1
Government of India
Ministry of Communications & Information
Technology
DEPARTMENT OF POSTS
Office of the Superintendent, Postal Stores
Depot, Tirunelveli 627 002.
Memo No. J5/37C/ PSD TVL/BAG LABELS/13-14
dated at Tirunelveli 627 002 the 30. 09
.2013.
Notice Inviting Tender(Limited)
Sealed
Tenders are invited on behalf of the President of India for printing & supply
of Barcoded Bag labels as detailed in
part I of Annexure II for a period of ONE YEAR from the date of award of work which can be
extended for a further period of one year. The method of submission of tender,
amount of Earnest money/Security Deposit and General Terms and conditions
applicable to contract has been mentioned in Annexure I.
1. The work is to be made strictly as per
parameters/ technical specifications given in Part I of Annexure II. The terms
and conditions specific to the contract have been mentioned in Part II of Annexure
II. The terms and proforma for submission of tender has been given in Annexure
III (for Technical Bid) and Annexure IV (for Commercial Bid) to this Notice Inviting
Tender. The schedule of tender is given
as under:
2.
Schedule Of Tender
Tender No. :
J5/37C/ PSD TVL/BAG LABELS/13-14
Last date and time of
receipt of Tender : 30.10.2013 till
11.00 Hours
Date and Time of
opening of Tender : 30.10.2013 at 11.30
Hours
Amount of Earnest Money Deposit
as per Clause 3 of Annexure I : Rs.25,000/-
(Rupees. Twenty five thousand only)
Tender should be
addressed to : The
Superintendent, Postal Stores Depot,
Tirunelveli 627 002.
Venue : O/O
the Superintendent, Postal Stores Depot,
Palayankottai
Head Post Office campus,
Tirunelveli-627002.
3. The Tender form along with Terms and conditions
can be had on payment of Rs.500/- (Rupees Five Hundred
only) from the undersigned in this office on any working day (Monday to
Friday from 10 am to 5 pm till 29.10.013. Tender
form can also be downloaded from the website www.indiapost.gov.in and www.eprocure.gov.in and
the payment of Rs.500/- (Five Hundred only) towards this may be credited under
UCR in any Post office and the receipt therefor, affixed in the Tender
document. Payment of fee of Rs.500/-
for Tender documents is exempted to Bidders who have registered with NSIC/DG S
& D/under MSME ACT 2006 with current validity.
4. The tenders completed in all respects must in
all cases be received in this office before the date and time indicated in the
Schedule of Tender in Para 2 above. The tenders received after the scheduled
date and time will be rejected outright. The tender cover should be
superscribed as “Tender for Bag
labels”. The tenders may be dropped in person, in the Tender box kept
at this office or sent by Registered
Post/Speed Post duly signed and
sealed with sealing wax, so as to reach this office by the due date/time
mentioned in Para 2 above. This office will not be responsible for any
postal/transit delay. Only one tender should be kept in one cover. Tenders received through private couriers
or by ordinary post or by hand will not be accepted.
Signature
of the Tenderer with Seal Superintendent,
PSD, Tirunelveli-627002
2
Government of India
Ministry of Communications & Information
Technology
DEPARTMENT OF POSTS
Office of the Superintendent, Postal Stores
Depot, Tirunelveli 627 002.
ANNEXURE- I
GENERAL TERMS AND CONDITIONS
Sub: - Notice inviting Tender for Printing
and Supply of Barcoded Bag labels- reg.
1.
Parties:-
The
Parties to the Contract are the contractor (the Tenderer to whom the work have
been awarded) and the Government of India through the Department of Posts for
and on behalf of the President of India.
2. Address:-
For all purposes of
the contract including arbitration there under, the address of the contractor
mentioned in the tender shall be the final unless the contractor notifies a
change of address by a separate letter sent by registered post with
acknowledgement due, to the Department of Posts. The contractor shall be solely
responsible for the consequences of any omission or error to notify change of
address in the aforesaid manner.
3. Earnest Money (Bid Security):
3.1
Earnest money
of Rs.25,000/- ( Rupees twenty
five thousand only) must be deposited by the bidders in any Post office and
Original Receipt in form ACG 67 provided by the Post Office in token of having
received the amount should be submitted along with their tenders. Firms which have filed entrepreneur memorandum with the Director of
industries and commerce of respective State Govts, under MSME Act 2006/
registered with NSIC under its Single Point Registration Scheme/DGS&D with
current validity are exempted from furnishing the Earnest money of Rs 25,000/-
Copy of such Entrepreneur memorandum filed under MSME Act 2006/ Registration
certificate with current validity for claiming EMD exemption should be enclosed
failing which such bids without EMD are liable to be rejected.
3.2
No request
for transfer of
any previous deposit
of earnest money or security
deposit or payment of any pending
bill held by the Department
in respect of any previous work will be entertained.
3.3
Tenderer shall not be permitted to withdraw
his offer or modify the terms and conditions thereof. In case the tenderer
fails to observe and comply with the stipulations made herein or backs out
after quoting the rates, the aforesaid amount of earnest money will be
forfeited to the Government.
3.4
No
claim shall lie against the Government/Department in respect of erosion in the
value or interest on the amount of EMD or Security Deposit.
3.5 Earnest money deposit will be refunded
to the unsuccessful tenderers on or before 30th day after the award
of contract.
Signature
of the Tenderer with Seal Superintendent,
PSD, Tirunelveli-627002
3
4.
Preparation and Submission of tender:
The tender should be submitted in two parts
namely Technical Bid along with the Proof
of Earnest Money Deposit (In form given in Annexure III) and Commercial Bid (In form given in
Annexure IV) and each should be kept in
a separate sealed cover. Both the
bids should be kept in another sealed cover addressed to the undersigned. The outer envelope
containing the sealed cover should bear the address, Tender number and date,
subject of Tender, date and time of the opening of the same. The inner envelope
should be superscribed with Tender number and date, subject of Tender, whether the
envelope is containing Technical Bid or Commercial Bid and date of opening of
tender. The covers should be sealed
with sealing wax or embossed with office seal failing which the tender is liable to be
rejected.
5.
Signing of tender:
Individual signing the tender or other
documents connected with contract must specify whether he signs as
a) “Sole proprietor “of the concern or
constituted attorney of such sole proprietor;
b) A
partner of the firm, if it be a partnership firm, in which case he must have authority
to execute contracts on behalf of the firm and to refer to arbitration disputes
concerning the business of the partnership either by virtue of the partnership
agreement or by a Power of attorney duly executed by the partners of the firm.
A copy of the duly registered partnership deed and if Power of Attorney is
executed in favour of any of the partners or any authorized officers of the
firm, then a copy of the Power of Attorney sworn in before Notary Public duly
signed by all partners should be enclosed.
c) Director or a Principal Officer duly
authorized by the Board or Directors of the company, if it is a company. Copy
of the such authorisation to sign the tender/ contract to be enclosed. Such
authorization /Board Resolution with specimen signature of the authorized
person should be signed by all the Directors of the Company.
.
Note Below:
(i)
In the case of partnership firms, where no authority to refer disputes
concerning the business of Partnership firms has been conferred on any partner,
the tender and all other related documents must be signed by all partners of
the firm.
(ii) A
person signing the tender form or any documents forming part of the tender on
behalf of another person should have an authority to bind such other person and
if, on enquiry it appears that the persons so signing had no authority to do
so, The Postmaster General, Southern Region, Madurai-625 002 may, without
prejudice, cancel the contract and hold the signatory liable for all costs, consequences
and damages under the civil and criminal remedies available.
(iii) In case of Pvt. Ltd/Public Ltd, Companies,
Copies of company incorporation certificate along with the Articles of
Association has to be submitted.
(iv)
The tenderer should sign and affix his/his firm’s stamp at each page of the tender and all its
Annexure as the acceptance of the offer made by the tenderer will be deemed as
a contract and no separate formal contract will be drawn. NO PAGE SHOULD BE
REMOVED/ DETACHED FROM THIS NOTICE INVITING TENDER.
6
. Technical Bid:
The
technical bid should be submitted in form given in Annexure III along with the
original receipt obtained from any Post office for the Deposit of Earnest Money
Deposits for the amount indicated in clause 3 ibid along with the documents
mentioned in Part II of Annexure III.
Signature
of the Tenderer with Seal Superintendent,
PSD, Tirunelveli-627002
4
7. Commercial Bid:
7.1 The commercial bid should be submitted in form given in
Annexure IV in a separate sealed cover kept inside the main cover. The commercial bids of the Tenderers short listed after evaluation
of technical bids will be opened either on a same day or on a specified date
and time to be intimated to the respective tenderer. A duly constituted Tender
Evaluation Committee (TEC) will evaluate both the Technical Bids and the
Commercial bids.
7.2 A consolidated price should be quoted along with its break
up showing various items of charge. The price quoted shall be firm and final.
7.3 Taxes if any, to be paid need to be duly indicated in the
bid otherwise no extra payment would be made for this purpose.
7.4 Terms of payment as stated in the
tender documents shall be final.
7.5 At the time of payment of bills,
Income tax, if any shall be deducted at source as per Government Rules and
guidelines as may be prevailing at the time of payment.
7.6 No terms and conditions should be entered by the Tenderer
along with commercial bid.
Any
conditional bid may not be entertained.
8 Validity
of the Bids:
The bids shall be valid for period of one year from the
date of award of work.
9. Opening of Tender:
The tenderer is at liberty either
himself or authorize not more than one representative to be present at the opening of the tender. The
representative attending the opening of the tender on behalf of the tender should bring with him a letter of
authority from the tenderer and proof of identification.
On the date and time indicated in the
“Schedule of Tender”, Technical bids will be opened
first and read out in the presence of the
Tenderers representatives. Thereafter, Commercial
bids of the Tenderers shortlisted after evaluation of Technical bids will be
opened either on the same day or
on a specified date and time to be intimated to the respective Tenderer.
10. Criterion for Evaluation of Tenders:
10.1 The evaluation of the tenders
will be made first on the basis of technical information furnished in form
given in Annexure-III, which includes:
10.1.1 Payment of fee of Rs.500.00 for Tender
document.
10.1.2 Payment of Earnest Money (Bid Security) of
Rs.25,000/- (Rupees Twenty
five thousand only)
10.1.3 Submission of documents mentioned in
Part-II of Annexure-III.
10.1.4 Submission of Power of Attorney, if all
partners/Directors of a Partnership Firm/ Public/Pvt.
Ltd Company have not signed the tender Documents in each page.
10.1.5 Submission of samples.
10.2 The
Commercial Bid of such firms found valid based on technical parameters (as per
Annexure-III), will be opened either on the same day or on the date, time and
venue to be announced after opening of the Technical Bid. Evaluation of Commercial Bids will be
based on total Consolidated price.
10.3. It must be kept in view that no decision will be given
by the Tender Evaluation Committee or any inferences drawn during the meeting
of this committee by the tenderer or their representatives will be their own
view and the Department will not be responsible and abide by the same. The
reasons for selections or rejections of a particular tender will not be
disclosed.
10.4 . The award of work will be further
subject to any specific terms and conditions of the contract given in Part II
of Annexure-II of this NIT.
Signature of the
Tenderer with Seal Superintendent,
PSD, Tirunelveli-627002
5
11. Right of Acceptance:
11.1 The Department of Posts reserves all rights to reject any
tender including of those Tenderers who fail to comply with the instructions
without assigning any reason whatsoever and does not bind itself to accept the
lowest or any specific tender. The decision of the Department of Posts in this
regard is final and binding.
11.2 Any failure on the part of the contractor to observe the
prescribed procedure and any attempt to canvass for the work will prejudice the
contractor’s quotation.
12. Communication of Acceptance:
Successful Tenderer will be
informed of the acceptance of his tender. Necessary instructions regarding the amount and time provided for
security Deposit will be communicated.
13.
Time Schedule for completion of Work:
The work must be completed within
the time schedule prescribed in the supply order.
14. Performance security:
14.1 The successful tenderer will have to
furnish Performance security of 10% of the value of the goods/ work
(fixed in multiples of thousands) by
Demand Draft drawn in favour of Postmaster, Palayankottai HO 627002 or
NSCs or Fixed Deposits in a Nationalized
bank pledged to the Department of Posts or Bank Guarantee from Nationalized
Bank for a period extending to six months beyond the date of completion of
supply within 7 days
from the date
of acceptance of
the tender and
produce the documents in original. The firms registered with NSIC/DG S&D
is exempted from furnishing performance Security (Security Deposit) as per Rule
430(1)(a) read with Rule 430(1)(c)(ii) of Postal Manual Volume II. The
Performance Security (Security Deposit) will not be adjusted against any
payment due to the firm from the Department of Posts.
14.2 The
performance Security (Security Deposit) can be forfeited by order of the
Department of Posts in the event of any breach or negligence or non-observance
of any condition of contract or for unsatisfactory performance or for
non-acceptance of the work order. On expiry of the contract, such portion
of the said security deposit as may be considered
by the Department of Posts sufficient to cover any incorrect or excess payments
made on the bills to the firm, shall be retained until the final audit report
on the account of firm’s bill has been received and examined.
15 Penalty:
In
the event of the contractor failing to:
i) Observe or perform any of the conditions of
the supply order/terms and conditions of NIT or supply of items as set out
herein (or)
ii) Execute the supply order in good and
workmen-like manner and to the satisfaction of and by the time fixed by the
Department of Posts:
a) It
shall be lawful for the Department of Posts in its discretion in both the
events to withhold/ cancel the supply order and to make such arrangement as the
department may think fit at the risk of the supplier.
Signature of the
Tenderer with Seal Superintendent,
PSD, Tirunelveli-627002
6
b) In
the event of (a) above, any excess cost be incurred by reason of the difference
between the prices paid and the accepted rates, Department of Posts may charge
the amount of such excess cost to the supplier to be adjusted from the security
deposit or demand the supplier to pay the said amount within seven days to the
credit of the Department of Posts.
c) In
the event of discovery of any defect due to the fault of the contractor for
supplying the defective goods, the supplier shall bound to replace the entire
defective goods at his own cost within the time fixed by the Department of
Posts.
d) In
the event of a work being wholly rejected, the Department of Posts may at its
discretion either
(i)
Permit the contractor to re-do the same
within such time as he may specify at contractor’s own cost which shall include
the costs of all sorts i.e., materials, labour, overheads, transportation etc;
or
(ii)
Arrange to get the additional work done
elsewhere and by any other person or for from any other source than the
contractor in which case the amount of extra cost, if any, shall be recovered
from the contractor in the manner provided in sub-clause (b) of this clause.
e) The powers of the Department of Posts
under this condition shall in no way affect or prejudice the powers in certain
events to terminate the contract vested in him
as herein provided nor forfeiture of deposit mentioned under clause 14 above.
f) Since the work being awarded to the
contractor is of important nature, the time schedule given in clause 13 must be
adhered to failing which a penalty at the rate of 2% of the total cost for
every week’s delay will be imposed which will be recovered in the manner stated
in sub clause (b) of this clause.
16. Natural
Calamity, Strike etc:-
In
case of strike, combination of workmen or natural calamity of any kind , fire accidents
or circumstances beyond the control of the firm causing stoppage of his work,
whereby the delivery or completion of work may be suspended resulting in undue
delay without penalty, Department of Posts shall have the power during such
stoppage to get the work done elsewhere without charging the contractor, No
obligation will rest on Department of Posts to pay for any portion of the work undertaken
before such a stoppage. The contractor shall provide every facility for removal
and use of materials as may be necessary for timely completion of the work.
17.
Insolvency etc:-
In
the event of the firm being adjudged insolvent or having a receiver appointed for it by a court or any other order under
the Insolvency Act made against them or in the case of a company the passing of
any resolution or making of any order for winding up, whether voluntary or
otherwise or in the event of the firm failing to comply with any of the
conditions herein specified the Department of Posts shall have the power to
terminate the contract without previous notice
Signature of the Tenderer with Seal Superintendent,
PSD, Tirunelveli-627002
7
18. Breach of Terms and
conditions:
In
case of breach of any of terms and conditions mentioned above, the Competent Authority will have the right to
cancel the work order without assigning any reason therefor and nothing will be
payable by this Department in that event and the security deposit shall also
stand forfeited.
19. Subletting
of Work:
The
firm shall not assign or sublet the work or any part of it to any other person
or firm.
20. Right
to Call upon Information Regarding Status of Work:
The
Department will have the right to call upon information regarding status of
work at any point of time.
21. Precautionary Measures:
21.1 While observing the economy in costs in
his own interest the contractor must be careful that quality and cleanliness of
the work is maintained as well as time schedule prescribed etc., should not be disturbed.
21.2 The contractor must take every care to see that the work or
any portion thereof does not fall into unauthorized hands, Care should be taken
to execute the work under proper security conditions and no spare item of work/
copies should be retained/ sold or otherwise made over by the contractor or any
of his staff members to any person other than the person(s) authorized by the
Department of Posts.
22. Samples:
The
following should be kept in view while supplying samples of work done in the
past or material proposed to be used have been sought for in Part- I of Annexure
– II:
22.1 Samples of work done in the past, if any
sought for should be equivalent to the
quality mentioned in the specifications provided in Part – I of Annexure – II,
in sufficient quantity required for test as asked for and submitted along with
the Technical Bid only.
22.2 Sample should be supplied free of charge and in no case they
will be returned. Tenders without samples are liable to be cancelled.
23 The tender is not transferable. Only
one tender shall be submitted by one Tenderer.
24 Further order (Repeat order) if any,
not exceeding 25% of the tender quantity should be honoured at the same rate,
terms and conditions.
25 Terms of payment:
25.1 No payment shall be made in advance nor shall any loan from
any bank or financial institution shall
be recommended on the basis of the order of award of work.
Signature of the Tenderer with Seal Superintendent,
PSD, Tirunelveli-627002
8
25.2 The Contractor shall submit the bill, on completion of the
supply for sanction of the amount of bill and passing the bill for payment.
25.3 All Payments shall be made by cheque
only. Before releasing payments, TDS and other
taxes as admissible from time to time will be deducted from the bill.
25.4 The Department of Posts shall be at liberty to withhold any
of the payments in full or in part subject to recovery of penalties mentioned
in preceding Para.
25.5 The term “ payment “ mentioned in this Para includes all
types of payment due to the contractor arising on account of this contract excluding
Earnest Money and Security Deposit governed by the separate clauses of the
contract.
25.6 Wherever applicable all payments will be made as per schedule
of payments stated in Part – II of Annexure II.
26. Arbitration:
If a dispute arises out of or in connection
with this contract or in respect of any defined legal relationship associated
therewith or derived there from the parties agreed to submit that dispute to
arbitration under the ICADR Arbitration Rules, 1996.
The
authority to appoint the arbitrator(s) shall be the International centre for Alternative
Dispute Resolution. The ICADR will provide administrative services in
accordance with the ICADR Arbitration rules, 1996.
The
number of arbitrator shall be ONE. The language of the arbitration proceedings
shall be in English. The Place of arbitration proceedings shall be at
Bangalore.
Signature of the Tenderer with Seal Superintendent,
Postal
Stores Depot,
Tirunelveli-627002
9
Government of India
Ministry of Communications & Information
Technology
DEPARTMENT OF POSTS
Office of the Superintendent, Postal Stores
Depot, Tirunelveli 627 002.
Tender No. J5/37C/PSD TVL/BAG LABELS/13-14
dated at Tirunelveli 627 002 the 30.09.2013.
ANNEXURE – II
Sub:- Notice
Inviting Tender for Printing & Supply of
Barcoded Bag labels - reg.
PART
I
PARAMETERS AND TECHNICAL SPECIFICATION FOR EXECUTING THE WORK
Quantity Required : 9,00,000
nos. of Registered Bag labels ( RBT)
9,00,000 nos. of Speed Bag labels ( EBT)
9,00,000
nos. of Unregistered First class Mail Bag labels (LBT)
Name of the Item
|
Specification
|
Registered Bag labels
- RBT
|
Card
of Trimmed size 14 x 8 cm. Single side print ( Green background with
“REGISTERED
POST” written in white. Font: Calibri. Font Size: 18. Barcode should be
preprinted in the label. There should be no space in between of the 13
character barcode shown in the design. The label would be printed on 350
GSM Paper. The eyelet should have sufficiently big outer ring (so that a
plastic tag could fit in) and should be strong enough to bear multiple
handling in the process. On the back side of the label, the office of origin
would put its office seal in the usual manner.
|
Speed Bag labels
- EBT
|
Card of Trimmed Size 14 x 8 cm. cm. Single side print in
three colors (Black, orange and blue). Barcode should be preprinted in the label. There should be no space in
between of the 13 character barcode shown in the design. A metal
eyelet at left side middle as per the specimen. Paper: 200 GSM Chrome Art card.
The eyelet should have sufficiently big outer ring (so that a plastic tag
could fit in) and should be strong enough to bear multiple handling in the
process
|
Unregistered
First class mail Bag labels - LBT
|
Card
of Trimmed size 14 x 8 cm. Single side print (Red background with
“Letter Mail” written in white. Font: Calibri. Font Size: 18. Barcode should
be preprinted in the label. There should be no space in between of the 13
character barcode shown in the design. The label would be printed on 350
GSM Paper. The eyelet should have sufficiently big outer ring (so that a
plastic tag could fit in) and should be strong enough to bear multiple
handling in the process. On the back side of the label, the office of origin
would put its office seal in the usual manner.
|
Note:
A variation of + or – 4% in GSM
and sizes are allowed.
Signature
of the tenderer with seal
Superintendent, Postal
stores depot, Tirunelveli-627002.
10
PART II of Annexure II
Terms and
Conditions Specific to the contract
1. The items should be
delivered on or within the due date which will be noted in the supply order.
2.
Delivery should be made free of cost at the O/o Superintendent, Postal Stores
depot, Tirunelveli - 627002 or as mentioned in the Supply Order.
3. The rates quoted
should be inclusive of all taxes.
4. An advance stamped
receipt should be sent along with the bill in triplicate.
5.
Dispatch of the items must be notified to Superintendent, Postal Stores
Depot, Tirunelveli -627002 along with the way bill.
6.
The receipt of the supply order should be acknowledged by return of post.
7.
Any violation of terms and conditions or supply or inferior quality of
items will result in total rejection of the item, apart from taking suitable
remedial action at your cost & risk.
8.
Further orders, if any, within the period of validity of tender should be
honoured at the same terms and conditions. (See Clause 24 of Annexure I).
9. In case of breach
of any terms and conditions of the contract, the Purchase Committee reserves
the right to call Explanation of the firm by issuing Show Cause Notice. In case
of non satisfactory reply, action like forfeiting of Security Money or
blacklisting the firm can be taken.
Signature
of the tenderer with seal
Superintendent, Postal
stores depot, Tirunelveli-627002.
11
Government of India
Ministry of Communications & Information
Technology
DEPARTMENT OF POSTS
Office of the Superintendent, Postal Stores
Depot, Tirunelveli 627 002.
Tender No. J5/37C/PSD TVL/BAG LABELS/13-14
dated at Tirunelveli 627 002 the 30.09.2013.
ANNEXURE-
III
TECHNICAL INFORMATION AND UNDERTAKING
(See Clause 6 of
Annexure I of this tender Document)
Sub: Notice
Inviting Tender for Printing and supply of Barcoded bag labels – reg.
1) Name of the Tenderer / Concern :
2) Nature of the Concern : (i.e.,
Sole proprietor or Partnership
firm or a Company or a Government Department or a Public Sector
Organization)
3) Details
of cost of Tender document :
4) Whether
Bid Security (EMD) is paid?
if so, please furnish details :
(i) ACG 67 Receipt issued by PO (in
Original) to
be enclosed for the amount of EMD
Rs.
25000/- or copy of valid registration
certificate issued by concerned authorities : (ii) Amount : (iii) Name of the Post office :
UNDERTAKING
1. I/
We undertake that I/ We have carefully studied all the terms and conditions and
understood the parameters of the proposed work of the Department of Posts and
shall abide by them.
2. I/
We also undertake that I/We have understood “ Parameters and Technical specifications
for performing the work “ mentioned in
Annexure II of the Tender and shall execute the work strictly as per these “
Parameters and Technical Specifications
“
3. I/
We further undertake that the information given in this tender are true and
correct in all respect and we hold the responsibility for the same.
4. I/
We also undertake that the samples being supplied with Technical Bid are in
accordance with specifications given in the Part- I of Annexure – II to the NIT
and I/We shall be responsible for rejection/cancellation of contract if the
sample are not found up to the mark or for civil/ criminal proceedings if the
material supplied is found sub- standard
or not in accordance with the sample furnished along with the tender at a
future date.
Date (Dated Signature of Tenderer with
stamp of the firm)
12
Part II of
Annexure III
Documents
to be enclosed
1. Each
page of NIT and its Annexure, comprising 13 pages has to be signed, stamped and
enclosed (Clause 5 of Annexure I refers).
2. Copy
of registration certificate in r/o firms registered with NSIC,
Government of India Enterprise/DG
S&D with current validity /Entrepreneur Memorandum file with Director of commerce and industries of the respective
State Government under MSME Act 2006 with current validity in respect of those who are seeking exemption for payment
of Bid security (EMD).
3. In
case of Pvt Ltd Company or Public ltd Company or Registered Co operative
Society , Annual reports consisting of Balance Sheet and Profit &
Loss account for the years 2011-2012 and 2012-2013 duly authenticated.
4. In
case of Sole Proprietorship or Partnership firms, Balance Sheets and Profit
& Loss Account for the years, 2011-2012
& 2012-2013 duly authenticated.
5. Income
Tax Returns for the Assessment years and 2011-12 and 2012-2013 duly authenticated.
6. Copy
of Registered Partnership deed/ General Power of Attorney as referred to in
Clause 5 of Annexure II to the
NIT/ incorporation certificate and Article of Association (Any one of these documents as is applicable).
7. Copy
of the Certificate of Registration for VAT or similar registration with
Government Authorities.
8. List
of major customers to whom the said items were supplied during last two years,
with date of supply and quantity.
9. Copy
of PAN card.
10. Any
other information important in the opinion of the Tenderer.
Note: 1. The
documents mentioned at Sl. no 1 to 9 above are mandatory.
2.
However in respect of Firm/Company which commenced its operation on or after 01.04.2011
the financial Statements mentioned at items 3
to 5 above should cover the period from the date of
Commencement of operation and upto 31.03.2013
3.
Tenders not accompany with any of the documents mentioned at Sl. 1 to 9, except
to the extent
Stated in note 2 above will be rejected.
Signature
of the tenderer with seal
Superintendent, Postal
stores depot, Tirunelveli-627002.
13
Department of Posts, India Annexure
IV
Tender
Form-2, Commercial Information (See clause 7 of Annexure I of this Tender
Document)
Sub:
Notice inviting Tender for Printing & supply of Barcoded Bag labels –reg.
1. Total price for the work inclusive
of all kinds of incidental charges and all taxes etc. as per details given below will be Rs
---------------------- (In words
Rupees----------------------------------------------------
----------------only)
2. Details:
Sl.
no.
|
Particulars of Items to be Supplied
|
Quantity To be Procured in numbers
|
Rate per lab el
(including Freight, all taxes and incidental charges
etc.,)
In Rupees
|
Total cost (in Rupees)
|
1.
|
Registered Bag labels
|
9,00,000 nos.
|
|
|
2.
|
Speed Bag labels
|
9,00,000 nos.
|
|
|
3.
|
Unregistered First class Mail Bag labels
|
9,00,000 nos.
|
|
|
Note:
1. Total consolidated price (including taxes, levies,
freight, Insurance and all other incidental charges) will be
considered for selection and not the basic price.
2. The bid shall be valid for the period of one year from
the date of opening of the tenders.
Date: (Dated
signature of Tenderer with Stamp of the
firm/company)
Superintendent, Postal
stores depot, Tirunelveli-627002.
**********************************************************************************************************************************
1
Government of India
Ministry of Communications & Information
Technology
DEPARTMENT OF POSTS
Office of the Superintendent, Postal Stores
Depot, Tirunelveli 627 002.
Memo No. J5/37C/PSD TVL/Filecover /12-13
dated at Tirunelveli 627002 the 30.9.2013
Notice Inviting Tender(Limited)
Wax
Sealed Tenders are invited on behalf of the President of India for printing
& supply of Ordinary File cover as
detailed in part I of Annexure II for a period of ONE YEAR
from the date of award of work which can be extended for a further period of
one year. The method of submission of tender, amounts of Earnest money/Security
Deposit and General Terms and conditions applicable to contract has been
mentioned in Annexure I.
1. The work is to be made strictly as per
parameters/ technical specifications given in Part I of Annexure II. The terms
and conditions specific to the contract have been mentioned in Part II of
Annexure II. The terms and proforma for submission of tender has been given in
Annexure III (for Technical Bid) and Annexure IV (for Commercial Bid) to this
Notice Inviting Tender. The schedule of
tender is given as under:
2.
Schedule Of Tender
Tender No. :
J5/37C/PSD TVL/File cover/12-13
Last date and time of
receipt of Tender : 30.10.2013
till 11.00 Hours
Date and Time of
opening of Tender : 30.10 .2013 at 11.30 Hours
Amount of Earnest Money Deposit
as
per Clause 3 of Annexure I : Rs7500/- (Rupees
seven thousand five hundred
only)
Tender should be addressed to : The
Superintendent, Postal Stores Depot,
Tirunelveli 627 002.
Venue : O/O
the Superintendent, Postal Stores Depot,
Palayankottai
Head Post Office campus,
Tirunelveli-627002.
3. The Tender form along with Terms and conditions
can be had on payment of Rs.500/- (Rupees Five Hundred
only) from the undersigned in this office on any working day (Monday to Friday
from 10 am to 5 pm.till 29.10.2013. Tender form can also be downloaded from the
website www.eprocure.gov.in/as well
as from WWW.India Post.gov.in and the payment of Rs.500/- One Hundred
only) towards this may be credited under UCR in any PO and the receipt therefor,
affixed in the Tender document. Payment of fee of Rs.500/- for Tender documents is exempted to Bidders
who have registered with NSIC /DGs&D/MSME ACT 2006 with current validity.
4. The tenders completed in all respects must in
all cases be received in this office before the date and time indicated in the
Schedule of Tender in Para 2 above. The tenders received after the scheduled
date and time will be rejected outright. The tender cover should be
superscripted as “Tender for Printing
& Supply of File cover”. The tenders may be dropped in person, in
the Tender box kept at this office or sent by Registered Post/Speed Post
duly signed and sealed with sealing wax, so as to reach this office by
the due date/time mentioned in Para 2 above. This office will not be
responsible for any postal/transit delay. Only one tender should be kept in one
cover. Tenders received through private
couriers or by ordinary post or by hand will not be accepted.
Signature
of the Tenderer with Seal Superintendent,
PSD, Tirunelveli-627002
2
Government of India
Ministry of Communications & Information
Technology
DEPARTMENT OF POSTS
Office of the Superintendent, Postal Stores
Depot, Tirunelveli 627 002.
ANNEXURE- I
GENERAL TERMS AND CONDITIONS
Sub: - Notice
inviting Tender for Printing & Supply of File cover- reg.
1.
Parties:-
The
Parties to the Contract are the contractor (the Tenderer to whom the work have
been awarded) and the Government of India through the Department of Posts for
and on behalf of the President of India.
2. Address:-
For all purposes of
the contract including arbitration there under, the address of the contractor
mentioned in the tender shall be the final unless the contractor notifies a
change of address by a separate letter sent by registered post with
acknowledgement due, to the Department of Posts. The contractor shall be solely
responsible for the consequences of any omission or error to notify change of
address in the aforesaid manner.
3. Earnest Money (Bid Security):
3.1
Earnest money
of Rs.7500/- ( Rupees Seven
thousand five hundred only) must be deposited by bidders in any Post office and
Original Receipt in form ACG 67 provided by the Post Office in token of having
received the amount should be submitted along with their tenders. Firms regd under MSME Act 2006/ NSIC under its Single Point
Registration Scheme/DGS&D with current validity are exempted from furnishing
the Earnest money deposit. Copy of Entrepreneur memorandum filed under MSME
Act 2006/ Registration certificate with current validity in respect of NSIC or
DGS&D for claiming EMD exemption should be enclosed failing which such bids
without EMD are liable to be rejected.
3.2
No request
for transfer of
any previous deposit
of earnest money or security
deposit or payment of any pending
bill held by the Department in respect of
any previous work will be entertained.
3.3
Tenderer shall not be permitted to withdraw
his offer or modify the terms and conditions thereof. In case the tenderer
fails to observe and comply with the stipulations made herein or backs out
after quoting the rates, the aforesaid amount of earnest money will be
forfeited to the Government.
3.4
No
claim shall lie against the Government/Department in respect of erosion in the
value or interest on the amount of EMD or Security Deposit.
3.5 Earnest money deposit will be refunded
to the unsuccessful tenderers on or before 30th day after the award
of contract.
Signature
of the Tenderer with Seal Superintendent,
PSD, Tirunelveli-627002
3
4.
Preparation and Submission of tender:
The tender should be submitted in two parts
namely Technical Bid along with the
Proof of Earnest Money Deposit (In form given in Annexure III) and Commercial Bid (In form given in Annexure IV) and
each should be kept in a separate
sealed cover. Both the bids
should be kept in another sealed cover addressed to the undersigned. The outer envelope
containing the sealed cover should bear the address, Tender number and date,
subject of Tender, date and time of the opening of the same. The inner envelope
should be superscripted with Tender number and date, subject of Tender, whether
the envelope is containing Technical Bid or Commercial Bid and date of opening
of tender. The covers should be sealed either with sealing wax or with the
firms seal embossed on them failing which the tender is liable to be rejected.
5.
Signing of tender:
Individual signing the tender or other
documents connected with contract must specify
whether he signs as
a) “Sole proprietor “of the concern or
constituted attorney of such sole proprietor;
b) A partner of the firm, if it be a partnership
firm, in which case he must have authority to execute contracts on behalf of
the firm and to refer to arbitration disputes concerning the business of the
partnership either by virtue of the partnership agreement or by a Power of
attorney duly executed by the partners of the firm. A copy of the duly
registered partnership deed and if Power of Attorney is executed in favour of
any of the partners or any authorized officers of the firm, then a copy of the
Power of Attorney sworn in before Notary Public duly signed by all partners
should be enclosed.
c) Director or a Principal Officer duly
authorized by the Board or Directors of the company, if it is a company. Copy
of the such authorization to sign the tender/ contract to be enclosed. Such
authorization /Board Resolution should be signed by all the Directors of the
Company.
d) In the case of Co-operative societies copy
of authorization from the Competent Authority in favour of the officer to
execute contract should be enclosed.
Note Below:
(i)
In the case of partnership firms, where no authority to refer disputes
concerning the business of Partnership firms has been conferred on any partner,
the tender and all other related documents must be signed by all partners of
the firm.
(ii) A
person signing the tender form or any documents forming part of the tender on
behalf of another person should have an authority to bind such other person and
if, on enquiry it appears that the persons so signing had no authority to do
so, The Postmaster General, Southern Region, Madurai-625 002 may, without
prejudice, cancel the contract and hold the signatory liable for all costs,
consequences and damages under the civil and criminal remedies available.
(iii)
In case of Pvt. Ltd/Public Ltd, Companies, Copies of company
incorporation certificate along with the Articles of Association has to be
submitted.
(iv) The tenderer should sign and affix his firm’s
stamp at each page of the tender and all
its Annexure and required documents as
the acceptance of the offer made by the tenderer will be deemed as a contract
and no separate formal contract will be drawn. NO PAGE SHOULD BE REMOVED/
DETACHED FROM THIS NOTICE INVITING TENDER.
6.
Technical Bid:
The
technical bid should be submitted in form given in Annexure III along with the
original receipt obtained from any Post office
for the Deposit of Earnest Money Deposits for the amount indicated in
clause 3 bid along with the documents mentioned in Part II of Annexure Iii and
the documents required to be submitted as per Annexure I clauses..
Signature
of the Tenderer with Seal Superintendent,
PSD, Tirunelveli-627002
4
7. Commercial
Bid:
7.1 The commercial bid should be submitted in form given in
Annexure IV in a separate sealed cover kept inside the main cover. The commercial bids of the Tenderers short listed after evaluation
of technical bids will be opened either on a same day or on a specified date
and time to be intimated to the respective tenderer. A duly constituted Tender
Evaluation Committee (TEC) will evaluate both the Technical Bids and the
Commercial bids.
7.2 A consolidated price should be quoted along with its break
up showing various items of charge. The price quoted shall be firm and final.
7.3 Taxes if any, to be paid need to be duly indicated in the
bid otherwise no extra payment would be made for this purpose.
7.4 Terms of payment as stated in the
tender documents shall be final.
7.5 At the time of payment of bills,
Income tax, if any shall be deducted at source as per Government Rules and
guidelines as may be prevailing at the time of payment.
7.6 No terms and conditions should be entered by the Tenderer
along with commercial bid.
Any conditional bid may not be
entertained.
8. Validity of the Bids:
The bids shall be valid for period of one year from the
date of award of work which can be extended for a further period one year.
9. Opening
of Tender:
The tenderer is at
liberty either himself or authorize not more than one representative to be present
at the opening of the tender. The representative attending the opening of the
tender on behalf of the tenderer should bring with him a letter of authority
from the tenderer and proof of identification. On the date and time indicated
in the “Schedule of Tender”, Technical bids will be opened first and read out
in the presence of the Tenderers representatives.
Thereafter, Commercial bids of the Tenderers shortlisted after evaluation of
Technical bids will be opened either on the same day or on a specified date and
time to be intimated to the respective Tenderer.
10. Criterion for Evaluation of Tenders:
10.1 The evaluation of the tenders will be made first on the basis of
technical information furnished in form given in Annexure-III, which includes:
10.1.1 Payment of fee of Rs.500/- for Tender
documents.
10.1.2 Payment of Earnest Money (Bid Security) of Rs.7,500/-
(Rupees Seven thousand and five hundred
only)
10.1.3 Submission of documents mentioned in
Part-II of Annexure-III and in Annexure I
10.1.4 Submission of Power of
Attorney, if all partners/Directors of a Partnership Firm/ Public /Pvt
Ltd,Company have not signed the tender Documents in each page.
10.1.5 Submission of Copy of
resolution passed by the Board of Directors and duly signed by all the
Directors authorizing the authorized signatory for execution of contracts in
the case of Pvt.Ltd.Co/Pub.Ltd.Co as per Cl.5© of Ann-I.
10.1.6 Submission of Copy of
authorization from Competent authority in the case of Co-op Societies as
referred to in Clause 5(d) of Ann I.
10.1.7 Submission of samples.
10.2 The Commercial Bid of such
firms found valid based on technical parameters (as per Annexure-III), will be
opened either on the same day of on the date, time and venue to be announced
after opening of the Technical Bid. Evaluation of Commercial Bids will be
based on total consolidated price.
10.3. It must be kept in view that
no decision will be given by the Tender Evaluation Committee or any inferences
drawn during the meeting of this committee by the tenderer or their
representatives will be their own view and the Department will not be
responsible and abide by the same. The reasons for selections or rejections of
a particular tender will not be disclosed.
Signature of the
Tenderer with Seal Superintendent,
PSD, Tirunelveli-627002
5
10.4 The
award of work will be further subject to any specific terms and conditions of
the contract given in Part II
of Annexure-II of this NIT.
11. Right of Acceptance:
11.1 The Department of Posts reserves all rights to reject any
tender including of those Tenderers who fail to comply with the instructions
without assigning any reason whatsoever and does not bind itself to accept the
lowest or any specific tender. The decision of the Department of Posts in this
regard is final and binding.
11.2 Any failure on the part of the contractor to observe the
prescribed procedure and any attempt to canvass for the work will prejudice the
contractor’s quotation.
12. Communication of Acceptance:
Successful Tenderer will be
informed of the acceptance of his tender. Necessary instructions regarding the
amount and time provided for security Deposit will be communicated.
13.
Time Schedule for completion of Work:
The work must be completed within the
time schedule prescribed in the supply order.
14. Performance security:
14.1 The successful tenderer will have to
furnish Performance security of 10% of the value of the goods/ work
(fixed in multiples of thousands) by
Demand Draft drawn in favour of Postmaster, Palayankottai 627002 or
NSCs or Fixed Deposits in a Nationalized
bank pledged to the Department of Posts or Bank Guarantee from Nationalized Bank
for a period extending to two months beyond the date of completion of supply
within 7
days from the
date of acceptance of
the tender and
produce the documents in original. The firms registered with NSIC/DGS&D
exempted from furnishing performance Security( Security Deposit) as per Rule
430(1)(a) read with Rule 430(1)(c)(ii) of Postal Manual Volume II. The
Performance Security (Security Deposit) will not be adjusted against any
payment due to the firm from the Department of Posts.
14.2 The
performance Security (Security Deposit) can be forfeited by order of the
Department of Posts in the event of any breach or negligence or non-observance
of any condition of contract or for unsatisfactory performance or for
non-acceptance of the work order. On expiry of the contract, such portion
of the said security deposit as may be
considered by the Department of Posts sufficient to cover any incorrect or
excess payments made on the bills to the firm, shall be retained until the
final audit report on the account of firm’s bill has been received and
examined.
15 Penalty:
In
the event of the contractor failing to:
i) Observe
or perform any of the conditions of the supply order/terms and conditions of
NIT or supply of the items as set out
herein; or
ii) Execute
the supply order in good and workmen-like manner and to the satisfaction of and
by the time fixed by the Department of Posts;
a)
It shall be lawful for the Department of
Posts in its discretion in both the events to withhold/cancel the supply order
and to make such arrangement as the department may think fit at the risk of the
supplier.
Signature of the
Tenderer with Seal Superintendent,
PSD, Tirunelveli-627002
6
b) In the event of (a) above, any
excess cost incurred by reason of the difference between the prices paid and
the accepted rates, Department of Posts may charge the amount of such excess
cost to the supplier to be adjusted from the Security Deposit or demand the
supplier to pay the said amount within seven days to the credit of the Department
of Posts.
c) In the event of discovery of any
defect due to the fault of the contractor for supplying the defective goods,
the supplier shall be bound to replace the entire defective goods at his own
cost within the time fixed by the Department of Posts.
d) In the event of rejection of whole
goods, the Department of Posts may at its discretion, either:
(i)
Permit the supplier to supply the goods
within such time as the Department may
specify at Supplier’s own cost which shall include the costs of all sorts i.e.,
materials, labour, overheads, transportation etc;(OR)
(ii)
Arrange to procure the goods from elsewhere
than the supplier in which case the amount of extra cost, if any, shall be
recovered from the supplier in the manner provided in sub-clause (b) of this
clause.
e) The powers of the Department of
Posts under this condition shall in no way affect or prejudice the powers in
certain events to terminate the contract vested in him as herein provided nor
forfeiture of deposit mentioned under clause 15 above.
f) Since the work being awarded to the
contractor is of important nature, the time schedule given in clause 13 must be
adhered to failing which a penalty at the rate of 2% per week delay will be
imposed which will be recovered in the manner stated in sub clause (b) of this
clause.
16. Natural Calamity, Strike etc:-
In
case of strike, combination of workmen or natural calamity of any kind , fire
accidents or circumstances beyond the control of the firm causing stoppage of
his work, whereby the delivery or completion of work may be suspended resulting
in undue delay without penalty, Department of Posts shall have the power during
such stoppage to get the work done elsewhere without charging the contractor,
No obligation will rest on Department of Posts to pay for any portion of the
work undertaken before such a stoppage. The contractor shall provide every
facility for removal and use of materials as may be necessary for timely
completion of the work.
17.
Insolvency etc:-
In
the event of the firm being adjudged insolvent or having a receiver appointed for
it by a court or any other order under the Insolvency Act made against them or
in the case of a company the passing of any resolution or making of any order
for winding up, whether voluntary or otherwise or in the event of the firm
failing to comply with any of the conditions herein specified the Department of
Posts shall have the power to terminate the contract without previous notice
Signature of the Tenderer with Seal Superintendent,
PSD, Tirunelveli-627002
7
18. Breach of Terms and
conditions:
In case of breach
of any of terms and conditions mentioned above, the Competent Authority will have the right to
cancel the work order without assigning any reason therefor and nothing will be
payable by this Department in that event and the security deposit shall also
stand forfeited.
19. Subletting
of Work:
The firm shall not
assign or sublet the work or any part of it to any other person or firm.
20. Right
to Call upon Information Regarding Status of Work:
The
Department will have the right to call upon information regarding status of
work at any point of time.
21. Precautionary
Measures:
21.1 While observing the economy in costs in his own interest the
contractor must be careful that quality and cleanliness of the work is
maintained as well as time schedule prescribed etc., should not be disturbed.
21.2 The contractor must take every care to see that the work or
any portion thereof does not fall into unauthorized hands, Care should be taken
to execute the work under proper security conditions and no spare item of work/
copies should be retained/ sold or otherwise made over by the contractor or any
of his staff members to any person other than the person(s) authorized by the
Department of Posts.
22. Samples:
The
following should be kept in view while supplying samples of work done in the
past or material proposed to be used have been sought for in Part- I of
Annexure – II:
22.1 Samples of work done in the past, if any sought for should be
equivalent to the quality (a deviation
of + or – 4% in GSM paper quality only is allowed)mentioned in the
specifications provided in Part – I of Annexure – II, in sufficient quantity
required for test as asked for and submitted along with the Technical Bid only.
22.2 Sample should be supplied free of charge and in no case they
will be returned. Tenders without samples are liable to be cancelled.
23. The tender is not transferable. Only
one tender shall be submitted by one Tenderer.
24. Further order (Repeat order) if any,
not exceeding 25% of the tender quantity should be honoured at the same rate,
terms and conditions.
25.1 No payment shall be made in advance nor
shall any loan from any bank or
financial institution shall be recommended on the basis of the order of award
of work.
Signature of the Tenderer with Seal Superintendent,
PSD, Tirunelveli-627002
8
25.2 The Contractor shall submit the bill, on completion of the
supply for sanction of the amount of bill and passing the bill on payment.
25.3 All Payments shall be made by cheque
only. Before releasing payments, TDS and other
taxes as admissible from time to time will be deducted from the bill.
25.4 The Department of Posts shall be at liberty to withhold any
of the payments in full or in part subject to recovery of penalties mentioned
in preceding Para.
25.5 The term “ payment “ mentioned in this Para includes all
types of payment due to the contractor arising on account of this contract
excluding Earnest Money and Security Deposit governed by the separate clauses
of the contract.
25.6 Wherever applicable all payments will be made as per schedule
of payments stated in Part – II of Annexure II.
26. Arbitration:
If a dispute arises out of or in connection
with this contract or in respect of any defined legal relationship associated
therewith or derived there from the parties agreed to submit that dispute to
arbitration under the ICADR Arbitration Rules, 1996.
The
authority to appoint the arbitrator(s) shall be the International centre for
Alternative Dispute Resolution. The ICADR will provide administrative services
in accordance with the ICADR Arbitration rules, 1996.
The
number of arbitrator shall be ONE. The language of the arbitration proceedings
shall be in English. The Place of arbitration proceedings shall be at
Bangalore.
Signature of the Tenderer with Seal Superintendent,
Postal
Stores Depot,
Tirunelveli-627002
9
Government of India
Ministry of Communications & Information
Technology
DEPARTMENT OF POSTS
Office of the Superintendent, Postal Stores
Depot, Tirunelveli 627 002.
Tender No. J5/37C/PSD TVL/ File covers/2012-13 dated at Tirunelveli 627002 the 30. 9.2013.
Annexure–
II
Sub:- Notice
Inviting Tender for Printing & Supply
of File covers- reg.,
PART
I
PARAMETERS AND TECHNICAL SPECIFICATION FOR EXECUTING THE WORK
Quantity
Required : 100000 nos of File
covers
Item name
|
Specification
|
Packing Details
|
File covers
|
Open size: 36 x 48 cms
Cover: Brown
GSM: 300 GSM
Printing
on front side of file cover with following details:
a) Logo
of theDepartment
b) File
NO
c) Name
of the Department & Address
d)Subject matter:
e)Previous
reference
f)
Later reference
Front inner cover: Hindi words and their English
Translation
|
Each
packet contains 100 File covers.
|
Paper borne by the printer.
Print in single side, single colour and print in
English only. 2 metal eyelets should be embedded one at front top another at
back top of the file covers. Supply should be made in bundles.
Tender
without samples will be summarily rejected. Sample should be in good quality
with specified GSM.
Variation in required GSM upto + or – 4 % will only
be considered.
Signature
of the tenderer with seal
Superintendent, Postal
stores depot, Tirunelveli-627002.
10
PART II of Annexure II
Terms and Conditions Specific to the contract:
1. All the firms
participating in the Tender must submit a list of their owners/ partners, etc.
along with their contract telephone Nos. and a Certificate to the effect that
the firm is not blacklisted by any Govt. Department nor any Criminal case is
registered against the firm or its owner or partners anywhere in India. The
firms which are blacklisted by any Govt. Dept. shall not be considered for this
tender.
2.
The required documents for the tender should be properly paged and
indexed and the requisite information should be highlighted also.
3.
The items should be delivered on or before the due date which will be
noted in the Supply Order.
4.
Delivery should be made at the following address free of cost to the
Superintendent, Postal Stores Depot, Tirunelveli-627002 (Palayankottai Head
Post office Compound) or the place mentioned by the PSD.
5.
The rates quoted should be inclusive of all taxes and incidental charges
etc.
6.
An advance stamped receipt should be sent along with the bill in
triplicate.
7.
No payment shall be made in advance nor shall any loan from any bank or
financial institution be recommended on the basis of the order of award of
work.
8.
The bills shall have to be raised on the Postal Stores Depot Tirunelveli
after completion of the supply of full quantity for sanction and payment.
9.
All payments shall be made by cheque only on completion of the work. TDS
and other taxes as admissible from time to time will be deducted from the bill.
10.
The Department of Posts shall be at liberty to withhold any of the
payments in full or in part subject to recovery of penalties.
11.
The receipt of the Supply Order should be acknowledged by return of post.
12.
Any violation of terms and conditions or supply or inferior quality of
items will result in total rejection of the item, apart from taking suitable
remedial action at your cost & risk.
13.
Further orders, if any, within the period of validity of tender should be
honoured at the same terms and conditions. (See Clause 24 of Annexure I).
14. Despatch of the
items must be notified to this office along with the way bill.
Signature
of the tenderer with seal
Superintendent, Postal
stores depot, Tirunelveli-627002.
(11)
DEPARTMENT
OF POST
Office
of the Superintendent, Postal Stores Depot, Tirunelveli 627 002.
No. J5/37C/ PSD
TVL/FILE COVER / 12-13 dated
ANNEXURE- III
TECHNICAL INFORMATION AND UNDERTAKING
(See
Clause 6 of Annexure I of this tender Document)
Sub: Notice Inviting Tender for Printing and supply of File covers (S-97) –
reg.
1) Name
of the Tenderer / Concern
:
2) Nature of the Concern : (i.e.,
Sole proprietor or Partnership
firm or a Company or a Government Department
or a Public Sector Organization)
3) Details of cost of Tender document :
4)
Whether Bid Security (EMD) is
paid?
if so, please furnish details :
(i) ACG 67 Receipt issued by PO (in Original)/ to
be enclosed and amount of EMD Deposit of
Rs. 7500/- or
copy of valid registration
certificate issued by concerned authorities : (ii) Amount : (iii) Name of the Post office /Bank :
UNDERTAKING
1. I/ We undertake that I/ We have
carefully studied all the terms and conditions and understood the parameters of the proposed work of the
Department of Posts and shall abide by them.
2. I/ We also undertake that I/We have understood
“ Parameters and Technical
specifications for
performing the work “ mentioned in Annexure II of the Tender and shall execute the work
strictly as per these “ Parameters and Technical Specifications “
3. I/ We further undertake that the information
given in this tender are true and correct
in all respect and we hold the
responsibility for the same.
4. I/ We also undertake that the samples
being supplied with Technical Bid are in accordance
with specifications given in the Part- I of Annexure – II to the NIT and I/We
shall be responsible for rejection/ cancellation
of contract if the sample are not found
up to the mark or for civil/ criminal proceedings if the material supplied is found sub- standard or not in accordance
with the sample furnished along with the tender
at a future date.
Date (Signature
of Tenderer with stamp of the firm)
12
Part II of
Annexure III
Documents
to be enclosed
1. Each
page of NIT and its Annexure, comprising 13 pages has to be signed, stamped and
enclosed (Clause 5 of Annexure I
refers).
2. Copy of the NSIC,
Government of India Enterprise/DG S&D with current validity / copy of
Entrepreneur memorandum filed under MSME Act 2006 with current validity in
respect of those who are seeking exemption for payment of Bid security (Bid
Security).
3. In case of Pvt Ltd
Coy or Public ltd Coy or Registered Co operative Society , Annual reports
consisting of Balance Sheet and Profit & Loss account for the year 2010-2011
& 2011-2012) duly authenticated.
4. In
case of Sole Proprietorship or Partnership, Balance Sheets and Profit &
Loss Account for the years, 2010-2011
& 2011-2012 duly authenticated.
5. Income
Tax Returns for the Assessment years 2011-12 and 2012-13 duly authenticated.
6. Copy
of documents referred to in Clause 5 of Annexure I to the NIT.
7. Copy
of the Certificate of Registration for VAT or similar registration with
Government Authorities.
8. List
of major customers to whom the said items were supplied during last two years,
with date of supply and quantity.
9. Copy
of PAN card, if PAN number is not mentioned in the IT returns.
10. Any
other information important in the opinion of the Tenderer.
Note: 1. The documents mentioned at Sl. no 1 to 9
above are mandatory.
2.
However in respect of Firm/Company which commenced its operation after 01.04.2010
the financial Statements mentioned at
items 3 to 5 above should cover the period from the
date of Commencement of operation and upto
31.03.2012
3.
Tenders not accompanied with any of the documents mentioned at Sl. 1 to 9,
except to the extent stated in note 2 above will be
rejected.
Signature
of the tenderer with seal Superintendent, Postal
stores depot, Tirunelveli-627002.
13
Department of Posts, India Annexure
IV
Tender
Form-2, Commercial Information (See clause 7 of Annexure I of this Tender
Document)
Sub: Notice inviting Tender for Printing
& Supply of File covers) –reg.
1. Total price for the work inclusive
of all kinds of incidental charges and all taxes etc. as per details given below will be Rs
---------------------- (In words
Rupees----------------------------------------------------
----------------only)
2. Details:
Sl.
no.
|
Particulars of Items to be Supplied
|
Quantity To be Procured in numbers
|
Rate per File cover
|
Total cost (in Rupees) including Freight, all taxes and
incidental charges etc.,)
|
1.
|
File covers
|
100000 nos.
|
|
Note:
1. Total consolidated price (including taxes, levies,
freight, Insurance and all other incidental charges) will be
considered for selection and not the basic price.
2. The bid shall be valid for the period of one year from
the date of placing supply order.
Date: (Dated
signature of Tenderer with Stamp of the
firm/company)
Superintendent, Postal
stores depot, Tirunelveli-627002.
r:� l|1 > @n$ `>$ >
1. Total consolidated price (including taxes, levies,
freight, Insurance and all other incidental charges) will be
considered for selection and not the basic price.
2. The bid shall be valid for the period of one year from
the date of opening of the tenders.
Date: (Dated
signature of Tenderer with Stamp of the
firm/company)
Superintendent, Postal
stores depot, Tirunelveli-627002.