Washermen
Washermen
FOR
SELECTION OF VENDOR
Page 1 of 71
NSIC/PMV/2023-24/ WASHERMAN /07/(R1)
THE NATIONAL SMALL INDUSTRIES CORPORATION LIMITED
(A Government of India Enterprise)
NSIC Bhawan, Okhla Industrial Estate,
New Delhi-110020
Ref. : - NSIC/PMV/2023-24/ WASHERMAN /07/(R1) Date: 05.03.2024
RFP for Selection of Vendor for Supply of Tool Kits for Washerman (Dhobi) under
PM Vishwakarma Scheme.
The National Small Industries Corporation Ltd. (NSIC), (A Government of India
Enterprise), an ISO 9001:2015 certified, Mini Ratna Company, under Ministry of MSME
has been working to aid, promote and foster the growth of Micro, Small and Medium
Enterprises and provides integrated support services encompassing marketing,
technology, finance and other services through its network of offices across India.
With reference to PM Vishwakarma Scheme launched by Hon’ble Prime Minister, The
National Small Industries Corporation Ltd. (NSIC) has been assigned the following work
with respect to providing tool kits to the Beneficiaries registered under the scheme:
a) To select the vendors (on behalf of Ministry of MSME) for supply of tool kits and
such selected vendor hereinafter shall be referred as ‘Tool kit Vendor’.
b) To select an agency for Quality Assurance (QAA) and an agency for Delivery (DA)
of toolkits hereinafter collectively referred as “QAA & DA”, for inspection of the
toolkits and deliver the accepted tool kits to Beneficiaries registered under the
scheme. The DA shall also facilitate payment directly to the selected tool kit vendor
through redemption of e-voucher from beneficiary on completion of delivery of the
toolkit to the beneficiary.
The present RFP is for selection of Tool Kit Vendor. It is further clarified that NSIC is only
a ‘Facilitator’ for implementation of the Scheme and is not a Buyer neither a consignee
nor paying authority under this RFP.
Under PM Vishwakarma Scheme, artisans/craft people are registering through online
portal “https://pmvishwakarma.gov.in”. On successful registration, verification and later
reporting for training, e-vouchers will be issued to the registered artisans/craft people
(Beneficiaries) by the Government which will be redeemable at the time of delivery of tool
kit complete as per list, to the Beneficiary towards payment to tool kit vendor.
NSIC as Facilitator, on behalf of Ministry of MSME, invites Proposal as per this RFP from
eligible & experienced Bidders for providing tool kits for Washerman (Dhobi) at its own
warehouses to QAA for inspection and DA for onward delivery to Beneficiaries.
The participating bidder has to quote for complete tool kit with all the tool/items as
specified in Annexure-I, otherwise the offer shall be summarily rejected.
Page 2 of 71
NSIC/PMV/2023-24/ WASHERMAN /07/(R1)
Please note that the Complete Proposal along with all the stipulated supporting
documents are to be uploaded on the e-procurement portal i.e. CPP Portal on or
before the date and time specified in the Critical Date Sheet. No consideration shall
be given for delay in submission due to last minute connectivity issue or portal
issue or any other glitches.
The original EMD document shall be submitted/delivered in a sealed envelope to the
office of NSIC as stipulated in the RFP document before last date of submission of
Proposal. Proposals without EMD or valid proof of exemption shall be summarily rejected.
The MSEs are exempted from payment of EMD as per Public Procurement Policy 2012
(as amended). The Technical Bids will be opened as per date and time given in Critical
Date Sheet and Financial Bids of technically qualified Bidders will be opened on a later
date as per RFP terms
The Bidders are advised to read and understand RFP document carefully and comply
with the RFP requirements.
This Note along with all other pages of this document shall form an integral part of the
RFP document.
D.G.M. (C&P)
The National Small Industries Corporation
Ltd.
Page 3 of 71
NSIC/PMV/2023-24/ WASHERMAN /07/(R1)
Clarification Start Date and Time Date 06.03.2024 Time 1000 Hours
Clarification End Date and Time Date 10.03.2024 Time 1700 Hours
Time and Date of receipt of original documents On or Before Date 26.03.2024 Time 1300
for EMD as per the Hours
Instruction to the Bidders
Proposal Submission Start Date and Time Date 20.03 .2024 Time 0930 Hours
Proposal Submission End Date and Time Date 26.03.2024 Time 1300 Hours
Time and date of online opening of Proposals Date 27.03.2024 Time 1300 Hours
Page 4 of 71
NSIC/PMV/2023-24/ WASHERMAN /07/(R1)
NOTICE INVITING PROPOSAL
NSIC on behalf of Ministry of MSME invites Proposals from eligible Bidders under Single
Stage Two Packet Bidding system for ‘Selection of Vendor for Supply of Tool Kits for
Washerman (Dhobi) under PM Vishwakarma Scheme’.
Summary of RFP is as below, however, Bidders must carefully read and understand the
complete RFP document: -
1. RFP Number & Title NSIC/PM VISHWAKARMA/2023-24/
WASHERMAN/07/(R1)
RFP for Selection of Vendor for Supply of Tool kits for
Washerman (Dhobi) under PM Vishwakarma Scheme.
2. Eligibility Criteria for As defined under Instructions to Bidders
Bidder
3. Estimated number 50,000 nos. (Fifty Thousand only) for pan India.
of toolkit to be
supplied under this
RFP
https://etenders.gov.in/eprocure/app?page=BiddersManu
alKit&service=page
For any query/clarification regarding
enrolment/participation on CPP portal, Bidder may send
email to: cppp-nic@nic.in
For telephonic support from CPP portal, call their
Helpdesk number +910120-4200462, +910120-4001002,
+910120-4001005
5. Web link for details RFP documents may be downloaded upto 26.03.2024
of RFP from Web page: https://nsic.co.in/tender/Current-
Tenders or https://etenders.gov.in/eprocure/app
Page 5 of 71
NSIC/PMV/2023-24/ WASHERMAN /07/(R1)
6. Earnest Money Rs.1,50,00,000/- (Rs. One Crore Fifty Lakh only). Details
Deposit as specified under Instructions to Bidders.
(EMD)
7. Exemption to MSEs The exemption from paying EMD will be applicable as
from the payment of specified under Instructions to Bidders.
EMD
8. Pre-Bid Meeting A Pre-bid meeting will be held as per schedule specified
in Critical Date Sheet herein above. The venue of this
meeting shall be declared on the NSIC website before
the due date. The Bidders should visit NSIC website
www.nsic.co.in before the due date for Pre-bid meeting
for the information regarding venue.
The Bidder or his authorised representative may attend
the Pre-Bid meeting with valid authorization.
9. Clarifications In case of any clarification/queries in respect of this RFP,
the same must be sent through email before the Pre-Bid
meeting date and time as specified in Critical Date Sheet.
While sending query, the prospective Bidder should
mention the respective RFP number and title in the
subject of email. Queries must be sent to :
Deputy General Manager (Contract & Procurement)
Email : procurement@nsic.co.in Ph.: 011-26926275
Queries sent through any other mode or to any other
email id (except above) may not be considered by NSIC
NSIC will clarify the bidder’s queries by uploading on CPP
Portal along with amendment to RFP, if required.
10. Last Date of Refer to Critical Date Sheet
Submission
of Proposal
11. Schedule for Refer to Critical Date Sheet
Opening Technical
Proposal
12. Schedule for Schedule for opening Financial Bids shall be
Opening Financial communicated later to technically qualifying Bidders.
Bid
13. Delivery location & The Toolkit Vendor shall be required to offer the
Payment complete toolkit for inspection and dispatch at their own
Warehouses and the payment will be through redemption
of e-voucher after delivery of tool kit to Beneficiary by
Page 6 of 71
NSIC/PMV/2023-24/ WASHERMAN /07/(R1)
DA as per the provisions of this RFP.
14. Validity Period for 24 months from date of issue of selection letter to the
delivery of tool kits vendor.
by selected vendor
15. Invoicing and Suitable and GST complying Invoice Mechanism will
regulatory & legal have to be followed by selected toolkit vendor in
compliance consultation with QAA & DA/ Facilitator to enable proper
regulatory & legal compliance and availability of tax
invoice and warranty coverage to each of the
beneficiaries.
16. Validity of Proposal 120 days from the date of opening the Bids.
Note:
1. The Proposal submitted without earnest money deposit or without valid proof for
exemption, shall be summarily rejected.
2. Intending Bidders should have valid registration with appropriate authorities for
statutory taxes/GST and with regulatory authorities as applicable. The selected
bidder shall be solely and fully responsible for all compliance requirements of all
concerned regulatory authorities. NSIC shall have no role in this regard and NSIC
shall not entertain any claim whatsoever in this respect.
3. NSIC reserves the right to cancel/annul the RFP process at any stage before
issuing the Letter of Selection of tool kit vendor without assigning any reason
thereof.
4. Proposal not fulfilling the prescribed conditions or found incomplete in any respect
is liable to be rejected.
5. Canvassing, whether directly or indirectly in connection with RFP is strictly
prohibited and the Proposal submitted by the Bidders who resort to canvassing will
be liable to be summarily rejected.
6. Bidders may regularly visit the CPP portal/ NSIC website for any
corrigendum/addendum, pre-bid meeting replies, updated information with respect
to RFP and matter incidental thereto. No separate communication will be sent to
individual bidders for the above matters. RFP as amended and uploaded on CPP
Portal shall only be applicable.
Page 7 of 71
NSIC/PMV/2023-24/ WASHERMAN /07/(R1)
TABLE OF CONTENTS
S.NO. DESCRIPTION PAGE NO.
Page 8 of 71
NSIC/PMV/2023-24/ WASHERMAN /07/(R1)
INSTRUCTIONS TO THE BIDDERS
The Bidder shall submit Proposal against this RFP in accordance with the instructions,
as under:
1. General:
Bidder should read the RFP document carefully and understand the requirement
before submitting their Proposal.
2. Language of RFP:
The proposal submitted by the bidder and all subsequent correspondence including
documents relating to the RFP exchanged between the bidder and the facilitator, shall
be written in English language.
3. Earnest Money Deposit (EMD):
a) The bidder shall submit EMD amount as specified in Notice Inviting Proposal
hereinbefore, only from Scheduled Commercial Banks, either in the form of
Demand Draft/Banker’s Cheque/Bank Guarantee in prescribed Format enclosed
at Annexure II (A) or through RTGS / NEFT in NSIC’s/ Facilitator’s name as per
the details mentioned below:
Name of the Account Holder: The National Small Industries Corporation Ltd.,
Account No. : 000705054052
IFSC Code: ICIC0000007
Bank Name: ICICI Bank
Branch address: Connaught Place, New Delhi-110001.
b) Original Document of EMD: Bidder shall ensure that EMD in acceptable forms
i.e. Demand Draft/ Banker’s cheque/ original Bank Guarantee is submitted in a
sealed envelope on or before due date & time of submission of Proposal to the
NSIC office at:
Deputy General Manager, (Contract & Procurement),
National Small Industries Corporation Ltd.
NSIC Bhawan, Okhla Industrial Estate, New Delhi – 110020
c) The sealed envelope for submitting stipulated original document should be
superscribed with RFP title and RFP number and should bear the subject as
EMD. It should enclose only the EMD document and no other document related
to RFP.
d) In case the EMD is submitted in the form of Bank Guarantee, it must be valid for
60 days beyond the validity period of the Proposal.
e) Proof of EMD document [scanned copy of Demand Draft/ Banker’s cheque/
UTR no. for the online payment made/ copy of EMD Bank Guarantee as per
format at Annexure II (A)] or valid documentary evidence for exemption from
EMD is to be submitted along with the Proposal.
f) Bidders registered as Micro and Small Enterprises (MSEs) as defined in Public
Page 9 of 71
NSIC/PMV/2023-24/ WASHERMAN /07/(R1)
Procurement Policy 2012 (as amended) issued by Ministry of Micro, Small and
Medium Enterprises shall be exempted from the payment of EMD on submission
of valid documentary proof. MSEs claiming exemption from EMD are required to
submit Bid Securing Declaration in prescribed proforma as per Annexure-II (B)
duly typed on bidder’s letter head and signed by the authorized signatory with
seal.
OR
“The bidder or OEM should have sold at least 15,000 numbers against each
tools/items for which MAF is required as specified in this RFP to
Government/Private/Retail/Institution in any one of the last five Financial Years
(i.e. 2018-19 to 2022-23) .”
Page 12 of 71
NSIC/PMV/2023-24/ WASHERMAN /07/(R1)
4.5 Capability- manufacturing/supplying Facilities and compliance with Make in
India Requirement:
a) In case the bidder is a manufacturer of all the tool kit items, it must have annual
capacity to manufacture at least 25,000 numbers of tools/items requiring MAF as
tools specified in List of Tools at Annexure-I in the RFP for the tools
manufactured by the bidder. The Bidder must submit an affidavit on non-judicial
Stamp paper of worth Rs.100/- as per Annexure VI.
b) In case the bidder is a supplier for certain tools of the tool kits manufactured
by other OEMs, then the bidder must submit a MAF as per Annexure VII issued
by each of the OEMs that the OEM have the annual capacity to manufacture at
least 25,000 numbers of each tool as specified in Annexure I of the RFP
document. In addition to above, a manufacturer cannot authorise one tool/item
to more than one supplier under this RFP.
c) In addition to above, a manufacturer cannot authorise one tool/item to more
than one bidder/supplier under this RFP.
d) Bidder is allowed to provide MAF Certificate only from single OEM for any
single tool/ item. However, if there are more than one option of toolkits in a (like
Toolkit – A, B,etc.), bidder is allowed to provide MAF Certificate from different OEMs
for different options of toolkits (like Toolkit – A, B,etc.).
4.6 Compliance with Make in India Requirement: All the tools/items supplied in the
tool kits mentioned in the RFP must be complying with the Make in India
requirement for class II local suppliers i.e. product shall be of Indian origin and
local content shall be more than 20% for each of the tools/items. In this regard,
bidder shall submit confirmation as per Annexure-VII as above.
5 Submission of Proposal:
The Proposal shall be uploaded in two separate covers:
i. Cover I: Technical Proposal
ii. Cover II: Price Bid
Cover-I shall include all the documents mentioned at para 6 below. The participating
bidder has to submit technical proposal for complete tool kit as per RFP
without any conditions, otherwise the offer shall be summarily rejected. No
price details should be given or hinted at in the Technical Proposal.
Proposal with such details shall be summarily rejected.
Cover-II shall contain only Price Bid in prescribed format. The participating bidder
has to quote price for complete tool kit as per RFP without any conditions
otherwise the offer shall be summarily rejected. It is to be noted that the
Cover-II shall contain only prices without any conditions i.e. deviations /
assumptions / stipulations / clarifications / comments / any other request
whatsoever.
Page 13 of 71
NSIC/PMV/2023-24/ WASHERMAN /07/(R1)
6 Documents to be uploaded with Technical Proposal under Cover-I:
The following documents shall be uploaded by the Bidder along with the Proposal:
(i) EMD document as per para 3 (UTR no. if payment made online) or Bid Securing
Declaration as per Annexure II (B), if applicable.
(ii) Valid Document i.e. UDYAM Registration Certificate for claiming benefit under
Public Procurement Policy 2012 as applicable.
(iii) Valid Documentary evidence in support of Bidder’s Entity Structure as per para
4.1 along with Bidder’s Profile as per Annexure III (A). In case of Bidder from a
country sharing the land border with India, evidence of valid registration by the
Competent Authority.
(iv) Valid Documentary evidence in support of Authorised Signatory of the Proposal
as per para 4.2 along with Authorisation Certificate as per Annexure III(B).
(v) Valid Document in support for Financial Criteria as per para 4.3 along with
Statement as per Annexure IV.
(vi) Valid Document in support for experience and past performance as per para 4.4
along with Performance Statement as per Annexure V.
(vii) Document in support of Capability-manufacturing Facilities as per para 4.5
along with Affidavit as per Annexure VI & Manufacturer’s Authorization Form from
each of the OEM as per Annexure VII.
(viii) Technical Compliance Sheet as per Annexure VIII along with ‘Make & Model’
for all the tools/ items required MAF, offered by the Bidder. Any technical non-
compliance shall lead to Proposal being declared as technically non-responsive
for further consideration.
(ix) Form of RFP Declaration as per Annexure IX.
(x) Copy of PAN
(xi) Copy of GST Registration Certificate
(xii) Technical Datasheet of offered tool kit with specifications of each tool/item for all the
tools/items requiring MAF.
(xiii) All pages of RFP Document duly signed and stamped by the bidder.
(xiv) Check List of Documents as per Annexure IX(A)
In case the Bidder fails to upload any of the documents specified above and
corrigendum/addendum, if any, necessary for technical qualification, the Proposal is
liable to be rejected without any further reference/ notice.
7 Purchase preference shall be applicable for MSEs as per PPP-MSE Order, 2012
Page 14 of 71
NSIC/PMV/2023-24/ WASHERMAN /07/(R1)
(as amended) issued by MoMSME.
13 The participating bidders shall not disclose details of their proposal or other details of
their proposals to other bidders or indulge in any anti-competitive behaviour,
cartelisation including price manipulation in violation of Competition Act, 2002, as
amended from time to time.
Page 15 of 71
NSIC/PMV/2023-24/ WASHERMAN /07/(R1)
b) Offered Prices shall be on all-inclusive basis i.e. unit price per tool kit including
packaging, labelling, loading at vendor end, , labour, wages, local levies and all
other incidental charges as applicable at their own warehouses and insurance till
delivery to beneficiary as per RFP terms & condition. Nothing extra on any account
will be payable over and above the accepted rate.
c) The offered price shall be excluding GST amount which shall be paid extra as
applicable against documentary evidence, either as part of e-voucher at actual or
separately. No variation in basic price taking place after the submission of
Proposal shall be admissible.
d) It shall be the responsibility of the bidder to ensure that they quote the correct HSN
code and corresponding GST rate for each item of the toolkit being offered by him.
e) The qualified vendor has to submit a certificate from a practising Chartered
Accountant w.r.t. HSN code of each tool, Description of each tool, applicable GST
rate etc. as per format enclosed herewith (Annexure- X) duly signed by Bidder’s
authorised representative along with relevant backup documents & a copy of draft
tax invoice for one toolkit which the vendor will be issuing in future to the toolkit
beneficiaries.
f) M/o MSME/ NSIC (Facilitator) reserves the right to get the GST rates verified and
decision of M/o MSME/ NSIC (Facilitator) w.r.t. GST rate will be final and binding
on the Vendor.
g) In case, two or more eligible bidders meeting the RFP requirements, are found to
have identical lowest total quoted bid price, then the bidder with higher average
annual turnover of the last three financial years ending on 31.03.2023, shall be
selected.
h) Conditions relating to price quoted anywhere in the cover-I of Proposal shall result
in rejection of the Proposal.
Page 16 of 71
NSIC/PMV/2023-24/ WASHERMAN /07/(R1)
TERMS & CONDITIONS FOR SELECTED TOOL KIT VENDOR
Unless the context otherwise requires, the following terms wherever used in this
document have following meanings:
(i) PM Vishwakarma Scheme – A central sector scheme to support traditional
artisans and crafts people as circulated by Ministry of Micro, Small and
Medium Enterprises, Government of India.
(ii) “Toolkit” means artisan toolkit containing tools/items as specified at Annexure
I of this RFP. The term ‘Toolkit’ shall also include works and services which
are incidental or consequential to the supply & delivery of such tool kits, such
as, , insurance and warranty / guarantee obligations etc. as per details given
in RFP.
(iii) “Bidder" for the purpose of the Order means any eligible entity which is mentioned at
clause no. 4.1 of Bidder’s Entity Structure for participating in a bidding process. Any
“Bidder” from a country which shares a land border with India” will be eligible to submit
Proposal only if the bidder is registered with the Competent Authority. The Competent
Authority for the purpose of registration shall be the Registration Committee
constituted by the Department for Promotion of Industry and Internal Trade (DPIIT).
Provisions/Restrictions as per Public Procurement Order no. F.7/10/2021- PPD (1)
dated 23.02.2023 issued by Deptt. of Expenditures will be applicable.
(iv) “Beneficiary” means the artisans and crafts people registered through PM
Vishwakarma Portal, possessing valid e-vouchers. The role of Beneficiary is
limited to receiving and acknowledging the tool kits and making available e-
vouchers for redemption against supply of tool kits.
(v) “Vendor” (Manufacturer/Supplier) or “Selected Bidder” or “Selected Vendor”
means the successful Bidder selected on the basis of lowest price offer through
this RFP process to whom the “Vendor Selection Letter” will be issued to supply
the tool kits. It shall also include the legal personal representative or such
individual or the persons constituting such firm or company and the permitted
assignee of such individual or firm or company.
(vi) “Facilitator” or “NSIC” means The National Small Industries Corporation Ltd. (A
Govt. of India Enterprise under Ministry of Micro, Small & Medium Enterprises)
having its registered office at NSIC Bhawan, Okhla Industrial Estate, New Delhi.
It is not a Buyer neither a consignee nor paying authority.
(vii) “MoMSME” means Ministry of Micro Small and Medium Enterprises,
Government of India.
(viii) “QAA” means Quality Assurance Agency selected by Facilitator/Mo MSME
whose role will be to undertake inspection & quality control of the toolkits, at the
Page 17 of 71
NSIC/PMV/2023-24/ WASHERMAN /07/(R1)
warehouses/manufacturing premises of the selected vendor, and handover the
accepted toolkits to the Delivery Agency for delivery of the tool kit to the
beneficiary.
(ix) “DA” means Delivery Agency selected by Facilitator/Mo MSME whose role will
be to receive the accepted toolkits from ‘QAA’ at the warehouses of Vendor and
successfully deliver the tool kit to the beneficiary at his/her registered address and
facilitate the redemption of e-voucher from beneficiary.
(x) “Applicable Law” means any statute, law, ordinance, notification, rule,
regulation, judgment, order, decree, bye-law, approval, directive, guidelines,
policy, or other governmental restrictions as may be in effect and any other
instruments having the force of law in India as they may be issued and in force
from time to time.
(xi) “Government” means the Government of India.
(xii) “BID SECURITY” also mentioned as Earnest Money Deposit (EMD) shall mean
Account Payee Demand Draft, Banker’s Cheque or Bank Guarantee from any
of the Scheduled Commercial Banks or online payment in an acceptable form
as defined in the RFP document.
(xiii) “PERFORMANCE SECURITY” shall mean Account Payee Demand Draft,
Banker’s Cheque or Bank Guarantee from any of the Scheduled Commercial
Banks or payment online in an acceptable form as defined in the RFP document.
(xiv) “Request for Proposal” “RFP” is the Request for Proposal for selection of vendor
for supply of tool kits under PM Viswakarma Scheme will include all the pages
of this document uploaded on e-Procurement portal, duly filled and signed
Annexures / Proformas where the context requires otherwise.
(xv) “Officer-in-Charge” i.e. Dy. General Manager (Contract & Procurement) means
the officer who holds the charge of that post in the National Small Industries
Corporation Ltd., Okhla Industrial Estate, New Delhi-110020 during the currency
of this RFP, to act on behalf of the Chairman of the NSIC Ltd.
(xvi) The “Tool Kit Vendor Selection Letter” means and includes the documents
forming the RFP and acceptance thereof together with the documents referred
to therein including the terms & conditions, the specifications and instructions
issued from time to time by the ‘Officer-in-charge’, all these documents taken
together shall be complementary to one another.
(xvii) “IS Specification” means the Indian Standard with latest amendments, if any, up
to time of receipt of Proposal by Facilitator issued by the Bureau of Indian
Standards as referred to in the relevant Indian Standard.
(xviii) “Validity Period for Delivery of Tool Kits by Selected Tool Kit Vendor” is the date
/ date(s) for the providing tool kits at its own warehouses to QAA & DA as
specified under Instructions to Bidders or extended period, if any, by the
Facilitator.
Page 18 of 71
NSIC/PMV/2023-24/ WASHERMAN /07/(R1)
(xix) “Toolkits of similar trade” for the purpose of experience specified in this clause shall
mean the “Tool Kits” or “Set of Tools” to any of the 18 trades as covered under PM
Vishwakarma Scheme and their allied trades i.e. Electrician, Refrigeration & Air
Conditioning, Plumber, Motor Mechanic, Apparel and Welder.
(i) The vendor shall be responsible for offering the complete toolkits as per Annexure I at
its own warehouses to QAA for inspection of toolkits within timeline advised by
Facilitator. The number/list of beneficiaries will be progressively shared by Facilitator/
QAA/ DA on regular basis.
(ii) The vendor shall maintain one or multiple warehouses, at least one in each
zone i.e. East, West, North and South for stocking & shall hand over the
complete Tool kits to QAA for inspection at a warehouse in the same Zone of
the beneficiary. The States/UTs covered under different Zones are as per
Annexure–XI.
(iii) The vendor shall maintain a minimum stock of 5% of the balance quantity of
the tool kits yet to be supplied in total at its warehouses at all the times and
allow pre-dispatch inspection by QAA.
(iv) The vendor shall supply the accepted make & model of the tools wherever
mentioned. No variation in this regard shall be permitted at later stage, without
the approval of Facilitator. However, the vendor can supply a better/ higher/
superior model of the same Make with prior written consent of the Facilitator.
(v) All tools/items in the tool kits must be branded indelibly with PM Vishwakarma
logo unless otherwise permitted by the Facilitator in writing.
(vi) Timeline for Delivery: Timeline for making available the tool kits at its own
warehouses will be 24 hours from time of advise to toolkit vendor by the
Facilitator/QAA/DA.
(vii) The vendor shall be solely responsible for the quality of tool kits including the
applicable warranty / guarantee, shelf-life, quantity etc. In case of any rejections
of any tool/item of the tool kit by QAA, the vendor shall replace the same at its
own cost. The vendor shall keep adequate margins in quantities for any
rejections or damage / loss of any of the tools/items of the tool kit for ensuring
delivery of complete tool kit to the beneficiary within the timelines as mentioned
in this RFP.
(viii) Facilitator / QAA / DA shall not be responsible for any unclaimed/
leftover/rejected/damaged tool kits/tools/items at the warehouses of the Vendor
and no financial liabilities will arise on Facilitator or QAA or DA or Beneficiary
in this regard.
(ix) The selected vendor will ensure that the tool kit offered are new and complete
in all respects as per the accepted specifications. Where selected vendor is
Page 19 of 71
NSIC/PMV/2023-24/ WASHERMAN /07/(R1)
supplying any tool kit which needs spare parts, it will ensure availability of such
spare parts for a minimum period of two years from the date of expiry of
warranty/Guarantee period (unless otherwise specified).
(x) The selected vendor shall supply only those products/tool kits which are not
obsolete in the market and have at least 2 years residual market life from the
date of expiry of warranty/Guarantee period i.e. the product shall not be
declared end-of life by the OEM before this period.
(xi) The Toolkit vendor shall pack the tools/ items appropriately which are quality
checked and accepted by QAA, as required, for safe delivery to the beneficiary
by DA.
(xii) The selected vendor shall prepare a document containing warranty details of
each of the tools/items of tool kit as applicable. This document shall also
contain contact details for addressing warranty/ guarantee/ service related
issues. This document is to be delivered along with the tool kit for further
handing over to each beneficiary at the time of delivery of tool kits by DA.
Approval for sample of this document shall be obtained by selected vendor from
the Facilitator.
(xiii) Invoicing: Selected toolkit vendor shall follow suitable, GST complying Invoice
Mechanism in consultation with QAA / DA/ Facilitator to enable proper
regulatory & legal compliance and availability of tax invoice and warranty
coverage to each of the beneficiaries.
(xiv) The tool kit vendor shall be responsible for taking suitable insurance covering
the tool kits, transit insurance till the delivery to beneficiaries. Post-dispatch
from the warehouse, the DA shall issue statement/certificate of fact, if required,
for any claim by the toolkit vendor from insurance company for events after
toolkits/items are dispatched from the warehouses of the Vendor.
(xv) Facilitate redemption of e-voucher in association with DA as required.
(xvi) Regulatory, taxation and Legal Compliances: Toolkit vendor shall be solely
responsible and liable for all regulatory, taxation and legal compliances.
(xvii) Toolkit vendor shall inform the Facilitator applicable GST rate on the price of
toolkit at the time of submission of Performance Security.
(xviii) Toolkit vendor shall honour instructions including priorities communicated by
the Facilitator through its Officer In charge.
(xix) Daily Report: A daily report indicating the tool kits offered to QAA and /or
despatched by DA from the warehouses of the Vendor shall be prepared by the
selected vendor and be sent along with delivery documents within the timelines
stipulated by the Facilitator as per mutually agreed formats.
(xx) The selected vendor shall be responsible for payment of
remunerations/settlement of dues with staff/ workmen engaged by it as per
prevailing labour/wage laws in force. The Facilitator shall not be a party to any
dispute between the vendor and its work staff.
Page 20 of 71
NSIC/PMV/2023-24/ WASHERMAN /07/(R1)
(xxi) Any other work/ activity not specifically covered but required for successful
delivery of tool kits to designated warehouses shall be undertaken by selected
toolkit vendor.
(xxii) Installation of Washing Machine shall be the responsibility of the Vendor at the
premises of Beneficiary within 7 days from the date of the delivery.
3. Inspection, Quality Control and Delivery
(i) The selected toolkit vendor shall permit/facilitate the inspection (including making
available internal test reports), at any stage (during manufacturing to warehouse),
by the Facilitator/MoMSME/MSDE/ or their Authorised person / agency (e.g.
QAA / DA) to ensure that the tool kits being supplied are of same quality and
specifications as accepted against this RFP. If any discrepancy or deviation with
respect to quality or quantity is found or the tools/ items are not meeting the
accepted standards, the vendor shall take corrective action failing which the
selection of vendor is liable to be terminated and performance security forfeited.
Further, action may also be initiated to debar the vendor or any other action as
per the policy of Government of India and applicable laws. QAA will undertake
inspection and quality control for acceptance of the toolkit/ toolkit items at the
warehouses of the Vendor, before onward dispatch through DA for delivery to
beneficiaries. Sample tools/ items consumed, if any, during quality inspection/
testing shall be at the cost of the Vendor.
(ii) The QAA/ Facilitator shall visit the production facility of the OEM of all the MAF
required tools/ items after issue of selection letter to the vendor and before start
of supply for ensuring compliance to the conditions/ specifications as mentioned
in this RFP. The vendor shall ensure availability of all relevant reports/ documents
as required for this purpose.
(iii) While presenting the lots for inspection by the QAA, vendor must ensure that tools
(in the toolkits) in the presented lot(s) are of same make/brand, same material,
same colour, same dimensions and same technical specifications.
(iv) The criteria of inspection by QAA will broadly include but not limited to the
following:
(v) Any unclaimed / leftover Tool Kit shall be returned by the DA to the returning
address of the Vendor mentioned on the Tool kit bag. No financial liability shall
arise on the Facilitator in this regard.
4. Performance Security Deposit:
The selected vendor shall submit the Performance Security Deposit @ 3% (Three
Percent) of the accepted total value, based on estimated quantity as specified in this
RFP, within 15 days in the form of Bank Guarantee (as per format enclosed as
Annexure XII) in favour of the facilitator from the date of written communication by the
facilitator to the selected vendor. The Bank Guarantee should remain valid for a period
of 14 months beyond the ‘Validity Period for supply of tool kits by the selected vendor’.
The performance security deposit will be released subject to satisfactory execution
including initial one year warranty. This deposit shall be forfeited, if during the ‘Validity
Period’ the services of the vendor are found to be unsatisfactory and/or the conditions
of this RFP is contravened/breached, and/or any damage caused due to negligence
of the vendor or its employees. The Performance Security will not carry any interest.
5. Code of Integrity for Public Procurement:
NSIC as well as bidders shall observe the highest standard of ethics and should not
indulge in the following prohibited practices, either directly or indirectly, at any stage
during the procurement process or during execution of resultant RFP arrangement:
(i) “Corrupt practice”: making offers, solicitation or acceptance of bribe, rewards
or gifts or any material benefit, in exchange for an unfair advantage in the
procurement process or to otherwise influence the procurement process or
contract execution;
(ii) “Fraudulent practice”: any omission or misrepresentation that may mislead or
attempt to mislead so that financial or other benefits may be obtained or an
obligation avoided. This includes making false declaration or providing false
information for participation in a tender process or to secure a contract or in
execution of the contract;
(iii) “Anti-competitive practice”: any collusion, bid rigging or anti-competitive
arrangement, or any other practice coming under the purview of The
Competition Act, 2002, between two or more bidders, with or without the
knowledge of the procuring entity, that may impair the transparency, fairness
and the progress of the procurement process or to establish bid prices at
artificial, non-competitive levels;
(iv) “Coercive practice”: harming or threatening to harm, persons or their property
to influence their participation in the procurement process or affect the
execution of a contract;
(v) “Conflict of interest”: participation by a bidding firm or any of its affiliates that
are either involved in the consultancy contract to which this procurement is
linked; or if they are part of more than one bid in the procurement; or if the
Page 22 of 71
NSIC/PMV/2023-24/ WASHERMAN /07/(R1)
bidding firm or their personnel have relationships or financial or business
transactions with any official of procuring entity who are directly or indirectly
related to tender or execution process of contract; or improper use of
information obtained by the (prospective) bidder from the procuring entity with
an intent to gain unfair advantage in the procurement process or for personal
gain; and
(vi) “Obstructive practice”: materially impede NSIC’s investigation into allegations
of one or more of the above mentioned prohibited practices either by
deliberately destroying, falsifying, altering; or by concealing of evidence
material to the investigation; or by making false statements to investigators and/
or by threatening, harassing or intimidating any party to prevent it from
disclosing its knowledge of matters relevant to the investigation or from
pursuing the investigation; or by impeding the procuring entity’s rights of audit
or access to information.
6. Punitive Provisions:
Without prejudice to and in addition to the rights of NSIC to other penal provisions as
per the RFP document, if NSIC comes to a conclusion that a (prospective) bidder
directly or through an agent, has violated this code of integrity in competing for the
RFP or in executing any/all obligations under this RFP, NSIC may take appropriate
measures including one or more of the following:
i. If his bids are under consideration in any procurement:
a) Forfeiture or encashment of bid security;
b) Rejection and exclusion of the bidder from the selection process
ii. If the bidder has been selected as a vendor:
a) Cancellation of Selection as a Vendor and recovery of compensation
for loss incurred by MoMSME/ NSIC;
b) Forfeiture or encashment of any other security or bond relating to the
Selection of vendor;
c) Recovery of payments received by the vendor for supply of tool kits
along with interest thereon at the prevailing rate;
The vendor shall be solely responsible for warranty of all tools including their
operations for at least period of one year from the date of invoice of toolkits.
(ii) Notwithstanding the inspection of items of tool kit by any agency, if during the
warranty / guarantee period, any of the tools/items are discovered not
conforming to the requisite description and quality and/or are not giving
satisfactory performance, Beneficiaries shall be entitled to call upon the Vendor
and/ or Manufacturer to rectify and/or replace the tools/items or such portion or
parts thereof as is found to be defective by the Beneficiaries. If required, the
decision of NSIC in that behalf shall be final and binding on the Vendor, which
may include forfeiture of Performance Bank Guarantee, fully or partly.
The Vendor has to ensure that complaints are addressed and disposed off within
fifteen days from the date of complaint registration by beneficiary. In case any
complaint is not resolved within this timeline, then vendor must replace the faulty
tools or toolkit within 30 days of registration of such complaint, without any
additional cost to the beneficiary or the facilitator.
8. Terms of Supply:
The selected vendor shall develop supply chain system for supply of toolkits at its own
warehouses to QAA for inspection and DA for dispatch. Vendor will submit data of tool
kits supplied on daily basis to the Facilitator in the mutually agreed format.
Vendor shall establish a suitable mechanism to automatically track the movement of
inventory, identification of toolkit items at any point of time. However consumable
items may be kept out of this mechanism.
9. Validity Period of Selection of Toolkit Vendor:
The Validity Period of selection of toolkit vendor shall be 24 months from the date of
issue of selection letter, which may be extended for a period of another 6 months at
the sole discretion of Facilitator (NSIC) on the same terms and conditions. However,
Page 24 of 71
NSIC/PMV/2023-24/ WASHERMAN /07/(R1)
the Facilitator has right to terminate the selection of toolkit vendor by giving 30 days
prior notice to the vendor.
10. Delay or Non-Delivery/ Non-Availability of Tool Kit at the Warehouses:
(i) Time is the essence of the contract.
(ii) The selected vendor has to be in readiness to offer the toolkits at its own
warehouses to QAA / DA within 30 days of issue of selection letter or advise from
Facilitator/ QAA / DA, whichever is later.
(iii) Beyond the above specified period the penalties as applicable for delayed delivery
shall be applicable.
In case the toolkit vendor fails to start supply of toolkits within 45 days of issue of
selection letter or advise from Facilitator/ QAA / DA, whichever is later, then it shall
be treated as breach of terms and conditions of RFP leading to cancellation of
selection of toolkit vendor and performance security shall be forfeited.
(iv) In case any breach of timelines mentioned in this RFP with respect to offer of tool
kits to QAA / DA, a penalty of Rs.100/- per tool kit per day shall be imposed and
the same shall be recovered from the Vendor through a demand which will be
deposited within the due date, in the absence of which, performance Bank
Guarantee will be invoked. The selection of vendor for supplying the tool kits is
liable to be terminated in case the cumulative value of penalty exceeds 90% of the
value of Performance Security and further appropriate action may be initiated.
11. Force Majeure Conditions:
If at any time during the continuance of the Validity Period for delivery of tool kits by
selected vendor, the performance in whole or in part by either party of any obligation
under this RFP shall be prevented or delayed by the reasons of any war, hostility, acts
of the public enemy, epidemics, civil commotion, sabotage, fires, floods, explosion,
quarantine restrictions, strikes, lockdown or act of God (but not including negligence
or wrongdoing, predictable/seasonal rain) provided notice of happening
of such event duly evidenced with documents is given by one party to the other
within10 days from the date of occurrence thereof, neither party shall be by reasons of
such event, be entitled to terminate the selection of the vendor nor shall either party
have any claim for damages against the other in respect of such non- performance or
the delay in performance, and supply & delivery of tool kits shall be resumed as soon
as practicable after such event has come to an end or ceased to exist, and the decision
of Facilitator (NSIC) as to whether the supply & delivery of tool kits have been so
resumed or not, shall be final and conclusive, Provided further that if the performance
in whole or part of any obligation under this RFP is prevented or delayed by reason of
any such event for a period exceeding 90 days, either party may at its option terminate
the selection of vendor.
12. Termination for Default:
If the Selected Vendor does not perform its obligations mentioned in the RFP, the
same would constitute the breach of any/all obligations under this RFP and the
Page 25 of 71
NSIC/PMV/2023-24/ WASHERMAN /07/(R1)
Facilitator (NSIC) shall have the right to Cancel or Withdraw the Selection for the
unexecuted portion.
Such cancellation of selection as a Vendor on account of non - performance by the
Vendor would entitle Facilitator (NSIC) to forfeit the Performance Security deposit
besides other actions such as debarment as per the decision of Facilitator (NSIC).
Under no circumstances the Facilitator shall be liable to the Selected Bidder and/or
its employees/personnel/representatives/agent etc. for direct, indirect, incidental,
consequential, special or exemplary damages arising from termination for default.
13. Miscellaneous Provisions:
(i) Indemnification: The Successful Bidder shall execute and furnish to Facilitator, a
deed of indemnity in its favour indemnifying the Facilitator its directors, employees,
agents, its affiliates, subsidiaries, successors, assigns and representatives from
and against any costs, loss, damages, expense, claims, litigations, suits, actions,
judgments, and or otherwise including but not limited to those from third parties or
liabilities of any kind howsoever suffered, arising out of or incurred inter alia during
and after the validity period including but not limited to third-party claims due to
infringement of patent, trademark, Intellectual Property Rights, copy-rights or
industrial drawings and designs arising from use of the services or any part thereof
and/or otherwise. The deed of indemnity shall be submitted to the facilitator within
15 days from the date of written communication by the facilitator to the selected
vendor.
(ii) Severability: If due to any change in Applicable laws, certain part of the Terms &
Conditions of this RFP or portions thereof, becomes unenforceable, the remaining
provisions of this RFP shall continue in full force and effect so as to give effect to
the intent of the parties. The Quantities mentioned in the RFP are only indicative
and there is no assurance of minimum number of tool kits to be supplied to the
beneficiaries by the vendor. No claim, whatsoever on this account shall be
entertained under any circumstances. The selected vendor shall coordinate
the supplies with QAA / DA.
(iii) Nothing herein RFP constitutes any fiduciary relationship between the Facilitator
and Selected Bidder/its team or any relationship of employer - employee, principal
and agent, or partnership, between the Facilitator and the Selected Bidder.
(iv) Obligation under this RFP cannot be transferred or assigned by the Selected
Bidder without the prior written approval of the Facilitator.
14. Quantity Variation: The Facilitator may at its option increase or decrease the
estimated quantity of the toolkits stated in para 3 of Notice Inviting Proposal, within the
validity period or extended validity period, by 25% (Twenty Five Percent) at the original
terms & conditions of vendor selection.
15. Payment Terms:
The payment to the selected toolkit vendor against toolkits delivered to the beneficiary
will be through redemption of e-vouchers directly by the beneficiaries against
satisfactory supply for complete toolkit delivered through DA. DA shall facilitate the
Page 26 of 71
NSIC/PMV/2023-24/ WASHERMAN /07/(R1)
redemption of e-voucher from the beneficiary. The e-voucher issued to the beneficiary
will include the price of the toolkit and applicable GST on the said toolkit.
The Facilitator under no circumstances will be liable for payment to the toolkit vendor.
The toolkit vendor shall not claim any payment from Facilitator on any account
whatsoever at any stage during or after Validity Period of toolkit Vendor Selection.
16. The NSIC being only a facilitator for inviting Proposal for selection of vendor for supply
and delivery of toolkits on behalf of Ministry of MSME and not being the actual user/
beneficiary / receiver or purchaser of the tool kits, the selected vendor agrees that the
selection of vendor by the Facilitator (NSIC) shall not make it a “buyer” within the
meaning of MSMED Act, 2006 or any other law and the selected vendor shall not raise
any claim on any account against the Facilitator (NSIC) under the said Act or any other
laws.
17. Selected toolkit Vendor shall hold in trust any information including confidential
information received by it from Facilitator, under the RFP, and the strictest of
confidentiality shall be maintained in respect of such information. It will maintain and
use the confidential information only for the purposes of the RFP and within the
prevailing and applicable laws.
18. In case of any dispute between the selected vendor and the facilitator, the Courts at
Delhi alone shall have jurisdiction.
Page 27 of 71
NSIC/PMV/2023-24/ WASHERMAN /07/(R1)
ANNEXURE I
Warranty- 12 Months
Quality- (Grade-A)
TEFLON SHOE
SOLEPLATE
Single Phase
1200 Watts
1 pc in one kit
Page 28 of 71
NSIC/PMV/2023-24/ WASHERMAN /07/(R1)
1 pc in one kit
Material :
PET/PETE Plastic
IS 15265: 2003
Cord length-3.0M
Min. Container capacity –
700ml
IS 366:1991
IS 14155: 1994
8 KG Wash capacity
8. Washing 3 Fins MAF Required
Machine 3 Wash Programs
Page 31 of 71
NSIC/PMV/2023-24/ WASHERMAN /07/(R1)
Part 2: Accessories/Consumables/Safety Gears
S. OEM Certification
Name of Quantity Technical
No Indicative Image Requirement
tool Specifications
. (MAF)
IS 285: 2021
LAUNDRY SOAPS
Laundry
1. Detergent QTY: 3 Ltr. -
Liquid (3 L) Shelf Life: At least 24
Months
Eco friendly , Chemical free
and Non toxic
Ph Value :Neutral
Page 32 of 71
NSIC/PMV/2023-24/ WASHERMAN /07/(R1)
Page 33 of 71
NSIC/PMV/2023-24/ WASHERMAN /07/(R1)
S. OEM Certification
Name of Quantity Technical
No. Indicative Image Requirement
tool Specifications
(MAF)
Specification :
Primary material :Iron
Rectangular table top,
2. Storage QTY:1 No. Material : Metal, -
ironing Table Top surface finish polished,
Size : 3x3.5x2 feet
(HxLxW), Color : White
PVC Pipe
Diameter: 0.5 Inch, Layered
Braided Water Hose Pipe
Type of Product
: Ironing Board
Length: 131.5 cm
Width: 33 cm
Height 88 cm -
Portable: Yes
Frame Material: Powder
QTY: 1 No. Coated Mild Steel
Large Powder
Coated Mild Mounting Type : Surface
8. Mount
Steel Ironing
Board/Table Foldable
LEG Tube Dia. 22mm
Tool/ item should be of
reputed make and
conforming to standard
quality
IS 366:1991
Non-Stick American
Page 35 of 71
NSIC/PMV/2023-24/ WASHERMAN /07/(R1)
Heritage Teflon Non-Stick
Coated Sole Plate
Safety Plus Thermal Fuse
Page 36 of 71
NSIC/PMV/2023-24/ WASHERMAN /07/(R1)
Part 2: Accessories/Consumables/Safety Gears
S. OEM Certification
Name of Quantity Technical
No Indicative Image Requirement
tool Specifications
. (MAF)
IS 285: 2021
LAUNDRY SOAPS
Page 37 of 71
NSIC/PMV/2023-24/ WASHERMAN /07/(R1)
1 PAIR. IN ONE KIT
Reusable gloves
Non-slip
Waterproof
QTY: 1 Pair -
4. Gloves Size may vary depending
upon the hand size
Tool/ item should be of
reputed make and
conforming to standard
quality
Proposed Height-
330+10 mm (14.0 + 0.4
inch) Knee
ISO certified Preferred
5. Washerman QTY: 1 Pair Foot Size vary -
Gum Boots Tool/ item should be of
reputed make and
conforming to standard
quality
Along with the above tools/items, the selected vendor shall also provide at least two toolkit
waterproof bags or more as per requirement to accommodate all tools / items inside the bags
except bigger tools/equipment such as Drill machine set, etc. which shall be supplied in original
packing of the OEM. The waterproof bags for each toolkit, clearly displaying the name of scheme,
logo, and tagline of the PM Vishwakarma scheme as provided by the Facilitator covering at least
25% of the outer surface of the bag.
The Bag should have following specifications:
High quality Bag, polyester fabric, water repellent, wear-resistant material ,good quality
zippers, lightweight and all-weather resistant, heavy-duty treaded rubber wheels, ,
retractable Grab Handle, Compartmentalized.
Approx. Size : L X W X H - 24” X 20” X 12”
Colour: Black/Blue
Matter to be printed on outer surface of bag: “PM Vishwakarma” (in English & Hindi both) along
with logo and tagline.
Page 38 of 71
NSIC/PMV/2023-24/ WASHERMAN /07/(R1)
The Vendor shall get prior approval of design of toolkit bag from the Facilitator.
The Bidder shall submit his confirmation for compliance in the format of Technical Compliance
Sheet at Annexure VIII.
NOTE:
1. The quantity in respect of tools/items in one tool kit, have been specified in RFP document (Annexure
I). Wherever quantity is not specified, the same shall be considered as 1 no/1set (no. of pieces), as
per applicability to the Tool/item.
2. Relevant Indian Standards have been mentioned for some tools/items. The
Vendor/Supplier/Manufacturer shall mention the relevant IS specification for remaining tools/items.
Wherever IS is not available Vendor/Supplier/ Manufacturer shall mention the specification of the
tool/items in conformance to standard quality of the tools/items.
3. Pictures shown are indicative only.
Page 39 of 71
NSIC/PMV/2023-24/ WASHERMAN /07/(R1)
ANNEXURE II (A)
From:
Bank:
To
The National Small Industries Corporation Limited (NSIC)
NSIC Bhawan, Okhla Industrial Estate,
New Delhi - 110020
India
4. We shall not be discharged or released from this undertaking and guarantee by any
arrangements or variations made between you and the Bidder, indulgence to the
Page 40 of 71
NSIC/PMV/2023-24/ WASHERMAN /07/(R1)
Bidder by you or by any alterations in the obligation of the Bidder or by any
forbearance whether as to payment, time, performance or otherwise.
Page 41 of 71
NSIC/PMV/2023-24/ WASHERMAN /07/(R1)
ANNEXURE II (B)
Bidder’s Name
[Address and Contact Details]
Bidder’s Reference No. Date
To
Deputy General Manager (Contract & Procurement)
The National Small Industries Corporation Limited (NSIC)
NSIC Bhawan, Okhla Industrial Estate,
New Delhi – 110020
Tender Ref. No.: NSIC/PM VISHWAKARMA/2023-24/ WASHERMAN/10/(R)
Tender Title: RFP for Selection of Vendor for Supply of Tool kits for Washerman (Dhobi)
under PM Vishwakarma Scheme
Sir/ Madam
We, the undersigned, solemnly declare that:
We understand that according to the conditions of this RFP Document, the Proposal
must be supported by a Bid Securing Declaration In lieu of Bid Security.
We unconditionally accept the conditions of this Bid Securing Declaration. We understand
that we shall stand automatically suspended from being eligible for bidding in any tender
of Facilitator for 2 years from the date of opening of this Proposal if we breach our
obligation(s) under the RFP conditions if we:
1. withdraw/ amend/ impair/ derogate, in any respect, from our Proposal, within the
validity of Proposal; or
2. being notified within the validity of Proposal of the acceptance of our Proposal by
the Facilitator:
a) refused to or failed to produce the original documents for scrutiny or the
required Performance Security within the stipulated time under the conditions of
Page 42 of 71
NSIC/PMV/2023-24/ WASHERMAN /07/(R1)
the RFP Document.
b) Fail or refuse to accept the Vendor Selection Letter.
We know that this bid-Securing Declaration shall expire if we are not selected as vendor
for supplying the tool kits, upon:
1) receipt by us of your notification:
a. of cancellation of the entire RFP process or rejection of all Proposals or
b. of the name of the successful bidder or
2) forty-five days after the expiration of the validity of Proposal or any extension to it.
Signature of bidder
Note: The above declaration, duly signed and sealed by the authorized signatory of
the entity on its letter head, should be uploaded with Proposal.
Page 43 of 71
NSIC/PMV/2023-24/ WASHERMAN /07/(R1)
ANNEXURE III (A)
9. GST Number
Note: All fields are mandatory. Any missing/ incomplete information will
lead to rejection of the proposal.
Page 44 of 71
NSIC/PMV/2023-24/ WASHERMAN /07/(R1)
ANNEXURE III (B)
Dated:
RFP No.: NSIC/PMV/2023-24/ WASHERMAN /7/(R1)
To
D.G.M. (C&P)
NSIC Limited
NSIC Bhawan,
Okhla Industrial Estate
New Delhi – 110020
Name:
Designation:
Seal:
Date:
(In case of Private/ Public Limited Company, authorization through Board Resolution
shall be submitted.)
Page 45 of 71
NSIC/PMV/2023-24/ WASHERMAN /07/(R1)
ANNEXURE IV
Address:
PAN No.
It is certified that the Net Worth has eroded/not eroded by more than 30% (thirty
percent) in the last three years, ending on 31st March, 2023. (Please strike off as
applicable)
Place :
Date :
UDIN:
Membership No.:
2. Net worth means the sum total of the paid-up share capital and free reserves. Free
reserve means all reserves credited out of the profits and share premium account but
does not include reserves credited out of the revaluation of the assets, write back of
depreciation provision and amalgamation. Further, any debit balance of Profit and Loss
account and miscellaneous expenses to the extent not adjusted or written off, if any, shall
be reduced from reserves and surplus.
Page 46 of 71
NSIC/PMV/2023-24/ WASHERMAN /07/(R1)
ANNEXURE-V(A)
We have verified all the Audited Financial Statements, Books of Accounts, Cost Records, Purchase Orders / Work
Orders / Contract Agreements / LOAs / Bills of quantities, Bill wise details of payment received/ confirmation, retail
sales invoices containing individual sale details pertaining to Toolkits/tools/ items of the retail customer, GST
returns filed on the GST Portal and other relevant records of M/s. _____________(Name of the Bidder/OEM) and
declare the following details for the Financial Year ______ as per RFP clause no. 4.4 of Instructions to Bidders
Tota
l
2.
Tota
l
Tota
l
TOTAL
The above-mentioned quantities (for Government/CPSUs Supplies) of Toolkits/tools/ items sold are
correct and in agreement with the Audited Financial Statements, Books of Accounts, Cost Records,
Purchase Orders / Work Orders / Contract Agreements / LOAs / Bills of quantities, Bill wise details of
payment received/ confirmed, GST returns filed on the GST Portal and other relevant records w.r.t.
Government supplies executed by M/s. __________________ (Name of the Bidder/OEM) and can be
considered for the Bid evaluation purpose. Further, in terms of RFP, copies of relevant work orders/
contract agreements/ purchase orders/LOAs/LOIs along with certificate for successful completion/
execution are attached herewith for the purpose of evaluation.
Page 47 of 71
NSIC/PMV/2023-24/ WASHERMAN /07/(R1)
Place:
Date:
Sign and Seal of Bidder / Sign and Seal of OEM (as applicable in accordance with
clause 4.4 under Instructions to Bidders section)
__________________
Note:
1. For Government/ CPSU/ SPSU supply, copies of relevant work orders/ contract agreements/ purchase
orders/LOAs/LOIs along with certificate for successful* completion/ execution shall be considered for
evaluation.
2. All the records viz: Audited Financial Statements, Books of Accounts, Cost Records, Purchase Orders /
Work Orders / Contract Agreements / LOAs / Bills of quantities, Bill wise details of payment received/
confirmation, retail sales invoices containing individual sale details pertaining to Toolkits/tools/ items of
the retail customer, GST returns filed on the GST Portal and other relevant records must be kept by the
bidder to substantiate/ verifying/ backing up /corroborating of afore-mentioned details and shall be made
available to Facilitator/ M/o MSME as and when required.
3. The Facilitator/ M/o MSME reserves the right to get the details verified with the above declared
information from clients. In case the certificate is found faulty, the Bidder/OEM will be blacklisted and
the Performance Bank Guarantee will be forfeited.
4. It must be ensured that stock transfer will not be considered as Quantity sold.
Page 48 of 71
NSIC/PMV/2023-24/ WASHERMAN /07/(R1)
ANNEXURE-V(B)
Address: _______________________________________________
We have verified all the Audited Financial Statements, Books of Accounts, Cost Records, Purchase Orders / Work
Orders / Contract Agreements / LOAs / Bills of quantities, Bill wise details of payment received/ confirmation, retail
sales invoices containing individual sale details pertaining to Toolkits/tools/ items of the retail customer, GST
returns filed on the GST Portal and other relevant records of M/s. _____________(Name of the Bidder/OEM) and
certify the following details for the Financial Year ______ as per RPF clause no. 4.4
Total
2.
Total
3.
Total
(A) Sub Total Quantity __________No.
S.No. Bill / Bill / Quantity Unit Amount Description of toolkits/tool/ Details of MAF for each
Voucher Voucher (Rs.) item of toolkit toolkits/tools/ item
Date No.
1.
2.
3.
Place:
Date:
Name of the Chartered Accountant Firm :
Note:
1. All the records viz: Audited Financial Statements, Books of Accounts, Cost Records, Purchase Orders /
Work Orders / Contract Agreements / LOAs / Bills of quantities, Bill wise details of payment received/
confirmation, retail sales invoices containing individual sale details pertaining to Toolkits/tools/ items of
the retail customer, GST returns filed on the GST Portal and other relevant records must be kept by the
bidder to substantiate/ verifying/ backing up /corroborating of afore-mentioned details and shall be made
available to Facilitator/ M/o MSME as and when required.
2. The Facilitator/ M/o MSME reserves the right to get the invoices/ details verified with the CA Certificate
from an independent CA Firm. In case the certificate is found faulty, the Bidder/OEM will be blacklisted
and the Performance Bank Guarantee will be forfeited.
It must be ensured that stock transfer will not be considered as Quantity sold.
Page 50 of 71
NSIC/PMV/2023-24/ WASHERMAN /07/(R1)
ANNEXURE VI
AFFIDAVIT
(TO BE SUBMITTED BY THE BIDDER)
(On Requisite Non-Judicial Stamp Paper as per State Laws- Duly Attested by a Notary
Public)
RFP No. : NSIC/PMV/2023-24/ WASHERMAN /7/(R1)
I S/o.
Age yrs resident of am the
Authorized Signatory/Director/Partner/Designated Partner/Proprietor of
M/s. Address (hereinafter referred to as Bidder)
to represent the Bidder and do hereby solemnly affirm on oath and declare that:
We are participating in the above referred RFP.
It is hereby confirmed that:
1. we have the annual capacity to supply tool kits for the trade mentioned in RFP, which
is more than 50% of the requirement of proposed tool kits with specifications as
defined in Annexure I of the said RFP.
2. We have necessary technical knowhow, expertise and infrastructure to supply tool
kits as per the list in Annexure I of the said RFP.
3. We hereby certify that all the tools/items in the tool kits offered by us against this RFP
comply with the Make in India requirement i.e. product shall be of Indian origin or
local content shall be more than 20% for each of the tools/items.
4. We have not been convicted by court of law for violation of the trading and other
laws/rules.
5. We declare that we are not debarred from participating in this RFP as per the Ministry
of Finance Guidelines on debarment circulated vide OM No. F.1/20/2018- PPD
issued by Department of Expenditure dated 02.11.2021.
Deponent
Verification: Verified on at
That the contents hereinabove are true and correct to my knowledge and belief.
Deponent
Attested by the Notary with Seal
Page 51 of 71
NSIC/PMV/2023-24/ WASHERMAN /07/(R1)
ANNEXURE VII
We hereby confirm to extend our warranty/guarantee support and will provide after
sales service to the Beneficiaries receiving these tools/items during the warranty/
guarantee period.
Page 52 of 71
NSIC/PMV/2023-24/ WASHERMAN /07/(R1)
It is also certified that all the above mentioned tools/ items manufactured by us comply
with the Make in India requirement i.e. product shall be of Indian origin or local content
shall be more than 20% for each of the tool/item of tool kit.
Thanking You,
For <OEM/ Manufacturer name> <Bidder’s Name & Stamp>
(Authorized Signatory) Authorized Signatory
Name: Name:
Designation: Designation:
Note: This letter of authority should be on the letter-head of the OEM/ manufacturer.
Page 53 of 71
NSIC/PMV/2023-24/ WASHERMAN /07/(R1)
ANNEXURE VIII
4 litre Tank
Warranty- 12 Months
Frequency: 50-60 Hz
Steam Iron
QTY: 1 Weight : 3.2 kg
1. with water
No.
tank Voltage: 220 V
Single Phase
Page 54 of 71
NSIC/PMV/2023-24/ WASHERMAN /07/(R1)
IS 15265 : 2003
Flexible pvc pipes or polymer
reinforced thermoplastic hoses for
suction and delivery lines of
agricultural pumps
Hose Pipe
4. with QTY: 1 No. PVC Pipe
Connectors Diameter: 0.5 Inch, Layered
(10 mtrs.) Braided Water Hose Pipe
Watering Hoses with
Connector and Clamps
Page 55 of 71
NSIC/PMV/2023-24/ WASHERMAN /07/(R1)
quality
Type of Product
: Ironing Board
Length: 131.5 cm
Width: 33 cm
Height: 88 cm
Portable: Yes
Frame
6. Material: Powder
Large
Coated Mild Steel
Powder
Mounting Type: Surface
Coated Mild QTY: 1
Mount
Steel Ironing No.
Foldable with anti-skid
Board/Table
shoes
IS 366:1991
Power: 1000 watts
7. Operating voltage: 230 volts
Super-Lightweight 630g
2 years Warranty
Tuffen Plate
Single Phase
Page 56 of 71
NSIC/PMV/2023-24/ WASHERMAN /07/(R1)
IS 14155 : 1994
Domestic electric clothes washing
machines for household use –
Specification Semi-Automatic
washing machine
3 Fins
Scrubber plate
Magic filter
IS 285 : 2021
LAUNDRY SOAPS
Ph Value :Neutral
Page 57 of 71
NSIC/PMV/2023-24/ WASHERMAN /07/(R1)
Removes hard stains
like Oil, Grease, etc.
Stain and dirt from various
2. Removing QTY: 1 Ltr. type of delicate &
Agent (1 ltr.) coloured fabrics.
Type- Solvent Base
Reusable gloves
Non-slip
Waterproof
Chemical Resistant
4. Gloves QTY: 1 Pair Free size
Tool/ item should be of
reputed make and
conforming to
standard quality
Page 58 of 71
NSIC/PMV/2023-24/ WASHERMAN /07/(R1)
WASHERMAN (DHOBI) TOOLKIT – B
A B C D E F G
S.No. Brief Quantity Minimum Required Bidder’s If any higher/ Specify
Description (No.) Specifications as per Confirmation for better/superior Make(s) or
RFP compliance to specifications Brand (s) &
Supply tool kits is offered, Model
as per Please specify offered for
Requirement the Tool/
specified in (Any adverse Item
column B,C,D. specifications requiring MAF
Bidder to Specify shall lead to as per
Yes/No rejection of Annexure -I
Proposal)
Part 1: Equipment
IS 15265 : 2003
Flexible pvc pipes or
polymer reinforced
thermoplastic hoses for
suction and delivery lines of
agricultural pumps
Hose Pipe PVC Pipe
QTY: 1
with Diameter: 0.5 Inch, Layered
No.
Connectors Braided Water Hose Pipe
5. (10 mtrs.) Watering Hoses with
Connector and Clamps
LAUNDRY SOAPS
Laundry
1. Detergent QTY: 3 Ltr. Shelf Life: At least 24
Liquid (3 L) Months
Ph Value :Neutral
Page 61 of 71
NSIC/PMV/2023-24/ WASHERMAN /07/(R1)
reputed make and
conforming to standard
quality
Reusable gloves
Non-slip
Waterproof
Size may vary depending
Gloves upon the hand size.
4. QTY: 1 Pair
Tool/ item should be of
reputed make and
conforming to standard
quality
Proposed Height-
330+10 mm (14.0 + 0.4
inch) Knee
QTY: 1 Pair
ISO certified Preferred
5. Washerman Foot Size vary
Gum Boots
Tool/ item should be of
reputed make and
conforming to standard
quality
Shelf Life:2 year
Bleach Free
Fabric QTY: 1 Ltr.
6. Disinfectant Tool/ item should be of
(1 ltr.) reputed make and
conforming to standard
quality
Page 62 of 71
NSIC/PMV/2023-24/ WASHERMAN /07/(R1)
ANNEXURE IX
FORM OF RFP DECLARATION
To
Deputy General Manager (Contract & Procurement)
The National Small Industries Corporation Limited (NSIC) NSIC
Bhawan, Okhla Industrial Estate,
New Delhi – 110020
I/We have read and examined the complete RFP document relating to ‘RFP for Selection of
Vendor for Supply of Tool Kits for Washerman (Dhobi) under PM Vishwakarma Scheme’
I/We have carefully read and understood all the terms and conditions of the RFP and hereby
convey my unconditional acceptance of the same.
We hereby submit the proposal for supply of tool kit referred to in the aforesaid document as per
the terms and conditions contained or referred therein and accordance with the specifications,
designs, drawings and other relevant details at the rates contained in Price Schedule and within
the supply schedule as stipulated in the RFP document.
We agree to keep our Proposal open for acceptance for 120 days from the date of opening of
technical proposal.
Should this Proposal be accepted, we agree to abide by & fulfill all the terms conditions of
aforesaid RFP document including all its parts and components, in full.
If our Proposal is accepted and we fail to commence the supply of tool kits as provided in the
conditions, we agree that the RFP Inviting Authority shall without prejudice to any other right or
remedy is at liberty to forfeit the performance security absolutely, terminate our selection and
suspend us from being eligible for bidding in any tender of RFP Inviting Authority for 2 years.
We propose to supply only those products/tool kits which are not obsolete in the market and have
at least 2 years residual market life from the date of expiry of warranty/Guarantee period i.e. the
product shall not be declared end-of life by the OEM before this period.
The information / documents furnished along with the above Proposal are true and authentic to
the best of my knowledge and belief. We are well aware of the fact that furnishing of any false
information / fabricated document would lead to rejection of our Proposal at any stage besides
initiation of any other action under terms of this RFP and/or appropriate law.
Signature of bidder
It is hereby confirmed that following documents as per the requirement of RFP have been be uploaded
along with Technical Proposal:
Page 64 of 71
NSIC/PMV/2023-24/ WASHERMAN /07/(R1)
items offered by the Bidder. Any technical non-
compliance shall lead to Proposal being
declared as technically non-responsive for
further consideration.
11 Form of RFP Declaration as per Annexure IX
12 Copy of PAN
13 Copy of GST Registration Certificate
14 Technical Datasheet of the offered tools/items
of tool kit with specifications for all the
tools/items requiring MAF
15 All pages of RFP Document duly signed and
stamped by the bidder
16 Check List as per Annexure IX(A)
Complete Proposal along with legible supporting documents to be uploaded with each page
signed and stamped by the Bidder.
In case the Bidder fails to upload any of the documents specified above and
corrigendum/addendum, if any, necessary for technical qualification, the Proposal is liable to
be rejected without any further reference/ notice.
Page 65 of 71
NSIC/PMV/2023-24/ WASHERMAN /07/(R1)
ANNEXURE-X
Address:
This is to certify that the GST rate applicable as per HSN on following items / tools of the Toolkit for the
Trade _______________ are mentioned here as under: -
2.
3.
4.
5.
Page 66 of 71
NSIC/PMV/2023-24/ WASHERMAN /07/(R1)
Annexure XI
States covered under Zones for Warehouses under RFP for Selection of
Vendors for Supply of Tool Kits under PM Vishwakarma Scheme
West 14 Rajasthan
15 Madhya Pradesh
16 Gujarat
17 Daman & Diu
18 Dadra & Nagar Haveli
19 Maharashtra
20 Goa
Page 67 of 71
NSIC/PMV/2023-24/ WASHERMAN /07/(R1)
ANNEXURE XII
Page 68 of 71
NSIC/PMV/2023-24/ WASHERMAN /07/(R1)
and/or Tender Documents i.e. up to (expiry date).
6. The Bank Guarantee should remain valid for a period of 14 months beyond the
Validity Period for delivery of tool kits by selected vendor.
7. Unless a demand or claim under this guarantee is made to us in writing on or before
the aforesaid expiry date or extended expiry date, as the case may be, all your rights
under this guarantee shall be forfeited and we shall be discharged from the liabilities
hereunder.
8. This guarantee shall be continuing guarantee and shall not be discharged by any
change in the constitution of the Bank or in the constitution of the VENDOR.
9. This Bank guarantee shall be effective only when the Bank Guarantee message is transmitted
by the issuing Bank through Structured Financial Messaging System (SFMS) to
Bank, (address of NSIC’s/Facilitator’s Bank) having IFSC ,
Account No. through SFMS and authenticated by the said NSIC’s/Facilitator’s Bank.
10. We lastly undertake not to revoke this guarantee during its currency except with the
previous consent of the FACILITATOR in writing.
11. Notwithstanding anything contained herein before our liability under this bank
guarantee:
i. Shall not exceed Rs. (Rupees only).
ii. This Bank Guarantee shall be valid upto and having claim period
upto .
iii. We are liable to pay the guarantee amount or any part thereof under this Bank
Guarantee as demanded by NSIC/Facilitator and only and only if NSIC/ Facilitator
serve upon us a written claim or demand on or before
iv. Further, the amount of invocation of the Bank Guarantee shall be remitted to
NSIC’s/ Facilitator’s account no. with (IFSC
) under written intimation to NSIC/Facilitator
(address).
Dated the day of for (indicate the name of
the Bank)”.
Page 69 of 71
NSIC/PMV/2023-24/ WASHERMAN /07/(R1)
ANNEXURE XII
FORMAT FOR PRICE BID – Screenshot
(To be filled in Excel sheet as per format below)
The Bidder shall quote competitive price, which shall be same for each type of toolkits
with tools/items defined in List of Tools/Items in Annexure I of the Technical Bid.
1. Offered Prices shall be on all-inclusive basis i.e. unit price per tool kit including
packaging, labelling, loading, transport, unloading, labour, wages, local levies and
all other incidental charges as applicable for offer of the tool kits at their own
warehouses to QAA for inspection and DA for delivery to beneficiaries across India
and insurance till delivery to beneficiary as per RFP terms & condition. Nothing
extra on any account will be payable over and above the accepted rate.
2. The offered price shall be excluding GST. GST as applicable shall be paid extra.
3. In case of multiple choices of toolkits offered for a trade, the same price is to be
quoted irrespective of the type of toolkit i.e. A or B.
4. Conditional Price Bid shall be rejected.
5. The criteria for selection of (L-1) shall be based on the lowest total quoted price
offered by eligible and technically responsive bidder.
Page 70 of 71
NSIC/PMV/2023-24/ WASHERMAN /07/(R1)
6. Payment through redemption of e-voucher shall be made in accordance to the price
quoted against the particular type of toolkit delivered to Beneficiary.
7. The estimated number of toolkits as mentioned in this RFP is the total expected
numbers of all types of toolkits and distribution among different types of toolkits will
solely depend on the type of the tool kit selected by the Beneficiary.
End of Document
Page 71 of 71