Download as pdf or txt
Download as pdf or txt
You are on page 1of 13

The Kerala State Cooperative Rubber Marketing Federation Ltd.

P.B. No. 15, Gandhi Nagar, Cochin – 682 020


Phone: 0484 – 2205790, 2206921, 2204765 FAX: (91) 484 – 2205827,2203425
E-mail: info@rubbermark.com Website: www.rubbermark.com

F1/2023-24/1 Date: 28/02/2023

E-Tender, Terms and Conditions

1. This tender is an e-Tender and is being published online for the supply of Fertilizers to various
Societies/dealers and ourFMUs(Alu va (Chal ac kal),Kozhiko de,Chadayamanga lam) in Kerala for the year 2020-21.
The tender is invited in two cover s system from the registered and eligible firms through e -
procurement portal of Government of Kerala (https:// www.etenders.kerala.gov.in). Prospective
bidders willing to participate in this tender shall necessarily register themselves with above mentioned
e - procurement portal. Last date & time for uploading the tender in the e-tender site i.e.,
www.etenders.kerala.gov.in is on or before 5 P.M. 15/03/2023 .The bids will be
opened at 11.30 A.M. on 17/03/2023.
2. Online Bidder registration process: Bidders should have a Class II or above Digital
Signature Certificate (DSC) to be procured from any Registration Authorities (RA) under the
Certifying Agency of India. Details of RAs will be available on www.cca.gov.in. Once, the
DSC is obtained, bidders have to register on www.etenders.kerala.gov.in website for
participating in this tender. Website registration is a one -time process without any
registration fees. However, bidders have to procure DSC at their own cost .
Bidders may contact e-Procurement support desk of Kerala State IT Mission over telephone at
0471-2577088/188/388 or 0484 -2336006, 2332262 or 0497-2764788, 2764188 or 0483-273294
or through email: etendershelp@kerala.gov.in or helpetender@gmail.com for
assistance in this regard.
3. Online Tender Process: The tender process shall consist of the following stages:
i. Downloading of tender document: Tender document will be available for free
download on www.etenders.kerala.gov.in. However, tender document fees shall be
payable online at the time of bid submission as stipulated in this tender document.
ii. Pre-bid meeting: Nil.
iii. Publishing of Corrigendum: All corrigenda shall be published on
www.etenders.kerala.gov.in and shall not be available elsewhere.
iv. Bid submission: Bidders have to submit their bids along with supporting documents to support their
eligibility, as required in this tender document on www.etenders.kerala.gov.in. No manual submission
of bid is allowed and manual bids shall not be accepted under any circumstances.
v. Opening of Technical Bid and Bidder short-listing: The technical bids will be opened,
evaluated and shortlisted as per the eligibility and technical qualifications. All documents in
support of technical qualifications shal l be submitted (online). Failure to submit the
documents online will attract disqualification. Bids shortlisted by this process will be
taken up for opening the financial bid.
vi. Opening of Financial Bids: Bids of the qualified bidder’s shall only be consider ed
for opening and evaluation of the financial bid on the date and time mentioned in
critical date’s section.
4. Documents Comprising Bid:
(i). The First Stage (Pre-Qualification or Technical bid): Pre-Qualification or
Technical proposal shall contain the scanned copies of the following documents
which every bidder has to upload:
i) Document 1. Signed E – tender terms & conditions. Every intending tenderer
has to be signed on each page of the tender conditions before uploading.
ii) Document 2. The Bidder details.
iii) Document 3. Scanned copy of Demand Draft of EMD amount.
iv) Specification.
v) Break up details of rate.
The department doesn’t take any responsibility for any technical snag or failure that has
taken place during document upload.
(ii). The Second Stage (Financial Cover or Price bid): Financial Cover or Price bid
shall contain the following documents which every bidder has to upload.
i) Document 1. Rate Break-up details. The Rate break-up details for rate
per metric ton / per number should be uploaded separately in the format
attached.
ii) Document 2. Rate quoted BOQ. The Bidder shall complete the Price bid as per the BOQ
format given for download along with this tender. The blank price bid should be downloaded
and saved on bidder’s computer without changing file -name otherwise price bid will not get
up loaded. The bidder should fill in the details in the same file and upload the same back to
the website. Tendered rate in BOQ should be for delivery at various Societies/Dealers in
Kerala and should be inclusive of all taxes, loading & transportation charge s.
5. Fixed price: Prices quoted by the Bidder shall be fixed during the bidder's performance of
the contract and not subject to variation on any account. A bid submitted with an
adjustable/ variable price quotation will be treated as non - responsive and rejected.
6. Tender Document Fees and Earnest Money Deposit (EMD): The Bidder shall pay, a tender
document fees of Rs.1180/ - inclusive of 18% GST and Earnest Money Deposit as Demand Draft
as per the table given below. The EMD is required to protect the purchase r against risk of
Bidder’s conduct, which would warrant the forfeiture of security. The DD should be scanned and
uploaded along with the tender documents. The original DD should be reached at Rubber Mark
Head Office on or before 16/03/2023, 5 pm. Those existing bidders , who have required EMD with
the federation need not pay additional EMD. Those existing bidders having short fall in EMD,
should remit the difference amount as bank demand draft.
7. Online Payment modes: The tender document fees can be paid in the following
manner through e-Payment facility provided by the e -Procurement system
(i) State Bank of India Multi Option Payment System (SBI MOPS Gateway): Bidders
are required to avail Internet Banking Facility in any of below banks for making
tender remittances in eProcurement System.
A) Internet Banking Options (Retail)
1 Allahabad Bank 32Kotak Mahindra Bank
2 Axis Bank 33Lakshmi Vilas Bank
3 Andhra Bank 34Mehsana Urban Co-op Bank
4 Bandan Bank 35NKGSB Co-operative Bank
5 Bank of Bahrain and Kuwait 36Oriental Bank of Commerce
Punjab and Maharashtra Cooperative
6 Bank of Baroda 37 Bank
7 Bank of India 38 Punjab National Bank
8 Bank of Maharashtra 39 Punjab and Sind Bank
Bassein Catholic Co-operative
9 Bank 40 RBL Bank
10 BNP Paribas 41 Saraswat Cooperative Bank
11 Canara Bank 42 ShamraoVithal Cooperative Bank
12 Catholic Syrian Bank 43 South Indian Bank
13 Central Bank of India 44 Standard Chartered Bank
14 City Union Bank 45 State Bank of India
15 Corporation Bank 46 Syndicate Bank
16 Cosmos Bank 47 Tamilnad Mercantile Bank
17 DCB Bank 48 Tamilnadu Cooperative Bank
18 Dena Bank 49 The Kalyan Janata Sahakari Bank
TJSB Bank (Erstwhile Thane Janata
19 Deutsche Bank 50 Sahakari Bank)
20 Dhanalaxmi Bank 51 UCO Bank
21 Federal Bank 52 Union Bank of India
22 HDFC Bank 53 United Bank of India
23 ICICI Bank 54 Vijaya Bank
24 IDBI Bank 55 YES Bank

25 Indian Bank
26 Indian Overseas Bank
27 IndusInd Bank
28 Jammu & Kashmir Bank
29 Janata Sahakari Bank
30 Karnataka Bank
31 Karur Vysya Bank

1 Bank of Baroda 21 Laxmi Vilas Bank


2 Bank of India 22 Oriental Bank of Commerce
3 Bank of Maharashtra 23 Punjab & Maharashtra Coop Bank
4 BNP Paribas 24 Punjab & Sind Bank
5 Canara Bank 25 Punjab National Bank
6 Catholic Syrian Bank 26 RBL Bank
7 City Union Bank 27 ShamraoVitthal Co-operative Bank
8 Corporation Bank 28 South Indian Bank
9 Cosmos Bank 29 State Bank of India
10 Deutsche Bank 30 Syndicate Bank
11 Development Credit Bank 31 UCO Bank
12 Dhanalaxmi Bank 32 Union Bank of India
13 Federal Bank 33 UPPCL
14 HDFC Bank 34 Vijaya Bank
15 ICICI Bank 35 Axis Bank
16 Indian Overseas Bank
17 JantaSahakari Bank
18 Jammu & Kashmir Bank
19 Karur Vysya Bank
20 Kotak Bank

(ii) During the online bid submission process, bidder shall select SBI MOPS option and submit
the page, to view the Terms and Conditions page. On further submitting the same, the e -
Procurement system will re-direct the bidder to MOPS Gateway, where two options namely
SBI and Other Banks* will be shown. Here, Bidder may proceed as per below:
a) SBI Account Holders shall click SBI option to with its Net Banking Facility., where bidder
can enter their internet banking credentials and transfer the Tender Fee and EMD amount.
b) Other Bank Account Holders may click Other Banks optionto view the bank
selection page. Here, bidders can select from any of the 54 Banks to proceed
with its Net Banking Facility, for remitting tender payments.
*Transaction Charges for Other Banks vide SBI Letter No. LHO/TVM/AC/2016 -17/47 –
1% of transaction value subject to a minimum of Rs. 50/ - and maximum of Rs. 150/ -
(iii) Any transaction charges levied while using any of the above modes of online
payment has be borne by the bidder. The supplier/contractor's bid will be evaluated
only if payment status against bidder is showing “Success” during bid opening.
8. SUBMISSION PROCESS: Bidders shall submit their Technical bid and Financial bid online
onwww.etenders.kerala.gov.in along with online payment of tender document fees.
It is necessary to click on “Freeze bid” link/ icon to complete the process of bid
submission otherwise the bid will not get submitted online and the same shall not
be available for viewing/ opening during bid opening process.
9. The quantity mentioned in the schedule is only approximate and the supplier will
have to effect the supply of the quantity mentioned in the Purchase Order.
10.The rate to be quoted by the tenderer should be for the supply at units as shown
in the Schedule. The rate should include all taxes, duties, cesses loading and
unloading charges and transporting charges for the supply of the items in the
various places. The rate should be firm till the supplies are over. No price
variation clause will be entertained. The additional conditions printed or otherwise
added to the tender will not be binding on the Federation.
11.Time is the essence of the contract. The contractor should supply the entire
material (full quantity) within the time limit stipulated in the purchase order.
12.The sample with test report from Rubber Board/ Government labs of the material
from should be submitted on or before 16./03/2023, 5 PM.
13.The supply of fertilizers should be made in conformity with the samples and in
50KGs bags Supply of the material should be made strictly as per the sample.
The Officers of the Federation authorized for the purpose will inspect the material
and draw a sample and get it tested at the Rubber Board lab/ recognized
laboratories of Agriculture Department under Government of Kerala. If the same
do not conform to the specification/ approved samples such material received will
be rejected. The resultant losses and expenses thus sustained to the Federation
will be from the tenderer. The decision of the Managing Director in this regard will
be final.

14.If the tenderer withdraws from his offer before the expiry period of supply, the
Federation has the liberty to cancel the agreement and to forfeit the EMD and
also to arrange purchase of the item as a whole or part thereof at the risk and
cost of the tenderer.
15.The acceptance of the tender rests with the Managing Director who does not bind
himself to accept the lowest rate or any other rate. But the tenderers on their part
should be prepared to carry out such portion of the supplies included in their
tenders which may be allotted to him as per the purchase order.
16.Communication of acceptance of the tender normally constitutes a concluded
contract. Nevertheless the successful tenderer shall also execute an agreement
immediately after getting the acceptance letter.
17.The Contractor shall not assign, make over, underlet or sublet the Contract to any
other person or firm.
18.In case the contractor fails to make the supply of the entire quantity of the
material or after having supplied part of the quantity, fails to fulfill the contract in
full, all or part, Federation has the authority to cancel the agreement and to forfeit
the security deposit and may, at the discretion of the Managing Director purchase
by means of another tender/quotation or by negotiation or from the next highest
tenderers, and the resultant loss, if any, sustained to the Federation together with
such amount as may be fixed by the Managing Director towards the cost of
damages will be realised from the defaulting contractor. Even if no purchases are
arranged for the materials not supplied, the Security Deposit of the contractor will
be forfeited
19.All payments to the contractor will be made by cheque only but if the party
requested to effect the payment through RTGS such payment will be effected
after deducting service charges, if any from the party. No advance payment or
part payment will be made unless it is specified in the purchase order.
20. The following certificate is to be furnished in the invoices.
“Certified that the goods on which Goods & Service Tax has been charged have not
been exempted under the Goods & Service Tax Act or the Rules made there under
and the charges on account of Tax on these goods are correct under the
provisions of the relevant Act or the Rules made there under. Certified further that
we ……… … … … … … … … … … … … …
… … … … … … … ……………….. ………… … ……… ……… ……… ………… …
(address) are registered as dealers in the State of ……………………………… under
GST Registration No……………………………… for the purpose.”
22. Tender shall be accompanied with DD for Rs.25000/- on any scheduled Bank,
payable at Ernakulam in favour of “The Kerala State Co.operative Rubber Marketing
Federation Ltd.” as EMD for each item.
23.The EMD and Security Deposit (rounded to the nearest next rupee) should be in
the form of Demand Draft drawn in favour of The Kerala State Co.operative
Rubber Marketing Federation Ltd., payable at Ernakulam only.
24.The EMD of the unsuccessful tenderers will be refunded within 30 days of the
finalization of the tender.
25. No interest will be given for EMD/Security Deposit.
26.In case any difference or dispute arises in connection with the contract, all legal
proceedings relating to the mater shall be instituted in the Courts having the
jurisdiction at Ernakulam only.
27.The Federation will have the discretion to distribute purchase of the quantity
among two or more suppliers, if found so necessary.
28.The location and address of the Units to which the supplies are to be effected are
shown below:
1. Entire Kerala
2. FMU Pampady
3. FMU Chadayamangalam
4. FMU Kozhikode.
29.The Federation will have the right and unrestricted liberty to postpone, withhold,
and/or cancel the tender and contract without assigning any reason. In the event
of such cancellation, contractor has no right to claim any compensation for the
action taken by the Federation .
30.The cost of tender form Rs.1180/- (1000+18% GST) and should be submitted
through online link in the website while submitting the tender. Otherwise tender
will not be valid and hence cannot be considered.

31.The last date and time of submission of the bid for 2023-24 is 5 PM on
15/03/2023 Tender should be accompanied by the following:
a. Offer showing the rate for supply of Rock Phosphate
b. EMD as the Demand Draft should be scanned & submitted along with the
original tender and Demand Draft should be produced at Federation on or
before 16/03/2023, 5 PM.
c. Tender conditions duly signed in all pages in token of having accepted
the same.
d. Sample and test results of the material to be supplied.
e. Break up details of rate

32. The tenders will be opened a 11.30 AM, on 17/03/2023 in the presence of
intending tenderers and their authorized representatives, if present.

Ernakulam,
Date : 28/02/2023 sd/
MANAGING DIRECTOR
i. Details of EMD :

ii. Details regarding test report :

iii. Remarks :

The tender conditions are accepted and attached with this duly signed in all pages.

Signature of the Tenderer :

Name and Address with Kara, village


:
Taluk and district :

Telephone No. & Fax No.


:
Date :

E-mail ID
QUOTATION

CONTAINING GENERAL CONDITIONS OF CONTRACT AND SCHEDULE


FOR THE SUPPLY OF FERTILIZERS/ALLIED MATERIAL/HDPE BAGS

-----------------------------------------------------------------------------------------------------------

Name of Quotationer :

Address with Pin Code :

Telephone with Code :

email Address :

GST ID :

Signature of the Quotationer with Seal:

-------------------------------------------------------------------------------------------------

Last date and time for the receipt of Quotation: 15/03/2023 at 5 P.M.
KFC FORM 14

(See Chapter VII, Article 143)

Sir,

I/We hereby submit our quotations to supply under the annexed general conditions
of contract, the whole of the Articles referred to and described in the attached specification
and schedule or any portion thereof, as may be decided by the Federation at the rate quoted
against each item. The articles will be delivered within the time and at the place specified
in the schedule.

* I/We am/are remitting/have separately remitted the required amount of


Rs as EMD.

Yours faithfully

Signature:

Address

Date:
--------------------------------------------------------------------------------------------------------------

*To be scored off in cases where no earnest money deposit is furnished.


RUBBER MARK, KOCHI-20
SUPPLY OF FERTILIZERS
SPECIFICATION OF MATERIALS

1. Bonemeal : Packed in 50Kg. new HDPE Bags as per FCO


(N-3%P205-20%)

2(a) Neem Cake : Good quality Neem Cake packed in 50 Kg. new HDPE
Bags.
N P K
5 1 1.5
(b) Crushed Neem Fruit : Good quality Neem Fruit packed in 50 Kg. new HDPE Bags.
N P K
5 1 1.5
3. Magnesium Sulphate : Agricultural grade - as per FCO
(MgSO4 7H20, MgO 16%) (Packed in 50 kg.new HDPE bags)
as Mg 9.6

4. Leathermeal : Packed in 50 kg. HDPE bags


(10 to 13% N) Particle size 2mm to 4mm, Granules Impurities and
`1

5. Groundnut Cake : Good quality groundnut cake packed in 50 Kg.HDPE Bags


N P K
7 1.5 1.5

6. Filler Powder (Clay) : To be used as fertilizer Filler. The material should


be freeFrom Calcium Carbonate and other foreign
particles, Packed in sound bags of 50 Kgs. Particle
size 90% of the material shall pass through
0.15mm. IS sieve and the balance 10% through
0.25 mm sieve.

7. Dolomite Filler : To be used as fertilizer Filler.

8. Castor Cake : Good quality groundnut cake packed in 50 Kg.HDPE Bags


(3 to 5% N)

9. Burnt Lime Shell : Burnt Lime Shell (as per specification of


Agricultural Department)Packed in 5 Kg. & 10 kg.
LDPE/HDPE bags.

10. Rockphosphate : (As per FCO Specification) For direct application


Rajphos 18% P205 Particle size – 90% of the material shall pass through
0.15mm. IS sieve and the balance 10% of material shall pass
through 0.25mm sieve P205% by weight 18- P205% by
weight.
11. Rockphosphate (Imported) : Mixing purpose, - do - - do -
(18 to 32% P205 P205% by weight 22 to 32 – As per FCO.

12. Dolomite ( Agriculture) : CaMg(CO3)2 , Calcium : 20% Minimum Magnegium :


10%, Neuralizing Value 100% Particle Size 200 mesh.

Note: Inferior quality will be rejected and the party will be responsible for the loss incurred.

HDPE WOVEN BAGS

(1) Type – A Rate per bag : Rs.


(including all)
Specification:

HDPE woven sacks deep yellow colour measuring 22” x 36”. 10 x 10 mesh, 1000 denier,
100 gauge lamination weighing 115 gms. Along with polythene liner of size 23” x 38”. 100
guage with weight of 25 gms inserted inside HDPE bags both put together stitched at the
bottom with two side printing in four colours should carry 50Kg. net weight.

Printing :

18:9(9):18
For all crops

(II) Type B : Rate per bag : Rs.


(including all)
Specification: (a):

HDPE woven sacks yellow colour measuring 21” x 33”. 10 x 10 mesh. 1000 denier, 100
gauge lamination weighing 110 gms along with Polythene liner of size 22 x 34” 100 guage
with weight of 20 gm. inserted inside HDPE bags both put together stiched at the bottom
with two side printing in four colours should carry 50 Kg. net weight.

Printing:
Rubber Mixture
N:P:K (NPK Different grades as per order)
Specification: (b)

HDPE woven sacks blue colour measuring 21” x 33”, 10 x 10 mesh. 1000 denier,
100 gauge lamination weighing 110 gms. Along with polythene liner of size 22” x 34”, 100
guage with weight of 20 gms. Inserted inside HDPE bags both put together stitched at the
bottom with two side printing in four colours should carry 50 Kg. net weight.

Printing:
Standard Mixture
NPK (NPK Different grades as per order)
Type – C: Rate per bag : Rs.
(including all)

Specification:
HDPE woven sacks green colour measuring 24” x 36”, 10 x 10 mesh, 1000 denier, 100
gauge lamination weighing 120 gms along with polythene liner of size 26” x 38”, 100
guage of 25 gm. Inserted inside HDPE bags both put together stitched at the bottom with
both side printing in four colours should carry 50 Kg. net weight.

Printing : Bharat Jaiva (Gold)


NPK

Type – D: Rate per bag : Rs.


(including all)
Specification:
HDPE woven sacks dark green colour measuring 19” x 30”, 10 x 10 mesh. 1000 denier,
100 gauge lamination weighing 95 gms along with polythene liner of size 22” x 33”,
weighing 15 gms. Inserted inside HDPE bags both put together stitched at the bottom with
two side printing in four colours should carry 25 Kg. net weight.

Printing : Bharat Jaiva (Gold)

Type – E: Rate per bag : Rs.


(including all)
Specification:
HDPE woven sacks yellow/green colour measuring 16” x 21”, 10 x 10 mesh. 1000 denier,
100 gauge lamination weighing 60 gms along with polythene liners and bottom stitched
together with 2 handle and top hemming with 2 side printing to carry 10 Kg. net weight.

Printing : Bharat Jaiva (Gold)

Type – F: Rate per bag : Rs.


(including all)
Specification:
HDPE woven sacks dark green/red colour measuring 13” x 17”, 10 x 10 mesh. 1000
denier, 100 gauge lamination weighing 35 gms along with polythene liner and bottom
stitched together with 2 handle and top hemming with 2 side printing to carry 5 Kg. net
weight.
Printing : Bharat Jaiva (Gold)
Rubbermark
QUOTATION NOTICE
Rubbermark invites competitive e-Tender for the supply of the following items
during 2022-23 approximate quantity.
1. Rockphosphate
Sl.No. Item Approx.Qty. Required
for the year (MTs.)
1 Rockphosphate 18% 3000
2 Rockphosphate 22% 1000
3 Rockphosphate 28% 3000
4 Rockphosphate 30% 5000

2. HDPE BAGS
Sl.No. Item Approx.Qty. required for
the year (Nos)
1 HDPE Laminated woven bags type-A 75000
2 HDPE Laminated woven bags type-B (a) 75000
3 HDPE Laminated woven bags type-B(b) 50000
4 HDPE Laminated woven bags type-C 30000
5 HDPE Laminated woven bags type-D 30000
6 HDPE Laminated woven bags type-E 30000
7 HDPE Laminated woven bags type-F 30000
3. Dolomite Filler :
Sl.No. Item Approx.Qty. required for
the year (MTs.)
1 Dolamite Filler-Pampady FMU 2000
2 DolamiteFiller- Chadayyamangalam 2000
3 Dolamite Filler- Koxhikode FMU 2000
4 Calcium Magnesium Carbonite 1000
(Dolomite) (CaMg(CO3)2)- Agriculture
5 Neemcake 1500
6 Burnt Lime Shell 500
7 Leather Meal 1000
8 Bone Meal 2000
9 Magnesium sulphate 500
10 Filler Powder clay pampady 1500
11 Filler Powder clay chadayamangalam 1500
9 Filler Powder clay kozhikkode 1500
Signature Not Verified
Digitally signed by JAXON MICHAEL
Date: 2023.02.28 15:16:09 IST
Place: Kochi 20 Location: Kerala-KL
Date : 28/02/2023 Managing Director.

You might also like