Professional Documents
Culture Documents
RE-TENDER DOCUMENT
TABLE OF CONTENTS
Clause Details Page No.
Important Notice 5
Acronyms and Definitions 6
1. Preamble 8
2. Tender Schedule 9
2.2 Name of the work 9
2.3 Tender Documents Availability 9
2.3 Tender Document cost 9
2.5 Pre bid meeting 9
2.7 Closing Date and Time for issue of Tender document 10
2.8 Date, Time and Place of Tender receipt and opening 10
3 General Instructions 10
3.1 General 10
3.2 Clarifications in the Tender 11
3.3 Language of the Bid 12
3.4 Bid Currency 12
3.5 Contacting Tender Inviting Authority 12
3.6 Force Majeure 12
3.7 Arbitration 13
4 Eligibility Criteria 13
4.1 Eligibility Conditions 13
4.3 Annual Turnover & Net worth 14
4.4 Solvency Certificate 14
4.6 Technical Experience 15
4.7 Financial Standing 15
4.8 Performance Record 15
5 Bid Preparation and Submission 16
5.1 Cost of Tendering 16
5.2 Tender Document 16
5.7 Tenderer to check Tender Document 17
6 Preparation of Tender 17
7 Tender Validity 17
8 Earnest Money Deposit (EMD) 18
Important Notice
2. PRICE BID OPENING AND PRICE COMPARISON WILL BE DONE ONLY IN THE
PRESENCE OF THE BIDDERS.
MANAGING DIRECTOR
TANHODA
1. Preamble
1.1 TANHODA is a society registered under the Tamilnadu Societies Registration
Act of 1975. Its aim is to promote Hi-Tech Horticulture and Precision farming,
promote Public Private Partnership(PPP) for horticulture development,
disseminate knowledge in modern technologies in horticulture to the farming
community as well as extension personnel, manage the production and
distribution of pedigree planting materials through State Horticulture Farms and
implement the horticulture development schemes including the schemes under
the State schemes and Centrally aided shared schemes by accessing funds from
the concerned agencies.
1.4 Purchaser: Purchaser means the end-user for whom the procurement is indented
through the tender.
2. Re-Tender Schedule
2.1. Tender Inviting Authority
Designation and Address
The Managing Director
Tamilnadu Horticulture Development Agency (TANHODA)
Agriculture Complex, 3rd Floor
Chepauk, Chennai – 600 005
2.2 A) Name of the Work - Supply Polythene cover with compressed Coco-peat 2.0
kg bricks and Compressed Coco-Peat 5.0 Kgs bricks.
B) Tender reference TAN/Re-Tender/7547/2015
C) Supply : At the customer premises throughout the State of Tamil Nadu
2.3 Re-Tender document availability:
Tender document can be downloaded from https://tnhorticulture.tn.gov.in and
www.tenders.tn.gov.in till closing date and time of the Tender. While submitting the Tender
document, document cost of Rs.2000/- should be paid by means of demand draft drawn in
favor of Managing Director, TANHODA .
For those buying from TANHODA, the cost of the tender document inclusive of
VAT will be Rs.2000/- (Rupees Two Thousand only)
For those applying by post to TANHODA, the cost of the tender document inclusive
of VAT will be Rs.2500/- (Rupees Two Thousand Five Hundred only)
2.4 Earnest Money Deposit (EMD) at the rate of 1% of the annual average turnover
should be paid by way of Demand Draft or Banker's Cheque or Bank guarantee or
specified small saving instruments.
2.5 Pre-Bid Meeting
08.05.2015 @ 11.00 A.M
2.6 Re-Tender submission - Two Part Tender comprising of Technical Bid and Price
Bid should be put into the tender box in one cover.
j) TANHODA is not responsible for any misinterpretation of the provisions of this tender
document on account of the Bidders failure to update the Bid documents on changes
announced through the website.
3.3 Language of the Bid
The bid prepared by the Bidder as well as all correspondence and documents relating to
the bid shall be in English only. The supporting documents and printed literature
furnished by the bidder may be in another language provided they are accompanied by
an accurate translation in English duly notarised, in which case, for all purposes of the
bid, the translation shall govern. Bids received without such translation copy are liable to
be rejected.
3.4 Bid Currency
Price should be quoted in Indian Rupees (INR) only and Payment shall be made in
Indian Rupees only.
3.5 Contacting Tender Inviting Authority
Bidders shall not make any attempt to establish unsolicited and unauthorised contact
with the Tender Inviting Authority, Tender Scrutinizing Committee, Purchase Committee
and Tender Accepting Authority before or after the opening of the Tender and prior to
the notification of the Award and any attempt by any Bidder to bring to bear extraneous
pressures on the Tender Accepting Authority shall be sufficient reason to disqualify the
Bidder.
3.7 Arbitration
In case of any dispute, the matter will be referred to a sole Arbitrator to be engaged by
the Managing Director of TANHODA under the “Arbitration and Conciliation Act 1996”.
The arbitration shall be held in Chennai, Tamil Nadu, India and the proceedings shall be
in English only. Subject to the above, the Courts at Chennai alone only shall have
jurisdiction in the matter.
4. Eligibility Criteria
The Bidders should have the following Eligibility for participating in the Tender. The
Bidders should enclose documentary evidence for fulfilling the Eligibility in the Technical
Bid.
4.1 Eligibility Conditions - Documentary Proof to be submitted
The Bidder should be a Company registered in India under the Indian Companies
Act 1956 or a Registered Partnership Firm or a Sole Proprietary Firm or Registered
Co-operative Societies.
a) In case the Bidder is a Registered Company in India, they should produce
the copy of the Certificate of Incorporation.
b) In case the Bidder is a Registered Partnership Firm, they should produce
the copy of Registered Partnership Deed.
c) In case the Bidder is a Sole Proprietary Firm, they should produce the copy
of VAT Registration Certificate in Tamil Nadu and IT Clearance Certificate.
4.2 Eligibility for Polythene Cover with compressed Coco-peat 2.0 kg bricks and
Compressed Coco-peat 5.0 kg bricks
1. For Polythene cover with compressed Coco-pith 2.00 kg bricks and Compressed
coco-peat 5.0kg bricks, manufacture of any one of the items may also eligible to bid.
2. Bidder should have minimum 3 years of experience in the production/distribution of
above said items.
3. After award of Tender, manufacturer can also effect their supply through their
Authorized Distributor for operational convenience.
4. Evidence of agreement between Manufacturer and Authorized distributor shall be
produced in non-judicial stamp paper authorizing the distributor.
The Net worth of the Tenderer shall be calculated from the annual audited
reports of the company for the three preceding financial years (i.e) 2012-13, 2013-14
and 2014-15 which should be attached to Appendix–2A, as stated therein. The net
worth and average annual turnover of the Tenderer shall be as follows:
The average annual turnover and net worth of the Tenderer shall be as above for
each item individually and if the Tenderer participates for the two items, then the
average annual turnover and the net worth shall be calculated accordingly.
4.4 Solvency Certificate
Additionally, the Tenderer will be judged by his Tender capacity. The applicant shall
furnish a solvency certificate (original) from the bank to fulfill this requirement of
conforming to the Tender capacity which shall be equivalent to the Networth of the
items quoted.
4.5 VAT/Sale tax verification:
VAT and copy of monthly returns upto 31st March 2015 filed with Commercial Tax
Department, Government of Tamil Nadu during April 2015 should be produced.
4.10 No dealers/un authorized distributors shall be entitled to quote and the Tenders
quoted by them shall be summarily rejected.
4.11 The Manufacturer of compressed coco-pith, should produce Test certificate from
recognized Lab or State Agricultural University (SAU).
5. Bid Preparation and Submission
5.1 Cost of Tendering
The Tenderer shall bear all costs associated with the preparation and submission of this
Tender and the Tender Accepting Authority will in no case be responsible or liable for
these costs.
5.2 Tender Document
This Tender document is for the supply of Polythene Cover with compressed Coco-peat
2.0 kg bricks and Compressed Coco-peat 5.0 kg bricks to TANHODA / Purchaser.
The Tender document contains appendices to conditions of rate contract, specifications
and also schedule of price and schedule of technical information.
5.3 The Tender document duly filled in, signed and stamped on all pages shall be
submitted in accordance with clause 11 of this Tender document.
5.4 The application for obtaining Tender document shall be made to:
The Managing Director,
TANHODA,
Agriculture Complex, 3rd Floor,
Chepauk, Chennai - 600 005.
5.5 The Tender Accepting Authority does not accept responsibility either for delays in
receipt of the Bank draft or any delay experienced by the applicant in receiving the
documents including loss of document in transit. Extension of the date and time for
receipt of the completed documents will not be made on account of any such delays.
The Tender document can be purchased from the above address as per clause 2.7
on all working days during office hours.
5.6 The Tender document is not transferable under any circumstances.
5.7 Tenderer to Check Tender Document
The Tenderer is particularly requested to check all specifications shown in the Tender
document and obtain his own information on all matters which may in any way affect
this Tender as no claim for extras for any alleged ignorance in respect thereof shall be
entertained.
6. Preparation of Tender
6.1 Tenderers are required to quote the price for the supply of Polythene Cover with
compressed Coco-peat 2.0 kg bricks and Compressed Coco-peat 5.0 kg bricks for
each item separately in the schedule of prices [Appendix-6] and fill in all blanks legibly
and properly. Tender documents with corrections/over writings, shall not be entertained.
6.2 In the supply of Polythene Cover with compressed Coco-peat 2.0 kg bricks and
Compressed Coco-peat 5.0 kgs bricks for each item, all purchase taxes, duties in
purchases, entry tax and any other taxes and duties and levies on purchases, if any
shall be included in the prices but exclusive of VAT.
6.3 In the supply of Polythene Cover with compressed Coco-peat 2.0 kg bricks and
Compressed Coco-peat 5.0 kg bricks for each item, the quoted price shall be inclusive
of all charges like charges on packaging, forwarding, freight, insurance, loading,
unloading, storage, movement at site and any other charges towards that work, etc.,
and complete in all respects. (i.e.) FOR., destination anywhere in Tamil Nadu of the
Department of Horticulture in different locations of the State.
6.4 The Tenderer shall fill up and sign the letter of Tender (Appendix - 4) all other
schedules etc, which are included in the Tender document.
6.5 Tenderer shall submit their Tenders in accordance with the specifications of the
Tender document only. Alternatives will not be considered.
6.6 The schedule of price shall be firm and fixed during the entire currency of the
contract and completion of all contractual obligations. Any extension in time granted by
Tender Accepting Authority to the completion schedule shall be subject to the condition
and there will be no additional financial implication to TANHODA, Chennai.
7. Tender Validity
7.1 Tenders shall remain valid for a period of 12 months from the date of Execution of
Agreement.
7.2 In exceptional circumstances prior to expiry of the initial time limit (7.1 above), the
Tender Accepting Authority may request the Tenderer to extend the period of
validity for a specified additional period. The request and the Tenderers responses
shall be made in writing or by fax or by e-mail. A Tenderer may refuse the request
without forfeiting his Earnest Money Deposit (EMD). A Tenderer agreeing to the
request will not be permitted to modify his Tender. However, he shall extend the validity
of the Earnest Money Deposit (EMD) for the period of the extension.
7.3 The elasticity of the extension of validity period may be even upto 3 months from the
date of expiry of tender period for which the tenderer should be in a position to extend
his cooperation.
8. Earnest Money Deposit (Tender Security or Tender Bond)
8.1 Each Tender must be accompanied by a Demand Draft / Banker’s Cheque drawn
from any Nationalized or Scheduled Bank or in the form of an irrevocable Bank
Guarantee for a period of one year in the prescribed form drawn in favor of
THE MANAGING DIRECTOR, TANHODA, CHENNAI - 600 005 payable at the
Chennai or specified small savings instruments for the Earnest Money Deposit as given
under. EMD should be paid for each item. Combined EMD is permitted if the Tenderer
participates for more than one item.
8.2 TANHODA will arrange to refund the Earnest Money Deposit (EMD) to unsuccessful
Tenderer after publishing of successful Tenderer, within a reasonable time.
8.3 If the Tenderer is registered as a Small Scale Industries (SSI) unit of Government of
Tamil Nadu or National Small Industries Corporation (NSIC) with Government of India,
valid certificate for the same with the product range mentioned in the certificate should
be enclosed, for the request to waive the Earnest Money Deposit (EMD). Only those
products covered under the certificate will be exempted for E.M.D. as per G.O. in
force.
8.4 The EMD amount may be forfeited if:
(a) The Tenderer withdraws his Tender after the price cover opening.
(b) In the case of a successful Tenderer, if he fails to furnish the required
security deposit or sign the agreement, within the stipulated time limit.
9. Quoting of Rates
9.1 Only one rate should be quoted for each item in Indian Rupees.
9.2 In the supply of Polythene Cover with compressed Coco-peat 2.0 kg bricks and
Compressed Coco-peat 5.0 kg bricks the rates should be FOR., destination and should
be inclusive of all charges like charges on packaging, forwarding, freight, insurance,
loading, unloading, storage and any other charges etc. and complete in all aspects, but
exclusive of VAT.
9.3 The rates should not be altered or overwritten. The rates quoted shall always be
both in figures and in words.
9.4 In case there is a difference in the rates quoted in figures and words, the lower of
the two will be taken as the rate quoted.
9.5 The item of the Polythene Cover with compressed Coco-peat 2.0 kg bricks and
Compressed Coco-peat 5.0 kg bricks for which rate is quoted should conform to the
specifications mentioned in the schedule (Appendix- 8)
9.6 The rates furnished in schedule of price (Appendix-6) with any conditions,
stipulations, Force Majeure clause etc, will not be accepted and such Tenders will
be summarily rejected.
9.7 At any cost, the rate quoted by the tenderer should not exceed the market rate
which will be cross checked. Undertaking should be given by the tenderer as per
Appendix - 14.
10 Signing of the Tender
10.1 The Tender shall be signed by a person or persons duly authorized to sign on
behalf of the Tenderer. All pages of the Tender where entries or amendments have
been made shall be signed by the person or persons signing the Tender. The Tenderer
shall enclose a certified copy of the power of attorney authorizing the signatory or
signatories to sign the Tender document. This certification shall be from the Managing
Director or the person authorized by the Managing Director of the firm.
10.2 The Tender shall contain no alterations or additions, except those to comply with
instructions issued by the Managing Director, TANHODA or as necessary to correct
errors made by the Tenderer.
10.3 All the filled in pages in the Tender document should be signed by the Tenderer.
12.6 Both the Bids shall be sealed using Sealing Wax with the authorized Seal of the
Company embossed on the seal. Technical Bid Cover should be superscribed as
“TANHODA - Supply of Polythene Cover with compressed Coco-peat 2.0 kg bricks and
Compressed Coco-peat 5.0 kg bricks for the year 2015-16”- Technical Bid.
Sealed Price Bid Cover should be superscribed as “TANHODA - Supply of
Polythene Cover with compressed Coco-pith 2.0 kg bricks and Compressed Coco-peat
5.0 kg bricks for the year 2015-16”, - Price Bid.
12.7 The package shall be addressed to
The Managing Director, TANHODA, Agriculture Complex, 3rd Floor, Chepauk,
Chennai - 600 005. Each cover shall carry the name and address of the Tenderer,
prominently.
12.8 The “Technical Bid cover" shall contain the documents in sequence indicated in the
concerned input checklist as per APPENDIX-3.
12.9 The EMD and capability details cover shall NOT contain the following:
i) Schedule of price (Appendix- 6) of the Tender document containing the Tender
price.
ii) Any indication direct or indirect, implicit or explicit or implied regarding
the Tender price or its break-up details or any other related price indication
etc., shall be the cause for outright disqualification of the entire Tender.
12.10 The cover superscribed, as “TANHODA - Supply of Polythene Cover with
compressed Coco-peat 2.0 kg bricks and Compressed Coco-peat 5.0 kg bricks for the
year 2015-16”, - Price Bid shall contain the following in original.
i) Covering letter
ii) Tender Price as in schedule of price (Appendix-6) of the Tender document with
each page signed, dated and stamped with the seal of the firm. Apart from the
schedule of price duly filled in, the Tenderer shall not enclose any other document or
statement that will influence the price. In such an event, the Tender Accepting Authority
shall summarily disqualify the Tenderer and reject the Tender.
13. Late Tender
Any Tender received by the Managing Director, TANHODA after the due date and
time as per clause-11 of this Tender document will not be accepted.
request for clarification and the response shall be in writing or by fax or by e-mail but no
change in the substance of the Tender shall be sought, offered, or permitted.
15.7 The Tenderer shall be obliged to permit the "Technical Committee" to visit and
inspect the Production units.
15.8 If a Tender fails to be responsive, it will be rejected by the Purchase
Committee/Tender Accepting Authority and may not subsequently be made responsive
by correction or withdrawal of the non-confirming deviation or reservation.
15.9 The Tender Scrutinizing Committee will then proceed with opening of Second
Cover, i.e., "Price Bid Cover” of those Tenderer whose "Technical Bid" has been
accepted. The opening of the "Price Bid Cover" will be done in the presence of those
Tenderers or their authorized representatives who choose to be present. The Tender
Accepting Authority will inform such Tenderers in advance about the acceptance of their
"Technical Bid” and the date and time of opening of the "Price Bid Cover".
The Bidder who quote for the lowest cost for Polythene Cover with compressed
Coco-peat 2.0 kg bricks and Compressed Coco-peat 5.0 kg bricks will be called
as L1 Bidder for that item.
15.10 Negotiations
Negotiations will be conducted with all the Successful Bidders for improvement in the
Scope of Work, Specification, further reduction in price and advancement of delivery
schedule.
15.11 TANHODA reserves the right to:
a) Negotiate with the Bidder whose offer is the lowest evaluated price for further
reduction of prices.
b) Insist on quality / specification of materials to be supplied.
TANHODA for any additional costs for such similar goods. However, the Successful
Bidder shall continue the performance of the contract to the extent not terminated.
15.20.2 Termination for Insolvency
TANHODA may at any time terminate the Contract by giving written notice with a notice
period of 7 days to the Successful Bidder, if the Successful Bidder becomes bankrupt or
otherwise insolvent. In this event, termination will be without compensation to the
Successful Bidder, provided that such termination will not prejudice or affect any right of
action or remedy that has accrued or will accrue thereafter to TANHODA.
15.20.3 Termination for Convenience
TANHODA may by written notice, with a notice period of seven days sent to the
Successful Bidder, may terminate the Contract, in whole or in part, at any time for its
convenience. The notice of termination shall specify that termination is for TANHODA’s
convenience, the extent to which performance of work under the Contract is terminated,
and the date upon which such termination becomes effective. On termination, the
successful Bidder is not entitled to any compensation whatsoever.
15.21 Execution of Work Order
The Successful Bidder should nominate and intimate TANHODA, an Official as the
Single Point of Contact (SPOC), who should be responsible for effective delivery of
work complying with all the terms and conditions. The Successful Bidder should ensure
that the Account Manager fully familiarises with the Tender Conditions, Scope of Work
and deliverables.
15.22 Assigning of Tender whole or in part
The successful Bidder shall not assign or make over the contract, the benefit or burden
thereof to any other person or persons or body corporate. The Bidder should not under-
let or sublet to any person(s) or body corporate for the execution of the contract or any
part thereof without the written consent of TANHODA.
15.23 Liquidated Damages (LD)
Liquidated Damages will be levied at the rate specified in the Agreement Format for
nonfulfilment of delivery schedule subject to the force Majeure conditions. Even If the
work is not completed in full beyond this period, such performance may entail
termination of contract and black listing of the Bidder from participating in any of the
TANHODA's Tenders. This alone will not relieve the Bidder and the higher of the
Liquidated Damages specified or an amount equal to the actual loss suffered by the
Purchaser will be recovered from the successful Bidder.
15.24 Penalty for Non-Fulfilment of Tender
A penalty will be levied at the rate specified in the Agreement Format in the event of
non-fulfilment or non-observance of any of the conditions stipulated in the Agreement,
Terms and Conditions and Work Order.
15.25 Other Conditions
a) The final decision would be based on the technical capacity and pricing of the Bidder.
TANHODA does not bind itself in selecting the bidder offering lowest prices.
b) TANHODA reserves the right not to accept lowest price, to reject any or all the
tenders without assigning any reason, to relax or waive any of the conditions stipulated
in the terms and conditions of tender as deemed necessary in the best interest of
TANHODA for good and sufficient reasons.
15.26 Arbitration and Jurisdiction
(a) In case of any dispute, the matter will be referred to a Sole Arbitrator to be appointed
by the Managing Director of TANHODA in accordance with the "Arbitration and
Conciliation Act 1996". The arbitration shall be held in Chennai, India and the language
English only.
(b) Subject to the above, the Courts at Chennai alone only shall have jurisdiction in the
matter
16. Award of Tender
16.1 Notwithstanding anything that is said herein, the Tender Accepting Authority
reserves the right to accept or reject any Tender, and to cancel the Tendering
process and reject all Tenders, at any time prior to the award of Tender, without
thereby incurring any liability to the affected Tenderer or Tenderers or any
obligation to inform the affected Tenderer or Tenderers of the grounds for the
"Tender Accepting Authority's" action.
16.2 The Tender Accepting Authority reserves the right to increase or decrease any of
the quantities mentioned in the Tender document only to the extent of 25% of the
quantity Tendered in each item of Polythene Cover with compressed Coco-peat 2.0kg
bricks and Compressed coco-peat 5.0 kg bricks as per the Tamil Nadu Transparency in
Tenders Rules 2000.
17. Notification of Award
17.1 The Tenderer whose Tender has been accepted will be notified of the award by
the "Tender Accepting Authority", in writing by registered letter / fax / e-mail.
17.2 The notification of award will constitute the formation of the rate contract,
subject only to the furnishing of a Security Deposit in accordance with the
provisions of clause 18 of this Tender document and the signing of the Agreement as
per clause 19 of this Tender document.
17.3 If the accepted Tenderer fails to remit the security deposit within the above said
period, the Earnest Money paid by him will be forfeited by the Managing Director,
TANHODA, Chennai and his Tender will be held void and the Tender Accepting
Authority shall proceed further with other Tenderers in finalization of the Tender as per
the Tamil Nadu Transparency in Tenders Rules 2000.
18. Signing the Agreement
18.1 The Successful Tenderer will be required to execute an agreement on a non-
judicial stamp paper to the value of INR 20/- embodying the terms and conditions to the
Tender in 10 days from the date of receipt of intimation of the acceptance of the Tender.
18.2 If the agreement mentioned in sub-clause (1) above is not executed in the
prescribed period, the Earnest Money Deposit and Security Deposit of the
Tenderer are liable to be forfeited.
18.3 In case of successful Tenderer being the SSI, if the agreement mentioned in sub
clause (1) above is not executed in the prescribed period, the approval granted
accepting the Tender will become null and void.
18.4 The successful Tenderer if fails to execute the agreement in the stipulated
period of 10 days from the date of receipt of the communication of this office,
accepting the rate approved, he will also be liable for all damages arising there
from such default including the cost of conducting fresh Tenders and the increase in
rates if any, in the subsequent agreement and shall compensate for all losses sustained
by TANHODA in this regard.
18.5 The successful rates of the items of Polythene Cover with compressed Coco-peat
2.0 kg bricks and Compressed Coco-peat 5.0 kg bricks should be valid for a period of
one year from the date of execution of agreement.
19. Conditions
19.1 The Quantity of Polythene Cover with compressed Coco-peat 2.0 kg bricks and
Compressed Coco-peat 5.0 kg bricks in the appended statement is an approximate
requirement of the Managing Director, TANHODA, Chennai-600 005.
19.2 One Tenderer can submit only one Tender.
19.3 Adducing reasons like breakdown of machinery in the factories, power cut if any,
enforced by the Electricity Board, strikes, non-availability of technical grade
materials for formulation, non-availability of containers of required size and quantity for
not accepting orders when placed or for delays if any in actual supplies, will not be
entertained. Non-fulfillment of the contract on any grounds will result in forfeiture of part
or whole of Security deposit / Earnest Money Deposit amount which may be decided by
the Managing Director, TANHODA besides debarring the supplying firm to enter in the
subsequent periods.
19.4 Failure on the part of the Tenderer to execute the orders in time and entailing
TANHODA to resort to the purchase from other sources at higher prices than the
rate contract will also be subject to recovery of the difference in cost from the
Tenderer.
19.5 If a firm fails to supply the Polythene Cover with compressed Coco-peat 2.0 kg
bricks and Compressed Coco-peat 5.0 kg bricks as per the agreement entered, the firm
will be debarred from participating in the subsequent year contract at the discretion of
the Tender Accepting Authority. Action will also be initiated to blacklist the company.
19.7 In the event of non-compliance of the Tender conditions by the Tenderers, Tender
Accepting Authority reserves the right to reallocate/revise the quantity of Polythene
Cover with compressed Coco-peat 2.0 kg bricks and Compressed Coco-peat 5.0 kg
bricks already approved at the time during the currency of the Tender period.
19.8 The quantity shown against as per Appendix 9 is subject to any increase or
decrease depending upon requirement of TANHODA during the period covered by the
Tender. The purchase by TANHODA of the quantity shown in each item in the
statement in full or in part is also not guaranteed. However, the procurement shall not
vary beyond 25% of the quantities of Polythene Cover with compressed Coco-peat 2.0
kg bricks and Compressed Coco-peat 5.0 kg bricks proposed either ways as per the
Tamil Nadu Transparency in Tenders Rules 2000.
19.9 If the Tender is from outside Tamil Nadu, the proof for having a local stock point
in Tamil Nadu should be produced.
19.10 Details of Consignment such as Place of Manufacturing
` Date of Manufacturing
Date of Packing
Date of Expiry
Lot No.
Batch No.
Packing size
and Complete address of the Producer should be printed legibly on the pack. Sticker
shall be provided as per the approved quoting of the department –“Department of
Horticulture, Government of Tamilnadu.”
19.11 Tenderer should not have been blacklisted earlier by any of the State
Government/Central Government/Public sector undertakings for which declaration
should be given by the tenderer (Appendix - 13)
19.12 If the supplied material is not found to conform to the standards in multiple
samples, no payment will be made to the tenderer, in addition to blacklisting the
tenderer along with imposing fine to the quantum of defection.
20. Delivery
20.1 The Tenderer should intimate by post / fax / e-mail, the indenting officer the exact
date of receipt of order and the probable date of supply of Polythene Cover with
compressed Coco-peat 2.0 kg bricks and Compressed Coco-peat 5.0 kg bricks.
20.2 The Tenderer should deliver the materials to destinations in Tamil Nadu as per
the despatch instructions of the purchaser immediately or within 30 days time including
the date of receipt of indent, for the supply of Polythene Cover with compressed Coco-
peat 2.0 kg bricks and Compressed Coco-peat 5.0 kg bricks.
20.3 After supply of Polythene Cover with compressed Coco-peat 2.0 kg bricks and
Compressed Coco-peat 5.0 kg bricks delivery challan should be provided with proper
acknowledgement from the department for whom supplied along with the invoice for
settlement.
20.4 The Tenderer is liable to a cut of 1% (One percent) of the total amount in the bill,
if the despatch is effected beyond 30 days and upto 60 days of receipt of indent.
20.5 If the consignment is supplied between the 61st day and the 90th day, a cut of
2% (two percent) will be imposed on the total amount of the bill.
20.6 Consignments booked after the 90th day will not be accepted and the indent
shall lapse automatically.
20.7 The cuts effected as mentioned in 20.3 and 20.4 above shall be deducted from
the total amount of the bill or from the Security Deposit by the Managing Director,
TANHODA, Chennai – 600 005. If the Security Deposit is in the form of Bank
Guarantee, the same will be discharged only after payment of the deductions by the
Tenderer or the bank guarantee will be enforced for the amount of deductions in the
event of the Tenderer not coming forward to pay the deductions if their Invoices are
settled in full.
20.8 The seller warrants that the goods delivered by him under this agreement will be
suitable and may be used for the purpose for which the buyer is purchasing the same.
If it is found at any stage that the materials offered are not upto the specifications,
misbranded, such material shall be rejected and such rejected goods or materials shall
be removed at the expense of the Tenderer within 7 days of notice given to him and
suitable action also will be initiated.
21. Payment and Mode of Payment
21.1 Payment shall be made to the firm through RTGS by the Tender Inviting Authority
only on receipt of goods and after due verification and testing for quality and quantity in
respect of Department of Horticulture. In case of other Departments supply order will be
issued by them and payment will be made as per their existing department rules.
21.2 Each batch of material will be drawn for a sampling by the quality inspector of the
respective district and after obtaining quality test report from the State/Central
for full copies of documents to prove the Bidder's experience and capacity to undertake
the project.
Enclosures to this Tender Document;
1. Model Form of Contract
2. Letter of Undertaking, as Appendix -1.
3. Reference list of rate contracts executed by the applicant, as Appendix - 2.
4. Financial capacity, as Appendix -2A.
5. Checklist, as Appendix - 3.
6. Letter of Tender, as Appendix - 4.
7. Form of letter confirming agreement with technical and commercial terms and
Conditions of the Tender, as Appendix - 5.
8. Schedule of prices, as Appendix - 6.
9. Schedule of confirmation of technical information, as Appendix - 7.
10. Desired specifications of each item proposed for procurement as Appendix - 8.
11. The tentative quantities of each item proposed to be procured for the year
2015-16, as Appendix-9
12. Bank Guarantee Format, as Appendix-10
13. Certificate for Minimum Stock, as Appendix-11
14. Profile of the Bidder, as Appendix-12
15. Undertaking for not blacklisted Appendix - 13
16. Undertaking for quoted price Appendix - 14
17. Declaration, as Appendix-15
(To be executed on a INR 20/- Non-Judicial Stamp Paper bought in Tamil Nadu by the
Successful Bidder for the supply of Polythene Cover with compressed Coco-peat 2.0 kg
bricks and Compressed Coco-peat 5.0 kg bricks (NO FIGURES IN NUMERALS OR
WORDS SHALL BE FILLED UP IN THIS SAMPLE FORM AT THE TIME OF
SUBMISSION OF TENDER)
This CONTRACT is entered into at Chennai on the ................. day of ............. 2015
between TANHODA, a wholly owned Government of Tamil Nadu Undertaking
registered under the Tamilnadu Societies Registration Act, 1975 and having its
Registered office TANHODA, Agriculture Complex, Chepauk, Chennai- 600 005 herein
after referred to as “TANHODA” (which term shall mean and include its Successors and
permitted assigns) on behalf of Customer (s) to be communicated by TANHODA from
time to time (herein after referred to as “Purchaser (s)”) and ................................. a
Company registered under the Indian Companies Act, 1956 and having its Registered
Office at .................................................. Hereinafter referred to as the “Successful
Bidder” (which term shall mean and include its Successors and permitted assigns)
Whereas, TANHODA had floated a Rate Contract Tender vide Tender Reference No.
TAN/Re-Tender/7547/2015 for the supply of Polythene Cover with compressed Coco-
peat 2.0 kg bricks and Compressed Coco-peat 5.0 kg bricks and the Successful
Tenderer has been selected as one of the suppliers in the Tender and TANHODA as
per the following terms and conditions:-
1. This document on having been signed by both the parties shall constitute a binding
contract between the parties and shall remain in force for a period of 12 months from
the date of execution of this Agreement or throughout the period of completion of
contract obligations, whichever is later, on account of any reason whatsoever. But in the
event of any breach of agreement at any time on the part of the Successful Bidder, the
contract shall be determinable by TANHODA without compensation to the Successful
Bidder. The contract may also be put to an end at any time by TANHODA upon giving
seven days notice to the Successful Bidder.
2. The Successful Bidder agrees to deliver the materials detailed in TANHODA Tender
TAN/Re-Tender/7547/2015 after carrying out successfully all tests prescribed by the
Purchaser(s) at an unit price plus applicable Taxes as enclosed in Annexure to this
Agreement to the Purchaser(s) before the specified date. The price offered is firm and is
not subject to enhancement on any ground.
3. The ordered materials should be delivered, within 30 (thirty) days including the date
of receipt of the Purchase order.
4. The price of the ordered items as per the Tender includes excise duty, Surcharges,
Freight, Octroi, insurance, commissioning, and such other levies that may be applicable.
5. The goods or materials to be supplied under this contract are to be of the quality and
of the sort mentioned in the TANHODA Tender document.
6. The goods or materials are to be delivered on F.O.R destination indicated by
TANHODA/Purchaser(s) without any extra cost in such quantities or numbers contained
in the purchase order to be issued by TANHODA from time to time. Any amendments to
the orders in terms of quantities or delivery period etc., may be incorporated on a
mutually agreed basis. The delivery of goods to the destination is the responsibility of
the Successful Bidder only. The goods supplied under the contract should be covered
for comprehensive insurance by the Successful Bidder till delivery and acceptance by
the authority concerned.
7. TANHODA is entitled to change the list of consignee address from time to time based
on the requirement of the purchaser(s). In this situation, the suppliers should not claim
any additional charges.
8. If the supply of the Ordered items are not effected as specified in the purchase order,
Purchaser(s) /TANHODA shall have the full authority to cancel the order and to take any
such action that will be deemed fit in the circumstances.
9. In case of failure by the Successful Bidder to deliver goods or materials demanded
from them, within the period specified for delivery or in case of goods or materials
delivered by them, not being of the stipulated quality and specifications or in the case of
goods or materials being delivered without a correct invoice in duplicate, TANHODA or
anyone duly authorized by TANHODA shall have the power to reject any such goods or
materials and to purchase from others instead of any goods or materials so rejected or
not delivered. Unless the successful Bidder shall themselves forthwith supply that shall
be sufficient and satisfactory any excess of cost so incurred by the Purchaser(s) over
the contract price together with all charges and expenses attending the purchase shall
be recoverable by TANHODA / Purchaser(s) from the Successful Bidder.
10. A penalty will be levied at the rate of 0.25% per day on the un-delivered portion of
the material value subject to a maximum of 10% if the delivery has not been completed
in full within the stipulated period subject to force majeure conditions. The delivery
period will effect from the date of receipt of confirmed consignee address. Besides such
performance may entail back-listing of successful bidder. If the Successful Bidder fails
to supply even after the lapse of 91 days after the stipulated date of delivery, then the
orders/contracts are liable for cancellation and the EMD/ Security Deposit will be
forfeited in addition to TANHODA reserving the right to blacklist the suppliers for a
period of three years from participating in TANHODA’s tenders for Government
contracts/projects.
11. A Penalty for non-fulfilment or non-observance of tender conditions will be levied at
10% of the total value of the Purchase Order.
12. Notwithstanding anything contained in the penalty clause, TANHODA reserves the
right to blacklist the bidder from taking part in any of the procurement operations of
TANHODA for a minimum period of three years from the date of blacklisting for failure to
carry out supply in time or according to the quality and quantity prescribed or any such
similar reasons. This penalty shall be over and above all other penalties. Such bidders
would be automatically banned for 3 years from taking part in TANHODA's Tenders.
d) All taxes and other levies imposed by Governments in India will be paid at actual as
applicable.
14. The Successful Bidder agrees that in the event of non-fulfilment or non-observance
of any of the conditions stipulated in the contract, the Successful Bidder shall pay as
penalty an amount equivalent to 10% of total value of contract or an amount equal to
the actual loss incurred by the Purchaser (s) whichever is higher subject to the condition
that the loss amount would not exceed the value of the goods supplied.
15. The contract or any part share of interest in it is not be transferred or assigned by
the successful Bidder directly or indirectly to any person or persons whomsoever
without the written consent of the Purchaser(s).
16. Neither the Purchaser(s) /TANHODA nor the Successful Bidder shall be liable to the
other for any delay or failure in the performance of their respective obligations due to
causes or contingencies beyond their reasonable control such as
i) Natural phenomena including but not limited to earthquakes, floods and epidemics.
ii) Acts of any Government authority domestic or foreign including but not limited to war
declared or undeclared, priorities and quarantine restrictions.
iii) Accidents or disruptions including, but not limited to fire, explosions, break down of
essential machinery or equipment, power and water shortages.
17. The following document shall be deemed to form and be read and constructed as
part of this Contract.
a) Tender Terms and Conditions
b) Amendments issued by TANHODA for the Tender document
c) Corrigendum / Clarifications issued by TANHODA for the Tender Document
d) Detailed final offer of the Successful Bidder
e) Purchase Order(s) issued by TANHODA from time to time
f) Correspondence made by TANHODA to the Successful Bidder from time to time
during the period of the contract.
Wherever the offer conditions furnished by the Successful Bidder are at variance with
conditions of this contract or conditions stipulated in the purchase order, the latter shall
prevail over the offer conditions furnished by the Successful Bidder.
18. Unless otherwise provided in the agreement, any notice, request, consent or other
communication given or required to be given hereunder shall be given by mailing the
same by registered mail, postage prepaid, return receipt requested in the case of the
Successful Bidder to the Purchaser(s) at their respective addresses and set forth above
or with other addresses and to the attention of such other person or persons as may
hereafter be designated by like notice hereunder and any such notice sent by post shall
TANHODA , Chennai.5 Page 39
Tender Ref: TAN/Re-Tender/7547/2015
be deemed to have been served on the date when in the ordinary course of post, it
would have been delivered at the address to which it was sent.
Witnesses:
1. Signature and Address
APPENDIX- 1
LETTER OF UNDERTAKING
SUPPLY OF . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . .
(Specify Polythene Cover with compressed Coco-peat 2.0 kg bricks and
Compressed Coco-peat 5.0 kg bricks CERTIFICATE
(To be submitted along with the Tender)
To
The Managing Director
Tamilnadu Horticulture Development Agency (TANHODA)
Agriculture Complex, 3rd Floor
Chepauk, Chennai – 600 005
Sir,
I/We ----------------------- have gone through the Terms and Conditions, Scope of Work
and Specification and will abide by them as laid down (Tender Documents, Technical
bid and Price Bid)
I/We ------------------------ hereby confirm that our Company was not blacklisted by any
State Government/ Central Government/ Public Sector Undertakings during the last
three years. We also hereby confirm that our EMD/SD was not forfeited by any State
Government / Central Government / Public Sector Undertakings during the last three
years due to our non-performance, non-compliance with the tender conditions etc.
Yours faithfully
for _________________
Name, Signature
Designation and Seal
Note:
1) Declaration in the company’s letter head should be submitted as per format given
above:
2) If the bidding firm has been blacklisted by any State Government/Central
Government/ Public Sector Undertakings earlier, then the details should be provided.
Signature
Place Name and address
Date: Company Seal
WITNESS SIGNATURE:
APPENDIX-2
6 Scope of work :
Name
Phone No.
Company seal.
APPENDIX-2-A
FINANCIAL CAPACITY
APPENDIX- 3
CHECK LIST
Tender for supply of . . . . . . . . . . . . . . . . .
(Specify the item Poly bag with Compressed Coco-peat 2.0 kg bricks and Compressed
Coco-peat 5.0 kg bricks).
Sl Particulars Enclosure Page
No. No
i. Covering letter and check list (Appendix-3) Yes/No
APPENDIX- 4
LETTER OF TENDER
To
Sir,
We, undertake and agree that we will not withdraw this Tender during the period
that will be required for intimation of acceptance or non -acceptance as stipulated in
clause 18.1 of the Tender document such period to date from the last date by which
Tenders are due to be submitted to the Managing Director, TANHODA. If we do so
withdraw, we shall forfeit the Earnest Money Deposit to the Managing Director,
TANHODA. We further agree to execute at our cost the Agreement in (10) ten days
after the notification of the acceptance of our Tender has been received by us. In the
event of our failing to make the Security Deposit or to execute the Agreement in the said
manner, the sum of Rs. . . . . (Rupees. . . . . . . . . . . . only ) accompanying this Tender
shall be forfeited to the Managing Director, TANHODA and this concluded Contract
shall in such case be considered as having been cancelled or terminated and we agree
to be liable irrespective of the forfeiture aforesaid for all damages, losses, costs,
charges and expenses arising from or by reason of such failure and arrangements.
Signature :
Company Seal :
APPENDIX- 5
FORM OF LETTER CONFIRMING AGREEMENT WITH TECHNICAL AND
COMMERCIAL TERMS & CONDITIONS OF THE TENDER.
To
The Managing Director,
TANHODA,
Agriculture Complex, 3rd Floor
Chepauk, Chennai-600 005.
Sir,
Subject: Tender for supply of . . . . . . . . . .
(Specify the item Polythene Cover with compressed Coco-peat 2.0 kg bricks and
Compressed Coco-peat 5.0 kg bricks.
We, have examined the Tender document, the receipt of which is hereby
acknowledged.
We have submitted our Tender ref. Dated.............for the
supply of . . . . . . . . . . . . as per the specifications and terms and conditions of the
Tender Document.
We confirm that our Tender is in conformity with the technical specifications and
commercial terms & conditions as stipulated in the Tender Document and without any
deviations whatsoever. We are aware that our Tender is liable for disqualification in the
event of technical and commercial deviations are observed by the Tender Accepting
Authority at a later date during the process of evaluation of our Tender.
Company Seal
APPENDIX- 6
SCHEDULE OF PRICE
Name of Item : . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
(Specify the Polythene Cover with compressed Coco-peat 2.0 kg bricks and
Compressed Coco-peat 5.0 kg bricks.
Designation :
Date :
____________________________________________________________________
Foot Note: If the tenderer is participating for both the items price bid should be
submitted separately for each item placing the two price bids in a common outer cover
naming Price Bid mentioning the input names.
APPENDIX - 7
Signature of Authorised
Signatory
Designation
Date
APPENDIX – 8
Product Specifications
1. Polythene cover with compressed coco-peat 2.0 kg bricks.
12. Compressed coco-pith should be clean and of high-quality coir without fungus
and nematode.
13. Valid test certificate for compressed coco-pith bricks from recognized lab or
SAU should be submitted.
APPENDIX-9
APPENDIX-10
To
APPENDIX-11
CERTIFICATE FOR MINIMUM STOCK
To
The Managing Director,
TANHODA
Agriculture Complex, 1st Floor,
Chepauk, Chennai – 600 005.
Sir,
APPENDIX- 12
APPENDIX-13
Undertaking for not blacklisted
(should be given company’s letterhead)
I/We ……………………. declare that our firm has not been blacklisted by any State
Government/Central Government/Public Sector undertakings earlier.
Yours faithfully
for _________________
Name, Signature
Designation and Seal
Signature
WITNESS SIGNATURE:
APPENDIX-14
Undertaking for Quoted Price
(should be given company’s letterhead)
I/We ……………………. declare that the products quoted by our firm will not be
available in local market lesser than the rate quoted.
Yours faithfully
for _________________
Name, Signature
Designation and Seal
Signature
WITNESS SIGNATURE:
APPENDIX-15
Declaration
I/We agree that the offer shall remain open for acceptance for a
minimum period as stipulated in the Tender from the date of opening of the tender and
thereafter until it is withdrawn by us by notice in writing duly addressed to the authority
of opening the tender and sent by registered post with acknowledgement due or
otherwise delivered at the office of the authority. The EMD amount shall not bear any
interest and shall be liable to be forfeited to TANHODA should I/We fail to abide by the
stipulations to keep the offer open for a period mentioned above or fail to sign and
complete the contract document as required by TANHODA and furnish the Security
Deposit as specified in the terms and conditions of the contract. The EMD amount may
be adjusted towards SD or refunded to me/us unless the same or any part thereof has
been forfeited as aforesaid.
I/We declare that the Price bid has been submitted without any
conditions and strictly as per the Terms and Conditions of the tender document and
I/We am/are aware that the Price bid is liable to be rejected if it contains any other
conditions.
I/We read all the clauses mentioned in the Tender document from
Page No. 1 - 62, understood and accepted the various terms, conditions and
specifications of the Tender document.