26
GOVERNMENT OF INDIA Ministry of Communications & Information Technology. DEPARTMENT OF POSTS Office of the Superintendent, Postal Stores Depot, Hyderabad 500 025 No.H/2-1/TP Rolls/2016-17 dated at Hyderabad 500 025 the 21.06.2016 Notice Inviting e-Tender Online Tenders are invited on behalf of the President of India for procurement of Thermal Paper Rolls for use in the operative Offices in the Department of Posts in AP Circle for a period of Two Years from the date of acceptance of tender/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 the contract has been mentioned in Annexure I. 1. The work is to be performed 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 Performa for submission of tender has been given in Annexure III (for Technical Bid) and for Commercial Bid in BOQ format to this Notice Inviting e-Tender. Pre contract Integrity Pact is included as Annexure IV of NIT. The schedule of tender is given as under: 2. Schedule of Tender: Last date and time of uploading of Tender 11/07/2016 till 14 00 hrs Date and time of opening of tender 14/07/2016 at 11 00 hrs Approximate value of the tender in Rs. 1,08,00,000/- (Rupees One Crores Eight Lakhs Only) Amount of Earnest Money Deposit as per clause 3 of Annexure I Rs-2,70,000-00 (Rupees Two Lakhs Seventy Thousand only). Venue: Postal Stores Depot, Padmaraonagar, Hyderabad 500025. Cost of Tender Processing fee Rs.2,000-00 (Rupees Two thousand only) 3. Notice inviting Tender can be viewed from the Website www.indiapost.gov.in or the Tender form can be downloaded from the website www.eprocure.gov.in . The Fee of Rs.2000/- (Rupees Two thousand only) towards e-tender processing fee should be credited under UCR in any P.O. and the scanned copy of the receipt must be uploaded and the bids should be submitted as stipulated in Clause 4 of Part I of Annexure I of NIT. 4. All the documents in support of eligibility criteria are also to be uploaded along with Technical Bid. The Tenderers are advised in their own interest to upload the scanned copies of the desired papers/documents with their bids failing which their bids may be declared non responsive. 5. The foremost requirement of participation in e Tender is to have a digital signature. Superintendent Postal Stores Depot,Hyderabad 500025 Signature of tenderer with seal.

Tp Rolls Tech

Embed Size (px)

DESCRIPTION

tender

Citation preview

GOVERNMENT OF INDIA Ministry of Communications & Information Technology.

DEPARTMENT OF POSTS Office of the Superintendent, Postal Stores Depot, Hyderabad 500 025

No.H/2-1/TP Rolls/2016-17 dated at Hyderabad 500 025 the 21.06.2016

Notice Inviting e-Tender

Online Tenders are invited on behalf of the President of India for procurement of Thermal

Paper Rolls for use in the operative Offices in the Department of Posts in AP Circle for a period of Two Years from the date of acceptance of tender/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 the contract has been mentioned in Annexure I. 1. The work is to be performed 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 Performa for submission of tender has been given in Annexure III (for Technical Bid) and for Commercial Bid in BOQ format to this Notice Inviting e-Tender. Pre contract Integrity Pact is included as Annexure IV of NIT. The schedule of tender is given as under: 2. Schedule of Tender: Last date and time of uploading of Tender 11/07/2016 till 14 00 hrs

Date and time of opening of tender 14/07/2016 at 11 00 hrs

Approximate value of the tender in Rs. 1,08,00,000/- (Rupees One Crores Eight Lakhs Only)

Amount of Earnest Money Deposit as per clause 3 of Annexure I

Rs-2,70,000-00 (Rupees Two Lakhs Seventy Thousand only).

Venue: Postal Stores Depot, Padmaraonagar, Hyderabad 500025.

Cost of Tender Processing fee Rs.2,000-00 (Rupees Two thousand only)

3. Notice inviting Tender can be viewed from the Website www.indiapost.gov.in or the

Tender form can be downloaded from the website www.eprocure.gov.in . The Fee of Rs.2000/-

(Rupees Two thousand only) towards e-tender processing fee should be credited under UCR in

any P.O. and the scanned copy of the receipt must be uploaded and the bids should be

submitted as stipulated in Clause 4 of Part I of Annexure I of NIT.

4. All the documents in support of eligibility criteria are also to be uploaded along with Technical Bid. The Tenderers are advised in their own interest to upload the scanned copies of the desired papers/documents with their bids failing which their bids may be declared non responsive.

5. The foremost requirement of participation in e Tender is to have a digital signature.

Superintendent

Postal Stores Depot,Hyderabad 500025 Signature of tenderer with seal.

2

6. The Chief PMG, Andhra Pradesh Circle reserves the right to cancel the Tender at any time/stage or relax/amend/withdraw any of the terms and conditions contained in the Tender documents without assigning any reason thereof. Any enquiry, after uploading of the bid shall not be entertained. In case of withdrawal of bid, the EMD will stand forfeited.

7. The Terms and Conditions of the tender are enclosed (PDF format) and the price bid (Commercial bid) at BOQ format.

8. Complete tender documents may be downloaded from the Central Public Procurement Portal (http://eprocure.gov.in) and website of the Department of Posts (www.indiapost.gov.in). Information on any issue of corrigendum related to this Tender will also be available on website of CPP and also in the website of Department.

9. Offline bids will not be entertained for the tenders published in e-procurement

platform.

Superintendent Postal Stores Depot, Hyderabad 500025

Signature of tenderer with seal

3

DEPARTMENT OF POSTS, INDIA Office of the Superintendent, Postal Stores Depot, Hyderabad 500 025

ANNEXURE-I

GENERAL TERMS AND CONDITIONS

Sub: Notice Inviting e-Tender for supply of Thermal Paper Rolls. 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 Department of Posts for & on behalf of President of India.

2. Addresses:

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.2,70,000/- (Rupees Two Lakhs Seventy Thousand only) must be deposited by the bidders in any Post Office and Original Receipt in ACG 67 or computerized UCR receipt provided by the Post Office in token of having received the amount should be submitted electronically along with their tenders. The scanned copies of receipts for EMD and Cost of Tender form must be uploaded accordingly and original along with the required samples to be sent in a sealed envelope to the Superintendent, Postal Stores Depot, Hyderabad 500025 by Regd Post/Speed Post and not through any other mode as per instruction above. Firms registered under NSIC/ DGS&D/ MSME Act 2006 units registered with District Industries Centre/Department of Commerce and Industries, Government of Andhra Pradesh or with respective State Governments with current validity, are exempted from furnishing the Earnest Money (Bid Security). Such firms should submit a copy of the Entrepreneur memorandum/Registration Certificate with current validity for claiming exemption of EMD. Otherwise 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.

Superintendent

Postal Stores Depot, Hyderabad 500025 Signature of tenderer with seal.

4

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 The tenders without Earnest Money Deposit will be summarily rejected except those registered under DGS&D/NSIC/MSME Act 2006 with current validity. 3.5 No claim shall lie against the Government/Department in respect of erosion in the value or interest on the amount of Earnest Money Deposit or Security deposit. EMD of the unsuccessful tenderer shall not be returned before the expiry of the final bid validity and latest on or before 30th day after the award of contract.

4. Preparation and uploading of e-Tender :

(a) Preparation and uploading of e-tender:

1. Bidder should take into account any corrigendum published on the tender document before

the last date for uploading bids.

2. Bidder should get ready the bid documents in advance to be uploaded as indicated in the

tender document/schedule and generally, they can be in PDF/XLS formats. Bid documents

may be scanned with 100 dpi with black and white option.

(b) Uploading of bids:

3. The bidder has to authenticate with his digital signature certificate and upload the required bid documents owing responsibility for their correctness/authenticating documents one by one as indicated in the tender document. The required document for the e-tender should be properly paged and indexed and the requisite information should be highlighted also.

4. Bidder has to select the payment option as “offline” to pay the tender fee/EMD as applicable and enter details of the instrument.

5. Bidder should prepare the EMD/tender processing fee as per the instructions specified in the tender document. The original should be posted by Speed post to the undersigned, before by the date and time of the last date of bid submission. The details of the UCR issued by any post office/ any other accepted instrument, physically sent, should tally with the details available in the scanned copy and the data entered during bid submission time. Otherwise the uploaded bid will be rejected.

Superintendent

Postal Stores Depot,Hyderabad 500025

Signature of tenderer with seal.

5

6. The bidder shall authenticate the bid with his Digital Signature Certificate for submitting the bid electronically on e-procurement platform and the bids not authenticated by Digital Certificate of the bidder will not be accepted on the e-procurement platform.

7. A standard BOQ format has been provided with the tender document to be filled by all the bidders. Bidders are requested to note that they should necessarily submit their financial bids in the format provided and no other format is acceptable. Bidders are required to download the BOQ file, open it and complete the white coloured (Unprotected) cells with their respective financial quotes and other details (such as name of the bidder). No other cells should be changed. Once the details are completed the bidder should save it and submit it online, without changing the file name. If the BOQ file is found to be modified by the bidder, the bid will be rejected. 8. The server time (which is displayed on the bidder’s dash board) will be considered as the standard time for referencing the dead line for submission of the bids by the bidders, opening of the bids etc. The bidder should follow this time during the bid submission.

9. Upon the successful and timely submission of bids, the portal will give a successful bid submission message and a bid summary will be displayed with the bid number and the date and time of the submission of the bid with all other relevant details. 10. The bid summary has to be printed and kept as an acknowledgement of the submission of the bid. This acknowledgement may be used as an entry pass for any bid opening meetings.

5. Signing of tender:

Signature should be done electronically as per e procurement system. 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; In case, the bid is authenticated with the DSC of the authorized person, other than the proprietor, then copy of the power of Attorney/authorization in favour of the authorized person should be uploaded. (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 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 should be uploaded.

Superintendent Postal Stores Depot,Hyderabad 500025

Signature of tenderer with seal

6 (c) Director or a principal officer duly authorized by the Board or Directors of the Company, if it is a company. Copy of such authorization to sign the tender/contract duly signed by all the Directors of the Company should be uploaded. Such authorization should have the specimen signature of such authorized officer. (d) In the case of Co-operative Society, the person who is signing the tender document must have authority to do so and relevant authority from the Competent authority should be uploaded. N.B: (i). In case of partnership firms, a copy of the partnership agreement or general power of attorney is executed in favour of any of the partners or any authorized officers of the firm. Then copy of power of attorney duly attested by a Notary public should be furnished on stamped paper duly sworn or affirmed by all the partners admitting execution of the partnership agreement or the general power of attorney. The attested copy of the certificate of registration of the firm should also be uploaded along with the tender. (ii) In the case of partnership firms, where no authority to refer disputes concerning the business of partnership firm has been conferred on any partner, the tender and all other related documents must be signed by all partners of the firm. (iii) 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 Superintendent Postal Stores Depot, Hyderabad 500025 may, without prejudice, cancel the contract and hold the signatory liable for all costs, consequences and damages under the civil and criminal remedies available. (iv) In case of Pvt. Ltd., / Limited companies, company Incorporation Certificate along with the Articles of Association has to be uploaded. (v) The Tenderer should authenticate each page of the tender, and all its Annexure while uploading the tender with the Signature as the acceptance of the offer made by the tenderer will be deemed as a contract in case no formal contract is drawn. NO PAGE SHOULD BE OMITTED TO BE UPLOADED, FROM THIS NOTICE INVITING TENDER AND NOTHING SHOULD BE ADDED/MODIFY IN THE TENDER DOCUMENT WHILE UPLOADING. (vi) –Deleted-.

(vii) The Tenderer should sign and submit the pre-integrity pact in Annexure IV electronically and as well manually.

Superintendent

Postal Stores Depot,Hyderabad 500025

Signature of tenderer with seal.

7 6. Technical Bid:

i) All documents relating to technical bids should be uploaded accordingly as required vide Part II of Annexure III and relevant connected documents along with the copy of receipt obtained for EMD for the amount indicated in para 4 of draft NIT with full details of Technical facilities for executing the work and any other information sought for in Annexure II of Part I. ii) All documents of technical bid should be submitted electronically in PDF format. iii) The Tenderer shall be required to furnish a declaration in “online” stating that the soft copies uploaded by them are genuine. Any incorrectness/ deviation noticed will be viewed seriously apart from cancelling the work duly forfeiting the EMD and the firm will also be blacklisted. vi) The bidder has to keep track of any changes by view in addendum/ corrigendum issued by the Tender inviting authority on time to time basis on e-procurement platform. The Department will not be responsible for any claims/problem arising out of this. vii) A specific mention in the tender that the terms and conditions mentioned in the tender are acceptable to the firm in full is to be made by uploading a signed copy to this effect along with the technical bid.

7. Commercial Bid: 7.1 The Department shall carry out the Technical evaluation solely based on the uploaded certificates/documents in the e-procurement system and open the price bids of the responsive bidders.

7.2 The Commercial Bid should be submitted in BOQ file given in CPP Portal. The bidder has to digitally sign and upload the required bid documents one by one as indicated in the tender document.

7.3 The Commercial Bids of the Tenderer short-listed 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. A duly constituted Tender Evaluation Committee (TEC) will evaluate the Technical bids and Commercial Bids.

Superintendent

Postal Stores Depot,Hyderabad 500025 Signature of tenderer with seal

8

7.4 A consolidated price (inclusive of all kinds of Taxes and other incidental charges) should be quoted along with its break up showing various items of charge. The price quoted shall be firm and final. 7.5 Terms of payment as stated in Annexure I of Tender Document shall be final.

7.6 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.

7.7 No terms and conditions should be entered by the Tenderer along with Commercial bid.

7.8 Any conditional bid will not be entertained.

8. Validity of the bids: The bids shall be valid for a period of 120 days. The contract shall be valid for a period of two years from the date of acceptance of tender which can be extended for a further period of one year on same rate, terms & conditions. 9. Opening of the Tender: On the date and time indicated in the “Schedule of Tender”, Technical bids will be opened first. Thereafter, Commercial Bids of the Tenderers short-listed 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 done on the basis of certificates/documents uploaded through online only as furnished in form given in Annexure – III, which includes;

10.1.1 Payment of Fee of Rs 2000/- for Tender documents; 10.1.2 Payment of Earnest Money (Bid Security) of Rs.270000/-(Rs. Two Lakhs

Seventy thousand only) 10.1.3 Submission of documents mentioned in Part-II of Annexure-III. 10.1.4 Submission of Power of Attorney. 10.1.5 Submission of samples.

10.2 The Commercial Bid of such firms found valid based on technical parameters, as per Part-I and II of 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 and not the basic price or individual price.

Superintendent

Postal Stores Depot,Hyderabad 500025 Signature of tenderer with seal.

9 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 Tenderers 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. 10.5 The bidder shall invariably furnish the original EMD Receipt (Hard copy of the UCR Receipt)/sample sought for to tender inviting authority and pre integrity before last date and time of submission of bids through speed post / Regd post (not through private couriers/ordinary post/any other mode) and the receipt of the same is the responsibility of the bidder. The Department will not take any responsibility for delay or non receipt. 11. Right of acceptance 11.1 The Department of Posts reserve 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. 11.3 Conditional bid will not be accepted and will be rejected outright. 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 45 days from the date of issue of the Supply Order.

14. Performance Security I. In the form of NSC or Fixed Deposit in a Nationalized Bank pledged to The President of

India operated by The Superintendent Postal Stores Depot, Hyderabad 500025 for a period

extending to two months beyond the date of completion of all contractual obligations of the

supplier

II. Bank guarantee in the Name of The Superintendent, Postal Stores Depot, Hyderabad 500025

for a period extending to two months beyond the date of completion of all contractual

obligations of the supplier within seven days from the date of acceptance of the tender and

produce the documents in original. The Security Deposit will not be adjusted against any

payment due to the firm from the Department of Posts.

Superintendent

Postal Stores Depot,Hyderabad 500025 Signature of tenderer with seal.

10

14.2. The 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.

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 alternate arrangement as the department may

think fit at the risk of the supplier.

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 cost of all sorts i.e., material, labour, overheads,

transportation etc., (OR)

Superintendent, Postal Stores Depot, Hyderabad 500025

Signature of the Tenderer with seal

11

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 matter 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 or

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 1% per week delay will be

imposed which will be recovered in the manner stated in sub-clause (b) of this clause subject to

the maximum of 10%.

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 the 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.

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 there for and nothing will be payable by this Department in that event and the Security deposit shall also stand forfeited.

Superintendent

Postal Stores Depot,Hyderabad 500025 Signature of tenderer with seal

12 19. Subletting of work

The firm shall not assign or sublet the work or any part of it to any other person or party without having first obtained permission in writing of the Director General, Department of Posts, which he will be at liberty to refuse if he thinks fit.

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 scheduled prescribed etc should not be disturbed.

21.2 The contractor must take every care to see that the work or any portion there of, 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 as sought for in Part – I of Annexure – II:

22.1 Samples sought for should be equivalent to the quality mentioned in the specifications provided in Part. I of Annexure II. Samples should be enclosed along with the technical bid and sent through speed post / Regd post to tender accepting authority before the last date of submission of the bids and the receipt of the same is the responsibility of the bidder.

22.2 Tenders without samples are liable to be rejected. If sample is not as per the specifications required, it will be rejected. They are subject to third party testing. 22.3 The contractor must confirm that the stores/materials offered will conform to the specification in all respects. The mere fact that the competent authority has approved the samples, just by seeing it in a non expertise way, will in no way absolve the contractor from supplying stores/materials of the different specifications. Where the stores/materials offered are not to the required specification, the extent of deviation may be clearly indicated. 22.4 Samples should be supplied free of charge and in no case they will be returned.

Superintendent

Postal Stores Depot,Hyderabad 500025 Signature of tenderer with seal

13

23. The tender is not transferable. Only one tender shall be submitted by one Tenderer.

24. Further order (Repeat Order), if any, not exceeding 50% of the tender quantity should be

honored at the same 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 be recommended on the basis of the order of award of work. 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 applicable from time to time shall be deducted from each bill and the payment will be for net amount. 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 any difference arises concerning this agreement and its interpretation on the payment

be made there under the same shall be settled by mutual consultations and negotiations. If

attempts for conciliation do not yield any results within a period of 30 days either of the parties

may make a request to the other party for submission of the dispute for decision by an arbitral

tribunal containing a sole arbitrator to be appointed by the secretary, Department of legal affairs.

The arbitration proceedings shall take place at Hyderabad and shall be conducted in English. The

provisions of arbitration and conciliation act, 1996 and rules framed there under and in force shall

be applicable to such proceedings.

27. Conditional tenders will not be accepted.

28. Pre-contract integrity pact.

The contractor has to execute the pre contract integrity pact enclosed to the tender document

(Annexure-v) and upload the same and send original pre contract integrity pact along with

original receipts of cost of tender and EMD by the due date and time.

Superintendent Postal Stores Depot, Hyderabad 500025

Signature of tenderer with seal

14

DEPARTMENT OF POSTS, INDIA

ANNEXURE – II PART I

Sub: Notice inviting tender for supply of Thermal Paper Rolls.

Parameters and Technical Specification for Executing the Work for executing the

work:

Item

No.

Item

Description

Specifications

Quantity proposed

to be procured (in

NOs which is likely

to vary)

1. Thermal

Paper Rolls

Thermal Paper rolls with 55 GSM, 2.25”

Width and 20 Meters Length

1200000

(Twelve Lakh

Rolls)

Superintendent

Postal Stores Depot, Hyderabad 500025 Digital Signature Certificate of the Tenderer

15

Part II of Annexure-II

Terms & 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. The quantity of items purported to be procured through this tender as mentioned in Part I of Annexure II is only tentative. Actual quantity to be ordered may vary depending upon the requirement of divisions. No variation in rate quoted will be entertained during the validity of the tender period. 3. Delivery should be made free of cost at the door step to Postal Stores Depot Hyderabad. 4.The rates quoted should be inclusive of all taxes. 5. An advance stamped receipt should be sent along with the bill in triplicate. 6. no payment shall be made in advance nor any loan from any bank or financial institution shall be recommended on the basis of the order of award of work. 7. All payments shall be made by cheque only on completion of the work in full, after deducting the TDS and other taxes as admissible from time to time. 8. The Department of Posts shall be at liberty to withhold any of the payments in full or in part subject to recovery of penalties. 9. Dispatch of the items must be notified to Superintendent, Postal Stores Depots along with the way bill. 10. The receipt of the supply order should be acknowledged by return of post. 11. Any violation of terms and conditions or supply of inferior quality of items will result in total rejection of the item, apart from taking suitable remedial action at your cost and risk. 12. Further orders, if any, within the period of validity of tender should be honoured at the same rate, terms and conditions (see Clause 24 of Annexure I). 13. All the firms participating in the tender must submit a list of their owners/partners, etc, along with their contact telephone NOs and a certificate to the effect that the firm is not blacklisted by any Govt. Department nor is any criminal case 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. 14. In case of breach of any terms and conditions of the conditions, the competent authority reserves the right to call explanation of firm by issuing show cause notice. In case of non satisfactory reply, action like forfeiting of security money or black listing the firm can be taken.

Superintendent Postal Stores Depot,Hyderabad 500025

Signature of tenderer with seal

16

DEPARTMENT OF POSTS, INDIA

Office of the Superintendent, Postal Stores Depot, Hyderabad-500025

Annexure – III

Part I

TECHNICAL INFORMATIONS

(See Clause 6 of Annexure I of this Tender document.)

Sub: Notice Inviting e-tender for supply of Thermal Paper Rolls.

1. Name and Address of the Tenderer/Concern :

2. Nature of the Concern ( i.e, Sole Proprietor or Partnership Firm or a Pvt Ltd Company or a

Public Ltd Company or a Government Department or a Public Sector Organization or a Regd

Co-operative Society) :

3. Details of payment of tender form cost of Rs..................UCR No..dt....................................

PO at .......................... where credited.

4. Whether Earnest Money Deposit (Bid security) is paid?

If so, please furnish details.

i) UCR No .................... dated........................

ii) Receipt issued by PO:

iii) Amount : Rs.

(Scanned copy of receipt to be uploaded and originals sent along with the sample to be sent at

PSD Hyd)

Documents to be uploaded

5. Copy of Registration Certificate issued by NSIC, Govt. of India Enterprise/DG S&D, MSME

with current validity in respect of those who are seeking exemption for payment of Earnest

Money Deposit (Bid Security).

6. In case of Private Ltd Co or Public Ltd Co or Registered Co-operative Society, Annual Reports

consisting of Balance sheet and Profit and Loss Account for the year 2012-13, 2013-14 and 2014-15

duly authenticated.

7. In case of Sole Proprietorship or Partnership, Balance Sheets for the years 2012-13& 2013-

2014 & 2014-15 duly authenticated.

17

8. Income Tax returns for the Assessment years 2013-14, 2014-15 & 2015-16

9. Copy of PAN card

10. Copy of Certificate of Registration for VAT or similar registration with Govt. Authorities.

11. Copy of Registered Partnership Deed/General Power of Attorney /incorporation certificate

and Articles of Association in case of company (Any one of these documents as applicable).

12. Copy of the Registration certificate TIN and service Number is to be uploaded along with the Technical bid. 13. Turnover of the firm should be 36 Lakhs or more in any of the previous 3 financial years. 14. List of Establishment particulars and Machinery equipment engaged for the work: 15. List of Govt Clients and copies of supply orders issued by Govt Organizations/PSUs 16. Samples enclosed (Clause 22 of Annexure I refers): 17. Whether undertaking in the proforma ( enclosed to this Annexure) is enclosed and uploaded: 18. Pre Integrity Pact in Annexure V executed and uploaded. ( Clause 28 ref) 19. Whether the Contractor is blacklisted by any Govt Organisation/PSU: 20. Any other information important in the opinion of the Tenderer.

Note:

1. The documents mentioned at serial 1 to 18 above are mandatory.

2. However, in respect of Firm/Company which commenced its operation on or after 01-04-2012,

the financial statements mentioned at items 3 to 5 should cover the period from the date of

commencement of operation and up to 31.03.2016.

3. Tenders not accompanied with any of the documents mentioned at serial 1 to 18, except to the

extent stated in Note 2 above will be rejected.

4. All particulars at Sl 1 to 4 should be filled in compulsorily. No item at any serial should be left

blank.

5. All the documents at sl 5 to 18 should be signed, attested and uploaded compulsorily.

Superintendent,

Postal Stores Depot,

Signature of the Tenderer with seal Hyderabad- 500025

18

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 samples are not found up to the mark or for

civil/criminal proceedings if the material supplied is found to be sub-standard or not in

accordance with the sample furnished along with the tender, at a future date.

Signature of the Tenderer

With seal

19

Annexure IV

TENDER FORM -2 COMMERCIAL INFORMATION

(see Clause 7 of Annexure I of this Tender Document)

Sub: Notice inviting tender for supply of Thermal Paper Rolls.

Sl.No Details of item Quantity in Nos Rate per each Roll

1 Thermal Paper Rolls 1200000 Not to be filled here. To be submitted

in BOQ through On-Line.

(Free Delivery of the goods against supply order at the door step of PSD, Hyderabad)

Signature of the Tenderer

With seal

20

Annexure V

PRE CONTRACT INTEGRITY PACT

General

This pre bid pre contract agreement (herein after called the integrity pact) is made on ------day of

the month of------2013, between, on one hand, the President of India acting through Sri------

Designation of the officer, Ministry/Department, Government of India (herein after called the

"BUYER", which expression shall mean and include, unless the context otherwise requires, his

successors in office and assigns) of the First Part and M/s. ------represented by Sri-------Chief

Executive Officer (herein after called the "BIDDER/SELLER" which expression shall mean and

include, unless the text otherwise requires, his successors and permitted assigns) of the second

part.

WHEREAS the BUYER proposes to procure (Name of the stores/equipment/item) and the

BIDDER/SELLER is willing to offer/has offered the stores and WHEREAS the BIDDER is a

private company/Public Company/Government undertaking/Partnership/Registered Export

Agency, constituted in accordance with the relevant law in the matter and the BUYER is a

Ministry/Department of the Government of India/PSU performing its function on behalf of the

President of India.

NOW, THEREFORE,

To avoid all forms of corrections by following a system that is where, transparent and free from

any influence/Prejudiced dealings prior to, during and subsequent to the currency of the contract

to be entered in to with a view to : -

Enabling the BUYER to obtain the desired said stores/equipment at a competitive price in

conformity with the defined specifications by avoiding the high cost and the distortionary impact

of corruption on public procurement, and

Enabling BIDDERs to abstain from bribing or indulging in any corrupt practice in order to secure

the contract by providing assurance to them that their competitors will also abstain from bribing

and other corrupt practices and the BUYER will commit to prevent corruption, in any form by its

officials by following transparent procedures.

21

The parties here to hereby agree to enter in to this integrity pact and agree as follows :

1. COMMITMENTS OF THE BUYER

1.1. The BUYER undertakes that no official of the BUYER, connected directly or indirectly with

the contract, will demand, take a promise for or accept, directly or through intermediaries, any

bribe, consideration, gift, reward, favour or any material or immaterial benefit or any other

advantage from the BIDDER, either for themselves or for any person, organisation or third party

related to the contract in exchange for an advantage in the bidding process, bid evaluation,

contracting or implementation process related to the contract.

1.2. The BUYER will, during pre-contract stage, treat all bidders alike and will provide to all

BIDDERs, the same information and will not provide any such information to any particular

BIDDER which could afford an advantage to that particular BIDDER in comparison to other

BIDDERs.

1.3. All the officials of the BUYER will report to the appropriate Government office any

attempted or completed breaches of the above commitments as well as any substantial suspicion

of such a breach.

2. In case any such preceding misconduct on the part of such official(s) is reported by the

BIDDER to the BUYER with full and verifiable facts and the same is prima facie found to be

correct by the BUYER, necessary disciplinary proceedings, or any other action as deemed fit,

including criminal proceedings may be initiated by the BUYER and such a person shall be

debarred from further dealings related to the contract process. In such a case while an enquiry is

being conducted by the BUYER the proceedings under the contract would not be stalled.

3. Commitments of BIDDERs

The BIDDER commits itself to take all measures necessary to prevent corrupt practices, unfair

means and illegal activities during any stage of its bid or during any pre-contract stage in order

to secure the contract or in furtherance to secure it and in particular commit itself to the

following:-

a. The BIDDER will not offer, directly or through intermediaries, any bribe, gift,consideration,

reward, favour, any material or immaterial benefit or other advantage,commission, fees,

brokerage or inducement to any official of the BUYER, connected directly or indirectly with the

bidding process, or to any person, organization or third party related to the contract in exchange

for any advantage in the bidding, evaluation, contracting and implementation of the contract.

b. The BIDDER further undertakes that it has not given, offered or promised to give, directly or

indirectly any bribe, gift, consideration,

3.1. The BIDDER will not collude with other parties interested in the contract to impair the

transparency, fairness and progress of the bidding process, bid evaluation, contracting and

implementation of the contract.

3.2. The BIDDER will not accept any advantage in exchange for any corrupt practice, Unfair

means and illegal activities.

22

3.3. The BIDDER shall not use improperly, for purposes of competition or personal Gain, or pass

onto others, any information provided by the BUYER as part of the business relationship,

regardingplans. Technical proposals and business details, including information contained in any

electronic data carrier. The BIDDER also undertakes to exercise due and adequate care lest any

such information is divulged.

3.4. The BIDDER commits to refrain from giving any complaint directly or through any other

manner without supporting it with full and verifiable facts.

3.5. The BIDDER shall not instigate or cause to instigate any third person to commit any of the

actions mentioned above.

3.6. If the BIDDER or any employee of the BIDDER or any person acting on behalf of the

BIDDER,

either directly or indirectly, is a relative of any of the officers of the BUYER, or alternatively, if

any relative of an officer of the BUYER has financial interest/stake in the BIDDER's firm, the

same shall be disclosed by the BIDDER at the time of filing of tender. The term 'relative' for this

purpose would be as defined in Section 6 of the Companies Act 1956.

3.7. The BIDDER shall not lend to or borrow any money from or enter into any monetary

dealings or transactions, directly or indirectly, with any employee of the BUYER.

4. Previous Transgression

a. The BIDDER declares that no previous transgression occurred in the last three years

immediately before signing of this Integrity Pact, with any other company in any country in

respect of any corrupt practices envisaged hereunder or

b. with any Public Sector Enterprise in India or any Government Department in India that could

justify BIDDER's exclusion from the tender process

c. The BIDDER agrees that if it makes incorrect statement on this subject, BIDDER can be

disqualified from the tender process or the contract, if already awarded, can be terminated for

such reason.

5. Earnest Money (Security Deposit):-

a. While submitting commercial bid, the BIDDER shall deposit an amount (to be specified in RFP)

as Earnest Money /Security Deposit, with the BUYER through any of the following instruments:

(i) Bank Draft or a Pay Order in favour of

(ii) A confirmed guarantee by an Indian Nationalized Bank, promising payment of the

guaranteed sum to the BUYER on demand within three working days without any demur

whatsoever and without seeking any reasons whatsoever. The demand for payment by the

BUYER shall be treated as conclusive proof of payment.

23

(iii) Any other mode or through any other instrument (to be specified in the RFP).

b. The Earnest Money/Security Deposit shall be valid upto a period of five years or the complete

conclusion of the contractual obligations to the compete satisfaction of both the BIDDER and the

BUYER, including warranty period, whichever is later.

c. In case of the successful BIDDER a clause would also be incorporated in the Article pertaining

to Performance Bond in the Purchase Contract that the provisions of Sanctions for Violation shall

be applicable for forfeiture of Performance Bond in case of a decision by the BUYER to forfeit the

same without assigning any reason for imposing sanction for violation of this Pact.

d. No interest shall be payable by the BUYER to the BIDDER on Earnest Money/Security Deposit

for the period of its currency.

6. Sanctions for Violations

a. Any breach of the aforesaid provisions by the BIDDER or any one employed by it or acting on

its behalf (whether with or without the knowledge of the BIDDER) shall entitle the BUYER to

take all or any one of the following actions, wherever required:-

(i) To immediately call off the pre contract negotiations without assigning any reason or giving

any compensation to the BIDDER. However, the proceedings with the other BIDDER(s) would

continue.

(ii) The Earnest Money Deposit (in pre-contract stage) and/or Security Deposit/Performance

Bond (after the contract is signed) shall stand forfeited either fully or partially, as decided by the

BUYER and the BUYER shall not be required to assign any reason there for.

(iii) To immediately cancel the contract. If already signed, without giving any compensation to

the BIDDER.

(iv) To recover all sums already paid by the BUYER, and in case of an Indian BIDDER with

interest thereon at 2% higher than the prevailing Prime Lending Rate of State Bank of India,

while in case of a BIDDER from a country other than India with interest thereon at 2% higher

than the LIBOR. If any outstanding payment is due to the BIDDER from the BUYER in

connection with any other contract for any stores, such outstanding payment could also be

utilized to recover the aforesaid sum and interest.

(v) To en cash the advance bank guarantee and performance bond/warranty bond, if

furnished by the BIDDER, in order to recover the payments, already made by the BUYER,

along with interest.

24

(vi) To cancel all or any other Contracts with the BIDDER. The BIDDER shall be liable to pay

compensation for any loss or damage to the BUYER resulting from such cancellation/rescission

and the BUYER shall be entitled to deduct the amount so payable from the money(s) due to the

BIDDER.

(vii) To debar the BIDDER from participating in future bidding processes of the Government of

India for a minimum period of five years, which may be further extended at the discretion of the

BUYER.

(viii) To recover all sums paid in violation of this Pact by BIDDER(s) to any middleman or agent

or broker with a view to securing the contract.

(ix) In cases where irrevocable Letters of Credit have been received in respect of any contract

signed by the BUYER with the BIDDER, the same shall not be opened.

(x) Forfeiture of Performance Bond in case of a decision by the BUYER to forfeit the same without

assigning any reason for imposing sanction for violation of this Pact.

b. The buyer will be entitled to take all or any of the actions mentioned at para a. (i) to (x) of this

Pact also on the Commission by the BIDDER or any one employed by it or acting on its behalf

(whether with or without the knowledge of the BIDDER), or an offence as defined in Chapter IX

of the Indian Penal Code, 1860, or Prevention of Corruption Act 1988 or any other stature enacted

for prevention of corruption.

c. The decision of the BUYER to the effect that a breach of the provisions of this Pact has been

committed by the BIDDER shall be final and conclusive on the BIDDER. However, the BIDDER

can approach the Independent Monitor(s) appointed for the purposes of this Pact.

7. Fall Clause:-

a. The BIDDER undertakes that it has not supplied/is not supplying similar product/systems or

subsystems at a price lower than that offered in the present bid in respect of any other

Ministry/Department of the Government of India or PSU and if it is found at any stage that

similar product/systems or sub systems was supplied by the BIDDER to any other

Ministry/Department of the Government of India or a PSU at a lower price, then that very price,

with due allowance for elapsed time, will be applicable to the present case and the difference in

the cost would be refunded by the BIDDER to the BUYER , if the contract has already been

concluded.

25

8. Independent Monitors:-

a. The BUYER has appointed Independent Monitors (hereinafter referred to as Monitors) for this

Pact in consultation with the Central Vigilance Commission (Names and Addresses of the

Monitors to be given).

Sri Rakesh Kackar,

Ex Secretary of Govt of India,

Ministry of Food Processing Industries,

HNo. C-1/39, Pandara Park,

NEW DELHI - 110003.

b. The task of the Monitors shall be to review independently and objectively, whether and to

what extent the parties comply with the obligations under this Pact.

c. The Monitors shall not be subject to instructions by the representatives of the parties and

perform their functions neutrally and independently.

d. Both the parties accept that the Monitors have the right to access all the documents relating to

the project/procurement, including minutes of meetings.

e. As soon as the Monitor notices, or has reason to believe, a violation of this Pact, he will so

inform the Authority designated by the BUYER.

f. The BIDDER(s) accepts that the Monitor has the right to access without restriction to all Project

documentation of the BUYER including that provided by the BIDDER. The BIDDER will also

grant the Monitor, upon his request and demonstration of a valid interest, unrestricted and

unconditional access to his project documentation. The same is applicable to Subcontractors. The

Monitor shall be under contractual obligation to treat the information and documents of the

BIDDER/Subcontractor(s) with confidentiality.

g. The BUYER will provide to the Monitor sufficient conformation about all meetings among the

parties related the Project provided such meetings could have an impact on the contractual

relations between the parties. The parties will offer to the Monitor the option to participate in

such meetings.

h. The Monitor will submit a written report to the designated Authority of BUYER/Secretary in

the Department within 8 to 10 weeks from the date of reference or intimation to him by the

BUYER/BIDDER and, should the occasion arise, submit proposals for correcting problematic

situations.

26

9. Facilitation of Investigation:-

In case of any allegation of violation of any provisions of this Pact or payment of commission, the

BUYER or its agencies shall be entitled to examine all the documents including the Books of

Accounts of the BIDDER and the BIDDER shall provide necessary information and documents in

English and shall extend all possible help for the purpose of such examination.

10. Law and Place of Jurisdiction:-

This Pact is subject to Indian Law. The place of performance and jurisdiction is the seat of the

BUYER.

11. Other Legal Actions:-

The actions stipulated in this Integrity Pact are without prejudice to any other legal action that

may follow in accordance with the provisions of the extant law in force relating to any civil or

criminal proceedings.

12. Validity:-

a. The validity of this Integrity Pact shall be from date of its signing and extend upto 5 years or

the complete execution of the contract to the satisfaction of both the BUYER and the

BIDDER/Seller, including warranty period, whichever is later. In case BIDDER is unsuccessful,

this Integrity Pact shall expire after six months from the date of the signing of the contract.

b. Should one or several provisions of this Pact turn out to be invalid; the remainder of this Pact

shall remain valid. In this case, the parties will strive to come to an agreement to their original

intentions.

c. The parties hereby sign this Integrity Pact at on

BUYER BIDDER

Name of the Officer CHIEF EXECUTIVE

OFFICER

Designation

Deptt./Ministry/PSU

Witness: Witness:-

1. 1.

2. 2.

* Provisions of these clauses would need to be amended /deleted in line with the policy of the

BUYER in regard to involvement of Indian agents of foreign suppliers.