Post on 06-Aug-2020
¦ÉÉ®úiÉ ºÉ®úEòÉ®ú/GOVERNMENT OF INDIA +ÆiÉÊ®úIÉ Ê´É¦ÉÉMÉ/DEPARTMENT OF SPACE
Ê´ÉGò¨É ºÉÉ®úɦÉÉ
9
VSSC/MVITPUR/2018E1422301
[एकल भाग / SINGLE PART]
संलRन Aकए गए �विनदCशन के अनुसार माडुली
फनTचर Modular Furniture as per specification
enclosed
1 लॉट / Lot
10
VSSC/AVN-PUR/2018E1306101
[दो भाग / TWO PART]
प�ृ उपचार सु�वधा का ऐनोडLकरण ूचालन ANODISING Operation of surface
treatment facility.
5 वष: / years
11
VSSC/MVITPUR/2018E1423301
[एकल भाग / SINGLE PART]
ूयोगशाला के िलए काया:लयीन कुिस:यां Office Chairs for Lab
82 स.ं/Nos.
12
VSSC/PRSOPURCH/2018E1433501
[एकल भाग / SINGLE PART]
IS245-1988 टाइप2 के अनुसार शाइNलोरोएिथलीन Trichloroethylene as per IS245-1988 Type 2
20000
लीटर/ Litre
ÊxÉÊ´ÉnùÉ ¡òÉì̈ ÉÉç EòÉä b÷É=xɱÉÉäb÷ Eò®úxÉä EòÒ ºÉ¨ÉªÉ-ºÉÒ¨ÉÉ / Time limit for download of Tender Forms
(Gò¨É ºÉÆ./against Sl. No. 5) - Upto 24.01.2019 [17:00 Hrs.]
(Gò¨É ºÉÆ./against Sl. No. 6) - Upto 14.01.2019 [17:00 Hrs.]
(Gò¨É ºÉÆ./against Sl. No. 7) - Upto 03.01.2019 [17:00 Hrs.]
(Gò¨É ºÉÆ./against Sl. No. 8) - Upto 23.01.2019 [14:00 Hrs.]
(Gò¨É ºÉÆ./against Sl. No. 9) - Upto 06.01.2019 [17:00 Hrs.]
(Gò¨É ºÉÆ./against Sl. No. 10) - Upto 22.01.2019 [11:00 Hrs.]
(Gò¨É ºÉÆ./against Sl. No. 11) - Upto 06.01.2019 [17:00 Hrs.]
ÊxÉÊ´ÉnùÉ ¡òÉì̈ ÉÇ VÉÉ®úÒ Eò®úxÉä EòÒ +ÆÊiÉ¨É ÊiÉÊlÉ Last Date for issue of Tender Forms
(Gò¨É ºÉÆ./ Sl. No. 1) (Gò¨É ºÉÆ./ Sl. No. 2)
(Gò¨É ºÉÆ./ Sl. No. 3) (Gò¨É ºÉÆ./ Sl. No. 4)
29/01/2019 14:00 ¤ÉVÉä iÉEò/up to 14:00 Hrs
04/02/2019 14:00 ¤ÉVÉä iÉEò/up to 14:00 Hrs
04/02/2019 14:00 ¤ÉVÉä iÉEò/up to 14:00 Hrs
01/02/2019 10:00 ¤ÉVÉä iÉEò/up to 10:00 Hrs
ÊxÉÊ´ÉnùÉ º´ÉÒEÞòÊiÉ EòÒ ÊxɪÉiÉ ÊiÉÊlÉ Due Date for Receipt of Tender
(Gò¨É ºÉÆ./ Sl. No. 1)
(Gò¨É ºÉÆ./ Sl. No. 2) (Gò¨É ºÉÆ./ Sl. No. 3)
(Gò¨É ºÉÆ./ Sl. No. 4)
30/01/2019 14:00 ¤ÉVÉä iÉEò/up to 14:00 Hrs.
05/02/2019 14:00 ¤ÉVÉä iÉEò/up to 14:00 Hrs
04/02/2019 14:00 ¤ÉVÉä iÉEò/up to 14:00 Hrs
01/02/2019 10:00 ¤ÉVÉä iÉEò/up to 10:00 Hrs
ÊxÉÊ´ÉnùÉ JÉÉä±ÉxÉä EòÒ ÊiÉÊlÉ / Tender Opening Date (Gò¨É ºÉÆ./ Sl. No. 1)
(Gò¨É ºÉÆ./ Sl. No. 2) (Gò¨É ºÉÆ./ Sl. No. 3)
(Gò¨É ºÉÆ./ Sl. No. 4)
30/01/2019 14:00 ¤ÉVÉä /at 14:00 Hrs.
05/02/2019 14:00 ¤ÉVÉä / at 14:00 Hrs
05/02/2019 14:00 ¤ÉVÉä /at 14:00 Hrs
06/02/2019 10:00 ¤ÉVÉä /at 10:00 Hrs
(Gò¨É ºÉÆ./against Sl. No. 12) - Upto 21.01.2019 [14:00 Hrs.]
¤ÉÉä±ÉÒ |ɺiÉÖiÉ Eò®úxÉä EòÒ ºÉ¨ÉªÉ-ºÉÒ¨ÉÉ / Time limit for submission of Bid
(Gò¨É ºÉÆ./against Sl. No. 5) - Upto 24.01.2019 [17:00 Hrs.]
(Gò¨É ºÉÆ./against Sl. No. 6) - Upto 14.01.2019 [17:00 Hrs.]
(Gò¨É ºÉÆ./against Sl. No. 7) - Upto 03.01.2019 [17:00 Hrs.]
(Gò¨É ºÉÆ./against Sl. No. 8) - Upto 23.01.2019 [14:00 Hrs.]
(Gò¨É ºÉÆ./against Sl. No. 9) - Upto 06.01.2019 [17:00 Hrs.]
(Gò¨É ºÉÆ./against Sl. No. 10) - Upto 22.01.2019 [11:00 Hrs.]
(Gò¨É ºÉÆ./against Sl. No. 11) - Upto 06.01.2019 [17:00 Hrs.]
(Gò¨É ºÉÆ./against Sl. No. 12) - Upto 21.01.2019 [14:00 Hrs.]
¤ÉÉä±ÉÒ JÉÉä±ÉxÉä EòÒ ÊiÉÊlÉ/ Bid Opening date (Gò¨É ºÉÆ./against Sl. No. 5) - 30.01.2019 [10:00 Hrs.]
(Gò¨É ºÉÆ./against Sl. No. 6) - 18.01.2019 [10:00 Hrs.]
(Gò¨É ºÉÆ./against Sl. No. 7) - 10.01.2019 [10:05 Hrs.]
(Gò¨É ºÉÆ./against Sl. No. 8) - 28.01.2019 [10:01 Hrs.]
(Gò¨É ºÉÆ./against Sl. No. 9) - 10.01.2019 [15:00 Hrs.]
(Gò¨É ºÉÆ./against Sl. No. 10) - 24.01.2019 [11:00 Hrs.]
(Gò¨É ºÉÆ./against Sl. No. 11) - 10.01.2019 [17:00 Hrs.]
(Gò¨É ºÉÆ./against Sl. No. 12) - 25.01.2019 [10:01 Hrs.]
बम स.ं 1-4 क� िन�वदा के िलए ईएमडL लाग ू और �ववरण इसरो वेबसाइट www.isro.gov.in /
´ÉÒएसएससी वेबसाइट www.vssc.gov.in पर उपलXध है।
EMD applicable for tender at Sl. No. 1-4 and details are available on ISRO Website
www.isro.gov.in / VSSC Website www.vssc.gov.in
बम स.ं 5 और 12 केिलए �ववरण ई-ूापण पोट:ल http://eprocure.isro.gov.in पर उपलXध है। For Sl. No. 5 to 12, details are available on ISRO e-procurement portal
http://eprocure.isro.gov.in
शु�Zपऽ, यAद कोई हो तो, हमारे वेबसाइट www.vssc.gov.in / www.isro.gov.in म" माऽ ूकािशत
Aकया जाएगा।
Corrigendum, if any will be published in our websites: www.vssc.gov.in / www.isro.gov.in only.
½þºiÉÉIÉÊ®úiÉ/Sd/- व�र� |ÉvÉÉxÉ, GòªÉ B´ÉÆ ¦ÉÆb÷É® / Sr.Head, Purchase & Stores
Note :-
1. Full details and specifications of the items and general instructions to be followed regarding submission of tenders are indicated in the tender documents.
2. Tender Document can be downloaded from our websites and also be obtained
from the following address on request and submission of tender fee.
For Sl. No. 1 : Sr. Purchase & Stores Officer, Purchase Unit-II, AVN Purchase,
ATF Area, ISRO PO, Thiruvananthapuram – 695 022, Ph: 0471-256 5141.
For Sl.No. 2 & 3: Sr. Purchase & Stores Officer, Purchase Unit-III, SPRE Purchase,
RFF Area, ISRO PO, Thiruvananthapuram – 695 022, Ph: 0471-256 3775.
For Sl.No. 4: Sr. Purchase & Stores Officer, Purchase Unit-V, MME Purchase, RFF
Area, ISRO PO, Thiruvananthapuram – 695 022, Ph: 0471-256 2831.
While requesting for Tender Documents please indicate on the envelope as “Request for Tender Documents- Tender No……….. dt……………”.
3. Tender Fee (` 560/-) shall be paid in the form of CROSSED DEMAND DRAFT ONLY.
Other mode of payment is not acceptable. The Demand Draft should be in favour of : Sr. Accounts Officer, AVN Accounts, VSSC (for item under Sl. No. 1) ,Sr.Accounts officer , SPRE Accounts ( For items under Sl.No. 2 & 3)& Sr. Accounts Officer, MME Accounts, VSSC (for item under Sl. No. 4) payable at State Bank of India, Thumba, Thiruvananthapuram – 695 022 [The tender fee is NON-REFUNDABLE].
Government Departments, PSUs (both Central and State), Small Scale Industries units borne in the list of NSIC and foreign sources are exempted from submission of tender fee. Those who are coming under the above category should submit documentary evidence for the same.
4. While submitting your offer, the envelope shall be clearly superscribed with
Tender No. and Due Date and to be sent to the following address.
For Sl. No. 1: Sr. Purchase & Stores Officer, Purchase Unit-II, AVN
Purchase, ATF Area, ISRO PO, Thumba, Thiruvananthapuram – 695 022, Ph :
0471-256 5141.
For Sl.No. 2 & 3: Sr. Purchase & Stores Officer, Purchase Unit-III, SPRE
Purchase, RFF Area, ISRO PO, Thiruvananthapuram – 695 022, Ph: 0471-256
3775.
For Sl.No. 4: Sr. Purchase & Stores Officer, Purchase Unit-V, MME Purchase, RFF
Area, ISRO PO, Thiruvananthapuram – 695 022, Ph: 0471-256 2831.
5. Quotations received after the Due Date/Time will not be considered. 6. VSSC, Thiruvananthapuram is not responsible for any postal delay/loss of
documents in transit. 7. Sr. Head, Purchase & Stores, VSSC, Thiruvananthapuram reserves the right to
accept or reject any/or all the tenders in part or full without assigning any reasons thereof.
PART-I: TECHNO-COMMERCIAL BID
Sl.
No. Description
1 Name of the Firm
2 Complete Postal Address
3a Head Office & Branch Office/s, if any
3b Address of Press Premises/Work
Places
4 Telephone No:
5 Date of Establishment of the Firm
6 Is your firm registered under
(a) The Indian Companies Act,2013
(b) The Indian Factories Act, 1948 as
amended by the Factories Act,1987
(c) The Indian Partnership Act, 1932
(d) Police Declaration
(e) Copy of Memorandum of Association,
(if applicable)
(f) Statement in the Register of Firms
showing the name of Printers
(if applicable)
(g) Registration Act No. & Date
(if applicable)
7 Name & Complete Address of the
Bankers
8 Whether your firm is insured against
fire, burglary etc. If so, please state
the amount and name of the
company with policy number etc.
9 The total number of regular
employees
10 Are you on the list of approved
contractors of any other Govt.
authority, if so, please give details
11 Give complete details of the Govt.
jobs executed by you during the last
24 months (including the Title of the
job, No. of pages, No. of copies
printed and the Printing schedule
followed) (Separate enclosures)
12 Any other information which you
consider necessary
13 Give details of equipment in the
enclosed Annexure
14 Please submit copies of documents
mentioned at Sl.No.6 from (a) to (g)
(whichever is applicable)
Signature:………………………………………………
Name:……………………………………………………
Designation:………………………………………….
Seal
ANNEXURE
LIST OF MACHINERY AND EQUIPMENT
Sl. No. Description
1 Pre Process
(a) Computers:
(b) Available Page Layout Software:
(c) High Speed Digital Laser Printers:
(d) Languages available:
2 Process
(a) State the facility for Plate Making along
with details of equipment:
(b) Available CTP Facility
(c)
Any other ancilliary equipment (make and
size):
3 Printing Section Machinery
Number /make/ and size
Single Colour Machine
Double Colour Machine
Four Colour Machine
Six Colour Machine
For additional Machine(if any) please
attach separate enclosures:
4 Ware House/Transport Department
(No. of Staff engaged therein)
5 Binding Machinery:
(a) Automatic Folding Machine of various sizes
with 16 fold capacity
Signature:………………………………………………
Name:……………………………………………………
Designation:………………………………………….
Seal
The following documents are required mandatorily with the Form of Application of Enlistment:
1. The list of machines and equipment installed in the press with technical specifications, make, specifying
the colours i.e. whether the machine is of one colour or more than one colour
2. The Annual Income Tax Return for the last three years including current year
3. The documents with regard to Good & and Services Tax (GST). GST Registration Number.
4. (a) The ownership documents, in case the firm is a Proprietorship concern or
(b)The Partnership Deed, in case the firm is a Partnership concern or
(c) The Memorandum and Articles of Association, in case the firm is a Pvt. Ltd, or Ltd. concern.
5. Some printed samples printed for Govt. Departments executed by you during the last 24 months
6. To submit copies of documents mentioned as Serial No.7 from (a) to (g) (whichever is applicable) of the
form of Application of Enlistment
7. Registration under Factory Act (if admissible)
8. Registration under Company Act (if admissible)
9. Papers relating to Pollution clearance from the PCB authorities
(b) Cutting Machine
(c) Wire Stitching Machine
(d) Perfect Binding Machine
(e) Perforating Machine
(f) Lamination facility including UV:
(g) Arrangement for numbering
(h) Stitching Machine:
(i) Sewing Machine:
For additional M/cs (if any) please attach
separate enclosures:
COMMERCIAL TERMS & CONDITIONS
To be duly filled & attached by the Bidder alongwith Part-I
SL.
No.
DESCRIPTION COMPLIANCE
(YES /NO)
1.0
Period of Contract:
The Contract shall be valid for a period of Two Years w.e.f the date of issue
of Contract. However, VSSC reserves the right to extend the same for
further periods at the same rate, terms & conditions on mutual agreement.
2.0 SCOPE OF WORK:
JOB CATEGORY -A
I. In-house pre-press wing a. Design room with computer systems (Windows/Mac), licensed
graphic software packages – Photoshop, CorelDraw, Adobe
InDesign, Adobe Illustrator, etc.
b. Digital printing facilities for both colour and mono prints for proofing
c. Heavy duty digital printing facility on-demand requirements on short notice for A4/A3 print runs.
d. Large format inkjet printing facility up to A0 for printing posters.
e. Good quality CTP system.
f. Colour management software; GMG or similar
g. Imposition software; Prinergy/PEPS or similar
h. High resolution flatbed/drum scanners
i. Mail facility for transfer of pre-press material/proofs.
II. Printing Infrastructure
The Bidder should have their OWN printing facilities such as
a. 4 colour automatic sheetfed offset printing unit to 4 or more A4 pages at a time
b. Printing units capable of Special additional colours/aqueous coating
c. Double demi size printing unit to print 8 A4 pages at a time
d. Screen printing facility
III. POST PRESS FACILITIES
The Bidder shall possess the following minimum post facilities
a. Centre wire stitching machine (automatic gathering, pinning and
b. trimming machine will be more desirable)
c. Perfect binding machines
d. Automatic folding machine of Double demy size
e. Lamination machine/Spot lamination facility
f. Foil embossing machinery
g. Shrink wrapping facility for packing books
IV. The Bidder shall provide the list of infrastructure/facilities available in their premises.
V. The Bidder shall provide access to the authorised officials from VSSC for visiting their facility to ascertain the availability of machines for
ensuring quality and ability for timely completion of jobs.
VI. The following details should also be furnished to ascertain the financial soundness, quantum of work and compliance of statutory
requirements
• Turnover/Balance sheet/ IT returns for the past 3 years
• Certificates of statutory registration of the firm
• GST Registration details of the firm
• PAN/GIR No.
• No. of employees (Permanent)
• No. of shifts of operation
VII. Paper wastage percentage, if any, shall be contained in the rates quoted for printing charges and will not be considered separately.
VIII. To maintain good quality as well as speedy output for urgent works on short notice, the above facilities are required to be fully owned
and maintained by the printing unit as a pre-requisite for quoting.
IX. All parties shall quote for single/BW and four colour printing
X. Parties with facility to print only single colour/BW shall quote for single colour/BW alone
XI. VSSC reserves the right to split the order quantity to multiple vendors
3.0 ELIGIBILITY CRITERIA:
The Bidder should strictly fulfil the following criteria:
3.1 The bidder should have minimum 5 years experience in high quality photo
offset printing.
3.2 The bidder shall be a single entity/registered as a Company/Firm/Society
under respective Acts in India and should have pre-press, printing and post-
press facilities in Thiruvananthapuram.
3.3 Performance certificates/Purchase Orders from Govt. Organisation of
previously completed jobs are to be provided as proofs.
3.4 The bidder shall comply with the strict security regulations of ISRO/VSSC in
case of the award of contract.
3.5 The bidder should submit the Income Tax Returns /Balance Sheet/Turnover
for the last three years. (FY 2015-16, 2016-17 & 2017-18)
3.6 The bidder should submit the Certificates of statutory registration of the
firm.
3.7 The Bidder should submit GST Registration details of the firm alongwith a
copy of Certificate.
3.8 The Bidder should submit a copy of the PAN Card, GIR No. and TAN Regn.
3.9 The Bidder shall have clean legal records and should neither be blacklisted
by any Govt. Organisation nor debarred from bidding in any Govt.
organisation. Notarised affidavit is to be submitted.
3.10 The Bidder shall provide an Undertaking confirming that there are no
criminal cases registered/pending against their establishment.
3.11 All the above claims by the Bidder should be supported by authentic
documents and verification certificates.
4.0 Charges:
The Bidder shall quote the charges for each work in Annexure. The rates
quoted shall not include taxes and applicable GST shall be indicated
separately in price bid for various categories of jobs as applicable. The rate
shall remain firm and fixed till completion of the contract period.
5.0 Payment:
Payment shall be made on monthly basis for the job executed satisfactorily
within 30 days of receipt of your bill duly certified by the Contact Person
and approved by Head, LIB, VSSC and the same shall be sent to the
Accounts Officer (Bills) for arranging payment.
All Tax Invoices issued by the Bidder shall invariably bear their GST
Registration No. (GSTIN) & the applicable GST rates. In the absence of
which, the invoices shall not be processed for payment.
6.0 Delivery period/Terms
Individual work orders will be issued based on requirements. The delivery
period specified in each work order shall be strictly adhered to and unless
otherwise specified, shall be limited to one week.
The finished items will be collected by VSSC Stores Department from the
Printing Unit directly.
7.0 Liquidated Damages:
The Delivery date stipulated in the individual work orders shall be the
essence of the contract. In case of delay in supplying the items, Liquidated
Damages @ 0.5% of the Order value per week subject to a maximum of 10%
of the Order value for the delayed period will be deducted from your Bill.
8.0 Security Deposit:
In case of an order, the Bidder shall submit an interest free Security Deposit
of Rs. 2.00 Lakhs (Rupees Two Lakhs Only) in the form of Fixed Deposit
Receipt(FDR) or Bank Guarantee which shall be refunded after due
performance of the Contract or shall be adjusted/forfeited against any
dues.
9.0 Parallel/Adhoc Contract:
VSSC reserves the right to enter into Parallel/Adhoc contracts
simultaneously with one or more agencies.
11.0 Sublet of Contract:
No sub-contracting of the jobs are permitted. You shall not sublet, transfer
or assign the contract or any part without our prior written approval.
12.0 Termination:
VSSC reserve the right to terminate the contract, if the performance of the
contractor or their employees is found to be unsatisfactory during the
currency of the contract by giving one month notice in writing.
13.0 Fall Clause:
The charges quoted by the Bidder shall in no event exceed the lowest
charges at which the bidder carries out works of identical description to any
other Organisation during the period of this contract. If any time, during the
said period, the bidder reduces the charges of such work to any other
customer, it shall be forthwith notified to VSSC and the charges payable
under the contract for the work done after the date of coming into force of
such reduction of such charges shall stand correspondingly reduced.
14.0 Arbitration:
In the event of any dispute/s, difference/s or claim/s arising out of or
relating to the interpretation and application of the Contract, such
dispute/s or difference/s or claim/s shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and recognizing
their mutual interests attempt to reach a solution satisfactory to both the
parties. If such a resolution is not possible, within 30 days from the date of
receipt of written notice of the existence of such dispute/s, then the
unresolved dispute/s or difference/s or claim/s shall be referred to the Sole
Arbitrator appointed by the Parties by mutual consent in accordance with
the rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time. The arbitration shall be conducted in
Bengaluru in the Arbitration and Conciliation Centre – Bengaluru (Domestic
and International) as per its rules and regulations. The expenses for the
Arbitration shall be shared equally or as may be determined by the
Arbitrator. The considered and written decision of the Arbitrator shall be
final and binding between the Parties. The applicable language for
Arbitration shall be “English” only.
Work under the Contract shall be continued by the CONTRACTOR during the
pendency of arbitration proceedings, without prejudice to a final
adjustment in accordance with the decision of the Arbitrator unless
otherwise directed in writing by the DEPARTMENT or unless the matter is
such that the works cannot be possibly continued until the decision
(whether final or interim) of the Arbitrator is obtained.
15.0 Rejection:
If any of the bidder submit any forged or false documents along with the
tender, such tenders will be summarily rejected and such bidders will
blacklisted for all future tenders.
16.0 FAX and EMAIL quotations WILL NOT BE accepted. Please send your
quotations well in advance by Speed Post and should reach us before the
due date & time mentioned therein. Department will be responsible for
any postal delay.
In case of regret, please send us a letter to that effect.
17.0 Offer Validity:
Confirm minimum 120 days offer validity from the date of tender opening
without which your offer will NOT be considered.
18.0 General Conditions:
18.1 Quotation should be submitted in Two-Parts;
Part I- Technical & Commercial Bid, Part II – Price Bid.
18.2 PART–I, TECHNICAL & COMMERCIAL BID should be submitted in one cover.
Technical & Commercial part should clearly indicate the technical details,
scope of supply, payment terms, delivery terms & delivery period, taxes &
duties, security deposit, LD clause, validity, last 3 years etc. Audited balance
sheet for last 3 years etc under separate head. Please note that the price
should NOT be indicated anywhere in the technical & commercial offer.
The cover should clearly be superscribed as “Technical & Commercial
Bid”(PART-1). The tender no. due date & time should be indicated on the
cover
18.3 THE FOLLOWING DETAILS SHALL ALSO BE SUBMITTED ALONG WITH
PART – I (TECNHO-COMMERCIAL)
(a) Details of the facilities fully owned by the party [Please refer Annexure to Tender Document]
• Number of systems in design studio (Windows/Mac), Details of licensed software, No. of employees, No of shifts.
• Pre-press facilities
• Printing facilities
• Post press facilities
(b) To assess their capability for good quality printing and timely delivery
• List of major clients.
• Awards/Prizes received in printing/publishing
• Quality Control measures/equipment
18.4 PART – II, PRICE BID SHOULD BE IN ONE COVER. PRICE ALONE SHOULD BE
INDICATED. THE COVER SHOULD BE CLEARLY SUPERSCRIBED “PRICE BID”.
THE TENDER No. DUE DATE & TIME SHOULD ALSO BE INDICATED ON THE
COVER.
18.5 The tenders of prospective bidders who fail to qualify in the Technical Bid
(PART-I) of the tender opening process will not be considered for the
Financial Bid (PART-II) of the tender opening.
18.6 Canvassing in connection with the tender is strictly prohibited and if
noticed, the tenders of such bidders will be liable for rejection.
18.7 The acceptance of the tender shall rest with VSSC and it does not bind itself
to accept the lowest tender. It reserves itself the authority to reject any or
all the tenders received without assigning any reason. Any tender, wherein,
any of the above prescribed conditions are not fulfilled or incomplete in any
respect are liable to be rejected.
18.8 VSSC reserves the right to accept either whole or part of the tender
submitted by the bidder and the bidder is bound to perform at the rates
quoted by him.
18.9 It may be noted that GST wherever applicable, Income Tax @ 2% as
applicable from time to time will be deducted from the bills.
18.10 The successful bidder will have to abide to the terms of a Confidentiality
Clause at the beginning the Rate Contract.
18.11 High quality accurate printing of the job is required. In case of any printing
errors after the final proof correction from our side, the party shall supply
all the printed material at no extra cost to VSSC.
18.12 In case of non-performance/under-performance/unsatisfactory
performance, the loss incurred by the Department will be recovered from
the Security Deposit or bills of the Contractor and the defaulter Contractor
shall be black listed for a period of three years from participating in such
type of tendering and their SD will be forfeited.
18.13 The bidder signing the tender should clearly specify whether he/she is
signing as sole proprietor, partner, under power of attorney or as
Director/Manager/Secretary etc. as the case may be. Copies of the
document authorizing the signatory to sign the tender on behalf of such
company/firm and persons must be furnished.
18.14 Note: Bids received after the due date and time will NOT be considered.
Signature: ………………………………………….
Name :…………………………………………….
Company Address & Seal: ……………………………………………
FORMAT FOR PRICE BID
To be duly filled & attached by the Bidder alongwith Part-II
Item
No. Item Description Unit Rate
1 Art work preparation complete with layout,
colouring, etc
per page of A4 size
a. From printouts and photographs "
b. From camera ready CD "
c. From manuscript (hard copy) A4 size for English "
d. From manuscript (soft copy) (text/word format) "
2 Scanning charges of Photograph Each
3 CTP Plate making charges - 4 pages of A4 size
per plate; one plate per colour
Per Plate
4 Printing charges on paper/card for 4 pages of
A4 size/colour
a. Upto 500 copies 4 pages / color
b. 501-1000 copies "
c. 1001 copies and above in slabs of 500 "
5 In-line Aqueous Coating Charges
Silky/Mat/Glossy
4 pages
a. Upto 500 copies "
b. 501-1000 copies "
c. 1001 copies and above in slabs of 500 "
6 Cost of Paper Per 500 sheets of
A4 pages
a. 60 gsm maplitho ,,
b. 70 gsm maplitho ,,
c. 80gsm map litho ,,
d. 90gsm map litho ,,
e. 70gsm super shine ,,
f. 80gsm super shine ,,
g. 90gsm super shine sunlit ,,
h. 100gsm real art paper ,,
i. 130gsm real art paper ,,
j. 170gsm real art paper ,,
k. 210/220 gsm real art card Per cover of 4 pages
l. 130gsm real art card ,,
m. 170gsm real art paper ,,
n. 250 gsm real art card
o. 300gsm real art card ,,
p. 400gsm heavy thick colour card ,,
q. 48 Kg .Mysore craft paper for envelopes Per ream (500sheets)
7 Cost of Special PaperGarda Pat (Off white),
Emote Plus, Emote super white, Sense Mesh,
Sense Micro, Rage Linear
Per 500 sheets of A4
size
a.130 gsm
b.150 gsm
c.210 gsm
d.260 gsm
e.300 gsm
8 Cost of printouts
a. Laser prints mono colour
i. A3 size Each
ii.A4 size Each
iii.A5 size Each
b. Superior Quality colour inkjet print on
Coated paper (Poster and similar prints)
i. A3 size Each
ii.A2 size Each
iii.A1 size Each
iv. A0 size Each
c. Superior Quality colour inkjet print on Photo
paper
i. A3 size Each
ii. A2 size Each
iii. A1 size Each
iv. A0 size Each
d. Superior Quality colour inkjet print on
Canvas
i. A3 size Each
ii. A2 size Each
iii. A1size Each
iv. A0 size Each
e. Digital colour print
i. A3 size Each
ii.A4 size Each
iii.A5 size Each
9 Binding Charges
a. Centre-wire stitching up to 20 pages Per bulletin
b.Selection sewing with thread and cover pasting
i. Up to 100 pages Per book
ii. Above 100 pages Per 100 page
c. Perfect binding (adhesive)
i. Up to 100 pages Per book
ii. Above 100 pages (for slab of 100 each) Per 100 page
d. Case binding
Up to 100 pages Per book
Above 100 pages (for slab of 100 each) Per book
10 Wire-O Binding charges -standard Per cm
11 Lamination Charges
12 a. Glossy on one side for A4 size Each
b. Glossy on one side for A5 size Each
c. Matt on one side for A4 size Each
d. Matt on one side for A5 size Each
13 Spot lamination (Minimum area in sq cm ) to
be specified
Per Sq.Cm
14 Perforation Charges Per 500 copies
15 Die cutting charges Per 500 copies
16 Folding Charges Per 500 sheets
a. Single fold ,,
b. Two fold ,,
c. Three fold ,,
16 a UV coating Per Page
17 Screen printing (Min area to be specified Per Sq.Cm
a. Regular colours ,,
b. Special colours (gold/silver,etc) ,,
18 Foil printing Gold/silver (Minimum area – to be
specified)
Per Sq.Cm
19 Envelope making charges
a. A3 size Per 500 nos
b. A4 size Per 500 nos
c. A5 size Per 500 nos
d. Clothed printed Envelop A4
(sample will be provided)
Per 500 Nos
e. Clothed printed Envelop A3
(sample will be provided)
Per 500 Nos
f. Window envelop (size & window size) Multi
colour
(Envelope Size – 26.3x11cm, Window Size –
11.5x4.3cm)
Per 500 Nos
20 Printing of Calendar-A2/Demi/Equivalent Multi
colour
a. Layout Charges -DTP, Scanning Per page
b. Processing and CTP Charges-A2 /
Demi/Equivalent
c. Printing charges A2/Demi/Equivalent Per page/per colour
1. Copies 1-1000
2. Additional in slab of 1000
d. Cost of paper Per Sheet
1. 170 GSM Art paper
2. 210 GSM Art card
3. 250 GSM Art card
e. Wirobinding with metal hanger Per cm
21 Shrink wrapping
a. Books each
b. Table Calendars each
22 Standard ready-made white envelopes Without
printing
Per 100 Nos
a. A5, D 1/8 & Cr 1/8
b. 10.5”x4.5” (26.5cmx11.5 cm)
c. 9.5”x4.5” (24cmx11.5 cm)
d. 9”x4” (22.5cmx10 cm)
23 ENVELOPES
A. Single colour printing in 90 gsm maplitho including cost of paper, plate, printing and Envelop making charge
Size Rate for 1st 1000 Rate for subsequent
1000
23. A.1 A3 or nearby sizes
23. A.2 B4 or nearby sizes
23. A.3 A4, D1/4 and C1/4
23. A.4 A5,D1/8 & C1/8
23. A.5 10.5'' x 4.5" ( 26.5cmx11.5 cm)
23. A.6 9.5'' x 4.5" (24x11.5cm)
23. A.7 9" x 4" (23.5x10cm)
B. Single colour printing in 80 gsm maplitho including cost of paper ,plate , printing and envelop making charges
Size Rate for 1st 1000 Rate for subsequent
1000
23. B.1 A3 or nearby sizes
23. B.2 B4 or nearby sizes
23. B.3 A4, D1/4 and C1/4
23. B.4 A5,D1/8 & C1/8
23. B.5 10.5'' x 4.5" ( 26.5cmx11.5 cm)
23. B.6 9.5'' x 4.5" (24x11.5cm)
23.B.7 9" x 4" (23.5x10cm)
C. Multi colour printing in 80 gsm maplitho including cost of paper plate, printing and envelope making charges
Size Rate for 1st 1000 Rate for subsequent
1000
23. C1 A3 or nearby sizes
23. C.2 B4 or nearby sizes
23. C.3 A4, D1/4 and C1/4
23. C.4 A5,D1/8 & C1/8
23. C.5 10.5'' x 4.5" ( 26.5cmx11.5 cm)
23. C.6 9.5'' x 4.5" (24x11.5cm)
23.C.7 9" x 4" (23.5x10cm)
D. Multi colour printing in 80 gsm maplitho including cost of paper plate printing and envelop making charges
size Rate for 1st 1000 Rate for subsequent
1000
23.D.1 A3 or nearby sizes
23. D.2 B4 or nearby sizes
23.D.3 A4, D1/4 and C1/4
23.D.4 A5,D1/8 & C1/8
23. D.5 10.5'' x 4.5" ( 26.5cmx11.5 cm)
23.D.6 9.5'' x 4.5" (24x11.5cm)
23.D.7 9" x 4" (23.5x10cm)
E. Single colour printing in 48 kg Mysore craft or similar paper plate, printing & envelop making charges
Size Rate for 1st 1000 Rate for subsequent
1000
23. E.1 A3 or nearby sizes
23. E.2 B4 or nearby sizes
23. E.3 A4, D1/4 and C1/4
23. E.4 A5,D1/8 & C1/8
23. E.5 10.5'' x 4.5" ( 26.5cmx11.5 cm)
23. E.6 9.5'' x 4.5" (24x11.5cm)
23.E.7 9" x 4" (23.5x10cm)
24 Table Top Calendar size & Specifications Rate for 1st 1000 Rate for
subsequent 1000
Pages : 30 ( 15 Sheet) 4 color printing with inline
aqueous coat ( gloss/silk/ matt)Binding :
mounted on back stand of 1500 gsm imported
board, covered outside by 170 gsm matt
laminated art paper and inside by 90 gsm
maplitho paper and Wire- 'O binding using 1/2''
or suitable wiro printing . Finishing : Die cutting
and pasting to required size and shape.
(Excluding paper cost for calender pages)
25.a closed size - 24.5 x 17.5 x 1.3 cm or nearby sizes
25.b closed size - 21.5x15.5x1.3 cm or nearby size
26 Sticker Making including Printing & Paper cost Rate for 1st 1000
per sq.cm
Rate for
subsequent 1000
per sq.cm
a. Irregular shaped dye making and Gumming
one side on PVC / Lamination Coated Card and
Printing in Multi Color
b. Irregular shaped Dye making and Gumming
one side on PVC / Lamination Coated card and
printing in Single color
27 Folder making/Printing
A4 size (as per sample)
28 Diary printing with best
quality plastic cover with
pouch
13x8 cms with index cutting
Plastic pouch with card
holders and transparent id
card pouch
29 Charges for Index cutting
Document size A4
B4
B5
B6
B7
Signature: ………………………………………….
Name :…………………………………………….
Company Address & Seal: ……………………………………………
SPECIAL CONDITIONS IN RESPECT OF TWO-PART TENDERS
PART I - TECHNICAL AND COMMERCIAL BID (IN DUPLICATE) IN ONE COVER:
1. Technical and Commercial Part should clearly indicate the technical details, scope of supply,
payment terms, delivery terms, [FOB/FOR/Ex-Works] delivery period, taxes and duties,
warranty, guarantee, security deposit, performance bank guarantee etc under separate heads.
Please note that the price should NOT be indicated in the Technical and Commercial Offer.
2. Complete literature/leaflets/catalogues or brochures relevant to the offered models are to be
enclosed with the Technical and Commercial Part of the Tender.
3. The cover should clearly be superscribed “Technical and Commercial Bid”. The Tender
Number, Due Date and Time should also be indicated on the cover.
PART II - PRICE BID IN ONE COVER:
1. Price alone should be indicated (in duplicate). Wherever installation/commissioning is
involved, such charges may be indicated separately in the Price Bid.
2. The cover should clearly be superscribed “Price Bid”. The Tender Number, Due Date and
Time should also be indicated on the cover.
3. The “Technical and Commercial Bid” and the “Price Bid” are to be in separate sealed covers
and they should be put into a single envelope superscribed with the Tender Number, Due
Date and Time. The cover thus prepared should be sent to the following address so as to
reach us on or before the due date and time specified in the tender form.
THE PURCHASE & STORES OFFICER
VIKARAM SARABHAI SPACE CENTRE
PURCHASE UNIT-II, ATF AREA
ISRO P.O, TRIVANDRUM 695 022
4. Tenders may be hand delivered or sent by Speed Post/Courier. Levels of responsibility and
reliability among couriers with respect to the delivery to VSSC are not entirely satisfactory
and renderers shall therefore choose the couriers with particular care.
5. The offer should be valid for a minimum period of 180 days from the due date.
6. TENDER OPENING: The Technical and Commercial Bid will be opened on the specified
date and in case any further clarifications /discussions are required, such
clarifications/discussions shall be called for before opening the Price Bid.
7. Late and Delayed Tenders will not be considered. Therefore, please ensure that your tender is
posted well in time to reach us before the due date and time.
8. Tenders which are not prepared in terms of these instructions are liable to be rejected.
9. All the pages of your offer should be signed/initialed by competent authority and affixed with
your Company Seal.
Commercial Conditions:
1. Payment: Our standard payment term is “100% within 30 days on receipt, installation,
commissioning and acceptance of the terms at our site in the case of indigenous order and
SIGHT DRAFT in the case of foreign orders. Bank Charges to respective accounts.
2. Please keep & confirm the offer validity minimum 180 days from the date of opening of
tender.
3. Taxes: VSSC is eligible for reduced rate of GST as per Notification No. 47/2017 - Integrated
Tax (Rate) [outside Kerala] & Notification No. 45/2017 - Central Tax (Rate) [inside Kerala].
Rate of GST applicable is 5%.]. Necessary Exemption Certificate will be issued by VSSC.
4. Delivery terms: Our standard delivery term is “FOR VSSC. In case of Ex- Works, please
indicate packing, forwarding & freight charges up to VSSC, separately. (For more details
please see DOS Forms attached)
5. VSSC has the right to cancel the tender without assigning any reason thereof.
6. In order to avail of the benefits extended by Government of India to the Micro and Small
Sector, please submit attested copy of the valid Entrepreneur Memorandum Part-II signed
by the General Manager, District Industries Centre along with your offer.
7. Liquidated damages: The delivery period quoted by you and stipulated in the Purchase
Order shall be deemed to be the essence of the order and delivery must be completed not
later than the date specified therein as otherwise VSSC shall have the right to recover a sum
@0.5%of the order value as per week or 0.5% of the value of the stores for which the
delivery is delayed for each week of delay, as the case may be, subject to a maximum of
10% of the order value.
8. Earnest money deposit: The vendors, who are not registered with VSSC, shall submit an
EMD (Earnest Money Deposit) or Bid Security for Rs. 1,20,000/- in the form of DD/Bankers
Cheque/ Fixed Deposit Receipt. The EMD of the unsuccessful vendor will be returned
without any interest within 30 days from the date of finalization. Foreign vendors,
registered vendors or vendors who have already applied for renewal of registration, Central
PSUs/PSEs/Autonomous Bodies, etc., shall be exempted from payment of EMD. Vendors
seeking exemption from payment of EMD shall submit necessary proof like registration
number (vendor code), etc. The quotation submitted by unregistered vendor without EMD
will not be considered. The EMD once submitted will be forfeited in the case of withdrawal
of quotation or amendments in quotation or any such deviation, in a later period.
, Form No. DOS:PM:20 GOVERNMENT OF INDIA DEPARTMENT OF SPACE
VIKRAM SARABHAI SPACE CENTRE PURCHASE UNIT - II ATF AREA, ISRO P.O.
THIRUVANANTHAPURAM - 695 022 Tele. No: 0471-256 5141 / 5859 / 5063 Fax No: 0471-256 4174 / 4170
E-Mail ID: spo_avn@vssc.gov.in INSTRUCTIONS TO TENDERERS
1. Tenders should be sent in sealed envelopes superscribing the relevant Tender No., and the due date of opening. Only one
tender should be sent in each envelope.
2. Late tenders and delayed tenders will not be considered.
3. Sales Tax and / or other duties / levies legally leviable and intended to be claimed should be distinctly shown separately in the tender.
4. As a Government of India Department, this office is exempted from payment of Octroi and similar local levies. Tenderers shall ensure that necessary Exemption Certificates are obtained by them from the Purchase Officer concerned to avoid any payment of such levies.
5. a) Your quotation should be valid for 90 days from the date of opening of the tender.
b) Prices are required to be quoted according to the units indicated in the annexed tender form. When quotations are given in terms of units other than those specified in the tender form, relationship between the two sets of units must be furnished.
6. Preference will be given to those tenders offering supplies from ready stocks and on the basis of FOR destination/delivery at site.
7. a) All available technical literature, catalogues and other data in support of the specifications and details of the items should be furnished along with the offer.
b) Samples, if called for, should be submitted free of all charges by the tenderer and the Purchaser shall not be responsible for any loss or damage thereof due to any reason whatsoever. In the event of non-acceptance of tender, the tenderer will have to remove the samples at his own expense.
c) Approximate net and gross weight of the items offered shall be indicated in your offer. If dimensional details are available the same should also be indicated in your offer.
d) Specifications: Stores offered should strictly confirm to our specifications. Deviations, if any, should be clearly indicated by the tenderer in his quotation. The tenderer should also indicate the Make / Type number of the stores offered and provide catalogues, technical literature and samples, wherever necessary, along with the quotations. Test Certificates, wherever necessary, should be forwarded along with supplies. Wherever options have been called for in our specifications, the tenderer should address all such options. Wherever specifically mentioned by us, the tenderer could suggest changes to specifications with appropriate response for the same.
8. The purchaser shall be under no obligation to accept the lowest or any tender and reserves the right of acceptance of the
whole or any part of the tender or portions of the quantity offered and the tenderers shall supply the same at the rates quoted.
9. Corrections, if any, must be attested. All amounts shall be indicated both in words as well as in figures. Where there is difference between amount quoted in words and figures, amount quoted in words shall prevail.
10. The tenderer should supply along with his tender, the name of his bankers as well as the latest Income-Tax clearance certificate duly countersigned by the Income-Tax Officer of the Circle concerned under the seal of his office, if required by the Purchaser.
11. The Purchaser reserves the right to place order on the successful tenderer for additional quantity up to 25% of the quantity offered by them at the rates quoted.
12. The authority of the person signing the tender, if called for, should be produced.
TERMS & CONDITIONS OF TENDER
1. DEFINITIONS:
a) The term ‘Purchaser’ shall mean the President of India or his successors or assigns.
b) The term ‘Contractor’ shall mean, the person, firm or company with whom or with which the order for the supply of stores is placed and shall be deemed to include the Contractor's successors, representative, heirs, executors and administrators unless excluded by the Contract.
c) The term ‘Stores’ shall mean what the Contractor agrees to supply under the Contract as specified in the Purchase Order including erection of plants & machinery and subsequent testing, should such a condition is included in the Purchase Order.
d) The term ‘Purchase Order’ shall mean the communication signed on behalf of the Purchaser by an Officer duly authorised intimating the acceptance on behalf of the Purchaser on the terms and conditions mentioned or referred to in the said communication accepting the tender or offer of the Contractor for supply of stores or plant, machinery or equipment or part thereof.
2. PRICES: Tender offering firm prices will be preferred. Where a price variation clause is insisted upon by a tenderer, quotation with a reasonable ceiling should be submitted. Such offers should invariably be supported by the base price taken into account at the time of tendering and also the formula for any such variation/s.
3. SECURITY DEPOSIT:
On acceptance of the tender, the Contractor shall, at the option of the Purchaser and within the period specified by him, deposit with him, in cash or in any other form as the Purchaser may determine, security deposit not exceeding ten percent of the value of the Contract as the Purchaser shall specify. If the Contractor is called upon by the Purchaser to deposit, ‘Security’ and the Contractor fails to provide the security within the period specified, such failure shall constitute a breach of the Contract, and the Purchaser shall be entitled to make other arrangements for the re-purchase of the stores Contracted at the risk of the Contractor in terms of Sub-Clause (ii) and (iii) of clause 10(b) hereof and/or to recover from the Contractor, damages arising from such cancellation.
4. GUARANTEE & REPLACEMENT:
(a) The Contractor shall guarantee that the stores supplied shall comply fully with the specifications laid down, for material, workmanship and performance.
(b) For a period of twelve months after the acceptance of the stores, if any defects are discovered therein or any defects therein found to have developed under proper use, arising from faulty stores design or workmanship, the Contractor shall remedy such defects at his own cost provided he is called upon to do so within a period of 14 months from the date of acceptance thereof by the purchaser who shall state in writing in what respect the stores or any part thereof are faulty.
(c) If, in the opinion of the purchaser, it becomes necessary to replace or renew any defective stores such replacement or renewal shall be made by the Contractor free of all costs to the purchaser, provided the notice informing the Contractor of the defect is given by the purchaser in this regard within the said period of 14 months from the date of acceptance thereof.
(d) Should the Contractor fail to rectify the defects, the purchaser shall have the right to reject or repair or replace at the cost of the Contractor the whole or any portion of the defective stores.
(e) The decision of the purchaser notwithstanding any prior approval or acceptance or inspection thereof on behalf of the purchaser, as to whether or not the stores supplied by the Contractor are defective or any defect has developed within the said period of 12 months or as to whether the nature of the defects requires renewal or replacement, shall be final, conclusive and binding on the Contractor.
(f) To fulfill guarantee conditions outlined in clause 4 (a) to (e) above, the Contractor shall, at the option of the purchaser, furnish a Bank Guarantee (as prescribed by the purchaser) from a Bank approved by the purchaser for an amount equivalent to 10% of the value of the Contract along with first shipment documents. On the performance and completion of the Contract in all respects, the Bank Guarantee will be returned to the Contractor without any interest.
(g) All the replacement stores shall also be guaranteed for a period of 12 months from the date of arrival of the stores at purchaser's site.
(h) Even while the 12 months guarantee applies to all stores, in case where a greater period is called for by our specifications then such a specification shall apply in such cases the period of 14 months referred to in para 4 (b) & (c) shall be the ’asked for’ guarantee period plus two months.
5. PACKING FORWARDING & INSURANCE:
The Contractor will be held responsible for the stores being sufficiently and properly packed for transport by rail, road, sea or air to withstand transit hazards and ensure safe arrival at the destination. The packing and marking of packages shall be done by and at the expense of the Contractor. The purchaser will not pay separately for transit insurance, all risks in transit being exclusively of the Contractor and the Purchaser shall pay only for such stores as are actually received in good condition in accordance with the Contract.
6. DESPATCH:
The Contractor is responsible for obtaining a clear receipt from the Transport Authorities specifying the goods despatched. The consignment should be despatched with clear Railway Receipt / Lorry Receipt. If sent in any other mode, it shall be at the risk of the Contractor. Purchaser will take no responsibility for short deliveries or wrong supply of goods when the same are booked on 'said to contain' basis. Purchaser shall pay for only such stores as are actually received by them in accordance with the Contract.
7. TEST CERTIFICATE:
Wherever required, test certificates should be sent along with the despatch documents.
8. ACCEPTANCE OF STORES:
a) The stores shall be tendered by the Contractor for inspection at such places as may be specified by the purchaser at the Contractor's own risk, expense and cost.
b) It is expressly agreed that the acceptance of the stores Contracted for, is subject to final approval by the purchaser, whose decision shall be final.
c) If, in the opinion of the purchaser, all or any of the stores do not meet the performance or quality requirements specified in the Purchase Order, they may be either rejected or accepted at a price to be fixed by the purchaser and his decision as to rejection and the prices to be fixed shall be final and binding on the Contractor.
d) If the whole or any part of the stores supplied are rejected in accordance with Clause No. 8 (c) above, the purchaser shall be at liberty, with or without notice to the Contractor, to purchase in the open market at the expense of the Contractor stores meeting the necessary performance and quality Contracted for in place of those rejected, provided that either the purchase, or the agreement to purchase, from another supplier is made within six months from the date of rejection of the stores as aforesaid.
9. REJECTED STORES:
Rejected stores will remain at destination at the Contractor's risk and responsibility. If instructions for their disposal are not received from the Contractor within a period of 14 days from the date of receipt of the advice of rejection, the purchaser or his representative has, at his discretion, the right to scrap or sell or consign the rejected stores to Contractor's address at the Contractor's entire risk and expense, freight being payable by the Contractor at actuals.
10. DELIVERY:
(a) The time for and the date of delivery of the stores stipulated in the Purchase Order shall be deemed to be the essence of the Contract and delivery must be completed on or before the specified dates.
(b) Should the Contractor fail to deliver the stores or any consignment thereof within the period prescribed for such
delivery, the purchaser shall be entitled at his option either.
(i) to recover from the Contractor as agreed liquidated damages and not by way of penalty, a sum of 0.5% per week of the price of any stores which the Contractor has failed to deliver as aforesaid or during which the delivery of such store may be in arrears subject to a minimum of 10%, or
(ii) to purchase from elsewhere, without notice to the Contractor on the account and at the risk of the Contractor, the
stores not delivered or others of a similar description (where others exactly complying with the particulars, are not, in the opinion of the purchaser, readily procurable, such opinion being final) without cancelling the Contract in respect of the consignment (s) not yet due for delivery, or
(iii) to cancel the Contract or a portion thereof and if so desired to purchase or authorise the purchase of stores not so
delivered or others of a similar description (where others exactly if complying with the particulars are not, in the opinion of the purchaser, readily procurable, such opinion final) at the risk and cost of the Contractor.
In the event of action being taken under sub-clause (ii) & (iii) of clause 10 (b) above, the Contractor shall be liable for any loss which the purchaser may sustain on that account, provided that the re-purchase or if there is an agreement to re-purchase then such agreement is made within six months from the date of such failure. But the Contractor shall not be entitled to any gain on such re-purchase made against default. The manner and method of such re-purchase shall be at the discretion of the purchaser, whose decision shall be final. It shall not be necessary for the purchaser to serve a notice of such re-purchase on the defaulting Contractor. This right shall be without prejudice to the right of the purchaser to recover damages for breach of Contract by the Contractor.
11. EXTENSION OF TIME:
As soon as it is apparent that the Contract dates cannot be adhered to, an application shall be sent by the Contractor to the purchaser. If failure, on the part of the Contractor, to deliver the stores in proper time shall have arisen from any cause which the purchaser may admit as reasonable ground for an extension of the time (and his decision shall be final) he may allow such additional time as he considers it to be justified by circumstances, of the case without prejudice to the purchaser's right to recover liquidated damages under clause 10 thereof.
12. ERECTION OF PLANT & MACHINERY: Wherever erection of a plant or machinery is the responsibility of the Contractor as per the terms of the Contract and in case the Contractor fails to carry out the erection as and when called upon to do so within the period specified by the purchaser, the purchaser shall have the right to get the erection done through any source of his choice. In such an event, the Contractor shall be liable to bear any additional expenditure that the purchaser is liable to incur towards erection. The Contractor shall, however, not be entitled to any gain due to such an action by the purchaser.
13. PAYMENT: Contractor's bill will be passed for payment only after the stores have been received, inspected and accepted by the Purchaser.
14. MODE OF PAYMENT: Normally payment will be made for the accepted stores within 30 days from the date of receipt of the materials.
15. RECOVERY OF SUM DUE: Whenever any claim for the payment of, whether liquidated or not, money arising out of or under this Contract against the Contractor, the purchaser shall be entitled to recover such sum by appropriating in part or whole, the security deposited by the Contractor, if a security is taken against the Contract. In the event of the security being insufficient or if no security has been taken from the Contractor, then the balance or the total sum recoverable as the case may be, shall be deducted from any sum then due or which at any time thereafter may become due to the Contractor under this or any other Contract with the purchaser. Should this sum be not sufficient to cover the full amount recoverable, the Contractor shall pay to the purchaser on demand the remaining balance due. Similarly, if the purchaser has or makes any claim, whether liquidated or not, against the Contractor under any other Contract with the purchaser, the payment of all moneys payable under the Contract to the Contractor including the security deposit shall be withheld till such claims of the purchaser are finally adjudicated upon and paid by the Contractor.
16. INDEMNITY: The Contractor shall warrant and be deemed to have warranted that all stores supplied against this Contract are free and clean of infringement of any Patent, Copyright or Trademark, and shall at all times indemnify the purchaser against all claims which may be made in respect of the stores for infringement of any right protected by Patent Registration of design or Trade mark and shall take all risk of accidents or damage which may cause a failure of the supply from whatever cause arising and the entire responsibility for sufficiency of all means used by him for the fulfilment of the contract.
17. ARBITRATION: In the event of any question, dispute or difference arising under these conditions or any conditions contained in the Purchase Order or in connection with this Contract (except as to any matter the decision of which is specially provided for by these conditions), the same shall be referred to the sole arbitration of the Head of the Purchase office or some other person appointed by him. It will be no objection that the arbitrator is a Government servant, that he had to deal with matter to which the Contract relates or that in the course of his duties as Government servant he has expressed views on all or any other matters in dispute or difference. The award of the arbitrator shall be final and binding on the parties of this Contract.
If the arbitrator be the Head of the Centre / Unit – (i) In the event of his being transferred or vacating his office by resignation or otherwise, it shall be lawful for his
successor-in-office either to proceed with reference himself, or to appoint another person as arbitrator, or (ii) In the event of his being unwilling or unable to act for any reason, it shall be lawful for the Head of the Centre / Unit to
appoint another person as arbitrator.
If the arbitrator be a person appointed by the Head of the Purchase Office –In the event of his dying, neglecting or refusing to act or resigning or being unable to act, for any reason, it shall be lawful for the Head of the Centre / Unit either to proceed with the reference himself or appoint another person as arbitrator in place of the outgoing arbitrator.
Subject as aforesaid the Arbitration & Conciliation Act 1996 and the rules thereunder and any statutory modifications thereof for the time being in force shall be deemed to apply to the arbitration proceedings under this Clause. The Arbitrator shall have the power to extend with the consent of the purchaser and the Contractor the time for making and publishing the award. The venue of arbitration shall be the place as purchaser in his absolute discretion may determine. Work under the Contract shall, if reasonably possible, continue during arbitration proceedings.
In the event of any dispute or difference relating to the interpretation and application for the provisions of the Contracts, such dispute or difference shall be referred by either party to Arbitration of one of the Arbitrations in the Department of Public Enterprises. The Arbitration Act 1996 shall not be applicable to arbitration under this clause. The award of the Arbitrator shall be binding upon the parties to the dispute provided however any party aggrieved by such award may make a further reference for setting aside or revision of the award to the Law Secretary, Department of Legal Affairs, Ministry of Law & Justice, Govt. of India. The parties to the dispute will share equally, the cost of arbitration as intimated by Arbitrator.
18. COUNTER TERMS AND CONDITION OF SUPPLIERS: Where counter terms and conditions printed or cyclostyled conditions have been offered by the supplier, the same shall not be deemed to have been accepted by the Purchaser, unless specific written acceptance thereof is obtained.
19. SECURITY FOR PURCHASE OF MATERIALS: Successful tenderer will have to furnish in the form of a bank guarantee or any other form as called for by the purchaser towards adequate security for the materials and properties provided by the Purchaser for the due execution of the Contract.
Form No. DOS:PM:23
(Seal of the Company)
Tender No. : ..............................................
Due on : ..............................................
Ref. No. : ..............................................
Date : ..............................................
TENDER FORM From: .................................................
.................................................
................................................. To: THE SR. PURCHASE & STORES OFFICER, VIKRAM SARABHAI SPACE CENTRE, PURCHASE UNIT – II, ATF AREA, ISRO P.O., TRIVANDRUM – 695 022 Dear Sir,
I/We hereby offer to supply the stores detailed below at the price hereunder quoted and agree to hold this offer open till…………… I/we shall be bound to supply the stores hereby offered upon the issue of the Purchase Order communicating the acceptance thereof on or before the expiry of the last mentioned date. You are at liberty to accept any one or more of the items of stores tendered for or any portion of any one or more of the items of such stores. I/We, notwithstanding that the offer in this tender has not been accepted in whole, shall be bound to supply to you such items and such portion or portions of one or more of the items as may be specified in the said Purchase Order communicating the acceptance:
SL. No.
Description Quantity Unit Rate (Rs.)
Delivery Date
Note: All the rates should be given both in figures and words
2. I/We have understood the items of the tender annexed to the invitation to tender and have thoroughly examined the specifications/drawing and/or pattern quoted or referred to herein and am/are fully aware of the nature of the stores required and my/our offer is to supply the stores strictly in accordance with the requirements subject to the terms and conditions stipulated in the enquiry and contained in the Purchase Order communicating the acceptance of this tender either in whole or in part.
Signature of Tenderer
Date: ……………………… (Seal)
Place at which delivery will be made
Date by which the ordered item/s will be supplied
5. E-Procurement No. VSSC/MVITPUR/2018E1316001 and Print Media Advertisement ref. No.
VSSC/P/ADVT/270/2018 Dt.21.12.2018 E-Tenders are invited for Supply ofElectromechanical
Relays For Checkout Systems through our E-procurement site https://eprocure.isro.gov.in.
Tender documents can be downloaded upto24.01.2019 [17:00 Hrs.], Tender Opening date
:30.01.2019 [10:00 Hrs.].
Only online tenders will be accepted. No manual / Postal / e-mail / fax offers will be
entertained. No manual tender document will be issued. Parties interested to participate in
this e-Tender are required to register themselves as vendors, if not already registered, in our
e-procurement portal https://eprocure.isro.gov.in by downloading plugins and help demos
listed on the home page of the e-procurement link mentioned above to complete the vendor
registration process. They can seek help from help desk 080 6780 7786 also as provided in the
home page of e-procurement portal in case of any problem for registration and subsequent
process. Vendors may please note that without registering in our e-procurement portal, they
will not be able to quote for this e-tender.
Important Notice : Tender shall be opened on the first day of the schedule [ie.30.01.2019
[10:00 Hrs.]. If the tender could not be opened on the first day due to any technical snag, it
will be opened on the subsequent day as per the schedule. Bidders who are desirous of
attending the tender opening may make arrangements for attending the tender opening at
their cost.
6. E-Procurement No. VSSC/MVITPUR/2018E1377301 and Print Media Advertisement ref. No.
VSSC/P/ADVT/270/2018 Dt.21.12.2018 E-Tenders are invited for Supply
of Electro Mechanical Relays through our E-procurement site https://eprocure.isro.gov.in.
Tender documents can be downloaded upto14.01.2019[17:00 Hrs.], Tender Opening date :
18.01.2019 [10:00 Hrs.].
Only online tenders will be accepted. No manual / Postal / e-mail / fax offers will be
entertained. No manual tender document will be issued. Parties interested to participate in
this e-Tender are required to register themselves as vendors, if not already registered, in our
e-procurement portal https://eprocure.isro.gov.in by downloading plugins and help demos
listed on the home page of the e-procurement link mentioned above to complete the vendor
registration process. They can seek help from help desk 080 6780 7786 also as provided in the
home page of e-procurement portal in case of any problem for registration and subsequent
process. Vendors may please note that without registering in our e-procurement portal, they
will not be able to quote for this e-tender.
Important Notice : Tender shall be opened on the first day of the schedule [ie. 18.01.2019
[10:00 Hrs.]. If the tender could not be opened on the first day due to any technical snag, it
will be opened on the subsequent day as per the schedule. Bidders who are desirous of
attending the tender opening may make arrangements for attending the tender opening at
their cost.
7. E-Procurement VSSC/ADMN AUX/2018014166 and Print Media Advertisement ref. No.
VSSC/P/ADVT/270/2018 Dt.21.12.2018 E-Tenders are invited for Supply
of Optical Blue LED Light Based 3D Scanner Systemthrough our E-procurement site
https://eprocure.isro.gov.in. Tender documents can be downloaded upto03.01.2019[17:00
Hrs.], Tender Opening date :10.01.2019 [10:05 Hrs.].
Only online tenders will be accepted. No manual / Postal / e-mail / fax offers will be
entertained. No manual tender document will be issued. Parties interested to participate in
this e-Tender are required to register themselves as vendors, if not already registered, in our
e-procurement portal https://eprocure.isro.gov.in by downloading plugins and help demos
listed on the home page of the e-procurement link mentioned above to complete the vendor
registration process. They can seek help from help desk 080 6780 7786 also as provided in the
home page of e-procurement portal in case of any problem for registration and subsequent
process. Vendors may please note that without registering in our e-procurement portal, they
will not be able to quote for this e-tender.
Important Notice : Tender shall be opened on the first day of the schedule [ie. 10.01.2019
[10:05 Hrs.]. If the tender could not be opened on the first day due to any technical snag, it
will be opened on the subsequent day as per the schedule. Bidders who are desirous of
attending the tender opening may make arrangements for attending the tender opening at
their cost.
8. E-Procurement No. VSSC/PRSOPURCH/2018E1308301 and Print Media Advertisement ref.
No. VSSC/P/ADVT/270/2018 Dt.21.12.2018 E-Tenders are invited for
Supply of ATV-EX MANDRELS through our E-procurement site https://eprocure.isro.gov.in.
Tender documents can be downloaded upto23.01.2019[14:00 Hrs.], Tender Opening date
:28.01.2019 [10:01 Hrs.].
Only online tenders will be accepted. No manual / Postal / e-mail / fax offers will be
entertained. No manual tender document will be issued. Parties interested to participate in
this e-Tender are required to register themselves as vendors, if not already registered, in our
e-procurement portal https://eprocure.isro.gov.in by downloading plugins and help demos
listed on the home page of the e-procurement link mentioned above to complete the vendor
registration process. They can seek help from help desk 080 6780 7786 also as provided in the
home page of e-procurement portal in case of any problem for registration and subsequent
process. Vendors may please note that without registering in our e-procurement portal, they
will not be able to quote for this e-tender.
Important Notice : Tender shall be opened on the first day of the schedule [ie. 28.01.2019
[10:01 Hrs.]. If the tender could not be opened on the first day due to any technical snag, it
will be opened on the subsequent day as per the schedule. Bidders who are desirous of
attending the tender opening may make arrangements for attending the tender opening at
their cost.
9. E-Procurement No. VSSC/MVITPUR/2018E1422301 and Print Media Advertisement ref. No.
VSSC/P/ADVT/270/2018 Dt.21.12.2018 E-Tenders are invited for Supply
of Modular Furniture As Per Specification Enclosed through our E-procurement site
https://eprocure.isro.gov.in. Tender documents can be downloaded upto06.01.2019[17:00
Hrs.], Tender Opening date :10.01.2019 [15:00 Hrs.].
Only online tenders will be accepted. No manual / Postal / e-mail / fax offers will be
entertained. No manual tender document will be issued. Parties interested to participate in
this e-Tender are required to register themselves as vendors, if not already registered, in our
e-procurement portal https://eprocure.isro.gov.in by downloading plugins and help demos
listed on the home page of the e-procurement link mentioned above to complete the vendor
registration process. They can seek help from help desk 080 6780 7786 also as provided in the
home page of e-procurement portal in case of any problem for registration and subsequent
process. Vendors may please note that without registering in our e-procurement portal, they
will not be able to quote for this e-tender.
Important Notice: Tender shall be opened on the first day of the schedule [ie. 10.01.2019
[15:00 Hrs.]. If the tender could not be opened on the first day due to any technical snag, it
will be opened on the subsequent day as per the schedule. Bidders who are desirous of
attending the tender opening may make arrangements for attending the tender opening at
their cost.
10. E-Procurement No. VSSC/AVN-PUR/2018E1306101 and Print Media Advertisement ref. No.
VSSC/P/ADVT/270/2018 Dt.21.12.2018 E-Tenders are invited for Supply
of ANODISING Operation Of Surface Treatment Facility through our E-procurement site
https://eprocure.isro.gov.in. Tender documents can be downloaded upto22.01.2019[11:00
Hrs.], Tender Opening date :24.01.2019 [11:00 Hrs.].
Only online tenders will be accepted. No manual / Postal / e-mail / fax offers will be
entertained. No manual tender document will be issued. Parties interested to participate in
this e-Tender are required to register themselves as vendors, if not already registered, in our
e-procurement portal https://eprocure.isro.gov.in by downloading plugins and help demos
listed on the home page of the e-procurement link mentioned above to complete the vendor
registration process. They can seek help from help desk 080 6780 7786 also as provided in the
home page of e-procurement portal in case of any problem for registration and subsequent
process. Vendors may please note that without registering in our e-procurement portal, they
will not be able to quote for this e-tender.
Important Notice: Tender shall be opened on the first day of the schedule [ie. 24.01.2019
[15:00 Hrs.]. If the tender could not be opened on the first day due to any technical snag, it
will be opened on the subsequent day as per the schedule. Bidders who are desirous of
attending the tender opening may make arrangements for attending the tender opening at
their cost.
11. E-Procurement No. VSSC/MVITPUR/2018E1423301 and Print Media Advertisement ref. No.
VSSC/P/ADVT/270/2018 Dt.21.12.2018 E-Tenders are invited for Supply
of Office Chairs For Lab through our E-procurement site https://eprocure.isro.gov.in.
Tender documents can be downloaded upto06.01.2019[17:00 Hrs.], Tender Opening date
:10.01.2019 [17:00 Hrs.].
Only online tenders will be accepted. No manual / Postal / e-mail / fax offers will be
entertained. No manual tender document will be issued. Parties interested to participate in
this e-Tender are required to register themselves as vendors, if not already registered, in our
e-procurement portal https://eprocure.isro.gov.in by downloading plugins and help demos
listed on the home page of the e-procurement link mentioned above to complete the vendor
registration process. They can seek help from help desk 080 6780 7786 also as provided in the
home page of e-procurement portal in case of any problem for registration and subsequent
process. Vendors may please note that without registering in our e-procurement portal, they
will not be able to quote for this e-tender.
Important Notice: Tender shall be opened on the first day of the schedule [ie. 10.01.2019
[17:00 Hrs.]. If the tender could not be opened on the first day due to any technical snag, it
will be opened on the subsequent day as per the schedule. Bidders who are desirous of
attending the tender opening may make arrangements for attending the tender opening at
their cost.
12. E-Procurement No. VSSC/PRSOPURCH/2018E1433501 and Print Media Advertisement ref.
No. VSSC/P/ADVT/270/2018 Dt.21.12.2018 E-Tenders are invited for Supply
ofTrichloroethylene As Per IS245-1988 Type 2 through our E-procurement site
https://eprocure.isro.gov.in. Tender documents can be downloaded upto21.01.2019 [14:00
Hrs.], Tender Opening date :25.01.2019 [10:01 Hrs.].
Only online tenders will be accepted. No manual / Postal / e-mail / fax offers will be
entertained. No manual tender document will be issued. Parties interested to participate in
this e-Tender are required to register themselves as vendors, if not already registered, in our
e-procurement portal https://eprocure.isro.gov.in by downloading plugins and help demos
listed on the home page of the e-procurement link mentioned above to complete the vendor
registration process. They can seek help from help desk 080 6780 7786 also as provided in the
home page of e-procurement portal in case of any problem for registration and subsequent
process. Vendors may please note that without registering in our e-procurement portal, they
will not be able to quote for this e-tender.
Important Notice : Tender shall be opened on the first day of the schedule [ie.25.01.2019
[10:01 Hrs.]. If the tender could not be opened on the first day due to any technical snag, it
will be opened on the subsequent day as per the schedule. Bidders who are desirous of
attending the tender opening may make arrangements for attending the tender opening at
their cost.