.
12.3 The ESIC reserves the right to relax/withdraw any of the terms and conditions mentioned in the
Tender Document so as to overcome any problem encountered during the selection of the
bidders and also during the course of the execution of the contract.
12.4 If a firm after award of the contract violates any of the terms and conditions, fails to honour its
bid without sufficient grounds and within reasonable time it shall be liable for blacklisting for a
suitable period. EMD/performance security shall be forfeited.
13. Delivery
13.1 The delivery of the product has to be staggered over the year as per the need. In case, the
firm fails to supply the required quantity within 5 working days from the receipt of supply order, the
material will be procured from other sources and the difference of cost, if any, will be recovered from
Performance Security Deposit (PSD) by issuing notice and necessary action for blacklisting the firm
will also be taken.
13.2 The Inspection Team or the officer so nominated of ESIC, Regional Office, Delhi shall inspect
the items on receipt to examine whether the items supplied are in conformity with the sample
approved in terms of quality, size, colour, shade, dimensions, etc. before issuance of the same to the
officers/ staff of the Purchaser. In case the inspection team or the officer so deputed as the case may
be, rejects the consignment for not conforming to the approved sample the supplier has to replace the
consignment ensuring conforming to the approved sample within the given time.
14. Penalty for substandard / inferior quality.
14.1 If it is found that items are fake or of sub-standard quality and not conforming to the required
specifications, the firm, will have to replace the fake/sub-standard items with genuine ones
immediately but they will also be liable to be blacklisted.
14.2 If the selected bidder/firm does not supply the items/ does not make available within the
stipulated period as may be indicated by the Purchaser, the Purchaser reserves the right to
arrange the supply from another firm and the bidder will have to reimburse the additional
expenditure, if any, incurred by the purchaser and the PSD submitted by the bidder will be
forfeited.
SUPPLY OF STATIONAERY ITEMS TO ESIC REGIONAL OFFICE, DELHI ON RATE CONTRACT
BASIS
Date of Opening of Technical bids : : 28/07/2017(15:00 hrs).
Date of opening of Financial bids : ----/-----/2017(15:00hrs)
TECHNICAL BID
1 Name of the bidder:
2 Address of the bidder:
3. Contact Details of the bidder:
(a) Tel. No. with STD (O)………………….. (Fax)………………….. (R)……………..
(b) Mobile No………………. …..(c)E-mail………………………..(d) Website…………….
4. Name of Proprietor/Partners/Directors of the firm/agency:
6. Bidder‟s bank and its address and his current account number:
7. Registration and incorporation particulars of the bidder indicating legal status such as company,
partnership / proprietorship concern, etc (Pl. attach copies of the relevant documents/certificates)
8. CST/VAT/Excise Duty/TIN, etc. registration details (Pl. attach copies of the relevant
documents/certificates)
9. Copies of Permanent Account Number (PAN)/Income Tax Circle/TIN of the bidder
10. Copies of Income Tax Returns filed for the last three years should be attached
11. Annual turnover for the last three years (Audited a/c statements such as P&L a/c, balance
sheets, etc for last three years should be attached)
12. Proof of experience in supplying the stationery and other items to PSUs/Govt. Depts. (Copies of
two Purchase Orders received from Govt. depts./ PSUs during each of the last three years should be
enclosed)
13. Declaration regarding blacklisting or otherwise by the Govt. Departments/PUSs as given in
Annexure -I
14. The tender document (all pages) duly signed and stamped as proof of having read the contents
therein and in acceptance thereof should be enclosed.
15. Details of Award / Certificates of merit etc, if any, received from any organization (Please attach
copy of the certificates, if any)
16. Any other information document: please specify
N.B. Bidders to ensure that all
(i) Pages have been signed and stamped by the authorized persons
(ii) Pages have been numbered
(iii) Documents are legible (clearly readable)
I/we certify that the information furnished above is true and correct. The terms and conditions are
acceptable to us.
Dated………………… Name & Address of Firm……………………………………
Authorized Signature & Seal of the Firm
Financial Bid (Schedule of Rates)
From
--------------------------------
-------------------------------
--------------------------------
To
REGIONAL DIRECTOR
ESI CORPORATION
3rd & 4th FLOOR,
RAJENDRA BHAWAN, RAJENDRA PLACE,
NEW DELHI.
Sir,
I/we have gone through, understood fully and declare that I/ we shall abide by the terms and
conditions detailed in the tender document for supply of the items required
List of items to be supplied
PLEASE QUOTE YOUR RATES
Sr. No.
Name of Items Specifications (of a unit)
Brand Quantity Rate Total Amount
(inclusive all taxes)
1 Ruled Register 1QR with page
No.
18.5x30.5cm (finished)
ordinary binding with card board,
Bharat 400 Nos
2 Ruled Register 2 QR with page
No.
18.5x30.5cm (finished), ordinary binding, with card
board
Bharat 400 Nos
3 Ruled Register, 3 QR with page No.
18.5x30.5cm (finished), ordinary binding, with card
board
Bharat 400 Nos
4 Ruled Register 4
QR with page No.
18.5x30.5cm, (finished), ordinary binding, with card
board
Bharat 400 Nos
5 A4 paper 75 GSM JK Paper 2000 Pkts
6 A6 Paper (FS) 75 GSM JK Paper 100 Pkts
7 Glue Stick/ Fevistick
15 gms Faber Castle 500 Nos
8 Note Book Short Hand
----- Neelgagan 50 Nos
9 Green Noting Sheet Pad
Left side Margin (80 gsm)
Neelgagan 1000 Nos
10 Pencil Natraj 100 Nos
11 Pencil Cutter Natraj 50 Nos
12 Pencil Eraser Natraj 50 Nos
13 Permanent Marker Black
Faber Castle 100 Pkts
14 White Tag (Small) 6” ---- 2000 Nos
15 Stapler (Small) No.10 Kangaroo 200 Nos
16 Stapler Pin(Small) No.10 Kangaroo 2000 Pkts
17 Correction Pen 7 ml Faber Castle 1000 Nos
18 Scale (Plastic) 30 cm Camel 25 Nos
19 Cello Tape(Big) Brown 2‟x 60 Shaktiman 200 Nos
20 Cello Tape(small) Brown 1/2‟x 60 meter Shaktiman 200 Nos
21 Cello Tape(Big) White 2‟x 60 meter Shaktiman 100 Nos
22 Cello Tape(small) White 1‟x 60 meter Shaktiman 100 Nos
23 Stamp Pad (Blue) 110 mm x 69 mm Fabre Castle 100 Nos
24 Stamp Pad(Red) 110mm x 69 mm Fabre Castle 10 Nos
25 Single Punch Machine
Kangaroo 200 Nos
26 Double Punch Kangaroo 50 Nos
27 Printed Envelope White (Window)
11 x 5, 80 GSM, SE-6 275M X120M
As per Sample
40000 Nos
28 Printed Envelope White (Window)
9 x 4, 80 GSM, SE-5 275M X120M
As per Sample
15000 Nos
29 Printed Envelope Craft Paper
(Without Window)
11 x 5, 80 GSM, SE-6 275M X120M
As per Sample
40000 Nos
30 Printed Envelope Craft Paper
(Without Window)
9 x 4, 80 GSM, SE-5 275M X120M
As per Sample
15000 Nos
31 Printed Envelope Yellow
10cm x 12 cm, Laminated Paper
255mm x 305 mm on 110 GSM
As per Sample
2000
32 Paper Pin Solid Head, Sharp Point, Nickel plated,
26m, length, packet of net, Weight 800 gms
Oddy Brand 50 Pkts
33 Carbon Paper 210mm330mm, Pkt of 100 sheets
Kores 30 Pkts
34 Scissors (Paper cutting)
Elite 1143 SL Kangaroo 50 Nos
35 Poker Steel As per Sample
25 Nos
36 Plastic Clip Medium As per Sample
25 Pkts
37 Post IT Pad Color flag
(stick on brand)
1x3x150 Promt flurescent
500 Pkts
38 File Cover As per Sample
20000 Nos
39 File Flap As per Sample
20000 Nos
40 Gum Paste Bottle 300 gms Kohinoor 200 Nos
41 Highlighter Pen 10 ml Reyonlds 200 Nos
42 Four Side Dak Folder/Pad
Neelgagan 100 Nos
43 Damper As per Sample
25 Nos
44 Sleep Pad Neel Gagan 1000 Nos
45 Attendance Register
2 qr As per Sample
200 Nos
46 Peon Book 200 page ordinary As per Sample
500 Nos
47 Green Tag
large As per Sample
500 Nos
48 L/B Register no. 6, 4QR with page
No.
----- Neelgagan 100 Nos
48 L/B Register no. 6, 6 QR with page
No.
----- Neelgagan 100 Nos
49 L/B Register no. 6, 8 QR with page
No.
----- Neelgagan 100 Nos
50 L/B Register no. 6, 4 QR with alphabetical
----- Neelgagan 100 Nos
51 L/B Register no. 6, 6 QR with alphabetical
----- Neelgagan 100 Nos
52 L/B Register no. 6, 8 QR with alphabetical
----- Neelgagan 100 Nos
53 Section Diary
----- Neelgagan 500 Nos
54 Pay Bill Register
200 leaves, 400pages As per Sample
20 Nos
55 Diary Register Neelgagan 500 Nos
56 Dispatch Register Neelgagan 500 Nos
57 Log Book Neelgagan 500 Nos
58 MPR Register 200 leaves, 400 pages As per Sample
20 Nos
59 Assistant Diary with Card Board,
200 pages As per Sample
500 Nos
60 Ball Pen
Rorito Liquiglide
2000 Nos
61 Checked Duster
As per Sample
2000 Nos
62 Crape/Glass White T10C yera Plain
500 Nos
63 CP-2 Register 200 leaves, 400 pages As per Sample
20 Nos
1. The above quantity is approximate for annual demand which m ay vary depending upon the
actual usage.
2. The samples may be seen in ESIC Regional Office, New Delhi between 10:00 hrs. to 16:00
hrs. On any working day from 10/07/2017 to 14/07/2017.
3. Supply will be made on monthly basis or as per need.
ANNEXURE-I
SUPPLY OF STATIONERY ITEMS TO ESIC HEADQUARTERS ON RATE CONTRACT BASIS
DECLARATION From M/s. …………………………………………….. ……………………………………………………… ……………………………………………………… To
REGIONAL DIRECTOR
ESI CORPORATION
3rd & 4th FLOOR, RAJENDRA BHAWAN,
RAJENDRA PLACE, NEW DELHI.
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.
2. i/We also confirm that in the event of my/our tender being accepted, I/we hereby undertake to
furnish Performance Security, as applicable, in the form of Demand Draft.
3. I/We further undertake to report to the ESIC, Regional Office, Delhi immediately after we are
informed but in any case not later than 15 days, if any firm in which Proprietor /Partners/Directors are
Proprietor or Partner or Director of such a firm which is blacklisted/banned/suspended in future during
the currency of the Contract with you.
Yours faithfully,
(Signature of the Tender)
Name:
Designation
ANNEXURE-2
SUPPLY OF STATIONERY ITEMS TO ESIC HEADQUARTERS ON RATE CONTRACT BASIS
PERFORMANCE SECURITY BOND FORM
In consideration of the ESIC, Regional Office, Delhi having agreed to exempt -------------
(Hereinafter called „the said Contractor(s)‟ from the demand, under the terms and conditions of an
agreement No. ---------------- Dated ----------------- made between --------------- and ------------------ for the
supply of --------------------------------- (Hereinafter called „the said Agreement‟), of performance security
for the due fulfillment by the said Contractor (s) of the terms and conditions contained in the said
Agreement, on Production of a bank guarantee for --------------------------- we, (Name of the Bank) --------
-------------------------------- (hereinafter referred to as „the Bank‟ ) at the request of ------------------------------
--- contractor (s) do hereby undertake to pay to the Regional Office, Delhi an amount not exceeding ---
------------------ against any loss or damage caused to or suffered or would be caused to or suffered by
the ESIC Regional Office, Delhi by reason of any Branch by the said Contractor(S) of any the terms
or conditions contained in the said Agreement.
2. We (Name the Bank) --------------------- do hereby undertake to pay the amount due and payable
under this guarantee without any demur, merely on a demand for the ESIC, Regional Office, Delhi
stating that the amount claimed is due by way of loss or damage caused to or would be caused to or
suffered by the Headquarters by reason of the contractor (s) 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 ESIC, Regional Office, Delhi these counts
shall be final and binding on the Bank. However, our liability under this guarantee shall be restricted to
an amount not exceeding----------------------------.
3. We undertake to pay to the ESIC, Regional Office any money so demanded notwithstanding
any dispute or disputes raised by the contractor(s) / supplier (s) in any suit or proceeding pending
before any court or tribunal relating thereto our liability under this bond shall be valid discharge of our
liability for payment there under and the contractor (s)/ supplier (s) shall have not claim against use for
making such payment.
4. We (name of the Bank) -------------------------- further agree that the guarantee herein contained
shall remain in full force and affect during for a period of sixty days beyond the date of completion of
all contractual obligations of the contractor including warranty obligation. And that it shall continue to
be enforceable till all the dues of the ESIC, Regional Office, Delhi under or by virtue of the said
Agreement have been full paid and its claims satisfied or discharged or till ------------------------ (ESIC,
Regional Office) certifies that the terms and conditions of the said Agreement have been full and
properly carried out by the said contractor(s) and accordingly discharge this guarantee.
5. We (Name of the Bank) ------------------- further agree with the ESIC, Regional Office, Delhi shall
have the fullest liberty without our consent and without affecting in any manner our obligations
hereunder to vary and of the terms and conditions of the said Agreement or to extend time of
performance by the said contract (s) from time to time or to postpone for any time or form time to time
any of the powers exercisable by the Regional Office, Delhi Against and said Contract (s) and to
forbear or enforce any of the terms and conditions relating to the said agreement and we shall not
relieved form our liability by reason of any such variation, or extension being granted to the said
Contract (s) or for any forbearance, act or omission on the part of the ESIC, Regional Office, Delhi or
any indulgence by ESIC to the said contract(s) or by any such matter or thing whatsoever which under
the low relating to sureties would, but for the provision, have effect of so relieving us.
6 This guarantee will not be discharged due to the change in the constitutions to the Bank or the
contractor (s)/ supplier (s).
7. We (Name of the Bank) ---------------------- lastly undertake not to revoke this guarantee during
its currency except with the previous consent of the ESIC, Regional Office, Delhi in writing.
Dated the --------------------- day of ----------------------, Two thousand twelve only.
For --------------------------------------------------------
(Indicate the name of the Bank)
Witnesses:-
1.
Telephone No. (s);- ---------------------------
STD Code- -------------------------------
FAX No. -------------------------------
E-Mail Address:- ----------------------------------