0% found this document useful (0 votes)
142 views85 pages

Up PDF

Uploaded by

ved
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
142 views85 pages

Up PDF

Uploaded by

ved
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 85

Directorate of Basic Education, Government of U.P.

Vidya Bhawan, Nishatganj, Lucknow-226007


Phone no: 0522-2780391
Email:[email protected]

Request For Proposal (RFP)


For
Supply of Shoes for the Students of Parishadiya Schools in Uttar
Pradesh

e-Bid reference no:-DIR_BASIC_EDU_SHOES_2019

e-Bid portal:- https://etender.up.nic.in

Website:-www.basiceducationup.com
Sl. No. Particulars Date Day Time
1 Date of publishing of Tender Document 12-12-2018 Wednesday 09:00 HRS
2 Tender download Start Date 12-12-2018 Wednesday 09:00 HRS
3 Pre-bid Clarification seek start Date 12-12-2018 Wednesday 10:00 HRS
4 Pre- bid Clarification end Date 14-12-2018 Friday 18:00 HRS
5 e-Bid Submission Start Date 14-12-2018 Friday 18:30 HRS
6 e-Bid Submission End Date 07-01-2019 Monday 12:00 HRS
7 Opening of Technical e-Bid 07-01-2019 Monday 13:00 HRS
8 Opening of Financial e-Bid 10-01-2019 Thursday 12:00 HRS

Place of opening of e-Bids: Directorate of Basic Education, Nishatganj


Lucknow- 226007

-1-
e-Bid Notice
for
Request For Proposal (RFP)
For
Supply of Shoes for Student of classes 1-8 of Parishadiya Schools in Uttar
Pradesh

Online Bids are invited for the supply of School Shoes for students of classes 1-
8 of Parishadiya Schools from the Firms/Companies/Consortium (vide e-Bid
reference number DIR_BASIC_EDU_SHOES__2019) which has been uploaded
on e-Tender portal http://etender.up.nic.in on 12-12-2018 for Supply of School
Shoes for Parishadiya Schools in Uttar Pradesh. Bid may be submitted from
18:30 hours of 14-12-2018 up to 12:00 hours of 07-01-2019

The Technical e-Bids shall be opened on 07-01-2019 at 13:00 hrs or afterwards.


The Financial bids of Technically successful Bidders shall be opened on 10-01-
2019 at 12:00 hrs or afterwards. The details of submission of e-Bids are
available in the RFP documents available on e-Tender portal and the website of
the department, www.basiceducationup.com as mentioned above.

Director
Basic Education,
Government of U.P.
Lucknow-226007

-2-
Directorate of Basic Education, U.P., Lucknow
(Government of U.P.)
Vidya Bhawan, Nishatganj, Lucknow-226007,Phone no: 0522-2780391
Email:- [email protected]
website: www.basiceducationup.com

e-TENDER NOTICE
Online Bids are invited in two bid system from eligible and
reputed manufacturers of School Shoes for supply of one crore Fifty
Seven lakh students, (the number may vary) of classes 1 to 8 of
Parishadiya Schools in Uttar Pradesh.
Availablity of Tender Can be accessed/downloaded from the website:
Document https://etender.up.nic.in from 12-12-2018 to 07-
01-2019

Date & Time of Submission:Upto 07-01-2019 at 12:00 hrs &


submission and opening Opening (Technical Bid): on 07-01-2019 at 13:00
of tender hrs. (Financial Bid): on 10-01-2019 at 12:00 hrs
1. Eligibility Criteria: Refer to the tender document.
2. Two bid System i.e. Stage-1 Technical Bid, Stage-2 Financial Bid.
3. Tenders received after due date and time will be rejected.
4. Director, Basic Education, Uttar Pradesh reserves the right to cancel
the bid process and reject any or all of the bids received without
assigning any reason at any time.
Tender Ref.: Tender Inviting Authority
DIR_BASIC_EDU_SHOES_2019 Director
Basic Education, U.P.

-3-
1. PREAMBLE OF TENDER/BID
The Basic Education Department, Government of Uttar Pradesh
(hereinafter referred to as “Government”) has issued order for the
procurement and supply of School Shoes for students of class 1 to 8
of Parishadiya Schools. The Government has been entrusted with the
task of procurement of School Shoes. It is, therefore, proposed to
purchase approximately One Crore Fifty Seven Lakh of School Shoes,
the quantity may vary, as per the specifications mentioned herein
through Director, Basic Education, Uttar Pradesh (hereinafter referred
to as "Director"). The Director reserves the right to increase or
decrease the quantity of School Shoes, subject to limit of ±20% of
the ordered quantity of School Shoes.
1.1. The Government proposes to purchase the above mentioned
School Shoes by calling e-tenders from the manufacturers of
Shoes through competitive bidding process for supply of
approximately One Crore Fifty Seven Lakh School Shoes, of
which quantity may vary, as per specifications given in this
Tender Document to carry out the above objective of the
Government.
1.2. Unless repugnant to the Context thereof, the following terms
shall have the meaning assigned against them for the purpose
of this Tender Document:-

1 "School Shoes" One pair of Shoes with Technical


Specifications
mentioned in Clause-6 of this Tender
Document.
2 "Tenderer / Bidder" The firm/company/consortium who
makes a formal offer in pursuance of
the eTender Notice relating to this
Tender Document.
3 "Successful The Tenderer/Bidder whose "offer" has
Tenderer/Bidder" been accepted through the tender
process mentioned in this Tender
Document.
4 "Supplier" The successful tenderer who has
executed an agreement with
Government / Purchaser to supply the
Shoes.
5 a. "Manufacturer"  The firm/company which
manufactures Shoes at its
manufacturing unit.
b. Consortium A group of Firms and/or companies
which manufactures Shoes,
registered under Company Act 1956
that agree to work together for the

-4-
purpose of manufacturing of Shoes
which is defined at clause 7.3 of the
Tender Document.

6 "Day" a Calendar Day.


7 "Purchaser" The Directorate of Basic Education UP
Lucknow, on behalf of the Government,
making this procurement through e-
tendering process mentioned in this
Tender Document.
8 “Directorate” Directorate of Basic Education UP,
Lucknow.
9 "Shoes Price" The total cost of one pair of Shoes
including cost of material, expenses on
tools methodologies and techniques in
the implementation, manpower,
supervision, administration, overheads,
travel, lodging, packaging, loading,
unloading, stacking and counting
charges at delivery points, Cost
Insurance and Freight (CIF),
Transportation charges, GST, toll
charges, sample testing charges and
tagging/printing/stamping charges etc.
and any other incidental expenses
required for supply of One pair of
Shoes up to the delivery points given
at Annexure XIV of Tender
Document.
10 "Agreement" Agreement to be executed between
successful tenderer and Directorate on
behalf of the Government / Purchaser
for supply of Shoes.
11 "Delivery Point" Designated storage places/godowns at
the block/nagar kshetra level in the
State of Uttar Pradesh. The delivery
point will be upto the block level/nagar
kshetra level as defined at Annexure
XIV of the Tender Document.
12 Testing Laboratory Govt Testing Laboratory

-5-
2. AVAILABILITY OF TENDER DOCUMENT&
SUBMISSION OF e-Bids.

2.1The Tender Document can be downloadedfrom the website:


www.etender.up.nic.in and www.basiceducationup.com

2.2The tender document can be downloaded through e-Tender


portal https://etender.up.nic.in and www.
basiceducationup.com , however, the e-Bids shall only be
uploaded at e-Tender portal https://etender.up.nic.in within
the time schedule given in the Tender Document.

2.3 The Tenderer shall submit the downloaded Tender Document


without any change/addition/deletion/modification. If any
change/addition/deletion/modification is detected, the tender
shall be rejected and the Earnest Money Deposit (EMD) shall be
forfeited. Even after the award of the tender, if any change/
addition/deletion/modification is detected, the order/award will
be cancelled and the EMD or Security Deposit as the case may
be, of the Tenderer will be forfeited and their name will be
blacklisted from participating in subsequent tenders. Besides,
they may also be prosecuted.

2.4 A declaration shall be given by the Tenderer along with the


tender in the format given in Annexure-I.

3. TENDER FEE

The Tenderer shall bear all the cost associated with the
preparation and submission of tender to the Directorate. The
Directorate will in no way be responsible or liable for these
charges/ costs incurred regardless of the conduct or outcome
of the tender process.

-6-
4. GENERAL INSTRUCTIONS
a. The Tenderers are requested to go through the instructions,
specifications, terms and conditions given in the Tender
Document. Failure to furnish all required information in every
respect will be at the Tenderer's risk and may result in the
rejection of the tender.
b. The Tender Document as well as all correspondence and tender
related documents shall be in English language only.
c. On submission of tender, it shall be deemed that the tenderer has
satisfied itself about correctness and sufficiency of the eBid and
"Price" quoted in the Bid covers all its obligations and are binding
upon the bidders.
d. It must be clearly understood that the terms and conditions and
specifications are intended to be strictly enforced and adhered to.
Quality of Shoes inferior to the specifications as specified in
Clause-6 of this Tender Document shall not be acceptable.
e. The Tenderer shall be fully and completely responsible to the
Directorate/Government of Uttar Pradesh for all the deliveries and
deliverables as per tender condition at Delivery Points in each
concerned District, in the state of Uttar Pradesh. List of Delivery
Points is annexed at Annexure-XIV to this Tender Document.
f. No escalation of "price" shall be permitted throughout the period
of Agreement relating to supply of Shoes at Delivery Points on
account of any reasons whatsoever.
g. The Tender Committee shall scrutinise the documents of the
Tenderer uploaded on etender portal https://etender.up.nic.in
and the decision of the committee in this regard shall be final and
binding upon the Tenderer.
h. The Tenderer shall have to provide an Address of Correspondence
with e-mail, so that the intimation sent to him on this address
through post or e-mail or Fax shall be considered as proper
intimation.
i. The quantity of pairs of Shoes given in the Tender Document may
vary during the procurement/supply process i.e. at any point of
time. In such case, it shall be communicated to the successful
bidder(s) on his registered address by post or through e-mail or
Fax.
j. The Directorate may at any time by notice in writing to the
Tenderer either stop the process of procurement/supply of Shoes
altogether or reduce or cut down the quantity. If the above
process of procurement/supply of Shoes is stopped altogether,
the Tenderer will only be paid for quantity of Shoes supplied till
that time, on which such notice is intimated to him. In this case,
the decision of Directorate shall be final and binding on the
Tenderer. The Tenderer will not be paid any compensation

-7-
whatsoever for the loss which he might have made if he had been
allowed to complete all the work included in the Agreement.
k. The Tenderer shall indemnify the Directorate against all third
party claims of Infringement of patent, royalty's trademark or
industrial design rights arising from use to the Shoes or any part
thereof.
l. In case of any ambiguity in interpretation of any of the
provisions of this Tender Document, the decision of
Directorate shall be final.
m. Before the last date for submission of e-Bids, the Directorate
/Government reserves the right to amend any of the tender
clauses, wherever it is felt that such an amendment is absolutely
necessary which shall be published through corrigendum on e-
Tender portal https://etender.up.nic.in.
n. It is the responsibility of the tenderer to verify the amendments,
if any from the e-Tender portal.
o. The tenderer should submit a certificate regarding the non
employment of child labour in their firms, companies or
manufacturing units etc.duly signed by the authorised person.

5. PRE BID CLARIFICATIONS


5.1 Any Tenderer may e-mail on [email protected] and seek
clarifications from the Directorate in respect of the bidding
documents through their e-mail from Date 12-12-2018, 10:00
hrs to Date 14-12-2018, at 18:00 hrs as per
instructions/informations given in the e-Tender Documents. No
query shall be entertained before or after the stipulated period
as mentioned above.

6. TECHNICAL SPECIFICATIONS FOR THE SHOES


Size of Shoes

Category Class Age Size of Boy Size of Girl


Shoes Shoes
I 1-3 6-9 10, 11, 12, 13(C) 9,10,11,12,13,1
II 4-6 9-12 13 (C) 1, 2, 3,4,5 1,2,3,4,5,
III 7-8 12-14 5, 6, 7 5,6,7
SPECIFICATIONS FOR BOYS & GIRLS BLACK SCHOOL SHOES

1. REQUIREMENTS

1.1 Material
Upper Material
PVC coated on PC/PV fabric (woven or non-woven) for
main part of upper – 1.8mm ± 0.2 mm thick.
Insock:Fabric of thickness – 0.8mm ± 0.2mm with Spongy PVC

-8-
foam/EVA cushion of thickness 2.5 mm ± 0.5mm (fabric
surface towards foot)
Buckle:Steel buckles with rustproof coating according to width of
the strap ranging from 12 mm to 18mm shall be used.
Sole: Colour Black. Expanded PVC material of high quality of
density 0.70 to 0.85g/cc.
Lace: Colour Black.Round nylon/polyester or blended lace
diameter 3mm ± 0.5mm, 65cm long ± 2 cm having tips
bound with plastic.
1. The length of lace in Boys’ Shoes will be as follows-
a. For Size 8-1: 65 cm. minimum.
b. For Size 2-5: 70 cm. minimum.
c. For Size 6-10: 75 cm. minimum
Eyelet: Black enameled aluminum eyelet – 4 mm with washer
Binding/Piping: Nylon/polyester or blended tape of best
trade quality – 16mm ± 2mm width.
Counter stiffener: Thermoplastic sheet – 1.4mm ± 0.2mm thick.
Thread: Nylon/polyester or blended thread 40/3 & 60/2
1-2 Shape and Design

The shoes shall be made on lasts in sizes 8 to 1, 2 to 5, 6 to 10; fittings


`G’ having reference to IS: 1638. Oxford shoe with lace having eyelets
three (8-1), four (2-5) & five (6-10). If desired, the purchaser shall
specify type, sizes and fitting of the last in the order contract.

1.3 Soling Pattern

1.3.1 The soling shall not include continuous lateral


thread patterns or any other features, such as sharp
corners at the base of the sole pattern, which may
accelerate or cause premature crack formation.
1.3.2 The design should be such that the sole will have
adequate skid resistance with cleat height of min. 3
mm.
1.3.3 Forepart thickness shall be min. 8 mm.
1.3.4 Heel thickness shall be min. 13 mm.

NOTE – The pattern of sole may have significant effect on the


formulation of premature cracks and safety on slippery surfaces.

1.4 Manufacture

1.4.1 The upper shall be closed with lock stitching using


nylon threads. The number of stitches shall be 3 to 4
per centimeter. All loose ends of the threads shall be
secured.
1.4.2 Upper shall be lasted by string lasting method

-9-
1.4.3 Metal roller buckle shall be used according to the
width of the strap.
1.4.4 The sole will be directly injected PVC expanded sole.

1.5 Finish

The upper of the shoe shall be finished by polishing and


brushing to impart shine to the shoes.

1.6 Sole Hardness

The hardness of the sole shall be measured in not less than


4 days but not more than 90 days after moulding and when
tested in accordance with the method prescribed in IS
12240 (Part 2) : 1988, after conditioning shall be within 70 ±
10 Shore `A’/IRHD.

1.7 Resistance to abrasion of sole.

When tested in accordance with IS 4649:2010 using test


pieces of PVC compound taken from soling components
respectively, the relative volume loss shall be not greater
than 350 mm3..

1.8 Resistance to cut growth (flexing test) for sole.

When parts of sole are tested in accordance with the


method prescribed in IS 12240 (Part 7): 1988 the cut growth
shall not be more than 300 percent after the test piece is
subjected to 150 000 flex cycles.

The test pieces shall be cut parallel to the center line of the
sole. Measurement of cut growth shall be confined to the
outside surface of the test piece depending on the
conditions for use.

1.9 Resistance to flexing for upper

When parts of the upper are tested in accordance with the


method prescribed in SATRA TM 55 (BALLY flexing), no
cracking shall occur during 80,000 flex cycles.

1.10 Tear strength of upper material

When parts of the upper are tested in accordance with the


method prescribed in SATRA TM 30, the value shall not be
less than 3 kg.

- 10 -
1.11 Bond strength

Upper/outsole bond strength - The bond strength when


tested as per IS 15298 shall not be less than 4 N unless there
is tearing of the material in which case the tearing strength
shall not be less than 3 N/mm.

1.12 Relative Density of Soling Material

The relative density of the material after moulding shall be


between 0.70 to 0.85 gm per cc.

2. SAMPLING AND CRITERIA FOR CONFORMITY

For the purpose of ascertaining the conformity of the material


in a consignment of this specification, the scale of sampling and
criteria for conformity shall be as prescribed in IS 205: 1962
3. MARKING

The size and fitting of the shoe shall be legibly stamped on


the waist of the full sock. The manufacturers name or
recognized trademark, if any, together with the year of
supply may also be legibly stamped on the waist of sock.

4. PACKING


 Each pair of shoes shall
 be wrapped in tissue paper and put in
a cardboard carton.

Each carton
 shall be marked with the size and fitting of the
shoes.

- 11 -
SCHOOL SHOES - BOYS

- 12 -
SCHOOL SHOES – GIRLS

- 13 -
7. ELIGIBILITY CRITERIA
7.1 (a)Tenderer : The Tenderer should either be:-
• Firm : (i) Proprietorship firm, or (ii) Partnership Firm
registered under Indian Partnership Act, 1932, (iii)
Limited Firm engaged in manufacturing of Shoes for the
past three financial years (i.e. 2015-16, 2016-17 and
2017-18) as on 31.03.2018.
• Company : (i) Private Limited Company, or (ii) Public
Limited Company registered under Companies Act,
1956/2013. engaged in manufacturing of Shoes for the
past three financial years (i.e. 2015-16, 2016-17 and
2017-18) as on 31.03.2018.
 Consortium (as described in Clause 7.3)
(b) The Tenderer should provide the relevant certificates of
incorporation/certificateofcommencementof
business/certificate of concerned Director of
Industries/Concerned competent authority.
(c) All Bidders including each member of Consortium should be
doing business in India for the last 3 years as on 31-03-
2018. The copy of relevant document as proof of doing
business in India for the financial years 2015-16, 2016-
17 and 2017-18 should be submitted.
(d) Multiple Bidding is not allowed. Members of Consortium are
not entitled to bid individually and participate in more than
one Consortium.
(e) It shall be the responsibility of the Bidder to establish its
eligibility and submit all relevant documents in this regard.
(f) The Tenderer should provide Authorization letter/Power of
Attorney for the Authorized Signatory authorized by the
Chairman and Managing Director/Board of Directors of the
Bidding Company/Competent authority of the company/
firm/consortium as per the format enclosed as Annexure
II.

7.2 The average annual Turnover of the tenderer shall not be less
than:-
In case of Firm/Company:
(a) Rs. 100 crores (Rupees Hundred Crores) in the case of bidding
for School Shoes during last three financial years (i.e. FY
2015-16, 2016-17 and 2017-18) as reflected in the audited
balance sheet.
7.2 Annual turnover certificate must be certified by the Statutory
Auditor or Chartered Accountant, as the case may be, in the
format given in Annexure-III. The copies of audited balance
sheet and profit and loss account for the last three financial
years 2015-16, 2016-17 and 2017-18 should be enclosed.

- 14 -
For avoidance of doubt it is made clear that in case Bidder is a
Proprietorship Firm/ Partnership Firm, Annual Turnover
Certificate shall be certified by Chartered Accountant and in
case Bidder is Company, Annual turnover certificate shall be
certified by Statutory Auditor.

7.3 In case of a Consortium:


 A Consortium is hereby defined as a group of
manufacturing companies and/or Firms as defined at
para 7.1 that agree to work together for the purpose of
 manufacturing and supply of Shoes.
 The total number of members in a Consortium shall not
 exceed three (03) members.
 The average annual turnover of the Consortium shall not be
less than Rs. 100 crores (Rupees Hundred Crores) in the
case of bidding for School Shoes during last three financial
years (i.e. FY 2015-16, 2016-17 and 2017-18) as
 reflected in the audited balance sheet.
 The Consortium would need to specify a Lead Member
 amongst the three members for the Transaction.
 At least One Member of the Consortium should have
a turnover of minimum 40 Crores for bidding for
School Shoes, and should have a manufacturing
capacity to supply the minimum quantity as specified
 in the Tender Document.
 The minimum stake of Lead Member should not be less
 than 51% Interest/Stake in the Consortium.
 No change/ addition/ deletion/modification/splitting in the
composition of a Consortium is permitted after submission
 of the e-Bid.
 In case of Consortium, the following additional conditions
 shall apply:
i. The consortium shall remain intact and cannot split
throughout the period of Agreement.
ii. Board Resolutions of each member of Consortium, giving
authority to enter into MoU with other members for the
supply of Shoes as per format enclosed at Annexure-
IV;
iii. Memorandum of Understanding (MoU) from each
member of the Consortium as per the format enclosed at
Annexure-V;
iv. Table Related to Consortium shall be enclosed at
Annexure-V(a)
v. Power of Attorney, as per Annexure-VI, shall be
executed by each member of the Consortium to
nominate one member as the „Lead Member‟ before
submission of e-Bid;
- 15 -
7.4 Net Worth: Net worth is the difference between the assets
and liabilities of a firm / company / consortium. The tenderer
should have a positive Net Worth and the relevant certificates
by the Chartered Accountant/Statutory Auditors should be
enclosed in the Technical eBid. Each Member of the Consortium
should also have a positive Net Worth.
7.5 Minimum Quantity:
The Tenderer should offer for supply of not less than 25%
Shoes (i.e. 15700000x25%=39,25,000 pairs of Shoes) to be
supplied in 90 days. The tenderer has to supply the Shoes
according to the gender and size of the child as per Annexure-
XIII.This ratio/ proportion is indicative in nature and the
actual number for supply may vary as per requirement.
7.6A Non-Eligibility:
7.6(i) eBids of those Bidders, who are not complying with any
of the terms prescribed in this Tender Document shall not be
considered.
(ii) eBids of those Bidders against whom any criminal case is
pending before Court of Competent Jurisdiction or who have
been convicted by Court of Competent Jurisdiction shall not be
considered.
(iii) eBids of those Bidders, who are found to be involved in
theft or in non-payment of Government dues or taxes, will be
outrightly rejected and will not be considered for the opening
of Financial eBid.
(iv) The eBids of those Bidders, who have been blacklisted or
debarred by Central Government or any Central Government
Authority or any State Government or any State Government
Authority, shall not be considered.

Explanation: For the purposes of this clause:


(i) If Proprietor of Proprietary Firm or any partner of
Partnership Firm or any Director of a Company is
convicted by any Court of Competent Jurisdiction, it shall
be deemed that such Proprietary Firm or Partnership
Firm or Company, as the case may be, has been
convicted.
(ii) If any criminal case is pending against Proprietor of
Proprietary Firm or any partner of Partnership Firm or
any Director of a Company, before any Court of
Competent Jurisdiction, it shall be deemed that criminal
case is pending against such Proprietary Firm or
Partnership Firm or Company, as the case may be,.
(iii) If any member of Consortium is ineligible under this
Clause 7.6A, it shall be deemed that Consortium is
ineligible.
- 16 -
7.6B The Tenderer shall provide the undertaking on their
official letterhead duly signed by the competent authority
to the effect that he is not suffering with Non-Eligibility
Criteria mentioned in clause 7.6A.

7.7 Manufacturing Capacity:

The Tenderer has to establish his eligibility to prove his


capacity to manufacture and supply the offered quantity
in his bid within 90 days. He shall furnish specific
documents as proof of his capacity to manufacture the
offered quantity in his Bid within 90 days as per
specifications given in this Tender Document.

7.8 EARNEST MONEY DEPOSIT (EMD):

7.8.1 Any tenderer who has not submitted the Earnest Money
Deposit amount as mentioned above to the Directorate
shall be treated as non-responsive.
7.8.2 The EMD of the successful tenderer(s) would be
returned upon submission of Security Deposit, subject to
verification.
7.8.3 The Earnest Money Deposit amount shall be forfeited by
the Purchaser, if the Tenderer offers lesser quantity than
minimum quantity required i.e. 25% of total Shoes in
Financial eBid.
7.8.4 The Earnest Money Deposit amount shall be forfeited by
Purchaser, if a Successful Tenderer fails to furnish
Security Deposit as mentioned in clause 14.3 or fails to
sign the Agreement within the specified period.
7.8.5 The Earnest Money Deposit amount shall be forfeited by
the Purchaser, if the Tenderer withdraws its Bid before
the Validity Period of the Bid.
7.8.6 The Earnest Money Deposit amount shall be forfeited by
the Purchaser, if the Tenderer offers any
conditional/partial offers in the Financial eBid.
7.8.7 The Earnest Money Deposit amount of the unsuccessful
tenderers will be refunded without any interest within
one month after the execution of Agreement with the
Successful Tenderer(s).

- 17 -
7.9 Others:
The Tenderer:-
7.9.1 Should have a valid GSTIN Registration Certificate. Copy
of the same should be enclosed.
7.9.2 Should enclose the copy of audited balance sheet of last
three financial years i.e. 2015-16, 2016-17 and 2017-
18 duly certified by the Statutory Auditor or Chartered
Accountant, as the case may be.
7.9.3 Should furnish Sales/Trade/Commercial/Central Excise/
Central Sales/Trade tax assessment documents
(whatever and wherever it is applicable) for the financial
years 2015-16, 2016-17 and 2017-18.
7.9.4 The Tenderer should have satisfactorily executed
any supply contract with any Department of
Government/ Boards/ Local Bodies/ Universities,
for having delivered supply of Shoes/Footwears
(shoes, socks, Chappals and sandals) to at least
150 designated locations against a single contract
of not less than Rupees 15 crores during the
preceding three years i.e. 2015-16, 2016-17 and
2017-18. The Tenderer should furnish details as
proof of above experience.
7.9.5 Shall furnish 03 identical samples of each category of
size as specified in Clause 6 of this Tender Document
along with EMD and Tender Fee as mentioned earlier.
7.9.6 The Directorate is not liable to any claim from the
Supplier on account of fresh imposition and/or increase
(including statutory increase) of GST and other
applicable taxes on raw materials and/or components
used directly or indirectly in the manufacturing and
supply of the Shoes during the period of Agreement.

8. SUBMISSION OF e-TENDER
8.1
a) The Tenderer shall submit Tender Fee and EMD amount in
the Directorate before opening of Technical eBid as
specified in clause -3 and 8 of the Tender Document.
b) The Tenderer shall also submit 03 identical samples of
One pair of Shoes each category of size as per
specifications mentioned in Clause-6 of this Tender
Document to the Directorate along with Tender Fee and
EMD amount one day prior to the opening of the Tender.
c) The samples should be packed in a cardboard box before
keeping them in the outer cover. The Tenderer should
tag/Print the firm's/company's/manufacturer‟s (in case of
Consortium) name on the samples for identification along

- 18 -
with the content as specified in the clause-13 (special
terms) of this Tender Document . These samples should
satisfy all the technical specifications as specified in this
Tender Document.
d) The samples should have been tested from any Govt
Laboratory and their test report as per Annexure-VII
(T3) shall be submitted along with the Technical eBid.
e) The Technical eBid shall not contain any indications of the
price; otherwise, the eBid shall be rejected.
f) Format and Signing of e-Bids
The Bidder shall prepare one electronic copy for the eBids.
Bidder or a person or persons duly authorized to bind the
Bidder to the Contract. The person authorized to sign the eBids
before converting them into PDF and uploading them as bidding
documents shall also sign all the pages/documents of the eBid.

h) Submission of e-Bids The


eBid Submission
module of eTender portal
http://etender.up.nic.in enables the bidders to submit
the eBid online against the eTender published by the
Directorate. eBid Submission can be done only from the
Bid Submission start date and time till the eBid
Submission end date and time given in the eBid. Bidders
should start the eBid Submission process well in advance
so that they can submit their eBid in time. The Bidders
should submit their eBids considering the server time
displayed in the eTender portal. This server time is the
time by which the Bid submission activity will be allowed
till the permissible time on the last/end date of submission
indicated in the eTender schedule. Once the eBid
submission date and time is over the Bidders cannot
submit their eBid. For delay in submission of eBids due to
any reasons, the Bidders shall only be held responsible.
i) After successful submission of eBids, a page giving
thesummary of eBid submission will be displayed
confirming end of eBid submission process. The Bidder
can take a printout of the Bid summary using the "Print"
option available in the window as an acknowledgement for
future reference.
j) Deadline for submission of e-Bids
e-Bids must be submitted by the Bidders on eTender
portal http://etender.up.nic.in, not later than the date
and time specified in this eTender document.
k) Late e-Bids
The server time indicated in the Bid Management window
on the eTender portal http://etender.up.nic.in will be the
time by which the eBids submission activity will be

- 19 -
allowed till the permissible date and time scheduled in the
eTender. Once the eBids submission date and time is
over, the Bidder cannot submit his/her eBid. Bidder has
to start the eBid Submission well in advance so that the
submission process passes off smoothly. The Bidder only,
will be held responsible if his/her eBids are not submitted
in time due to any reasons.
l) Receipt and opening of e-Bids by the purchaser
Bidders are advised to submit their eBids in `Two-Bid‟
system with Technical and Financial bids separately on
eTender portal.
Please note that prices should not be quoted in the
Technical Bid. The Prices should be quoted in the
Financial Bid only. On receipt on eTender portal, the e-
Bids will be opened by members of Tender Committee in
the office of Directorate, Lucknow.

8.2 Documents to be furnished in the Technical eBid

i. The Technical eBid format is given in Annexure-VII. The


Technical eBid is to be submitted along with the tender‟s
covering letter as given in Annexure-VIII.The
supporting documents/information to be submitted in the
Technical eBid are mentioned in the Checklist given in
Clause-21. Checklist should be completely filled and
enclosed with the Technical Bid. In case of a Consortium,
the information regarding profile of the Tenderer, details
about incorporation and details about experience is
required to be furnished by each member of the
Consortium in the Technical eBid format.The Technical
eBid of those tenderers shall not be opened whose tender
fee and EMD has not been submitted in the Directorate
before opening of Technical eBid.
8.3 Details to be furnished in the Financial eBid
a The Bidder shall quote a fixed price in the Financial eBid
format given in Annexure IX. The Bidders are
required to submit their Financial e-Bid (BoQ)
online on the e-Tender portal on xls format only.
b The "Price" quoted shall be in Indian rupees (INR only).
The "Price" offered, must remain fixed and must not be
subject to any escalation for any reason whatsoever
within the period of Agreement.
c The "Price" shall be quoted in Rs.Ps.(INR) upto two
decimal places. "Price" quoted in more than two decimal
places will be ignored. No rounding off will be considered.

- 20 -
d The Financial eBid shall contain a net price for One pair of
Shoes as “Shoes Price” to be supplied, as applicable in the
case. The Tenderer has to submit a single price of a One
pair of Shoes. The "Price" (inclusive of all taxes
applicable) should be quoted both in words and figures. In
case of differences between words and figures, the "Price"
quoted in words shall prevail. The "Price" quoted by the
Bidder shall include cost and expenses on all accounts
including all the taxes including GST etc. viz. cost of
Shoes, all materials, tools methodologies and technique in
the implementation, manpower, supervision,
administration, overheads, travel, lodging, boarding,
stacking and counting charges at Delivery Points, in-
station & outstation expenses, transport, CIF, sample
testing charges and tagging/printing/stamping charges
and any other cost involved in the supply of Shoes upto
Delivery Points of concerned Districts including the
warranty cost.

e As the Shoes will be delivered at Delivery Points as per


Annexure-XIV, the Tenderer should make necessary
arrangements for supply, unloading, stacking and
counting at the Delivery Points. The Tenderer may take
the above mentioned cost components into account while
making its Financial eBid.

f The eBid is liable for rejection if FinancialeBid contains


conditional offers/ partial offers and in such case, the EMD
of Bidder shall be forfeited.

g The Financial Bid shall be signed and stamped by the


authorized signatory in all pages.

h Financial eBid for lesser quantity than minimum required


shall be rejected forthwith and EMD of Bidder shall be
forfeited. The “Price” quoted in such eBids shall not be
reckoned with the financial bids of other Tenderer.

i The Financial Bid should not have any cutting, overwriting


or application of white fluids.

8.4 Rectification of Errors


Bidders are advised to exercise adequate care in quoting
the prices. No excuse for corrections/alterations/
modifications in the quoted price will be entertained after
the LAST DATE of submission of eBid as mentioned in
clause 8.1(h). In case of discrepancy between the
- 21 -
amounts mentioned in figures and in words, the amount in
words shall prevail.

8.5 No Amendment in eBids


No Correction/ alteration/modification will be allowed after
Submission of eBid.

9. OPENING OF TENDERS

9.1 Tender opening


g) The eBid shall be opened, in two sessions, in the presence
of Bidder's representatives (maximum two) who choose to
attend the eBid opening sessions on the specified date,
time and address. The Bidder's representatives who are
present shall sign a register evidencing their attendance.
The representatives of Tenderers who attend the tender
opening must produce their identification proof and
authorization letter from the Tenderer.
h) The tender committee shall see the following:
I. The Bids uploaded in time shall only be opened.
(a) If DD/pay order for Tender Fee is not received at
Directorate before opening of the Technical eBid,
the eBid shall not be opened.
(b) If EMD amount is not received at Directorate before
opening of the Technical eBid, the eBid shall not be
opened.
(c) The supporting documents/information required in
the Technical eBid along with the checklist shall be
examined and cross checked wherever required.
II. 03 Identical samples of One pair of Shoes of each
category of size alongwith their test reports from the
Govt Laboratory is enclosed and sample details in
the format prescribed in the technical ebid format
(T3).

9.2 Evaluation of Technical eBid


a) Bidders need to fulfil all the eligibility conditions mentioned
in this Tender Document. Tender committee will examine
the eBids to determine whether they are complete, whether
the eBid format conforms to the Tender Document
requirements, whether documents have been properly
signed and stamped, whether the eBids are generally in
order and whether the manufacturing capacity conforms to
the criteria mentioned in Clause 7.6
b) Technical eBids of Bidders, which does not meet the set
criteria shall be rejected forthwith.
- 22 -
c) The Tender Committee reserves right to cross verify
documents/information upoloaded by the Bidders.
d) Conditional bids with material deviations, reservations and
omissions shall be treated as non-responsive.
e) After the completion of the evaluation of Technical eBid,
the qualified Bidders will be called/intimated in writing/e-
mail for the Financial eBid opening.

10. OPENING OF FINANCIAL eBID


a) The date, time and venue of opening of Financial eBid will be
intimated separately to the technically qualified tenderers in
writing/e-mail.
b) The Financial eBid will be opened on the intimated date, time and
place in the presence of the Tenderers or their authorized
representatives (maximum two) who choose to be present. The
Bidder's representatives who are present shall sign a register
evidencing their attendance. The representatives of Tenderers
who attend the tender opening must produce their identification
proof and authorization letter from the Tenderer.
10.1 Evaluation of the Financial eBid
In Financial eBid evaluation the following procedure will be
adopted.
L1 will be determined seperately for Shoes.
a) The evaluation shall be based on Price quoted by Tenderers
inclusive of all taxes and duties and other charges
mentioned in clause-8.3 (d).
b) The financial quotes of the Lowest Bidder shall be notified
as L1. L1 will be offered contract for the quantity quoted in
his offer in the technical Bid or 60% of total supply,
whichever is lower,subject to his capacity, but not less than
25% of the total supply of Shoes.
c) For the remaining quantity to be allotted, the next
responsive tenderer (L2) will be offered to supply Shoes at
the rate of L1, subject to his capacity, but not more than
20% of the total supply of Shoes.
d) For the remaining quantity to be allotted, the next
responsive tenderer (L3) will be offered to supply Shoes at
the rate of L1, subject to his capacity, but not more than
20% of the total supply of Shoes.
e) If the quantity still remains to be alloted, the above process
will be repeated for the next responsive tenderers such as
L4, L5 and so on.
f) The price quoted by L1, if not found reasonable according
to the market price, may be negotiated by the Tender
Committee, after obtaining approval by the Government. If
L1 reduces the price to the desired (reasonable) level, the
- 23 -
same will be reported to the Government and after the
approval of the Government contract may be placed on it
but if it does not agree, then further action like re-
tendering etc. may be decided by the T e n d e r C o m m i
t t e e / G o v e r n m e n t depending on the merits of the
case.

11. PERIOD OF VALIDITY OF BID

The Bid Validity period shall be 180 days from the last date of
submission of eBid. This period may be further extended upto 60
days by the Bidder on the request of the Purchaser. In case the
Bidder fails to extend the Validity Period his EMD shall be refunded by
the Purchaser.

12. WARRANTY PERIOD

a. The Shoes supplied under this Tender shall be covered by


comprehensive warranty against any defect for a period of one
year (12 months) from the date of complete supply at the
Delivery Points.
b. The Supplier shall be liable to provide Shoes in good condition
upto the Delivery Points and it shall be liable to make good the
loss by replacing the Shoes found defective during the warranty
period free of cost to the beneficiaries.
c. The Supplier is liable for replacing the faulty Shoes due to any
defects within 15 days after intimation of defects to the Suppliers.
d. In case of failure to comply with the condition (c) mentioned
above, Supplier will be liable to the deduction of 5% (from the
total payment amount due or security deposit amount, as the
case may be) of the "Price" of all the faulty Shoes which are to be
replaced.

13. SPECIAL TERMS

a) Tagging/Printing/stamping shall be done on the Shoes to be


supplied as mentioned below:
This content shall be mentioned in the Agreement which shall be
executed between the Government and the successful
tenderer(s).
b) The Government reserves the right to recover any dues as per
Applicable Laws from the Supplier which is found on a later date
during the audit after final settlement is made to them.

- 24 -
Accordingly, the Supplier is liable to pay such dues to the
Government.

14. ACCEPTANCE OF TENDER / AWARD


OF TENDER, PAYMENT OF SECURITY
DEPOSIT AND EXECUTION OF
AGREEMENT
14.1 Acceptance of the tender:
The final acceptance of the tender is entirely vested with
the Tender Accepting Authority i.e. the Government of
Uttar Pradesh, who reserves the right to accept or reject
any or all of the tenders in full or in part without assigning
any reasons.

14.2 Letter of Intent (LoI):


a) After the approval of the tender by the Government of
Uttar Pradesh, the Director will issue Letter of Intent (LoI)
only to the Successful Tenderer(s).
b) LoIwill be issued for the entire quantity allotted to the
Successful Tenderer(s) with instructions to furnish the
Security Deposit amount and execute Agreement for the
entire quantity of Shoes allotted/offered to the Successful
Tenderer(s).
c) The Successful Tenderer(s) shall have to furnish his
acceptance in writing to Directorate within three working
days of issue of LoI.
d) After issue of Purchase order, the Successful Tenderer(s)
shall have to supply the entire quantity of Shoes allotted to
him at the delivery points within 60 days from the date of
LoI and he shall have no right to withdraw the tender or
claim higher price.

14.3 Payment of Security Deposit (SD):


a) The Successful Tenderer will be required to furnish Security
Deposit equivalent to 10% (ten percent) of the "Contract
Price" in the form of unconditional and irrevocable Bank
Guarantee of Scheduled Bank valid till eighteen months
from the date of signing of Agreement in favour of Director,
Basic Education, Uttar Pradesh, Lucknow within 5 working
days from the date of issue of LOI. Bank guarantee shall be
furnished in the bank guarantee format given in
ANNEXURE-X .
b) The Security Deposit, shall be forfeited if a Supplier fails to
sign the Agreement within specified time.

- 25 -
c) The Security Deposit may be forfeited for non-adherence of
any of the tender conditions and for the non-supply of
ordered quantity either in full or in part thereof within
stipulated time.

14.4 Execution of Agreement:


a) The Successful Tenderer(s) is/are required to execute
Agreement for the supply of Shoes on Non-Judicial stamp
paper of appropriate value within 5 working days from the
date of issue of LOI issued by the Directorate.
b) The Successful Tenderer shall not assign the tender, the
benefit or burden thereof to any other person or persons or
corporate body for the execution of the tender or any part
thereof. The Government reserves its right to cancel the
purchase order either in full or in part, if any of the
condition is violated.
c) The Successful Tenderer shall have to provide samples at
the time of execution of Agreement. The number of
samples to be provided shall be 03 times to the number of
blocks/nagar kshetra allotted to him. These samples shall
be Tagged/ Printed/ stamped with the name of the
firm/company/consortium and shall be marked as
"SAMPLE".
d) The cost of sample testing according to the number of
samples to be tested in each concerned delivery point shall
be deducted at source at the time of payment.

14.5 Issuance of Purchase Order:


After approval of tender by the Tender Accepting
Authority, Deposit of Security Money and signing of
Agreement, the Tender Committee will prepare a panel of
successful tenderers and allot districtwise blocks/nagar kshetra
to them for supply of Shoes keeping in view their capacity as
accepted by the Tender Committee. The panel along with the
list of Districtwise blocks/nagar kshetra will be issued by the
Directorate within 3 days after signing of the Agreement with
instructions to Basic Shiksha Adhikari to issue purchase order
accordingly. Concerned Basic Shiksha Adhikari will issue
purchase order within 3 days to the Supplier as per the panel
sent by the Directorate. The supply and payment will be based
on the Purchase Order only. Purchase Order will be sent by
registered post/e-mail.

14.6 Refund of Earnest Money Deposit:


The Earnest Money Deposit amount of the unsuccessful
Tenderers will be refunded without any interest within one
month after the Agreement with the Successful Tenderers.
- 26 -
14.7 Supply:
a) Entire supply of the ordered Shoes, as per the
specifications given in this Tender Document shall be
completed within 90 days from the issue of LOI.
b) The complete supply of Shoes for one block/nagar kshetra
shall be made in one consignment.
c) Each One pair of Shoes should be Tagged/printed/stamped
with the name of the company for convenience.
d) Tagging/Printing/stamping shall also be done on Shoes to
be supplied as specified in the special terms of this Tender
Document.
e) The Shoes will be delivered at the Delivery Points in good
condition in working hours and the unloading and stacking
charges shall be borne by the Supplier. Safe transport and
unloading as well as proper stacking and counting of Shoes
at the Delivery Points shall be the responsibility of the
Supplier. Shoes which suffer Transport damages and
mutilations, if any, shall be replaced by the Supplier at its
own cost.
f) The Block Education Officer (BEO) /Nagar Shiksha
Adhikari(NSA) of the concerned block/nagar kshetra shall
be responsible for receiving the Shoes. The Supplier shall
take the receipt for the same in two copies and shall attach
one copy of the above receipt also along with the bill raised
to the concerned Zila Basic Shiksha Adhikari.

14.8 Insurance

The delivery of Shoes in good condition to the Delivery Points


is the responsibility of the Supplier only. Insurance, if any, is
the Supplier‟s responsibility.

15. PAYMENT TERMS

a) No advance payment will be made.


b) The Supplier shall submit the bills block wise to the Zila Basic
Shiksha Adhikari of the concerned districts after delivery of Shoes
at Delivery Points, who will process the bills after verification of
Shoes supplied by the Supplier and found to be conforming with
the specifications given in the Tender Document. The bills raised
by the Supplier shall be in the name of the concerned Zila Basic
Shiksha Adhikari(BSA).
c) The District Magistrate (DM) shall form a committee for collection
and sealing of the sample of Shoes from the Delivery Points. The

- 27 -
Committee will collect the samples within three days from the
supply of Shoes at the Delivery Points. Arrangements will be
made to send the sealed samples of Shoes to Govt testing
laboratories for testing purpose and based on the satisfactory
reports of testing laboratories, the bills of the Supplier will be
processed.
d) Sample testing of the Shoes of each size supplied at the Delivery
Points shall be done within a period of 21 days from the date of
delivery at Delivery Points. 03 pairs of Shoes of each category
shall be retained at the block/nagar kshetra level, out of which 02
pairs of Shoes of each category shall be sent to any Govt testing
laboratory for testing the quality as per specifications of the
Shoes, while the third one pair of Shoes shall be kept in a sealed
cover at block / nagar kshetra level. Testing of Shoes shall be
managed by the Purchaser and the cost of testing will be borne
entirely by the Supplier. The name of the Testing Laboratory shall
be decided by the Directorate.
e) If according to the laboratory reports, the samples of Shoes are
found to be conforming with the prescribed specifications, the
DM/BSA shall process the bills for payment. The DM/BSA shall
make the payment within 30 days of receiving the test reports
from the laboratory or the receiving of bills from the Supplier,
whichever is later.
f) If according to the laboratory reports, the prescribed
specifications are not met, the Supplier shall have to replace all
the Shoes pertaining to that particular block/nagar kshetra within
15 days of such intimation. The Supplier shall bear all the
expenditure on its own required for collection of Shoes from the
schools and supply of replaced Shoes to the schools. The
Purchaser shall have no liability on this account.
g) The Supplier shall provide information regarding the bank account
such as Name of Bank, account number, IFS code, PAN Number
etc., into which the payment is to be made against the bills raised
by him through Direct Credit (DC).
h) While claiming payment, the Supplier has to certify that the
payment being claimed is strictly in terms of the Agreement and
all the obligations on the part of the Supplier for claiming this
payment has been fulfilled as required under the Agreement.

16. PENALTY CLAUSE


a) If the Supplier fails to deliver the Shoes within the period of
supply specified, the Directorate shall impose a penalty to be
levied and deducted from the payment against the bills in the
following manner:
- 28 -
Week of Delay Penalty Imposed
First week 1% value of the delayed quantity.
Second week 2% value of the delayed quantity.
Third week 3% value of the delayed quantity.
Fourth week 5% value of the delayed quantity.
If the Supplier still fails to deliver the Shoes, even after the fourth
week, the Directorate may exercise the option of termination of
Agreement and forfeiture of the Security Deposit amount. For
avoidance of doubt, it is made clear that for calculation of Penalty
“part of the week” shall be treated as “full week”.

b) The Director shall have the right to cancel the order partially or in
full and entrust the supply orders to another Tenderer at the risk
and cost of the Supplier, if the supply is delayed beyond 4 weeks
after the due date. The additional cost incurred in such an event
will be recovered from the Supplier who fails to supply in time.
This shall be without prejudice to the levy of penalty indicated in
clause (a) above. The Supplier is bound to pay the consequential
loss, if any, sustained by the Directorate.
c) The Director shall decide and resolve any dispute regarding
supply and payment between the district authority and the
Supplier. The Government will have the right to blacklist the
Supplier for any breach of terms of Agreement at any point of
time.
d) In case of failure of executing agreement or back out even after
rates are found lowest one in tender, penalty clauses shall be as
follow:-
I. Earnest money Deposit shall be forfeited.
II. Tenderer shall be blacklisted.
III. Tenderer will be liable for legal action/FIR may be lodged,
for creating hurdle in public cause and sabotaging
Government scheme.
IV. The difference of amount paid for supplied goods, resulted
due to back out of the Bidder found at the lowest rate of
supply, will be recovered from the back out Bidder as land-
revenue.
e) After the agreement if Supplier fails to supply the ordered quantity in
full and in specified time, the security money deposited by the
Supplier shall also be forfeited in addition to above clause I to IV.

17. TERMINATION OF AGREEMENT


17.1 TERMINATION FOR DEFAULT:

a) The Purchaser may, without prejudice to any other


remedy for breach of terms of Agreement, by written
notice of default with a notice period of 07 days, sent to

- 29 -
the Supplier, terminate the Agreement (i) if the Supplier
fails to deliver the Shoes within the time period specified
in this tender, or within any extension thereof granted by
the Purchaser; or (ii) if the Supplier fails to perform any of
the obligation(s) under the terms of Agreement; or (iii) if
the Supplier, in the judgement of the Purchaser, has
engaged in fraudulent and corrupt practices in execution
of the Agreement.

b) In the event the Purchaser terminates the Agreement the


Purchaser may procure, upon such terms and in such
manner as it deems appropriate, the Shoes similar to
those delivered and the Supplier shall be liable to the
Purchaser for any additional costs for such similar Shoes.

17.2 Termination for Insolvency:

The Purchaser may at any time terminate the


Agreement by giving written notice with a notice period of 07
days to the Supplier, if the Supplier becomes bankrupt or
otherwise insolvent. In this event, termination will be without
compensation to the Supplier.
Provided that such termination will not prejudice or
affect any right of action or remedy that has accrued or will
accrue thereafter to the Purchaser.

17.3 Termination for Convenience:

The Purchaser may by written notice, with a notice


period of 07 days sent to the Supplier, may terminate the
Agreement, at any time for its convenience. The notice of
termination shall specify that termination is for the Purchaser‟s
convenience and the date upon which such termination
becomes effective.

18. Code of Integrity for Tenderers


18.1 (a) To use, practice and observe all the best, clean, ethical,
honest and legal means and behaviour maintaining
complete transparency and fairness in all activities
concerning Bidding, Contracting and performance thereto,
for which an 'IntegrityPact' as per Annexure XI, is
prescribed.
(b) If Directorate finds that a bidder has breached the code of
integrity prescribed, it may debar the bidder for a period
not exceeding 3 (three) years;
(c) Where the entire bid security or the entire performance
security or any substitute thereof, as the case may be, of a

- 30 -
bidder has been forfeited by Purchaser/Directorate in
respect of any procurement process or procurement
contract, the bidder may be debarred from participating in
any procurement process undertaken by the
Purchaser/Directorate for a period not exceeding 3 (three)
years.
(d) The Government or Directorate, as the case may be, shall
not debar a bidder unless such bidder has been given a
reasonable opportunity of being heard.
18.2 Bidder should not have been declared ineligible for
unsatisfactory past performance, corrupt or fraudulent
practices, any other unethical business practices. The Tenderer
shall provide the undertaking to that effect regarding its clean
track record as per format given in Annexure-XII.

19. FORCE MAJEURE


a) Force Majeure means an event beyond the control of the
Supplier and not involving the Supplier‟s fault or negligence
and not foreseeable. Such events may include, but are not
limited to, acts of the nature such as fires, floods, epidemics
etc. and other events such as wars or revolutions, quarantine
restrictions etc.
b) If a Force Majeure situation arises, the Supplier shall promptly
notify the Purchaser in writing of such conditions and the
causes thereof within 03 days of such event. Unless otherwise,
directed by the Purchaser in writing, the Supplier shall continue
to perform his obligations under the Agreement as far as is
reasonably practical, and shall seek all reasonable alternative
means for performance of the Agreement.
c) In the event of Force Majeure, the delivery period may be
extended by the Directorate with the prior approval of the
Government for a period equivalent to the period for which
Force Majeure event was in existence. For this period the
Supplier may not be liable to pay penalty.
d) However, the 'Price' quoted by the Bidder and accepted by the
Purchaser shall remain firm during such extended period. For
the matter of clarity, Force Majeure shall not have any bearing
on the "Price".
e) If the performance in whole or in part or any obligation under
the contract is prevented or delayed by any reason of Force
Majeure for a period exceeding 30 (thirty) days, Directorate
may at its option terminate the contract without any claim of
compensation.

20. JURISDICTION/DISPUTE RESOLUTION


- 31 -
20.1 If there is grievance of any kind, whatsoever, which arises
between the Purchaser and the Supplier in connection with or
arising out of the contract, the matter in the first place be
referred to the Grievance Redressal Committee constituted by
Government.
20.2 Any dispute arising out of non-fulfilment of any of the terms
and conditions of this Agreement shall be subject to the
jurisdiction of the court at Lucknow. In case of dispute
between parties (Purchaser and Supplier) the matter can be
resolved through Arbitration under provision of Arbitration and
Conciliation Act, 1996 as amended from time to time.
20.3 The Place of jurisdiction/settlement/arbitration shall be
Lucknow.

- 32 -
21. CHECKLIST
Tenderer to fill in the Check list given below and submit it in
the technical bid cover as Cover Page: a. Tender Fee

Please
State
Please indicate details of
S. No. Description Yes or
the DD/Pay Order
No in
Writing
1. Whether a Demand Bank name:
Draft/Pay Order of DD/ Pay Order No.:
is enclosed? DD/ Pay Order Dt.:
DD/ Pay Order Amt.:

b. Part –I (Technical Bid)


Please
State Please
S.
Description Yes or indicate
No.
No in Page No.
Writing
1 Whether the tenderer has uploaded the NA
Technical Bid ?
2 Whether a letter of authorization /
Power of Attorney for signing the tender
document on Stamp paper as per
format given in Annexure – II is
uploaded?
3 Whether profile of the tenderer is
uploaded?
5 Whether the information regarding
technical specifications of samples
submitted in the format given in
Annexure-VII (T3) is uploaded?
6 Whether the test report of samples
tested from Govt Laboratory is
uploaded?

- 33 -
Valid upto-
7 Whether documentary proof of
ownership of factory or workshop is
uploaded?
8 Whether duly attested Photostat copy of
valid GSTIN Registration Certificateis
uploaded ?
9 Whether VAT/Service Tax registration
certificate(whatever and wherever it is
applicable) is uploaded?
10 Whether sales/ trade/commercial tax
assessment documents for the financial
years 2015-16, 2016-17 and 2017-18 is
uploaded?
11 Whether Certificate of Incorporation/
certificate of commencement of
business uploaded?
12 Whether Memorandum and Articles of
Associations /Partnership Deed/ Board's
Resolutions uploaded?
13 Whether certificate of Director of
Industries/relevant documents in proof
of commencement of manufacturing/
sale of shoes is uploaded?
14 Whether annual reports by the
Statutory Authority/Auditor for the last
three years (FY- 2015-16, 2016-17 and
2017-18) isuploaded?
15 Whether the copies of the
manufacturing /sale orders of the last
three years (FY- 2015-16, 2016-17 and
2017-18) is uploaded?
16 Whether statements of Statutory
Auditor certifying annual turnover in
manufacturing and sale of last three
years has been uploaded as per
Annexure – III including audited
statement of accounts for last three
years, as required in the technical bid.
17 Whether certificate/documents in proof
of manufacturing/supplying capacity of
Shoes per month of the
manufacturer/manufacturer member of
the consortium is uploaded?
18 Whether relevant certificate for positive
Net Worth is uploaded?

19 Whether the tender document in NA


- 34 -
original is duly signed and stamped in
each page by the authorized signatory?
20 Whether details of past experience with
any Department of Government/ Boards
/Local Bodies/ Universities, for having
delivered supply to at least 250 points
against a single contract of not less
than Rs.25 crores, is uploaded?
21 Whether a declaration is uploaded?
Annexure –I
22 Whether additional documents annexed
as Annexure –IV, V, Va, VI required
in case of a consortium is uploaded?
23 Whether the certificate regarding non
employment of child labour in the
firm/company/manufacturing unit is
uploaded?
24 Whether the undertaking from the
tenderer alongwith relevant documents
regarding clean track record of the
Tenderer as Annexure–XII is
uploaded?
25 Whether the duly filled, signed and
stamped technical bid as given in
Annexure –VII is uploaded?
26 Whether Tender‟s covering letter duly
signed by the tenderer as in Annexure
– VIII is uploaded?
27 Whether financial bid as given in NA
Annexure–IX duly signed by the
tenderer is uploaded?
28 Whether Integrity Pact in the form of
Annexure – XI is uploaded?

- 35 -
Annexure-I

DECLARATION FORM

“I / we having office at ....................................................


declare that the tender document has not been changed/ added/
deleted/modified in any manner. In case, if the same is found to be
changed/ added/ deleted/modified, I / we shall abide by all
conditions set forth therein”.

SIGNATURE OF THE
TENDERER
WITH SEAL AND
ADDRESS

DATE:

- 36 -
Annexure-II

FORMAT FOR POWER OF ATTORNEY FOR SIGNING THE


TECHNICAL AND FINANCIAL BID (On a stamp paper and duly
attested by public notary) All put together of Consortium member/s

Power of Attorney

Know all men by these presents on this the ___day of


_____________________, 2019, we
……………….………………………………………. (name and address of the
registered office) do hereby constitute, appoint and authorize
Mr./Ms……… ……………………… Son/daughter of
..............................................(name and residential address) who
is presently employed with us and holding the position of
………………………………… ……………………………………………. as our attorney, to
do in our name and on our behalf, all such acts, deeds and things
necessary in connection with or incidental to our Technical and
Financial Bid for Tender Ref.no._______________________,
including signing and submission of all the documents and providing
information / responses to the Directorate, Basic Educaton, U.P,
representing us in all matters before GoUP/ Directorate, Basic
Educaton, U.P, and generally dealing with Directorate, Basic
Educaton, U.P in all matters in connection with our bid for the said
Transaction.
We hereby agree to ratify all acts, deeds and things lawfully done by
our said attorney pursuant to this Power of Attorney and that all acts,
deeds and things done by our aforesaid attorney shall and shall
always be deemed to have been done by us.
For
________________________
__
Accepted
(Name of
Firm/Company/Consortium)
With Seal of the
Firm/Company/Consortium

…………........... (Signature)
(Name, Title and Address of the Attorney)
Date:
Place:

(Notary)
(Should sign on the same date as above)

- 37 -
ANNUAL TURNOVER STATEMENT FOR BIDDER(S).

The annual turnover of …..................…………………… for the past


three years in manufacturing and sale is given below and certified
that the statement is true and correct.

Annual Turnover (in


Sl.No. Year manufacture and sale )
(`)

1. 2015– 2016
2. 20156– 2017
3. 2017 – 2018

Total turnover for 3 years

Average turnover per year

Date:

Seal:

Note- The related documents of each member of the Consortium shall


be annexed together here collectively.

SIGNATURE OF THE SIGNATURE OF THE


TENDERER STATUTORYAUDITOR/
WITH SEAL AND ADDRESS CHARTERED ACCOUNTANT

NAME IN CAPITAL WITH


REGISTRATION NUMBER.

- 38 -
Annexure-IV

AUTHORIZATION OF FIRM/BOARD RESOLUTION -


CONSORTIUM
(On the letter head of the each consortium member )
FORMAT FOR AUTHORIZATION OF FIRM/BOARD RESOLUTION
FOR COMPANIES
i. “RESOLVED THAT approval of the Board be and is hereby
granted to form and join the Consortium with____________,
________ and _____________, (names and addresses of the
Consortium members) for submitting their Technical and
FinancialeBidsandsupportingdocumentsfor
____________________ pursuant to the Tender Notice No.
…………….. dated…… issued by Director, Basic Education, U.P.
ii. “RESOLVED FURTHER THAT the “draft” Memorandum of
Understanding (“MoU”) to be entered into with the Consortium
partners (a copy whereof duly initialed by the Chairman is tabled
in the meeting) be and is hereby approved.”
“RESOLVED FURTHER THAT Mr. _____________ (name),
_________ (designation) be and is hereby authorised to enter
into the MoU, on behalf of the firm/company, with the
Consortium members.
(From all members of the Consortium)

iii. RESOLVED FURTHER THAT Mr.________________ (name)


________ (designation) be and is hereby authorised to execute
a Power of Attorney in favour of ____________ to act as the
Lead Member and provide all the information/documents
required from the Firm/Company to participate in the bidding
process as a member of the Consortium.

(For the Lead Member of the Consortium)


iv. RESOLVED FURTHER THAT Mr.________________ (name)
________ (designation) be and is hereby authorised to accept a
Power of Attorney granted by the other members of the
Consortium, to act as the Lead Member and provide all the
information/documents required from the Firm/Company to
participate in the bidding process as a member of the
Consortium, to represent the Consortium before Director, Basic
Education, U.P. for all purposes with regard to this bidding
process, sign all the bidding documents and submit them before
the appropriate authority and do any other acts as required.

(Verified by the Chartered Accountant/ Company


Secretary)

- 39 -
Annexure-V

FORMAT FOR MEMORANDUM OF UNDERSTANDING FOR THE


CONSORTIUM
(As Given in Clause No. 7.3 of 7. Eligibility Criteria)
This Memorandum of Understanding (“MoU”) entered into this
___day of_______ 2019 at ______

Between

__________________ (hereinafter referred as”__________”) and


having office at ______________, India Party of the First Part

AND
________________ (hereinafter referred as”__________”) and
having office at ______________, India Party of the Second Part

AND
__________________ (hereinafter referred as”__________”) and
having office at ______________, India Party of the Third Part

The Party of the First Part, Party of the Second Part and Party of the
Third Part are individually referred to as “Party” and collectively as
“Parties”.

WHEREAS Director, Basic Educaton, U.P. has invited online Technical


and Financial Bid for supply of one crore sixty lakh Shoes (the
quantity may vary) at the delivery points in U.P. within 60 days.

AND WHEREAS the Parties have had discussions for formation of a


Consortium for expressing their interest in response to Directorate
tender notice No.---------------------------------Date--------------- for
supply of approximately one crore sixty lakh Pairs of Shoes (in two
pairs) (the quantity may vary) at the delivery points in U.P. within 60
days and have reached an understanding on the following points with
respect to the Parties‟ rights and obligations towards each other and
their working relationship.

IT IS HEREBY AS MUTUAL UNDERSTANDING OF THE PARTIES


AGREED AND DECLARED AS FOLLOWS:

That the Parties have formed this Consortium (“Consortium”) with


the shareholding commitments expressly stated in this MoU.
1. That ____________Son/daughter of ............................ who is
a Lead Member shall invest at least 51% of the interest/stake
and remain invested in at least 51% of the interest/stake of the
consortium, throughout the period of agreement to be executed
- 40 -
by Director, Basic Education, U.P.. The investment throughtout
the period of agreement by the other Members of the
Consortium shall be as under:
a) ........................................
b) ........................................

2. That the shareholding commitments shall be recorded in this


MoU and no changes shall be allowed thereof, except in
accordance with the provisions as laid down in Technical Bid,
Financial Bid and Agreement.

3. That the Parties shall carry out all responsibilities as agreed


upon in terms of the Technical Bid, Financial Bid and Agreement.

4. That the Parties shall be jointly and severally liable in


accordance with the terms of the Agreement.

5. That this MoU shall be governed in accordance with the laws of


India and courts in Uttar Pradesh shall have exclusive
jurisdiction to adjudicate disputes arising from the terms herein.

In witness whereof the Parties affirm that the information provided is


accurate and true and have caused this MoU to be duly executed on
the date and year hereinabove mentioned.

…………………. ………………….
(Party of the First Part) (Party of the Second
Part)

………………….
(Party of the third Part)

Witnesses:
1.

2.

Note: The members of consortium may add any other terms and
conditions as may be mutually decided by them and which are not
inconsistent with the terms & conditions mentioned above.

- 41 -
Consortium
At a Glance
Sr. Name of Delivery Annual Average Status (Lead Description
No. Company Points Turnover Turnover member, (Related
(as (as of manufacturer Documents)
mentioned mentione Consortiu , member column 3,4,5,6
clause no. d clause m company) mention page
7.9.4) no. 7.3) (Page No.) no.
1 2 3 4 5 6 7
(i)
(ii)
(iii)

Note: Kindly mention brief details of the members in the format given above.

Please note that all related papers of the Consortium are put together here.

- 42 -
Annexure-VI

FORMAT FOR POWER OF ATTORNEY FOR LEAD MEMBER OF CONSORTIUM


(On a Stamp Paper and duly attested by public notary)
Power Of Attorney
Whereas Director, Basic Education, UP has floated tender notice no.-
……………. dt………………. for the supply of School Shoes.
Whereas, the members of the Consortium are interested in bidding
for the above tender in accordance with the terms and conditions of
the Technical Bid and other connected documents including Financial
Bid in respect of the Transaction, and
Whereas, it is necessary under the Technical Bid and Financial Bid for
the members of the Consortium to designate one of them as the Lead
Member with all necessary power and authority to do for and on
behalf of the Consortium, all acts, deeds and things as may be
necessary in connection with the Consortium‟s participation in the
transaction.
NOW THIS POWER OF ATTORNEY WITNESSETH THAT;
We,. .................., ......................................
and...........................
(the respective names and addresses of the registered office) do
hereby designate .................................................. Son/daughter
of .... ..................................being one of the members of the
Consortium, as the Lead Member of the Consortium, to do on behalf
of the Consortium, all or any of the acts, deeds or things necessary
or incidental to the Consortium‟s expression of interest for the
Transaction, including submission of application / proposal,
participating in conferences, responding to queries, submission of
information / documents and generally to represent the Consortium
in all its dealings with any Government Agency or any person, in
connection with the transaction until culmination of the process of
bidding.
We hereby agree to ratify all acts, deeds and things lawfully done by
the Lead Member pursuant to this Power of Attorney and that all acts,
deeds and things done by our aforesaid attorney shall and shall
always be deemed to have been done by us/Consortium.
Dated this the …… Day of ……......... 2019
…………………………………
(Executants)
(To be executed by all the members of the Consortium)
Common Seal
Place:
Accepted
………….. (Signature)
(Name, Title and Address of the Lead Member / Attorney)

(Notary)
(Should sign on the same date as above)
- 43 -
Annexure-VII

TECHNICAL BID FORMAT


(TO BE FURNISHED IN PART –I COVER)

T1 Profile of the Tenderer(s)


Sl. Particulars To be filled by tenderer
No.
1. Name of the Firm/Company/
Consortium
2. Date of incorporation/
registration/ Constitution
3. Registered office

Address

Office Telephone Number

e-mail Address

4. Full address of factory or


workshop (with documentary
proof of ownership)
5. Authorised Contact Person

Name

Landline Number

Mobile Number(1)
Mobile Number(2)
6. Authorized signatory

Name

Address

Telephone Number

Mobile Number

Email Address

- 44 -
7. Address of Correspondence for
proper intimation
8. Registration Details

PAN/TAN Number

Whether certificate of
registration from the central
excise authority uploaded?

Local Sales/Trade tax


registration Number (certificate
of registration to be uploaded)
GSTIN Registration Number
(certificate of registration to be
uploaded)
CST Registration Number
(certificate of registration to be
uploaded)
ServiceTaxRegistration
Number (certificate of
registration to be uploaded)
Whether sales/ trade tax
assessment documents for the
financial years 2015-16, 2016-
17 and 2017-18 uploaded?

T2. EMD Amount

S.No Name of DD/Pay Order details


Bank(s) and Number Date Amount Validity
branch(s)

Total Amount

- 45 -
T3 Submission of 03 identical samples of One pair of Shoes
of each category of given specifications

Please tag/print/stamp the name of the firm/company /consortium on


the samples of One pair of Shoes of submitted to Directorate for
reference.
Please furnish information regarding specifications of the
samples submitted with the Technical Bid in the format given below :

Size of Shoes
Class Age Size of Boy No. of Size of Girl Shoes No. of
Shoes Sample Sample
1-3 6-9 10, 11, 12, 13 (C) 9,10,11,12,13, 1
4-6 9-12 13 (C) 1, 2, 3, 4,5 1,2,3,4,5,
7-8 12-14 5, 6, 7 5,6,7

Colour
SlNo. Item Colour Submitted(Yes/No)
1 PVC Coated on PC/PV Black
2 Laces Black
3 Eyelets Black enameled
aluminum
4 Laces Lock (Tip) Black(Plastic)
5 Sole Black
6 Buckle Rust proof steel Buckle

Note: As per specifications given in Clause 6 on Page No 9 to 14.

- 46 -
T4 Test Report of Shoes
Please furnish the Test Report obtained from the Govt Laboratory of
samples submitted with the Technical Bid.

T5 Authorization letter/Power of Attorney


Please furnish Authorization letter/Power of Attorney for the
Authorized Signatory authorized by the Chairman and Managing
Director/Board of Directors of the Bidding Company / Competent
authority of the company / firm/consortium

T6 Compliance with Eligibility Criteria


Tenderers should furnish supporting documents to establish their
Eligibility in the Technical Bid.
# Description To be filled by the tenderer
Name of the tenderer

1. Details about Incorporation


a) Date of incorporation/
registration/constitution
b) Nature of business
incorporated

c) Whether Certificate of
Incorporation/certificate of
commencement of business
uploaded?
d) Whether Memorandum and
Articles of Associations
/partnership deed/ board's
resolutions uploaded?

2. Details about Experience


a) Date of commencement of the
business of manufacturing of
Shoes.
b) Whether certificate of Director of
Industries/relevant documents in
proof of commencement of
manufacturing/ sale of shoes
uploaded?
c) Whether annual reports by the
Statutory Authority/Auditor for the
last three years uploaded?
d) Name of the Tax Authority/
Statutory Authority who issued the
certificate/ document.

- 47 -
e) Whether the copies of the
manufacturing /sale orders of
shoes of the last three years
uploaded?
f) Whether details of past experience
with any Department of
Government/ Boards /Local
Bodies/ Universities, for having
delivered supply to at least 250
designated locations against a
single contract of not less than
Rs.25 crores, is uploaded?
3.1 Details about Annual Turnover in manufacturing and sale.

Year 2015-16
Year 2016-17
Year 2017-18
a) Whether Statutory auditor's
certificate for the annual turnover
for the above mentioned financial
years uploaded ?
b) Whether Audited Balance sheets,
Profit and Loss Account statements
for the above mentioned financial
years issued by statutory auditor
uploaded?
3.2 Net Worth
Whether relevant certificate for
positive Net Worth is uploaded
4. Details about manufacturing / supplying capacity of shoes
a) Address of School Shoes
manufacturing / supplying unit.
b) Whether certificate/ documents in
proof of manufacturing/ supplying
capacity of School Shoes uploaded
?
c) Manufacturing capacity to
manufacture Shoes of given
specifications per month.
5. Details about offered quantity
The quantity offered of Shoes of each size. (Please quote both in words and
figures)
Total quantity offered in numbers:
No of Pairs of Shoes

- 48 -
I/We have read and understood all the terms and conditions of
the Tender Document and the Annexures thereto and agree to accept
and abide by same in toto. The above quotation has been prepared
after taking into account all the terms and conditions of the Tender
Document.
Authorized signature:
Name of the authorized person:
Designation:
Name of Tenderer:
Stamp of Tenderer:

- 49 -
Annexure-VIII

Tender’s Covering Letter


(Letter should be submitted in Tenderer‟s Letter Head)

Date:....................
To,
The Director,
Basic Education, U.P,
Vidya Bhawan, Nishatganj,
Lucknow.

Sub: Tender for supply and distribution of School Shoes upto


delivery points under the Department of Basic Education,
Government of Uttar Pradesh.

Ref: _____________________________________.

Dear Sir,
1. I/We have examined the tender for supply of Shoes as specified
in the Tender. I/We undertake to meet the requirements and
supply of Shoes as required and are set out in the tender
document.
2. I/We attach our technical bid with EMD amount and financial bid
in separate sealed covers and 03 identical
tagged/printed/stamped samples of each category as required in
the tender document, in full conformity with the said tender.
3. I/We have read and understood the provisions of tender and
confirm that these are acceptable to us. I/We further declare
that additional conditions, variations, deviations, if any, found in
our response shall not be given effect to.
4. I/We undertake, if our bid is accepted, to adhere to the scope of
work as specified in the tender or such modified plan as may
subsequently be agreed mutually.
5. I/We agree to unconditionally accept all the terms and
conditions set out in the tender document and also agree to
abide by this bid response for a period as mentioned in the
tender from the date fixed for bid opening and it shall remain
binding upon us with full force and virtue, until within this period
a formal agreement is prepared and executed, this bid response,
together with your acceptance letter, shall constitute a binding
agreement between us and the Directorate of Basic Education,
U.P. Lucknow.

- 50 -
6. I/We affirm that the information contained in the Technical Bid
or any part thereof, including its exhibits, schedules, and other
documents and instruments delivered or to be delivered to the
Directorate of Basic Education is true, accurate, and complete.
This proposal includes all information necessary to ensure that
the statements therein do not in whole or in part mislead the
Directorate of Basic Education as to any material fact.
7. I/We agree that the tender committee is not bound to accept
the lowest or any bid you may receive. We also agree that you
reserve the right in absolute sense to reject all or any of the
bids received without assigning any reason whatsoever.
8. It is hereby confirmed that I/we am/are entitled to act on behalf
of the firm/company/consortium and empowered to sign this
document as well as such other documents, which may be
required in this connection.

Authorised signatory:
Name of the authorised person:
Designation: Name of tenderer and Stamp of Tenderer

- 51 -
Annexure-IX

FINANCIAL e-BID FORMAT

The Bidders are required to submit their Financial e-Bid(BOQ)


online on xls format only given in the e-Tender portal.

(Amount in INR)
Particulars Total Cost inclusive of all Aplicable
Taxes/Charges as defined in
Tender Documents
Price per One pair of School Rs........................
Shoes
(Rupees in words.......... )

1) The tenderer has to supply the shoes as per Annexure-XIII.


The Tenderer has to submit a price for one pair of Shoes and/or
Two Pairs of taking into account the different sizes of the Shoes
which he has to supply.
2) Price PerOne pair of Shoes is inclusive of all taxes and duties
and other charges as mentioned in clause- 8.3 (d) of Tender
Document to be delivered at the delivery points anywhere in the
state of Uttar Pradesh within 60 days.
3) The Bid is liable for rejection if Financial eBid contains
conditional offers/ partial offers and in such case, the EMD of
bidder shall be forfeited.
4) In case of discrepancy between the total price quoted in words
and figures, the price quoted in words shall prevail.
5) Bids with any overwriting, cutting or fluid application shall be
summarily rejected.

I/We have read and understood all the terms and


conditions of the Tender Document and the annexures thereto
and agree to accept and abide by same in toto. The above
quotation has been prepared after taking into account all the
terms and conditions of the Tender Document.

SIGNATURE OF THE
TENDERER
WITH SEAL AND
ADDRESS

- 52 -
Annexure-X

Bank Guarantee Format


(To be executed on Non judicial Stamp Paper)

To,
The Director,
Basic Education, U.P.
Lucknow.
Bank Guarantee No:
Amount of Guarantee:
Guarantee covers from:
Last date for lodgement of claim:

WHEREAS ..................................son/daughter of
........................... (name and address of the supplier)( hereinafter
called "the supplier") has undertaken, in pursuance of contract no.
.................................... dated ...................... to supply school
Shoes (herein after called "the contract") for students.
AND WHEREAS it has been stipulated by you in the said
ORDER that the Supplier shall furnish you with a Bank Guarantee by
a Scheduled commercial Bank recognised by you for the sum
specified therein as security for compliance with the Supplier‟s
performance obligations for a period in accordance with the Tender.
AND WHEREAS we have agreed to give the Supplier such a
Bank Guarantee.
NOW THEREFORE, we hereby affirm that we are Guarantors
and responsible to you on behalf of the Supplier, up to a total of `
___________________/- (Rupees ________________________
Only) and we undertake to pay you, upon your first written demand
declaring the Supplier to be in default under the contract and without
cavil or argument, any sum or sums within the limits of
`___________________/- (Rupees ________________________
Only) as aforesaid, without your needing to prove or to show grounds
or reasons for your demand or the sum specified therein.
We hereby waive the necessity of your demanding the said
debt from the supplier before presenting us with the demand.
We further agree that no change or addition to or other
modification of the terms of the contract to be performed there under
or of any of the contract documents which may be made between you
and the supplier shall in any way release us from any liability under
this guarantee and we hereby waive notice of any such change,
addition or modification.

- 53 -
This Guarantee shall be valid until the closure of the project.

.......................................
(Signature of the authorised officer of
the Bank)
.........................................
Name and designation of the officer
...........................................
Seal, name and address of the
Bank/Branch

- 54 -
ANNEXURE-XI

Integrity Pact (IP)


(To be given on letter head of the Tenderer duly signed by the
authority having legal power of attorney to bind the
firm/company/consortium)

1. This Integrity pact (hereinafter called IP) is a fidelity


agreement between the Tenderer (which include all their
employees, agents, consultants and also their OEM, if any) on
one hand and purchaser i.e. the Directorate of Basic Education,
U.P. on the other hand.
2. Under this IP, it has been agreed, accepted and undertaken to
use, practice and observe all the best, clean, ethical, honest
and legal means and behaviour maintaining complete
transparency and fairness in all activities concerning Bidding,
Contracting and performance thereto. Neither the Tenderer nor
the Directorate of Basic Education shall have conflict of interest
of any kind whatsoever nor demand or pay or accept any illicit
gratification/bribe or hospitality or consideration/favour of any
kind whatsoever and shall not use any corrupt practices
including fraud, misrepresentation, misleading or forged/false
documents, concealing/suppressing facts, undue pressures or
influences from anyone (written or verbal/telephonic), bribery,
rigging, cartelisation, collusion, which are not limited to, but
also include the following:

(a) Collusive bidding: Collusive bidding can take form of an


agreement among tenderers to divide the market, set prices,
or limit production. It can involve 'wage fixing, kickbacks, or
misrepresenting the independence of the relationship between
the colluding parties'. In legal terms all acts affected by
collusion are considered void.
(b) Bid rotation: In bid-rotation scheme conspiring
tenderers continue to bid, but they agree to take turns being
the winning (i.e. lowest qualifying) bidder (L1). The way in
which bid-rotation agreements are implemented can vary.
(c) Cover Bidding: Cover (also called complementary,
courtesy, token or symbolic) bidding occurs when individuals
or firms/companies agree to submit bids that involve at least
one of the following: (1) a competitor agrees to submit a bid
that is higher than the bid of the designated winner, (2) a
competitorsubmits a bid that is known to be too high to be
accepted, or (3) a competitor submits a bid that contains
- 55 -
special terms that are known to be unacceptable to the
purchaser.
(d) Bid suppression: Bid-suppression schemes involve
agreements among competitors in which one or more
firms/companies/consortium agree to refrain from bidding or to
withdraw a previously submitted bid so that the designated
winner's bid will be accepted.
(e) Market allocation: Competitors carve up the market and
agree not to compete for certain customers or in certain
geographic areas. Competing firms/companies/consortium
may, for example, allocate specific customers or types of
customers to different firms/companies/consortium, so that
competitors will not bid (or will submit only a cover bid) on
contracts offered by a certain class of potential customers
which are allocated to a specific firm/company/consortium etc.
3. The Tenderer hereby agrees that he will not indulge in any
such activity and will inform Directorate of Basic Education if
any such activity is on. The Tenderer further agrees that he
will not give bribe, speed money and gifts to any public official
of Directorate of Basic Education and will not commit any
offence in contravention of relevant IPC/PC Act or any Indian
law in force.
4. The Tenderer hereby agrees that while canvassing order, they
will not provide any inducement of the indenter, whether
directly or indirectly including cash and non-cash both pre,
during and post procurement action and inform the Directorate
of Basic Education if any such event is unfolding for which
Directorate of Basic Education on assessment of the issue will
refer the matter to the concerned administrative authority.
5. In case of failure or default in terms of this IP the Authority will
be subjected to actions prescribed under the Government
Servant Conduct Rules/Discipline and Appeal Rules etc.
including penal actions and prosecution, while the Tenderer will
bear any or a combination of following penalties:
(a) Cancellation of Contract
(b) Forfeiture of all Bid securities
(c) Suspension and/or banning the business dealings for
period upto 03 (three) years
(d) Any other administrative or penal actions as deemed fit.
(e) Action under IPC/PC Act and other relevant laws of the
country.

- 56 -
6. It has been further agreed that the actions as aforesaid except
that at 5(e) above will not require any criminal conviction from
any court of law or arbitration but will be based on 'No-contest'
basis, upon satisfaction of the Directorate of Basic Education,
who will be the competent authority to finally decide the
matter on strength of such materials/evidence of
default/breach of the terms under this IP.
7. It has been also agreed prescribing that within 30 (thirty) days
of such orders passed by Directorate of Basic Education, the
aggrieved Tenderer shall have the right to appeal to the
Director, Basic Education, U.P., Lucknow and till the time a
decision is taken on such appeal, the decision of Directorate of
Basic Education would be in-force unless otherwise specifically
ordered by the Principal Secretary/Secretary of the
Administrative Department.
8. Agreed, accepted and signed on behalf of Tenderer on this day
and year mentioned below and handed over to the concerned
office of Director, Basic Education forming integral part of all
the affairs and transactions with and in relation to Directorate
of Basic Education.

Signature on behalf of Tenderer........................

Name and designation/capacity of


signatory..............................

Full address of the Tenderer...............................

Seal and Stamp of the Tenderer ...........................

Place: ……………….. Date: …………………

To
Director,
Basic Education,
U.P.
...................................................

..................................................

- 57 -
Annexure-XII
Affidavite
Declaration Regarding Clean Track Record
(On Letterhead of the Firm/Company/Each member of consortium)
DATE:............................

To,
The Director,
Basic Education,
U.P., Vidya Bhawan,
Nishatganj, Lucknow-226007

Sir,
I have carefully gone through the Terms & Conditions
contained in the tender document (No. ________________)
regarding supply of School Shoes to studentsthroughout the State of
Uttar Pradesh. I hereby declare that my firm/company has not been
debarred/blacklisted by any Ministry/Department of Government of
India or State Government and also not been convicted or any
criminal proceedings pending before the competent jurisdiction. I
further certify that I am competent officer in my firm/company to
make this declaration.

Your faithfully,

(Signature of the Bidder)


Name
Designation
Seal
Date:
Business Address:

- 58 -
Annexure-XIII

Class Age Size of Shoes No of Size of Shoes No of Total


Boys Girls
1-3 6-9 10, 11, 12, 13 9,10,11,12,13,
(C) 1
4-6 9-12 13 (C) 1, 2, 3, 1,2,3,4,5,
4,5
7-8 12-14 5, 6, 7 5,6,7

- 59 -
Annexure-XIV

Delivery Points in each District

fodkl[k.M@uxj {ks= dh lwph

fodkl [k.M@uxj
Ø-la- tuin dk uke
{ks= dk uke

Vdksyk
cjkSyh vghj
fcpiqjh
,Rekniqj
[kUnkSyh
vNusjk
Qrsgiqj lhdjh
[ksjkx<+
1 vkxjk Txusj
lS;k
Qrsgkckn
'ke'kkckn
tSriqj dyka
fiukgV
Ckg
,e0lh0 vkxjk flVh
,sdk
[kSjx<
tljkuk
Vq.Myk
ukj[kh
2
fQjkstkckn
fQjkstkckn
Vjko
Enuiqj
f'kdksgkckn
Vh0,0 fQjkstkckn
- 60 -
Djgy
cjukgy
vykvks
fd'kuh
Csoj
3 eSuiqjh lqyrkuxat
dqjkoyh
f?kjksj
eSuiqjh
eSuiqjh flVh
pkSeqgk¡
Nkrk
uanxkWo
xkso/kZu
Qjg

4 eFkqjk eFkqjk
cYnso
jk;k
ukSg>hy
ekWV
Vh0,0 eFkqjk
vrjkSyh
xaxjh
fctkyh
bxykl
xksaM+k
vdjkckn
5 vyhxa<+ /kuhiqj
yks/kk
[kSj
VIiy
pkMkSl
tokW
uxj vyhx<+

6 ,Vk vyhxat

- 61 -
tSFkjk
fu/kSkyhdyka
Ekjgjk
'khryiqj
ldhV
vckx<+
Tyslj
,Vk ¼vjcu½
dklxat
lksjks
xat MqaMokjk

7 dklxat ifV;kyh
fl<iqjk
vekaiqj
lgkoj
lgiÅ
lknkckn
lkluh
fldunjkjkÅ
8 gkFkjl glk;u
eqjlku
gkFkjl
,u0ih0 gkFkjl
djNuk
pkdk
dkSf/k;kjk
Qwyiqj
cgfj;k
cgknqjiqj
9 bykgkckn
tljkuk
'kadjx<+
m:ok
ek.Mk
Estk

- 62 -
Dksjkao
dkSfMgkj
eÅvkbek
Lksjkao
gksykx<+
/kuqiqj
Ikzrkiiqj
lSnkckn
gf.M;k
uxj {ks=
,sjk;ka
/kkrk
fot;hiqj
gFkxke
vlksFkj
rsfy;kuh
cgqvk
10 Qrsgiqj fHkVkSjk
glok
vekSyh
[ktqgk
nsoebZ
eyoka
uxj Qrsgiqj
pk;y
usoknk
eqjrxat
dkS'kkEch
dkS'kkaHkh
11
ea>uiqj
ljloka
dM+k
fljkFkw
dkykdkadj

12 izrkix<+ dq.Mk
ckckxat

- 63 -
vkliqj nsoljk
xkSjk
iVVh
eaxjkSjk
f'kox<+
izrkix<+ lnj
ekU/kkrk
lamk pfunzdk
ckck csY [kjukFk
jkeiqj laxzkex<+
y{e.kiqj
ykyxat
lkaxhiqj
flVh ¼izrkix<+ csygk½
tgkukxat
iYguh
lfB;kWo
rgcjiqj
fetkZiqj
eksgEeniqj
jkuh dh ljk;
iobZ
Qwyiqj
ekVhZuxat
13 vktex<+ vrjkSfy;k
vfgjkSyh
dks;ylk
iYguk
esguxj
Bsdek
Rjok
Ykyxat
vterx<+
fcyfj;kxat

- 64 -
Egkjktxat
gjS;k
vktex<+ uxj {ks=
xM+okj
nqcgM+
csygjh
jsorh
lksgkWo
guqekuxat
cklMhg
cs:vkjckjh

14 cfy;k efu;kj
eqjyh Nijk
fpydgj
jlM+k
uxjk
lh;j
uokuxj
iUng
cfy;k ,u0ih0
?kkslh
cMjkao
dksikxat
ijngk
jruiqjk
15 eÅ nksgjh ?kkV
Qrwgs iqj e.Mkao
eqgEenkckn xksguk
jkuhiqj
uxj{ks= eÅ
mlkoka
nkrkxat
16 cnk;w¡ E;kaÅ
lejsj
m>kuh

- 65 -
dknjpkSd
txr
lkykjiqj
vfEc;kiqj
vklQiqj
bLykeuxj
folkSyh
othjxat
ngxoka
lgloku
cnk;w¡ flVh
vkyeiqj tkQjckn
e>xaok
jkeuxj
uokcxat
Hkniqjk
Qjhniqj
Hkwrk
fo/kjhpSuiqj
17 cjsyh cgsM+h

fjPNk (Damkhoda)
'ksjx<+
D;kjk
Qrsgxat
Hkksthiqjk
ehjxat
cjsyh VkÅu
vefj;k
ejkSjh
18 ihyhHkhr yykSjh[ksM+k
iwjuiqj
cj[ksM+k
fcylaMk

- 66 -
chlyiqj
,u0ih0 ihyhHkhr
dyku
tykykckn
fetkZiqj
[kqnkxat dVjk
tSrhiqj
frygj
fuxksgh
19 'kkgtgk¡iqj [kwVkj
iwok;ka
c.Mk
fla/kkSyh
dkaB
nnjkSy
Hkkoy [ksM+k
enukiqj
Vh0,0 'kkgtgk¡iqj
dqnjgk
cudVh
cLrh lnj
cgknqjiqj
lkÅa?kkV
jkeuxj
lYVkSvk xksikyiqj
20 cLrh :/kkSyh
dIrkuxat
xkSj
nwckSfy;k
ijljkeiqj
foØe tksr
gjS;k
VkWmu ,fj;k
21 lardchj uxj [kyhykckn

- 67 -
c?kkSyh
lsefj;kaok
ukFkuxj
ikSyh
gSlj cktkj
csygj dyk
esgnkoy
lkaFkk
bVok
[kqfu;kao
Hkuckiqj
Mqefj;kxat
mLdk cktkj
yksVu
22 fl)kFkZuxj [ksljgk
ckalh
feBoy
tksfx;k
ukSx<+
c<+uh
cMZiqj
'kksgjrxa<+
egqvk
ujSuh
dekflu
ccs:
23 ckank fcl.Mk
tliqjk
frUnokjh
cMks[kj[kqnZ
uxj {ks=
dohZ
24 fp=dwV igkjh
ekfudiqj

- 68 -

jkeuxj
uxj {ks=
eqLdjk
eksngk
xksgkaM
25 gehjiqj jkB
ljhyk
dqjkjk
lqesjiqj
tSriqj
iuokjh
26 egksck pj[kkjh
dcjbZ
uxj ikfydk egksck
dSljxat
tjoy
gtwjiqj
uokcxat
cygk
feghiqjok
fjfl;k
27 cgjkbp f'koiqj
fprkSjk
Ik;kxiqj
fo'ks'ojxat
rtokiqj
Q[kjiqj
eglh
uxj ,fj;k
mÙkjkSyk
xSaMk+l cqtqxZ
28 cyjkeiqj jsgjk cktkj
Jh nÙk xat
xSlM+h
rqylhiqj

- 69 -
ipisM+ok
cyjkeiqj
gjs;a k lr?kokZ
cyjkeiqj uxj {ks=
dVjk cktkj
djuSyxat
ijliqj
gy/kjeÅ
bfV;kFkksd
>a>jh
iaMjh d`iky
eqtsguk
29 xks.Mk :ibZM+hg
rjcxat
uokcxat
csylkj
othjxat
Nfi;k
cHkutksr

eudkiqj
xks.Mk uxj {ks=
bdkSuk
fxykSyk
30 JkoLrh tequgk
fljfl;k
gfjgjiqj jkuh
vdcjiqj
dVsgjh

31 vEcsMdjuxj tgkaxhjxat
jkeuxj
tykyiqj
fHk;kao

- 70 -
VkaMk
cl[kkjh
HkhVh
V.Mk VkWmu ,fj;k
nsok
cadh
elkSyh
gj[k
fuUnwjk
Qrsgiqj
lwjrxat
jkeuxj
32 ckjkcadh nfj;kckn
iwjs MybZ
cuh dksMj
fljkSyh xkSliqj
f=osnhxat
fln/kkSj
gSnjx<+
ckjkcadh flVh
iwjkcktkj
elkS/kk
ek;kctkj
rk:u
chdkiqj
33 QStkckn vekuhxat
feYdhiqj
gfjaXVxat
eobZ
:nkSyh
lksgkoy
QStkckn VkWmu ,fj;k
34 lqYrkuiqj v[kaM uxj

- 71 -
dknhiqj
djkSanhdyk
nksLriqj
t;flagiqj
eksfrxjiqj
ih0ih0 deSpk
HkknS;k
yEHkqvk
ckYnh jk;
dqjoj
dwjHs kkj
nwcsiqj
/kuirxat
lqYrkuiqj flVh
xkSjh cktkj
rjdqyok
nsofj;k lnj
nslbZ nsofj;k
iFkjnsok
cSrkyiqj
jkeiqj dkj[kkuk
cjgt
35 nsofj;k Hkyqvuh
cudVk
HkkVikjjkuh
:nziqj
HkVuh
Hkkxyiqj
ykj
lyseiqj
nsofj;k uxj {ks=
dSEih;jxat
36 xksj[kiqj [ktuh
csy?kkV

- 72 -
[kksjkckj
pjxkaok
taxy dkSafM+;k
fiijkbp
HkVgV
ljnkjuxj
xksyk
cM+gyxat
czgeiqj
m:ok
dkSM+hjke
xxgk
ckWlxkWo
ikyh
fiijkSyh
lgtuok
flVh ,fj;k
dl;k
Qkftyuxj
redqgh
nqngh
lsojgh
[kM~Mk

37 dq'khuxj uscqvk ukSjfx;k


iMjkSuk
fo'kquiqjk
dIrkuxat
eksrhpd
jkedksyk
lqdjkSyh
gkVk
fupykSy
feBkSjk

38 egjktxat fllok
ukSruoka
y{ehiqj
?kkuh

- 73 -
QjsUnk
c`teuxat
?kq?kyh
ifu;jk
ijrkoy
egjktxat
Vkmu ,fj;k
Mdksj
dnkSjk
egsok
dksap
39 tkykSu unhxkao
dqBkSan
tkykSu
ek/kksx<+
jkeiqjk
Vkmu ,fj;k
cekSj
cM+kxkWo
cchuk
xqjljk;
40 >kalh caxjk
eÅjkuhiqj
fpjxkao
eksB
Vkmu ,fj;k
rkycgsV
ckj
eaMkojk
41 yfyriqj egjkSuh
t[kkSjk
fcj/kk
yfyriqj uxj {ks=
vthrey
vkSjS;k
42 vkSjS;k
HkkX;uxj
vNYnk
,jok dVjk
fc/kwuk
- 74 -
lgkj
flVh ,fj;k
cniqjk
cljsgj
pduxj
tloaruxj
43 bVkok rk[kk
HkjFkuk
egsck
lSQbZ
flVh ,fj;k
jktsijq

dk;exat
uckoxat
44 Q:Z[kkckn 'kelkckn
dekyxat
c<+iqj

eksgEenkckn
flVh ,fj;k
dUukSt
xqxjkiqj
tykykckn
fNcjkeÅ
45 dUukSt rkyxzke
lkSfj[k
mejnk
gljSu
flVh ,fj;k
dY;k.kiqj
fo/kuw
ljlkSy
?kkVeiqj
46 dkuiqj uxj irkjk
Hkhrjxkao
ddou
pkScsiqj
fcYgkSj
f'kojktiqj

- 75 -
dkuiqj uxj {ks=
vdcjiqj
eSFkk
ljou[ksjk
>ha>d
Msjkiqj
47 dkuiqj nsgkr vejkS/kk
eyklk
jlwykckn
jktiqj
lanyiqj
lanyiqj
fcyxzke
eYykokW
ek/kksxat
lkWMh
gjikyiqj
VksaMjiqj
figkuh
'kkgkckn
dNkSuk
48 gjnksbZ
dksFkkokW
csgUnj
Hkjkou
laMhyk
Hkj[kuh
vfgjksjh
VfM;kokW
ckou
lqjlk
gfj;kokW
Vkmu ,fj;k
dqfEHkxksyk
ckdsxat
49 y[kheiqj [khjh fctqvk
bZlkuxj
/kksjgjk

- 76 -
fu?kklu
jkfe;k csgM+
ify;k
ilxokW
ferkSyh
eksgEenh
udgk
QwycsgM+
csgte
y[kheiqj
xksyk
c[k'kh dk rkykc
efygkckn
eky
xkslkbZxat
50 y[kuÅ eksguykyxat
dkdksjh
fpugV
ljkstuhuxj
flVh ,fj;k
Åapkgkj
txriqj
jksgfu;k
MyeÅ
nhu'kkgxkSjk
cNjkaok
egkjktxat
f'kox<+
51 jk;cjsyh vekck
jkgh
lrkac
gjpaniqj
[khjks
ykyxat
ljSuh
Nrksg
Mhg

- 77 -
lykSu
flVh ,fj;k
fcloka
jsmlk
ldju
igyk
egewnkckn
jkeiqjeFkqjk
xksnykeÅ
filkoka
eNjsgVk
egksyh
52 lhrkiqj fefJ[k
csgVk
ygjiqj
dleaMk
fl/kkSyh
,sfy;k
[ksjkckn
ijls.Mh
gjxkao
fcfN;k
,u-ds- lhrkiqj
fldanjiqj dju
fldanjiqj ljkSlh
vlksgk
iqjok
fgykSyh
53 mUuko ch?kkiqj
lqesjiqj
xat eqjknkckn
Qrsgiqj pkSjklh
ckaxjeÅ
lQhiqj
vkSjkl

- 78 -
uokcxat
fe;kxat
gluxat
flVh ,fj;k
vesBh
Hkknj
HksVqvk
laxzkeiqj
xkSjhxat
tkeksa
54 vesBh
'kkgx<+
txnh'kiqj
eqlkfQj[kkuk
'kqdqy cktkj
fryksbZ
cgknqjiqj
flEgiqj
[ksdjk
NijkSyh
cjkSr
55 ckxir fcukSyh
fiykuk
ckxir
flVh ,fj;k
vuwi'kgj
vjfu;k
[kqtkZ
fMckbZ
nkuiqj
56 cqyUn'kgj
vxkSrk
xqykoVh
cqyna 'kgj
y[kkoVh
igklq
f'kdkjiqj
- 79 -
fldanjkckn
ÅapkxkWo
tgkWxhjkckn
Hkou cgknqj uxj
L;kuk
nudkSj
tsoj
57 xkSrecq) uxj
nknjh
fclj[k
x<+eqDrs'oj
58 flEHkkoyh
gkiqM+
/kkSykuk
gkiqM+
jtkiqj
yksuh
59 xkft;kckn
Hkkstiqj
eqjknuxj
flVh ,fj;k
ifjf{krx<+
eokukdyk
ekNjk
gfLrukqij
[kj[kksnk
tkuh[kqnZ
60 esjB
esjB
jtiqjk
jksgV
nkSjkyk
lj/kuk
l:jiqj [kqnZ
flVh ,fj;k
tekyiqj
61 fetkZiqj
ujk;uiqj
lh[kM+
- 80 -
efM+gku iFksjk
jktx<+
dksu
Nkuos
uxj flVh
igkM+h
e>oka
ykyxat
gfy;k
flVh ,fj;k
vkSjkbZ
Kkuiqj
Mh?k
62 larjfonkl uxj
vHkksyh
Hknksgh
lqfj;koka
Vkmu ,fj;k
?kksjkoy
nqn~/kh
cHkuh
63 lksuHknz
E;ksjiqj
prjk
pksiu
uxok
jkcVZlxat
tyhyiqj
uwjiqj
vYgSiqj /kekiqj
ugVkSj
64 fctukSj
cq<+uiqj L;ksgkjk
vQtyx<+
dksrokyh
fdjriqj
uthckckn

- 81 -
eksgEeniqj nsoey
gYnkSj [kkjh >kyw
/kkeiqj uxj
vejksgk
tks;k
/kukSjk
ts0ih0 uxj
65 ¼vejksgk½
xaxs'ojh
xtjkSyk
gluiqj
flVh ,fj;k
NtySV
Bkdqj}kjk
fMykjh
Mhaxjiqj dqUndhZ
66 eqjknkckn fcykjh
Hkxriqj VkaMk
eqjknkckn
ew<+kik.Ms
flVh ,fj;k
vleksyh
iokalk
lEHky
67 lEHky cfu;k[ksM+k
cgtksbZ
xqUukSj
tqukebZ
jtiqjk
fcykliqj
feyd
68 jkeiqj pejÅvk
lSnuxj
'kkgkckn
Lokj

- 82 -
flVh ,fj;k
Åu
dSjkuk
69 'kkeyh
dka/ky
Fkkuk Hkou
'kkeyh
[krkSyh
tkulB
eksjuk
cq<+kuk
70 eqt¶Qjuxj 'kkgiqj
pjFkkoy
iqjdkth
c?kjk
eqt¶Qjuxj
flVh ,fj;k
nsocan
uukSrk
ukxy
jkeiqj efugkjku
xaxksg
71 lgkjuiqj
udqM+
ljlkoka
eqt¶Qjkckn
lnkSyh dnhe
iqokajdk
cfy;k[ksM+h
flVh ,fj;k
pankSyh
fu;kerkckn
cjguh
72 pankSyh
pfd;k
ukSx<+
'kkgkcxat
pgfu;k

- 83 -
/kkukiqj
ldyMhg
flVh ,fj;k
djUMk
xkthiqj
ejng
fojuks
t[kfu;k
tekfu;k
HknkSjk
jsorhiqj
73 xkthiqj
dkflekckn
HkkWojdksy
eksgEenkckn
okjkpoj
nsodyh
efugkjh
lknkr
lSniqj
flVh ,fj;k
dsjkdr
tykyiqj
MksHkh
eq¶rhxat
djatkdyk
/kekZiqj
cDlk
74 tkSuiqj fldjkjk
fljdksuh
cnykiqj
egjktxat
eNyh'kgj
eqxjkckn'kkgiqj
lqtkuxat
cjlBh
- 84 -
efM;kgw
jkeuxj
jkeiqj
[kqVgu
'kkgxat
lqbFkkdyk
flVh ,fj;k
pksykiqj
fiUMjk
cM+kxkoa
vjkth ykbZu
75 okjk.klh
dk'kh fo|kihB
fpjbZxkWo
lsokiqjh
gjgqvk
flVh ,fj;k

Jherh¼:ch flag½ ¼vf”ouh dqekj flag½ ¼Hkksyk ukFk½


lfpo] csfld f”k{kk ifj"kn] eq[; ys[kk ,oa foRr vf/kdkjh foRr fu;a=d]
m0iz0] bykgkckn jkT; ifj;kstuk dk;kZy;] csfld f”k{kk funs”kky;]
loZ f”k{kk vfHk;ku] m0iz0] bykgkckn
m0iz0] y[kuÅ

¼lehj dqekj½ MkW-¼losUZ nz fodze cgknqj flag½


fo”ks"kK] izf”k{k.k] e/;kUg Hkkstu f”k{kk funs”kd ¼csfld½
izkf/kdj.k] m0iz0] y[kuÅ
m0iz0] y[kuÅ

- 85 -

You might also like