Rs.15,500/- (Rs. Fifteen thousand five hundred) only.

Similar documents
CPP Portal Tender ID: 2017_DoPTG_246667_1

CPP Portal Tender ID: 2016_DoPTG_109745_1

FILE NO. D-15017/12/2016/GENERAL GOVERNMENT OF INDIA DIRECTORATE GENERAL OF CIVIL AVIATION, OPPOSITE SAFDARJUNG AIRPORT, NEW DELHI

CONTRACT:CC-18 J TENDER DOCUMENTS

E-procurement Tender Notice

CONTRACT NO: DMRC/ENV/ISO/50001/275/2017/01

BIDDING DOCUMENT. For. Procurement of Goods. USIC/2016/Annual maintenance contract for Bruker Discover D8 X-ray diffractometer

Maintenance Contract for providing and replacement of damaged toughened glasses at NDRU, SJSU, DKV, DACY & APOT stations of Airport Line.

CONTRACT NO: CCM-77/2016 VOL-I DELHI METRO RAIL CORPORATION LTD.

Setting up & Operation of 24x7 IVRS Helpline for Delhi Metro Rail Corporation Ltd.

2. Receipt of Bids : Latest by 2.00 pm on Technical Bid Opening : at 2.30 pm on

E-TENDER FOR HIRING OF COMMERCIAL VEHICLE (NON-AC CAR) ON MONTHLY DUTY AT STPI-KOLKATA

Installation of Anti Bird Nesting PVC net in depot & main line OHE Masts and Portals.

CONTRACT NO: OCW-148. Supply, Erection and Fixing of view cutter over viaduct between Mandi House and Pragati Maidan Metro Station.

CONTRACT NO: CCM-57/2016 VOL-I DELHI METRO RAIL CORPORATION LTD.

QUOTATION ENQUIRY HOSTEL FURNITURE

NOTICE INVITING TENDER (NIT)

DELHI METRO RAIL CORPORATION LTD. (A Joint Venture of Govt. of India & Govt. of NCT, Delhi)

"Refilling of Argonite Gas cylinders (300 Bar, 80 Ltr ) in Airport Line"

CONTRACT NO: OCW-61. Notice Inviting Tender (NIT) DELHI METRO RAIL CORPORATION LTD.

Sub: Tender for printing of Green Good Deeds(GGDs) Diaries (Multicolour) for Ministry of Environment, Forest and Climate Change- reg.

Chennai Metro Rail Limited, Chennai ,India.

BID FOR HIRING OF AGENCY FOR PRINTING JOBS IN CONSULTANCY DEVELOPMENT CENTRE (CDC) CONSULTANCY DEVELOPMENT CENTRE

MAHARASHTRA ELECTRICITY REGULATORY COMMISSION

E-TENDER NOTICE COMPUTER STATIONERY ITEMS

CONTRACT NO: OCH-158. Maintenance of horticulture works at Depot, Staff Quarters and RSS at Sarita Vihar. Notice Inviting Tender (NIT)

Document Download Start Date & time (e-tender) Lac at Hrs

NOTICE INVITING TENDER (NIT) e-tender

QUOTATION ENQUIRY LAB FURNITURE. No :- IIT Mandi/S&P/PUR-103/ /

Tender No. AYCL/ED/SWG/14-16/Security Agency dated 24/10/2014. Appointment of Security Agency at. Electrical Division (Kolkata Operation)

NOTICE INVITING TENDER (NIT)

NOTICE INVITING TENDER (NIT)

Sd- ( D.C.PATIL ) CHIEF PURCHASE & STORE OFFICER, FOR GENERAL MANAGER, F.Pur-01.Rev.0

Notice Inviting Tender for Supply, Installation & Commissioning of Box Compression Tester

NOTICE INVITING TENDER (NIT) INR Crore

(A GOVT. OF WEST BENGAL UNDERTAKING) H.O. & R. O.: 2, DurgaCharan Doctor Lane, Kolkata

TENDER DOCUMENT ON ANNUAL MAINTENANCE CONTRACT (AMC) FOR SERVERS/COMPUTERS/PRINTERS/UPS/LAPTOPS AT TTDC CORPORATE OFFICE AND UNITS

STATE BLOOD TRANSFUSION COUNCIL, ODISHA

Chennai Metro Rail Limited, Chennai ,India.

Bank of Baroda inviting tenders from Gujarat Based Reputed Printers for F.Y with BOB Zonal Stationery Cell, Baroda. Ph.

Construction and development of Parking at stations and miscellaneous works at Noida-Greater Noida Metro Corridor and Depot CONTRACT NO: NC-10

KERALA INDUSTRIAL INFRASTRUCTURE DEVELOPMENT CORPORATION(KINFRA) (A statutory body of Govt of Kerala)

at 13:30 hrs

Notice Inviting Tender for Printing of Accounts Manual of APDCL

SBU Logistics Services 32-33, Kushal Bazar, Ground Floor, Nehru Place, New Delhi Phone: ,

/ :55 P.M :00 A.M.

CENTRAL BOARD OF SECONDARY EDUCATION. Shiksha Sadan, 17, Rouse Avenue, Institutional Area, New Delhi No. CBSE/ACAD/SUPDT(IT) Dated: 19/01/2016

Hindustan Shipyard Ltd (A Government of India Undertaking) GANDHIGRAM, VISAKHAPATNAM ( An ISO 9001 Company )

(A GOVT. OF WEST BENGAL UNDERTAKING) H.O. & R. O.: 2, DurgaCharan Doctor Lane, Kolkata

Central University of Orissa

DELHI METRO RAIL CORPORATION LIMITED CONTRACT NO: CC-131

DELHI METRO RAIL CORPORATION LIMITED (A Joint Venture of Govt. of INDIA & GNCTD) Tender Document

Webel Mediatronics Limited (A Govt. of West Bengal Undertaking) P- 1 Taratala Road, Kolkata Phone: , FAX:

National Bal Bhavan Kotla Road, New Delhi. Limited Tender for Hiring of Cars day to day basis for a period of one year.

KERALA INDUSTRIAL INFRASTRUCTURE DEVELOPMENT CORPORATION (KINFRA) (A statutory body of Govt of Kerala)

NOTICE INVITING TENDER

Tender Notice Ref. No. NITJ/Store/133/15 Tender no. 01/2018

YASHWANTRAO CHAVAN ACADEMY OF DEVELOPMENT ADMINISTRATION RAJBHAVAN COMPLEX, BANER ROAD, PUNE

AN ISO 9001 & ISO COMPANY TENDER DOCUMENT. NIT No.: NRO/CON/738/667 date : FOR

NOTICE INVITING E-TENDER (DOMESTIC COMPETITIVE BIDDING) (SINGLE STAGE TWO ENVELOPE BIDDING) NIT No TSECL/Corp. Office/16-17/31 Date:

GOVERNMENT OF INDIA OFFICE OF THE COMMISSIONER OF CUSTOMS, CENTRAL EXCISE & SERVICE TAX 6/7, A.T.D. STREET, RACE COURSE ROAD, COIMBATORE

AIRPORTS AUTHORITY OF INDIA CHENNAI INTERNATIONAL AIRPORT, CHENNAI DEPARTMENT OF OPERATIONS NOTICE INVITING E-TENDER

ICSI HOUSE, C-36, Sector-62, Noida

VIBROMETER IN SCHOOL OF ENGINEERING AT IIT MANDI

DATED: DUE ON

INDIAN INSTITUTE OF SCIENCE BENGALURU

ICSI HOUSE, C-36, Sector-62, Noida

Tender for supply of Course Material-Books. Ref: CDACH/Pur/17/CM/0817 Date: September 4, 2017

WEST BENGAL STATE SEED CORPORATION LIMITED

Board of School Education Haryana, Bhiwani Re-Tender Notice Empanelment of Vendors for Live CCTV surveillance system. For. HTET Exam Dec

No.14/PGRRCDE/OU/2018 Date: TENDER NOTICE

Tender for Supply of ISI Make Black Cotton / Friction Insulation Tape Roll and Brown Tape Roll for City Division office-1, Rajkot.

Tender Document. For. Supply and Installation of Classroom Desk & Student Chair

(A statutory body of Govt of Kerala)

AIRPORTS AUTHORITY OF INDIA

Ref. No. P&S/F.2/OR/198/ Date:

Madhav Institute of Technology & Science, Gwalior

Maharashtra State Pharmacy Council E.S.I.S Hospital Compound, LBS Road, Mulund, Mumbai -

TENDER NO: BLC/CFS/ISO14001:18001:28000 /13 Dt Tender Document for

WEST BENGAL INDUSTRIAL DEVELOPMENT CORPORATION LIMITED PROTITI, 23, Abanindranath Tagore Sarani (Camac Street), Kolkata TENDER DOCUMENT FOR

Ref. No.NOGA/DIV/ 2015/ Date: - 26/05/2015 E-TENDER NOTICE. Sub: Tender for supply of Pineapple Fruits

ICSI HOUSE, C-36, Sector-62, Noida

West Bengal Renewable Energy Development Agency. Draft General Terms & Conditions of the Tender

Chennai Metro Rail Limited (A Joint Venture of Govt. of India and Govt. of Tamil Nadu)

INDIAN INSTITUTE OF TECHNOLOGY MADRAS ENGINEERING UNIT CHENNAI Tender No: 16/ /Supply

TENDER NO : CTR/LDH/1812/Fur/ DATED: DUE ON : AT : 02:00 p.m. PART I INVITATION OF TENDER

Board of School Education Haryana, Bhiwani Empanelment of Vendors For Live CCTV Surveillance on turnkey basis for Evaluation Centres March 2018

To 27/04/2017. Sub: Providing and Fixing of signage board at PFRDA

Tamil Virtual Academy 4 th Floor, Elnet Software City, Taramani, Chennai , Tamil Nadu.

TENDER FOR ENGAGEMENT OF CAR SERVICE PROVIDER FOR HIRE OF CARS VISAKHAPATNAM, ANDHRA PRADESH

BANK OF BARODA INVITATION FOR TENDER OFFERS FOR PRINTING OF BANK S DIARIES

Quotations for Rate Contract for Supply of CD DUPLICATION for One Year. Ref: ICSI/PC-2016/RFQ-2672 July 22, 2016

NATIONAL COMMISSION FOR WOMEN 4, DEEN DAYAL UPADHYAYA MARG NEW DELHI. Web site:

CURRENCY NOTE PRESS: NASHIK ROAD (A unit of Security Printing and Minting Corporation of India Ltd.) Wholly owned by Govt. of India.

TECH / 120 Days from the date of opening of the enquiry Contract Period

STATE BANK OF INDIA. Local Head Office (First Floor) Bank Street, KOTI, Hyderabad Phone : Fax:

for SUPPLY OF HP TONER CARTRIDGE

TENDER FOR THE SUPPLY OF SCANNER FOR CIFT -KOCHI. Tender Enquiry No.: F.No. 20-8/2018-Purchase

MUNICIPAL COUNCIL, DHAMANGAON RLY., DIST. AMRAVATI. DETAILED TENDER NOTICE No. 533, Dtd. 03/03/2014

ICSI HOUSE, C-36, Sector-62, Noida

Transcription:

Government of India Ministry of Communication & Information Technology, Department of Posts Office of the Superintendent, Postal Stores Depot, Kolkata 700002 No. SDP/L-07/Ptg.-13-14/BD Dated at Kolkata- 700002, the 23-09-2013. e Tender Notice Online tenders are invited on behalf of President of India, from reputed firms for Printing & Procurement of 2,00,00,000 (2 Core) nos. of SP. Barcode Sticker (Single) with Printers Paper. The method of submission of tender, amount of Earnest Money (Bid Security) / Performance Security Deposit and General Terms and Conditions applicable to contract has been mentioned in Annexure I. 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 pro forma for submission of tender has been given in Annexure III (for Technical Bid), Annexure IV (for Financial / Commercial Bid/BOQ) and Annexure V (for instruction for Online Bid submission) to this e Tender Notice. The schedule of tender is given as under: 2. Schedule of Tender: a) Tender No. SDP/L-07/Ptg.13-14/BD. b) Last date and time of uploading of Tender c) Amount of Earnest Money (Bid Security) Deposit as per clause 3 of Annexure I. d) Date and Time of opening of Tender (Technical Bid). 24-10-2013 at 11.00 hrs. Rs.15,500/- (Rs. Fifteen thousand five hundred) only. 24-10-2013 at 12.00 hrs. e) Venue: O/o the Superintendent, Postal Stores Depot, 1, Brojodayal Saha Road, Cossipore, Kolkata-700 002. f) Cost of the Tender form: Rs. 200/-(Rupees Two Hundred only). (No cost for tender form is required for those who are specifically exempted as per valid registration certificate of NSIC). 3. The tender form can be downloaded from the website www.indiapost.gov.in or https://eprocure.gov.in/eprocure/app in such a case, the earnest money of Rs.15,500/- (Rupees fifteen thousand five hundred only) must be deposited. Rs.15,500/- & Rs.200/- should be deposited separately. The scanned copy of receipts for EMD (Bid Security) & tender form fee must be uploaded accordingly. 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. Page 1 of 21

Page-2 5. The foremost requirement of participation in e-tender is to have a digital signature. Instructions to the Bidders to upload the bids online are also enclosed as Annexure-V. 6. The Ch.PMG, W.B.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 & conditions of the tender are enclosed (pdf format) and the price bid at BOQ format. 8. Complete tender documents may be downloaded from the website of Central Public Procurement Portal (https://eprocure.gov.in/eprocure/app) 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 Central Public Procurement Portal as also in the website of the department. (P. K. Bhowmick) Superintendent, Postal Stores Depot, Kolkata 700002. Page 2 of 21

Page-3 Department of Posts Tender No: SDP/L-07/13-14/BD dated at Kolkata-2, 23-09-13 ANNEXURE-I. GENERAL TERMS AND CONDITIONS Sub: Online e Tender for Printing & Procurement 2,00,00,000 (2 Core) nos. of SP. Barcode Sticker (Single) with Printers Paper. 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 Superintendent, Postal Stores Depot, Kolkata-700 002. 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.15,500/-(Rs. Fifteen 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 electronically along with of their tenders. In case tender has been downloaded from website, this amount will be Rs.15,700/- including the cost of tender form which is Rs.15,500/- & Rs.200/- should be deposited separately. The scanned copies of receipts for EMD & cost of tender form must be uploaded accordingly and original to be sending in a sealed envelope to Superintendent, Postal Stores Depot, Kolkata-700 002 as per instruction above. 3.2 No request for transfer of any previous deposit of earnest money (Bid security) or Performance security deposit or payment of any pending bill held by the Department in respect of any previous work will be entertained. 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 therein or backs out after quoting the rates the aforesaid amount of earnest money will be forfeited to the Government. The tenders without Earnest Money Deposit will be summarily rejected. No claim shall lie against the Government / Department in respect of erosion in the value or interest on the amount of earnest money (Bid security) deposit or Performance security deposit. Page 3 of 21

Page-4 3.3 No Earnest Money is required to be deposited form: i) Firms which are registered with the DG S&D for supply stores. ii) Small scale units which are registered with NSIC is in effect are treated as automatically registered with DG S&D and revision scheme of single point Register. iii) Public sector undertakings, which are registered with the Department of DG S&D. 4. Preparation and Uploading of Tender: Preparation of Bids: a) Bidder should take into account any corrigendum published on the tender document before uploading their bids. b) Please go through the tender advertisement and the tender document carefully to understand the documents required to be uploaded as part of the bid. The number of documents including the names and content of each of the document that need to be uploaded. Any deviations from these may lead to rejection of the bid. c) Bidder in advance should get ready the bid documents to be uploaded as indicated in the tender document / schedule and generally, they can be in PDF / XLS / RAR / DWF formats. Bid documents may be scanned with 100 dpi with black and white option. d) To avoid the time and effort required in uploading the same set of standard documents which are required to be submitted as a part of every bid, a provision of uploading such standard documents (e.g. PAN card copy, annual reports, auditor certificates etc.) has been provided to the bidders. Bidders can use My Space area while submitting a bid, and need not be uploaded again and again. This will lead to a reduction in the time required for bid submission process. Submission of Bids: a) Bidder should log into the site well in advance for bid submission so that he /she upload the bid in time i.e. on or before the bid submission time. Bidder will be responsible for any delay due to other issues. b) The bidder has to digitally sign and upload the required bid documents one by one as indicated in the tender document. c) Bidder should submit the EMD as per the instructions specified in the tender document. The original receipts should be posted /couriered/given in person to the Tender Processing Section, latest by 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 details available in the scanned copy and the data entered during bid submission time. Otherwise the uploaded bid will be rejected. Page 4 of 21

Page-5 d) 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 have been 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. e) The server time (which is displayed on the bidders. dashboard) will be considered as the standard time for referencing the deadlines for submission of the bids by the bidders, opening of bids etc. The bidders should follow this time during bid submission. f) All the documents being submitted by the bidders would be encrypted using PKI encryption techniques to ensure the secrecy of the data. The data entered cannot be viewed by unauthorized persons until the time of bid opening. The confidentiality of the bid is maintained using the secured Socket Layer 128 bit encryption technology. Data storage encryption of sensitive fields is done. g) The uploaded tender documents become readable only after the tender opening by the unauthorized bid openers. h) Upon the successful and timely submission of bids, the portal will give a successful bud submission message & a bid summary will be displayed with the bid no. and the date & time of submission of the bid with all other relevant details. i) 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. 6. Technical Bid: i) Copy of the last three years balance sheet and profit & loss statement of the firm have to be uploaded along with the technical bid. ii) Copy of the registration certificate of VAT / TIN & Service number is to upload along with the technical bid. iii) All documents relating to technical bid should be uploaded accordingly. iv) A specific mention in the tender that the terms and conditions mentioned above are acceptable to the firm in full is to be made by uploading a signed copy to this effect along with the technical bid. v) All documents of technical bid should be submitted electronically in PDF format. Page 5 of 21

Page-6 7. Commercial Bid : 7.1 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 7.2 The rate quoted by the tenderer in commercial bid will be inclusive of all taxes. No extra payment would be made for this purpose. 7.3 Terms of payment as stated in the Tender Document shall be final. 7.4 At the time of payment of bills, the Income Tax, if any, shall be deducted at source as per Govt. Rules and guidelines as may be prevailing at the time of the payment. 8. Validity of the Bids: The bids shall be valid for a period of six months from the date of opening of the tenders. This has to be so specified by the tenderer in the Commercial Bid. But once accepted it will remain valid for a period of one (1) year from the date of acceptance of the rate by the tender accepting authority. 9. Opening of Tender: The technical bid shall be opened at 12:00 hrs on 24-10-2013. Date of opening of Financial Bid of technically qualified bidders will be intimated later. 10) Criteria for Evaluation of Tenders: The evaluation of the tenders will be made on the basis of technical information furnished in form given in Annexure-III and then on the basis of commercial information furnished in form in Annexure-IV (BOQ). The Commercial Bid (Annexure IV) of such firms found having valid technical parameters (as per annex. III) will be opened on the date, time and venue to be announced after opening of the technical bid. The technical bid shall be opened at 12:00 hrs on 24-10-2013. Date of opening of Financial Bid of technically qualified bidders will be intimated later. It must be kept in view that the 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 selection or rejection of a particular tender will not be disclosed. The award of work will be further subject to any further specific terms and conditions of the contract given in part II of annex. II of this NIT. 11) Right of Acceptance: 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 Department of Posts in this regard is final and binding. 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. Page 6 of 21

Page-7 12) Communication of Acceptance: Successful Tenderer will be informed of the acceptance of his tender. Necessary Instructions regarding the amount and time provided for Performance Security Deposit will be communicated. 13) Time schedule for completion of work: The work must be completed within a period of 30 calendar days or within a specified period from the date of award of work to be specified in separate supply order or work order as per schedule mentioned in part- II of Annexure II. 14) Performance Security Deposit: 14.1 The Successful tender will have to deposit a sum of Rs. 38,500/- (Rupees thirty eight thousand five hundred only) or 5% of the value of the work whichever is more as PERFORMANCE SECURITY in cash with in seven (7) days from the date of receipt of acceptance letter at any Post Office under Unclassified Receipt (UCR) or in the form of an account payee demand Draft /Fixed deposit receipt / Bank Guarantee from Nationalised Bank in an acceptable form in favour of the Superintendent, Postal Stores Depot, Kolkata- 700002 and produce the receipt in original to the Superintendent, Postal Stores Depot, Kolkata-700002. A bank guarantee for the amount for the period extending at least six months beyond the date of completion of work. The Performance Security Deposit will not be adjusted against any payment due to the firm from the Department or the Central Government. 14.2 The Performance 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 quality or for non-acceptance of the supply order, on expiry of the contract, such portion of the said security deposit as may be considered by the Department 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) (ii) Observe or perform any of the conditions of the work as set out herein; or Execute the work in good and workman-like manner and to the satisfaction of the officers nominated for the purpose and by the time fixed by the Department of Posts. Page 7 of 21

Page-8 (a) It shall be lawful for the Department of Posts in its discretion in the former-event to remove or withhold any part of the work until such time as he may be satisfied that the contractor is able to do and will duly observe the said conditions and in the later event to reject and remove as the case may require any work executed otherwise than in a good and workman-like manner to the satisfaction of the officers nominated for the purpose by the time fixed by the Department of Posts and in both or either of the events aforesaid to make such arrangements as he may think fit for the reproduction of the work so removed or work in lieu of that so rejected or removed as aforesaid on account and at the risk of the contractor. (b) Provided further that if in either event any cost be incurred by reason of the difference between the prices paid and the accepted rates, Department of Posts may charge thereafter the amount of such excess cost to the contractor and the same may at any time be deducted from any amount that may become due to the contractor under this or any other contract or from the performance security deposit of the contractor or may be demanded from him to be paid within seven days to the credit of the Department of Posts. (c) In the event of discovery of any error or defect due to the fault of the contractor at any time after the delivery of goods ordered, the contractor shall be bound, if called upon to do so, to rectify such error or defect at his own cost to the satisfaction of and within the time fixed by the Department of Posts. In the event of delivery of any defective work, which owing to urgency or for any other reason cannot be wholly rejected, the Department of Posts shall have the power to deduct from any payment due to the contractor such sum as he may deem expedient. (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 from any other sources than the contractor in which case the amount of extra cost, if any, shall be recovered from the contractor in the manner provided in subclause (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 clauses 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 0.5% for each week or part there of, for delay in delivery will be imposed. For the purpose of this clause, the contract value of the work shall be taken as value of work. Page 8 of 21

Page-9 16) Natura1 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 may be suspended resulting in undue delay without penalty, Department of Posts shall have the power during such a stoppage to get the work done elsewhere without charging the contractor. No obligation will rest on Department of Post to pay for any portion of the work undertaken before such a stoppage. 17) Insolvency act. : In the event of the firm being adjusted 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 any resolution or making of any order for winding up, whether voluntary or otherwise, or in 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 therefore 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 of sublet the work or any part of it to any other person or party without having first obtained permission in writing of the Postmaster General, Kolkata Region, 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 supply 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 the 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 time of work / copies should be retained / sold or otherwise made over by the contractor or any of his staff member to any person other than the person(s) authorized by the Department of Posts. Page 9 of 21

22. Samples: Page-10 The following should be kept in view while supplying samples of the 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 at clause 10 of Annexure-III and submitted (samples should be reach to the inviting authority s address or Bid opening place before opening of the Technical Bid other wise Bid will not be accepted). 22.2 The tenderer should furnish a certificate on a separate paper certifying that the sample is in accordance with specifications given in Part I of Annexure II to the tender and he will be responsible for rejection / cancellation of contract if the sample is not found up to the mark or for civil / criminal proceedings if the materials supplied is found substandard or not in accordance with the sample furnished along with the tender at a future date. 22.3 Samples should be supplied free of charge and in no case they will be returned. Tenders without samples are liable to be cancelled. 22.4 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 the 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. 23. The tender is not transferable. Only one tender shall be submitted by one Tenderer. 24) Terms of Payment: 24.1 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. 24.2 The contractor shall submit the bill at each stage in the first week of following month in respect of previous month (in case of monthly payments) for sanction of the amount of bill and passing the bill for payment. 24.3 All payments shall be made by cheque only. 24.4 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. 24.5 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. 22.6 Wherever applicable all payments will be made as per schedule of payments stated in part-ii of Annexure-II. Page 10 of 21

25) Arbitration: Page-11 If any difference arises concerning this Agreement, its interpretation on the payment to 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. Such request shall be accompanied with a panel of names of three persons to act as the sole arbitrator. In case of such arbitrator refusing, unwilling or becoming incapable to act or mandate, having been terminated under law, another arbitrator shall be appointed in the same manner from among the panel of three persons to be submitted by the claimant. The arbitration proceedings shall take place at Kolkata and shall be conducted in English. The provisions of Arbitration and Conciliation Act., 1990 and the rules framed there under and in force shall be applicable to such proceedings. Page 11 of 21

Page-12 Department of Posts Tender No: SDP/L-07/Ptg.13-14/ BD dated at Kolkata-2, the 23-09-2013. ANNEXURE II PARAMETERS AND TECHNICAL SPECIFICATION FOR EXECUTING THE WORK Subject: e Tender for Printing and Procurement of 2,00,00,000 nos. of SP. Barcode Sticker (Single) with Printers Paper.. Part-I TECHNICAL DATA Parameters and Technical Specification for Executing the Work. Name of the Item with Quantity Speed Post Barcode Sticker (Single)= 2,00,00,000 (2 Core) Nos. Specific Paper to be used with other Technicalities Sticker in sheet form, with speed post logo, three colours 13 digit preprinted Barcode started with EW X IN to EW X IN. X will be the check digit arrived under computer generated to weighted modulus 11 formula and eight digits number should be printed which we will assign in supply order. The printing of barcode should be very clear and distinct and can able to sustain multiple handling; the codes should not be smudged. There should be perforation after each number so that the self-adhesive sticker can be easily detachable. Number to be printed will be intimated in the supply order. Paper Gumming Ink Printing i) Base paper quality: Chromo Art Paper / Map Litho Paper White / Milky White, wrinkle free. ii) 90 GSM iii) Release paper (butter Type), 90 GSM. i) Pressure Sensitive Acrylic Adhesive (Permanent) ii) 90% static peel using Montreal method iii) Should stick on any surface iv) Permanent, Acrylic Emulsion bases gum v) Coating should be 25-20 GSM vi) Milky white vii) Solid content 55-60% viii) Non-Toxic, Odorless ix) Shelf life minimum one year. i) Good quality H6 / wax-resin ribbon Resin Ribbon to ensure water proof and wear proof, printing. ii) Ink should not smudge on contact or upon moistening iii) Should not be dry ink, the print should not peel off iv) Colour used in the barcode and the multi colour logo should be consistent and should not differ from lot to lot. i) Thermal Transfer Printing / Offset printing ii) Laser output using 300-720 DPT (dots per inch) (Higher resolution i.e. 300-720 dots per inch is already in practice, thus parameter should not be lowered because this can effect scannability) Tender. No.SDP/L-07/Ptg.13-14/BD Page 12 of 21

Page-13 Specification of Black liner Barcodes for Structure and Dimensions: The following table shows the requirement for structure and print of eligible barcodes. Parameter Description Specification Symbology Code 39 Symbology specification ISO /IEC 16388 UPU-Specification UPU S10-4, approved on 09-02-1999 Reference UPU S2-4, approved on 03-02-2004 Minimum module width >0.225mm (The width of the smallest element of the barcode) Minimum module height >9mm,recommended <12mm (as specified in UPU S2-4, reference in UPU S10-4) Quiet Zone 10 x module width (left and right) 2 x module width (top and bottom) Print quality Grade 3 or better according EN ISO/IEC 15416 Print technique Laser printer or equivalent Print color Black non-reflective Background Plane, light, non-reflective surface Minimum reflectance Difference / contrast: 50% Check digit The S10 check digit is mandatory for all types of barcodes (deviation of the S10-4 standard for speed post mail codes) Barcode System Weighted modulus 11 formula Packing method Dimensions of barcode and quit zone The barcode system proposed for conforms to code 39 of UPU and as per specifications of Black Liner Barcodes. The Barcode symbol must include, at position 11 (from the left), a check digit, computer generated to weighted modulus 11. The letters and digits of the barcode must also be printed in the usual manner, below the barcode symbol. i) Apply weighting factors to basic number using the following weighting factors 86423597. ii) Obtain the sum of these numbers. iii) Divide sum by 11 (eleven). iv) If the remainder is 0 (zero) use 5 (five) as the check digit. If the remainder is 1 (one), use 0 (zero) as the check digit. V) If applicable, subtract remainder from 11. The result is the check digit. Forty Two (42) numbers of stickers should be accommodated in an A4 sheet and 250 A4 sheets should be packed in a packet and such Five (5) packets should be placed in a carton box. Each packet should contain equal number of sheets and each box with equal number of packets and noting the serial number From and To on each carton box. Example showing minimum requirement for dimensions of barcode and quit zone is attached in a separate sheet. Page 13 of 21

Parameters for Code 39 Symbology Page-14 i) Dimension x (nominal width of narrow element): between 0.25 and 0.43 mm ii) Dimension N (ratio between width of wide element and width of narrow element): minimum of 2.5 to 1 and maximum of 3.0 to 1. Ratio of 3.0 to 1 to be used wherever possible. iii) Space between characters: minimum of 1 x, maximum of 1.524 mm when x > 0.287 mm or 5.3 x when x < 0.287 mm. iv) Height of bars: 15 percent of width of entire symbol or 9.0mm, which value is greater. v) The print quality will have to be assessed according to standard ANSI X3. 182-1990, which specifies a reader light beam diameter of 0.127 mm and a light beam wavelength of 630 or 660 nanometers. The minimum level of print quality shall correspond to letter B according to the notation of this standard. vi) Characters of barcode must also be printed in the usual manner below the barcode symbol. India post logo should be printed on the top right corner of the sticker. vii) The quality of adhesive on the barcode sticker should be such that it could be easily pasted even on the glossy paper surface. Part II Terms and conditions specific to the contract 1. Rate should be quoted for printing and papers only with all taxes inclusive of entry tax imposed by Govt. of West Bengal. 2. The tenderer should submit authenticated documents in support of his technical bid as per Annexure-III together with last three (3) years audited balance sheet, up to date tax clearance, credentials and other documents as prescribed. 3. Transportation of Printed consignment will be made by the Printer at his own cost and responsibility. Door delivery and arranging in stock in the PSD Godown at the cost of the tenderer. 4. Supply should be completed within 30 days or within a specified period from the date of award of supply order / work order as to be specified in the supply order / work order. 5. Supply order may be issued for specified quantity in a lot or unit wise depending upon the requirement of the item. According to requirement the quantity may be increased/ decreased or repeat order may be issued for same quantity or part there of within the validity of the approved bid. 6. Supply should be made strictly as per specification. Any deviation will result in straight way rejection of consignment. 7. Sample should be prepared strictly in conformity to the specification as at Part-I and must be submitted. Each sample should be duly signed by the Tenderer with his seal and its specification should also be certified on it. 8. The tenderer must furnish a certificate in respect of submitted sample on separate paper as per clause 22.2 of ANNEXURE I of the NIT. 9. In the case of denial to carry out departmental instructions to perform the supply, job entrusted in the approved tenderer, all kinds of security deposit and earnest money will be forfeited and even the firm may be black listed, if considered necessary. Page 14 of 21

Page-15 Tender No: SDP/L-07/Ptg.13-14/BD ANNEXURE-III TECHNICAL BID (See clause 6 of Annexure 1 of this tender documents) Subject: e Tender for Printing & Procurement of 2,00,00,000 nos. of SP. Barcode Sticker (Single) with printer s paper. TECHNICAL INFORMATION. SL NO. DETAILS OF REQUIRED INFORMATION. 1 Name and address of the Tenderer With contact details (Telephone No., Mobile No., Fax No. and e-mail): 2 a) Whether copy of valid Trade Licence (Scanned copy of the same is to be uploaded): b) Particulars of the Tenderer (i.e. Sole proprietor or Partnership Firm or Company or a Government Department or a Public Sector Organization) [Specific category to be mentioned and supporting documents is to be uploaded]: 3 a) Particulars of credit of Rs. 200/- being the cost for Tender Form: (Scanned copy of ACG-67 or UCR is to be uploaded) b) (i) Particulars of credit of Earnest Money (Bid Security). (Scanned copy of ACG-67 or UCR is to be uploaded) (ii) Whether registered with NSIC / DG (S&D): (If yes, valid certificate to be uploaded) Rs.200/- (Rupees Two Hundred) only. Receipt No Name of Post Office (Original Receipt to be enclosed) Rs (Rupees....Only. Receipt No... Name of Post Office (Original Receipt to be enclosed) Tender. No. SDP/L-07/Ptg.13-14/BD.

Page-16 TECHNICAL INFORMATION. SL NO. DETAILS OF REQUIRED INFORMATION. 4 Whether each page of the NIT and its annexure has been signed and stamped : 5 Vat / Sales Tax registration No: (Copy is to be uploaded) 6 PAN / GIR No. (Copy is to be uploaded) 7 Whether copies of authenticated balance sheet for the last three consecutive years / annual reports of the concern is enclosed, if yes, state number and years (Copy is to be uploaded). 8 Whether copies of Income Tax returns for the last three years have been enclosed(copy is to be uploaded). 9 a) Proposed date of supply: b) Time required for completion of supply with quantity: 10 Whether three (3) nos. of sample submitted or not (samples should be reach to the inviting authority s address or Bid opening place before opening of the Technical Bid other wise Bid will not be accepted. 11 List of important supply orders of the material with quantity supplied during the last two years, the Summary of which is enclosed (Summary may be enclosed on separate sheets for each supply and comprises the name of organization to which supply is made. (Scanned copy of summary may be uploaded on separate sheets for each work and comprise the subject/project ; scope covered; time taken to complete the work; person employed; fee charged; remark/ observations/appreciation of organization for whom the work was conducted; and any other information considered important by tenderer) : 12 Any other information important in the opinion of the tenderer: Page 15 of 21 Dated at: Place: (Signature of the Tenderer with stamp of the Firm).

Page-17 Page 16 of 21 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 the Parameters and Technical Specifications for conducting the work mentioned in Annexure II of the Tender No. SDP/L-07/Ptg.13-14/BD dated 23-09-2013 and shall conduct the work strictly as per those parameters and Technical Specifications for conducting the work. 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. Date: Place: (Dated Signature of Tenderer with Stamp of the Firm) Page 17 of 21

Page-18 Annexure-IV FINANCIAL BID / BOQ. (See clauses 7 of Annexure-I of this e Tender Document) Subject: e Tender for Printing & Procurement of 2,00,00,000 nos. of SP. Barcode Sticker (Single) with printer s paper. Separate rate for each and every item of 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) Details: Particulars of forms with quantity Rate for paper Rate for Printing Total 2,00,00,000 (2 Core) nos. of SP. Barcode Stickers (Single) Any other information: * However separate BOQ file to be uploaded with NIT for online submission of Financial Bids. Dated at, Place: (Dated Signature of Tenderer with stamp of the Firm) Tender No.SDP/L-07/Ptg.13-14/BD. Page 18 of 21

Page-19 Annexure-V Instruction for Online Bid Submission: As per the directives of the Department of Expenditure, this tender document has been published on the Central Public Procurement portal (https://eprocure.gov.in/eprocure/app). The bidders are required to submit soft copies of their bids electronically on the CPP Portal, using valid Digital Signature Certificates. The instructions given below are meant to assist bidders in registering on the CPP Portal, prepare their bids in accordance with the requirements and submitting their bids online on the CPP Portal. More information useful for submitting online bids on the CPP Portal may be obtained at https://eprocure.gov.in/eprocure/app. Registration: 1. Bidders are required to enroll on the e-procurement module of the Central Public Procurement Portal (https://eprocure.gov.in/eprocure/app) by clicking on the link Click here to Enrol. Enrolment on the CPP Portal is free of charge. 2. As part of the enrolment process, the bidders will be required to choose a unique username and assign a password for their accounts. 3. Bidders are advised to register their valid email address and mobile numbers as part of the registration process. These would be used for any communication from the CPP Portal. 4. Upon enrolment, the bidders will be required to register their valid Digital Signature Certificate (Class II or Class III Certificates with signing key usage) issued by any Certifying Authority recognized by CCA India (e.g. Sify / TCS / n Code / e Mudhra etc.) with their profile. 5. Only one valid DSC should be registered by a bidder. Please note that the bidders are responsible to ensure that they do not lend their DSCs to others which may lead to misuse. 6. Bidder then logs in to the site through the secured log-in by entering their user ID / password and the password of the DSC / e Token. Searching for tender documents: 1. There are various search options built in the CPP Portal to facilitate bidders to search active tenders by several parameters. These parameters could include Tender ID, organize name, location, date, value etc. There is also an option of advance search for tenders, wherein the bidders may combine a number of search parameters such as organization name, form of contract, location, date, other key words etc. to search for a tender published on the CPP Portal. 2. Once the bidders have selected the tenders they are interested in, they may download the required documents / tender schedules. These tenders can be moved to the respective My Tender. folder. This would enable the CPP Portal to intimate the bidders through SMS / e-mail in case there is any corrigendum issued to the tender document. 3. The bidder should make a note of the unique Tender ID assigned to each tender, in case they want to obtain any clarification / help from the Helpdesk. Page 19 of 21

Preparation of Bids: Page-20 1) Bidder should take into account any corrigendum published on the tender document before submitting their bids. 2) Please go through the tender advertisement and the tender document carefully to understand the documents required to be submitted as part of the bid. Please note the number of covers in which the bid documents have to be submitted, the number of documents including the names and content of each of the document that need to be submitted. Any deviations from these may lead to rejection of the bid. 3) Bidder in advance, should get ready the bid documents to be submitted as indicated in the tender document / schedule and generally, they can be in PDF / XLS / RAR /DWF formats. Bid documents may be scanned with 100 dpi with black and white option. 4) To avoid the time and effort required in uploading the same set of standard documents which are required to be submitted as a part of every bid, a provision of uploading such standard documents (e.g. PAN card copy, annual reports, auditor certificates etc.) has been provided to the bidders. Bidders can use My Space area while submitting a bid, and need not be uploaded again and again. This will lead to a reduction in the time required for bid submission process. Submission of Bids: 1) Bidder should log into the site well in advance for bid submission so that he /she upload the bid in time i.e. on or before the bid submission time. Bidder will be responsible for any delay due to other issues. 2) The bidder has to digitally sign and upload the required bid documents one by one as indicated in the tender document. 3) Bidder should prepare the EMD as per the instructions specified in the tender document. The original should be posted /couriered/given in person to the Tender Processing Section, latest by 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 details available in the scanned copy and the data entered during bid submission time. Otherwise the uploaded bid will be rejected. 4) 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 have been completed, the bidder should save it and submit it online, without changing the filename. If the BoQ file is found to be modified by the bidder, the bid will be rejected. Page 20 of 21

Page-21 6) The server time (which is displayed on the bidders. dashboard) will be considered as the standard time for referencing the deadlines for submission of the bids by the bidders, opening of bids etc. The bidders should follow this time during bid submission. 7) All the documents being submitted by the bidders would be encrypted using PKI encryption techniques to ensure the secrecy of the data. The data entered cannot be viewed by unauthorized persons until the time of bid opening. The confidentiality of the bid is maintained using the secured Socket Layer 128 bit encryption technology. Data storage encryption of sensitive fields is done. 8) The uploaded tender documents become readable only after the tender opening by the unauthorized bid openers. 9) Upon the successful and timely submission of bids, the portal will give a successful bid submission message & a bid summary will be displayed with the bid no. and the date & time of 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. Dated at, Place: (Dated Signature of Tenderer with stamp of the Firm) Tender No.SDP/L-07/Ptg.13-14/BD. Page 21 of 21