Tender Number: 6000016469
India Security Press, (A UNIT OF SECURITY PRINTING & MINTING CORPORATION OF INDIA LTD.)WHOLLY OWNED BY GOVERNMENT OF INDIA Nashik Road-422101 (Maharashtra) (ISO-9001:2008 & 14001:2004 Certified Company) Miniratna Category-I, CPSE
Tel.No:+91-253-2-402200;Fax No:+91-253-2462718,2466389 e-mail: purchase.isp@spmcil.com Web:http://ispnasik.spmcil.com CIN: U22213DL2006GOI144763 GSTIN: 27AAJCS6111J2Z7
PR Number PR Date Indenter Department 11008993 10.03.2021 IT Dept IT Dept
Not Transferable
Security Classification:
TENDER DOCUMENT FOR PURCHASE OF: EXTERNAL AUDIT OF IT EQUIPMENT.
Tender Number: 6000016469/NCB/SY-15-23(134)/2021, Dated: 18.08.2021
This Tender Document Contains__________Pages.
Details of Contact person in SPMCIL regarding this tender:
Name: ASHOK SHARMA Designation: Jt. General Manager (Materials) Address: ISPN (India Security Press, Nashik) India
Page 1 of 34 Tender Number: 6000016469
Disclaimer The information contained in this Bid Document or subsequently provided to Bidder(s), whether verbally or in documentary or any other form by or on behalf of the Security Printing and Minting Corporation Limited (hereafter referred as the “Purchaser”) or any of its employees or associated agencies, is provided to Bidder(s) on the terms and conditions set out in this Bid Document and such other terms and conditions subject to which such information is provided.
This Bid Document is not an agreement and is neither an offer nor invitation by the Purchaser to the prospective Bidder(s) or any other party hereunder. The purpose of this Bid Document is to provide the Bidder(s) with information to assist them in the formulation of their proposal submission This Bid document does not purport to contain all the information Bidder(s) may require. This Bid document may not be appropriate for all bidders, and it is not possible for the Purchaser to consider particular needs of each Bidder. Each Bidder should conduct its own investigation and analysis, and should check the accuracy, reliability, and completeness of the information in this document and obtain independent advice from appropriate sources.
Information provided in this Bid Document to the Bidder(s) is on a wide range of matters, some of which may depend upon interpretation of law. The information given is not intended to be an exhaustive account of statutory requirements and should not be regarded as a complete or authoritative statement of law. The Purchaser, its employees and other associated agencies accept no responsibility for the accuracy or otherwise for any interpretation or opinion on law expressed herein.
This Bid document and ensuing bids; communications and Contracts would alone determine the legal and commercial relationship between the bidders/ contractors and the Purchaser. No other Government or Purchaser’s document/ guidelines/Manuals including its Procurement Manual (which are for internal and official use of its officers), have any locus standii in such a relationship. These documents/guidelines/ Manuals therefore should not be cited or referred in any legal or dispute resolution or grievance redressal proceedings.
The Purchaser, its employees and other associated agencies make no representation or warranty and shall have no liability to any person, including any Bidder under any law, statute, rules or regulations or tort, principles of restitution or unjust enrichment or otherwise for any loss, damages, cost or expense which may arise from or be incurred or suffered on account of anything contained in this Bid Document or otherwise, including the accuracy, adequacy, correctness, completeness or reliability of the Bid Document and any assessment, assumption, statement or information contained therein or deemed to form part of this Bid Document or arising in any way for participation in this Bid Stage.
The Purchaser, its employees and other associated agencies also accept no liability of any nature whether resulting from negligence or otherwise howsoever caused arising from reliance of any Bidder(s) upon the statements contained in this Bid Document.
The Purchaser may in its absolute discretion, but without being under any obligation to do so, update, amend or supplement the information, assessment or assumptions contained in this Bid Document.
The issue of this Bid Document does not imply that the Purchaser is bound to select Bidder(s) and the Purchaser reserves the right to reject all or any of the Bidders or Bids or to decide to drop the procurement process at any stage without assigning any reason.
Page 2 of 34 Tender Number: 6000016469 The Bidder(s) shall bear all its costs associated with or relating to the preparation and submission of their Bids including but not limited to preparation, copying, postage, delivery fees, expenses associated with any submission of samples, demonstrations or presentations which may be required by the Purchaser or any other costs incurred in connection with or relating to their Bids. All such costs and expenses will remain with the Bidder(s) and the Purchaser shall not be liable in any manner whatsoever for the same or for any other costs or other expenses incurred by a Bidder(s) in preparation or submission of the Bid, regardless of the conduct or outcome of the Bidding Process. This disclaimer forms an integral part of the Bid document and shall supplement but not supplant the provision of the Bid Document.
***
Page 3 of 34 Tender Number: 6000016469
SECTION I: NOTICE INVITING TENDER (NIT) INDIA SECURITY PRESS
(A Unit of Security Printing and Minting Corporation of India Limited) Wholly owned by Government of India
Nashik Road – 422 101 (Maharashtra) Tel No 00 91 253 2402200, Fax No 00 91 253 2462718 Website: www.spmcil.com, email: purchase.isp@spmcil.com
1. Sealed tenders are invited from eligible and qualified tenderers for supply of the following GeM Availablity report and Past Transaction Summery ID: GEM/GARPTS/28072021/6W27C5AJTQLS
Schedule Brief Description of Goods/ Quantity Earnest Money (in Rs.) Remarks No. services (with unit) Not applicable
01 External Audit of IT Equipment 01 AU
Type of Tender (Two Bid/ PQB/ EOI/ RC/ Development/ Two bid Tender (Single Stage) i.e. Indigenization/ Disposal of Scrap/ Security Item etc.) (Techno-commercial + Price Bid) National Competitive Bidding (NCB) Security Classification Authority in whose favour all tender related financial India Security Press, Nashik Road, Unit instruments (FD, DD, Banker’s cheque etc) are to be made of SPMCIL
All Financial Instruments to be payable at: Payable at Nashik Dates and place of issue of tender documents: From 19.08.2021 to 16.09.2021 during office hours Closing date and time for receipt of tenders At ISP, Nashik Place of receipt of tenders 17.09.2021 up to 1430 Hrs Green Gate, India Security Press, Nashik Time and date of opening of tenders for Technical Bid. Road-422 101, Maharashtra, India Place, Time, and date of Opening of Price (Financial) bid would 1500 Hours on 17.09.2021 be intimated later on Place of opening of tenders Purchase Section, India Security Press, Nashik Road-422 101, Maharashtra, Nominated Person/ Designation to Receive Bulky Tenders India (Clause 21.1 of GIT) Dy. General Manager (HR), India Security Press, Nashik Road:- 422101, Officer to be contacted for clarifications/ help: Maharashtra, India Ashok Sharma, Jt. GM (Materials) India Security Press, Nashik Road
2. Eligibility to participate as per Government of India’s Public Procurement (Preference to Make in India) Order 2017 (as amended/ revised) and Ministry of Finance, Department of Expenditure, Public Procurement Division’s Orders (Public Procurement 1, 2 and 3) F.No.6/18/2019-PPD dated 23rd/ 24th July 2020 (or any further amendments thereof) regarding eligibility of bidders from neighboring countries shall apply to this tender.
Page 4 of 34 Tender Number: 6000016469
3. Please note that SPMCIL reserves its right to grant Purchase preferences in accordance with Government of India’s Public Procurement (Preference to Make in India) Order 2017 (as amended/ revised) and Public Procurement Policy for Micro and Small Enterprises (MSEs) Amendment Order, 2018 (as amended/ revised).
4. Interested tenderers may obtain further information about this requirement from the above office selling the documents. They may also visit our website mentioned above for further details.
5. Tenderer may also download the tender documents from the web site mentioned above and submit its tender by utilizing the downloaded document, the bidder must not make any changes to the contents of the documents, except for filling the required information. A certificate to this effect must be submitted by the bidder in the Tender Form (Section X).
6. Tenderers shall ensure that their tenders, duly sealed and signed, complete in all respects as per instructions contained in the Tender Documents, are dropped on or before the closing date and time indicated in the Para 1 above in the tender box located at the address given below , failing which the tenders will be treated as late and rejected. Tenders may also be sent through post at the address as above. However, Purchaser will not be responsible for any postal lapses or delays in receipt of the documents. In case NIT/ SIT provide for uploading of bids to nominated eProcurement portal, bidders must upload their bids along with scanned copies as required enclosures (including proofs of cost of Tender Documents and EMD as applicable - unless an online payment gateway is provided in the instruction) as per instructions given in this regard. 444 Original copies of such scanned uploaded required enclosures must reach in physical form within the date and place as provided in such instructions, otherwise their uploaded bid, would be declared as unresponsive.
7. In the event of any of the above-mentioned dates being declared as a holiday/ closed day for the purchase organization, the tenders will be sold/ received/ opened on the next working day at the appointed time.
8. The tender documents are not transferable.
9. The bidder, their affiliates, or subsidiaries – including subcontractors or suppliers for any part of the contract – should not stand declared ineligible/ blacklisted/ banned/ debarred by any Government Agency anywhere in the world, for participating in its tenders, under that country’s laws or official regulations. A declaration to this effect shall be submitted by the bidder in the Tender Form (Section X).
10. EMD amount mentioned in Section VI – List of Requirements shall be furnished in one of the following forms: a) Account Payee Demand Draft or b) Fixed Deposit Receipt or c) Banker’s cheque or d) Bank Guarantee; in acceptable form, otherwise the tender will not be accepted in any case. The demand draft, fixed deposit receipt or banker’s cheque shall be drawn on any scheduled commercial bank in India, in favour of Account and place of payment specified in the Para 1 above. In case of bank guarantee, the same is to be provided from/confirmed by any scheduled commercial bank in India as per the format specified under Section XIII in these documents.
Page 5 of 34 Tender Number: 6000016469 12. Undersigned confirms that the required goods mentioned above are not available on GeM as per “GeM - Availability Report and Past Transaction Summary” (GeM - AR&PTS). This unique ID is mentioned in para 1 above. (Ashok Sharma) Jt.General Manager (Materials) India Security Press, Nashik Road-422101 Phone No 0253 2402219 For and on behalf of Chief General Manager, India Security Press, Nashik Road
Page 6 of 34 Tender Number: 6000016469 Section II: General Instructions to Tenderer (GIT)
PART I & II: GENERAL INSTRUCTIONS Applicable to all Types of Tenders:
Please refer the link to https://spmcil.com/uploaddocument/GIT/new.pdf for further details.
GIT (Total pages: 61) BIDDERS ARE REQUESTED TO DOWNLOAD 61 PAGES BY CLICKING THE ABOVE SAID LINK AND SUBMIT THE SAME DULY STAMPED AND SIGNED ALONG WITH TENDER DOCUMENT.
Page 7 of 34 Tender Number: 6000016469 SECTION III: SPECIAL INSTRUCTIONS TO TENDERERS (SIT)
The following Special Instructions to Tenderers will apply for this purchase. These special instructions will modify/ substitute/ supplement the corresponding General Instructions to Tenderers (GIT) incorporated in Section II. The corresponding GIT clause numbers have also been indicated in the text below: In case of any conflict between the provision in the GIT and that in the SIT, the provision contained in the SIT shall prevail.(Clauses of GIT listed below include a possibility for variation in their provisions through SIT. There could be other clauses in SIT as deemed fit.)
Sl. GIT Topic Modify/ SIT Provision Substitute/ No. Clause Supplement As applicable As applicable No.
1 3 Eligible Tenderers
2 3.4 Eligible Goods and Services (Origin of
Goods)
3 6.1 The tender documents includes: Modify SIT 1 (Mentioned below) Not applicable 4 8 Prebid Conference SIT 2 (Mentioned below) 5 9 Time Limit for receiving request for
clarification of Tender Documents
6 10.1 The Technical bid to be submitted by As applicable
Tenderer shall contain the following
documents, duly filled in, as required
7 11.2 Tender Currency As applicable As applicable 8 12.1 Tender Prices As applicable
9 12.2, 33, Schedule wise evaluation As applicable 36.1 As per Section IX: Qualification / Eligibility 10 12.6 GST details Criteria SIT 3 (Mentioned below) 11 16. a) to Documents Establishing Tenderer’s Modify c) Eligibility and Qualifications Modify SIT 4 (Mentioned below) Modify SIT 5 (Mentioned below) 12 18.4, 18.5 Earnest Money Deposit (EMD) Modify As applicable Modify SIT 6 (Mentioned below) 13 19 Tender Validity SIT 7 (Mentioned below)
14 20.4 Number of Copies of Tenders to be
submitted
15 20.8 Two Bid System
16 21 Submission of Tender
17 24 Opening of Tender & Evaluation
Process
SIT 1:- The tender documents includes:- The tender documents includes: 1. Section I - Notice Inviting Tender (NIT) 2. Section II - General Instructions to Tenderers (GIT) 3. Section III - Special Instructions to Tenderers (SIT)
Page 8 of 34 Tender Number: 6000016469
4. Section IV -General Conditions of Contract (GCC) 5. Section V - Special Conditions of Contract (SCC) 6. Section VI - List of Requirements 7. Section VII - Technical Specifications 8. Section VIII - Quality Control Requirements 9. Section IX – Qualification/ Eligibility Criteria 10. Section X - Tender Form 11. Section XI - Price Schedule 12. Section XII – Vendor Details 13. Section XV - Bank Guarantee Form for Performance Security 14. Section XVI - Contract Form 15. Section XVII: Letter of Authority for attending a Bid Opening 16. Section XVIII: Proforma of Bills for Payments 17. Section XIX: NEFT Mandate
SIT 2: Time Limit for receiving request for clarification of Tender Documents:- A tenderer requiring any clarification or elucidation on any issue of the tender document may take up the same with ISP Nashik in writing or by fax/ e-mail/ post. ISP Nashik will respond in writing to such request provided the same is received by ISP Nashik not later than 21 days prior to the prescribed date of submission of tender.
SIT 3: Earnest Money Deposit (EMD): Not applicable.
SIT 4: Tender Validity:- (i) The tenders shall remain valid for acceptance for a period of 120 days after the date of tender opening prescribed in the tender document. Any tender valid for a shorter period shall be treated as unresponsive and rejected.
(ii) In exceptional cases, the tenderers may be requested by ISP Nashik to extend the validity of their tender upto a specified period. Such request(s) and response thereto shall be conveyed by surface mail or by fax/ e-mail followed by surface mail. The tenderers who agree to extend the tender validity, are to extend the same without any change or modification of their original tender.
(iii) In case the day upto which the tenders are to remain valid falls on/ subsequently declared a holiday or closed day for ISP Nashik, the tender validity should automatically be extended upto the next working day.
(iv) Compliance with the Clauses of this Tender Document: Tenderer must comply with all the clauses of this Tender Document. In case there are any deviations, these should be listed in a chart form without any ambiguity along with justification.
SIT 5: Number of Copies of Tenders to be Submitted: - Tenderer shall submit their tender in “Original” only
Page 9 of 34 Tender Number: 6000016469
SIT 6: Submission of tender: Techno Commercial Bid and the Price Bid are to be submitted in Two Separate double sealed Envelopes on or before the due date of the submission of the tender as stated below otherwise tender/ bid / quotation shall be liable for rejection.
PART I : Techno-Commercial bid :– (First Envelope):
1. Earnest Money Deposit: Exempted. However, Bidders are requested to submit the Duly Stamped
and Signed Annexure-1 (Enclosed at the end of Tender Documents). the attached Annexure-1 shall be treated as part of this Tender Documents. Annexure-1 of this Tender Document is to be printed on Bidder’s Letter Head.
2. Power of Attorney/ Authorization with the seal of company indicting that authorized signatory is
competent and legally authorized to submit the tender and/ or to enter into legally binding contract.
3. The eligibility criteria for the tender are given in Section IX- Qualification/ Eligibility Criteria. The
bidder has to submit all the desired documents and relevant documentary proof in support of relevant clauses mentioned in Section IX: Qualification/ Eligibility Criteria. The Qualifying Criteria should be submitted in original.
4. The tenderer shall submit detailed techno-commercial offer as per Technical Specifications
mentioned as per Section-VII and List of Requirement as per Section-VI of the tender document.
5. The tenderer has to submit sealed and signed tender document by authorized signatory of the
tenderer as a token of acceptance of all section/ terms and conditions of this tender document (GIT, SIT, GCC & SCC, Quality Control Requirement, List of Requirement, Technical Specification, Tender form etc.)
Part-II: Price Bid (Second Envelope): The tenderer shall quote their prices strictly as per the proforma given in Section-XI of the Tender document. No additional/ extra item with price shall be included other than that of Section XI.
NOTE:- i. Each envelope containing bids shall be super scribed as, Techno-commercial Bid and Price
Bid separately as the case may be for “EXTERNAL AUDIT OF IT EQUIPMENT”. The sealed envelopes shall be again put in another envelope and super scribed as tender for “EXTERNAL AUDIT OF IT EQUIPMENT” due on 15:00 hrs. IST on 17.09.2021.
ii. If the tender is not submitted as per above format, offer/ bid/ tender will be liable for rejection.
iii. Late Tender shall not be accepted. Tenderer shall submit their offer only on prescribed form. Tenders by fax/ email shall not be accepted. Tender by Post/hand/courier received on or before the due date and time shall be accepted. Postal delay/ delay by courier services etc. shall not be condoned, what so ever reason may be.
Page 10 of 34 Tender Number: 6000016469 SIT 7: Opening of Tender & Evaluation Process:
7.1 In the first instance, the Techno-Commercial part of Tender document will be opened and considered for the evaluation. These offers/ bid will be scrutinized and evaluated by the competent committee/ authority with reference to the parameters prescribed in the eligibility criteria (Section IX). The technical acceptance of the bids is on the basis of Technical Specifications offered by the bidders as per Section –VII Technical Specification and Section-VI List of Requirement of the tender document and acceptance of the terms and conditions as per GIT, SIT, GCC, SCC, other conditions of tender. Conditional offers will be liable for rejection. 7.2 In the second stage, the Price Bid of only Techno Commercially Qualified firm offers (as mentioned first stage) will be opened for further scrutiny and evaluation. The intimation regarding opening of price bids shall be given to qualified tenderers to enable them to attend the technical and price bid opening, if they so desire. 7.3 Price bid evaluation: In the second stage, the price bid of only Techno Commercially Qualified firm will be opened for further scrutiny and evaluation. The price quoted shall be compared on Total Price basis (FOR ISP Nashik Road), including all taxes, duties, etc. The evaluation criteria for awarding the contract shall be to L1 bidder schedule mentioned in Section XI Price Bid.
Page 11 of 34 Tender Number: 6000016469
SECTION IV: GENERAL CONDITION OF CONTRACT (GCC)
Please refer the link
https://spmcil.com/uploaddocument/GCC/new.pdf for further details
GCC (Total pages: 36)
BIDDERS ARE REQUESTED TO DOWNLOAD 35 PAGES BY CLICKING THE ABOVE SAID LINK AND SUBMIT THE
SAME DULY STAMPED AND SIGNED ALONG WITH TENDER DCOUMENT.
Page 12 of 34 Tender Number: 6000016469
Section V: Special Conditions of Contract (SCC)
The following Special Conditions of Contract (SCC) will apply for this purchase. The corresponding clauses of General Conditions of Contract (GCC) relating to the SCC stipulations have also been incorporated below. These Special Conditions will modify/ substitute/ supplement the corresponding (GCC) clauses. Whenever there is any conflict between the provision in the GCC and that in the SCC, the provision contained in the SCC shall prevail. (Clauses of GCC listed below include a possibility for variation in their provisions through SCC. There could be other clauses in SCC as deemed fit)
S. GCC Topic Modify/ SCC Substitute/ Provision No Clause No. Supplement Modify SCC 1 (Mentioned below) 1 6.1, 6.2, 6.3 & Performance Bond/ Modify Not applicable 6.5 Security Modify As applicable
2 8.2 Packing and Marking Not applicable
3 9 Inspection and Quality Not applicable As Applicable Control Not Applicable
4 11.2 Transportation of Not Applicable Not Applicable Domestic Goods Not Applicable SCC 3 (Mentioned below) 5 12. Insurance SCC 4 (Mentioned below)
6 14.1 Incidental Services SCC 5 (Mentioned below) Not Applicable 7 15 Distribution of Despatch As applicable Documents for clearance/ Not Applicable
Receipt of Goods
8 16.2, 16.4 Warrantee Clause
9 19.3 Option Clause
10 20.1 Price Adjustment Clause
11 21. Taxes and Duties
12 22 Terms and Mode of
payments
13 24.1 Quantum of LD 14 25.1 Bank Guarantee and
Insurance for Material
Loaned to Contractor
15 33.1 Resolution of Disputes 16 36.3.2, Disposal/ Sale of Scrap by 36.3.9 Tender
SCC-1: Performance Bond/ Security: (i) If value of contract is more than 2.5 lakhs the successful bidder has to submit Performance Bond/ Security equivalent to 3% of the order(s) value, valid for a period of 60 days beyond the completion of all contractual obligations including warranty period, within 21 days from the date of issue of Letter of Intent. (ii) The Performance security shall be denominated in Indian Rupees or in the currency of the contract and shall be in one of the following forms:
Page 13 of 34 Tender Number: 6000016469 a) Account Payee Demand Draft or Fixed Deposit Receipt drawn on any commercial bank in India, in favour of ISP, unit of SPMCIL payable at Nashik. b) Bank Guarantee issued by a commercial bank in India, in the prescribed form as provided in section XV of this document. SCC 2 :- Taxes and Duties:- Supplier shall be entirely responsible for all taxes, duties, fees, levies etc. incurred until delivery of the contracted goods to SPMCIL. If the tenderer fails to include taxes and duties as per law of the land in the tender, no claim thereof will be considered by purchaser at a later stage. SCC 3:- Terms and Mode of payments:- 100% Payment will be released after successful completion of job work and due certification report from the user section. GST as applicable as per rules. TDS, if applicable will be deducted from the firms bill. SCC 4:- Quantum of LD:- Subject to GCC clause 28, if the supplier fails to deliver any or all of the goods or fails to perform the services within the time frame(s) incorporated in the contract, ISP shall, without prejudice to other rights and remedies available to ISP under the contract, deduct from the contract price, as liquidated damages, a sum equivalent to the ½% percent (or any other percentage if prescribed in the SCC) of the delivered price of the delayed goods and/ or services for each week of delay or part thereof until actual delivery or performance, subject to a maximum deduction of the 10% (or any other percentage if prescribed in the SCC) of the delayed goods’ or services’ contract price(s). During the above-mentioned delayed period of supply and / or performance, the conditions incorporated under GCC sub-clause 23.4 above shall also apply. In all such cases GST would also be applicable on LD.
Page 14 of 34 Tender Number: 6000016469
Section VI: List of Requirements
1. Brief description HSN Accoun Quantity Amount of Earnest Place of ting 01 Money (INR) Delivery for Sche of goods and services /SAC unit GST dule Not applicable purpose No. (Related Code AU India 1) specifications etc. are Security Press, Nashik in Section-VII)
External Audit of IT Equipment
External Audit of IT
Equipment
2.
(a) Required Delivery : Within 30 days from the date of issue of Purchase Order
Schedule
(b) Required Terms : FOR ISP,Nashik Basis.
of Delivery
(c) Destination : India Security Press,
Nashik Road–422 101.
Maharashtra, India
1. All the copies of tenders shall be completed in all respects with all their attachments/enclosures duly
numbered and signed on each and every page.
2. The total cost inclusive of all elements as cited above on FOR India Security Press, Nashik Road (Maharashtra), India, basis should be indicated clearly both in words and figures in the price bid.
3. All the copies of the Tender shall be complete in all respect with all attachments/enclosures duly numbered & signed on each & every page.
4. The Bidder has to submit the Check list as per Format given below along with the Techno-commercial
Documents (First Envelope):
Sr. Description Submitted /Not Page
No. Submitted No.
1. Tender form fee
2. EMD – Not applicable
3. Documentary evidence towards Experience as per clause 1 (A) of section IX.
4. Documentary evidence towards Financial Standing 1 (B) as per clause 1of section IX.
5. Undertakings/Declarations as per clause 3 (e), (f) & (g) of section IX.
Power of Attorney/ Authorization with the seal of company indicting that 6. authorized signatory is competent and legally authorized to submit the tender
and/ or to enter into legally binding contract.
7. Copy of PAN & GST Registration.
All pages of the tender documents (including GIT, GCC, SIT, SCC, List of
8. requirements, Technical specification, quality requirements, etc.) duly signed
and stamped by the Authorized signatory of the bidder.
9. Adherence to the Technical Specification as per Section VII on Bidder’s Letter Head and other required information.
Page 15 of 34 Tender Number: 6000016469
10. Adherence to the Quality Control Requirements as per Section VIII on Bidder’s Letter Head.
11. Adherence to the Delivery Schedule as per Section VI on Bidder’s Letter Head.
12. Duly filled Tender form as per Section X
13. Duly filled Section XII: Vendor details & alongwith required documents
14. NEFT mandate as per Section XIX
The Bidder has to submit the Check list as per Format given below along with the Price Bid (Second Envelope):
Sr. Description Submitted / Page Not Submitted No. No.
1. Duly filled Section XI: Price bid
Page 16 of 34 Tender Number: 6000016469
Section VII: Technical Specifications 1. Total number of desktop to be audited: 23 2. The firm must be Cert-in empanelled. 3. The scope of work involves performing Security Auditing of Infrastructure in defined procedures & methodologies and reports the vulnerabilities, bugs and security issues etc., identified during the audit process. 4. The auditor should also consider SPMCIL Information Security policy and its guidelines. 5. The firm must submit Detailed Audit Report that includes the detailed observations at micro level. The Audit Report must include: I. The Executive Summary provides the macro view of entire audit exercise. II. It must include Introduction, Observation/Purpose of Audit, Scope of Audit, Disclaimers and Restrictions, Observations and Recommendations of significant findings and conclusion. III. Vulnerabilities discovered in the system. IV. Risk-level associated with each vulnerability. V. Controls currently in place- their adequacy or inadequacy. VI. Suggestions/recommendations for improvements to be put in place for reducing risk to acceptable levels.
Note: Tenderer’s attention is drawn to GIT clause 17 and GIT sub-clause 10.1. The tenderer is to provide the required details, information, confirmations, etc accordingly, failing which it is tender is liable to be ignored. Prospective bidders shall comply with the feature specifications (including Warrantee Obligations) and submit a “Specification Compliance Certificate” with their Technical Bid.
Page 17 of 34 Tender Number: 6000016469 Section VIII: Quality Control Requirements
The services provided by the successful bidder will be inspected as per the parameters mentioned in Section VII: Technical specification of tender document. In case the Services is found not meeting the specification, the purchaser shall be entitled to cancel the contract, and if so desired, purchase or otherwise the purchase of the services at the risk and cost of the contractor.
.
Page 18 of 34 Tender Number: 6000016469
Section IX: Qualification/ Eligibility Criteria
1. The Bidder firm should meet following eligibility criteria to qualify in the Techno Commercial bid: (A) Experience and past performance: The bidder should have experience of having successfully completed similar kind of services for the value at least 21,200/-, in any one of the last five years ending on 31.03.2020. (B) Capability: The bidder must have capability to provide the relevant services (C) Financial Standing: (i) The average annual financial turnover of the bidder during the last three years, ending on ’31.03.2020’, should be at least Rs. 21,200/- as per the annual report (audited balance sheet and profit & loss account) of the relevant period, duly authenticated by a Chartered Accountant/ Cost Accountant in India or equivalent in relevant countries.
(ii) The bidder should not have suffered any financial loss for more than one year during the last three years, ending on ’31.03.2020’. a) The net worth of the Bidder should not be negative on ’31.03.2020’ and also b) Should not have eroded by more than 30% in the last three years, ending on ’31.03.2020’.
2. Bidder firm shall submit the copy of PAN & GST Registration Certificate.
3. Other Eligibility requirements for the Bidders:
(a) The bidder shall provide names of organization(s)/ firm(s) with addresses and telephone numbers, fax numbers, email addresses to which they have provided Inventory verification services during the last five years.
(b) The bidder firm must be registered with Institute of Chartered Accountant/Cost Accountant of India & submit the copy of the same.
(c) The application should be submitted in English Language. The authenticated copies of the documents in support of the applicant’s claims must be submitted in English language.
(d) The bidder shall indicate/ certify that authorized signatory is competent and legally authorized to submit the tender and/ or to enter into legally binding contract.
(e) TRANSFER AND SUBLETTING: - The bidder firm should submit Undertaking on their Letter Head that “The firm shall not sublet, transfer, assign of otherwise part with acceptance to the tender or any part thereof either directly or indirectly”.
(f) Blacklisting: The bidder firm should submit declaration that the firm has not been blacklisted/ debarred by any government agency / Public Sector Unit/ Reputed organization.
(g) Agree to withdraw all deviations: The bidder firm should submit declaration that “We agree to withdraw all the deviations, if any, unconditionally and accept all the terms and conditions of the tender document including the technical specifications”.
Page 19 of 34 Tender Number: 6000016469
Section X: Tender Form
Date……...........…. To ........................................................................... ........................................................................... ........................................................................... (complete address of SPMCIL) Ref: Your Tender document No. .............................................. dated ....................... We, the undersigned have examined the above-mentioned tender enquiry document, including amendment No. --------, dated --------- (if any), the receipt of which is hereby confirmed. We now offer to supply and deliver………. (description of goods and services) in conformity with your above referred document for the sum shown in the price schedule(s), attached herewith and made part of this tender. If our tender is accepted, we undertake to supply the goods and perform the services as mentioned above, in accordance with the delivery schedule specified in the List of Requirements. We further confirm that, if our tender is accepted, we shall provide you with a performance security of required amount in an acceptable form in terms of GCC clause 6, read with modification, if any, in Section V – “Special Conditions of Contract”, for due performance of the contract. We agree to keep our tender valid for acceptance for a period upto -------, as required in the GIT clause19, read with modification, if any in Section-III – “Special Instructions to Tenderers” or for subsequently extended period, if any, agreed to by us. We also accordingly confirm to abide by this tender upto the aforesaid period and this tender may be accepted any time before the expiry of the aforesaid period. We further confirm that, until a formal contract is executed, this tender read with your written acceptance thereof within the aforesaid period shall constitute a binding contract between us. We confirm that in case of downloaded Tender Document, we have not changed/ edited its contents. We realise that in case any such change is noticed at any stage including after the award of contract, we would be liable to action under clause 44 of the GIT. We further understand that you are not bound to accept the lowest or any tender you may receive against your above-referred tender enquiry. We also solemnly declare as under:
1. MSMEs Status: Having read and understood the Public Procurement Policy for Micro and Small Enterprises (MSEs) Order, 2012 (as amended and revised till date), and solemnly declare the following: (a) Company /Partnership Firm /Proprietary Concern / Society/Trust / NGO/Others (Please Specify):…………………………………………..... (b) Micro/ Small / Medium Enterprise/ SSI/ Govt. Deptt. / PSU/ Others:…. (c) Name of MSME Registering Body (NSIC/ DIC/ KVIC/KVIB etc.):…….. (d) MSME Registration no. (with copy of registration):……………............. (e) Udyog Aadhaar Memorandum no………………………………………… (f) Whether Proprietor/ Partner belongs to SC/ ST or Women category. (Please specify names and percentage of shares held by SC/ST Partners):……………………………..
2. Make in India Status: Having read and understood the Public Procurement (Preference to Make in India PPP_MII) Order, 2017 (as amended and revised till date) and related notifications from the relevant Nodal Ministry/ Department, and solemnly declare the following: (a) Self-Certification for category of supplier:
Page 20 of 34 Tender Number: 6000016469
Class-I Local Supplier/ Class-II Local Supplier/ Non-Local Supplier. (b) We also declare that There is no country whose bidders have been notified as ineligible on reciprocal basis under this
order for offered product, or We do not belong to any Country whose bidders are notified as ineligible on reciprocal basis
under this order.
3. Restrictions on procurement from bidders from a country or countries, or a class of countries under Rule 144 (xi) of the General Financial Rules 2017 Having read and understood the Order (Public Procurement No. 1) issued vide F.No.6/18/2019-PPD dated 23rd July 2020 (and its amendments if any) by Department of Expenditure, Ministry of Finance under the above provision and solemnly declare the following:
We do not belong to any Country whose bidders are notified as ineligible under this order
4. Debarment Status: Please state whether business dealings with you currently stand suspended/ banned by any Ministry/ Deptts. of Government of India or by any State Govt:
Yes (with period of Ban) No, We, solemnly declare that neither we nor any of our affiliates or subsidiaries – including
subcontractors or suppliers for any part of the contract – do not stand declared ineligible/ blacklisted/ banned/ debarred by any Government Agency anywhere in the world, for participating in its tenders, under that country’s laws or official regulations.
5. Penalties for false or misleading declarations: I/we hereby confirm that the particulars given above are correct and complete and also undertake to advise any future changes to the above details. We understood that any wrong or misleading self-declaration by us would be violation of code of Ethics and would attract penalties as mentioned in this tender document, including debarment. ................................................. (Signature with date) ................................................. (Name and designation) Duly authorized to sign tender for and on behalf of ............................................................... ...............................................................
Page 21 of 34 Tender Number: 6000016469
Section XI: Price Schedule
To, Chief General Manager India Security Press, Nashik Road
OFFER FORM for Tender No……………………………………….Date of Opening………………Time…………………….Hours We…………………………hereby certify that we are established firm of manufacturers/authorized agents of M/s. ………………………..with factories at ………………………which are fitted with modern equipment and where the production methods, quality control and testing of all materials and parts manufactured or used by us are open to inspection by the representative of ……(Name of Purchaser). We hereby offer to supply the following items at the prices indicated below:-
Sche Description Specification Unit Qty Total Price per Total Terms of Delivery Gross weight dule unit (In Indian Value of Payments Period and No. Rupees) See offer (In dimensions of table below for Indian package per Break-up of Rupees) unit Price 1 2 3 4 7 8 9 10 As per 5 6 01 External Audit of IT Section VII AU As per As per NA 01 Equipment Section V: Section VI,
SCC 3 of 2 (a)
Tender
document
Break-up of Price in Column – 6 (In Indian Rupees)
Ex-Factory Price after Name of Country HSN/ GST % (incld Per unit GST Packing & F.O.R. Freight (& FOR GST Cess, if Total Forwarding Station of Insurance Destinati considering input GST Manufact of SAC any) with in details Despatch charges) on Price Break-up of F Price upto (per credit available to urer/OE Origin Code CGST/STGST destination month) /UTGST/IGST vendor M E A B C D G H I J
NA NA NA NA NA
Page 22 of 34 Tender Number: 6000016469
1. Scope of Supply: (Cost break-up of the quoted cost, showing inter-alia costs of all the concomitant Installation/Commissioning/Training/Technical Support/Incidental Services/Software/accessories, considered necessary to make the proposal self-contained and complete must be indicated here.)
2. Taxation Details:- a) PAN Number b) Type of GST Registration (Registered, Unregistered, Composition, SEZ, RCM etc) c) GSTIN Number d) Registered Address as per GST Registration and Place of Delivery for GST Purpose. e) Contract Names, Nos & email IDs for GST matters ( Please mention primary and secondary contracts)
3. It is hereby certified that we have understood the General and Special Instructions to Tenderers (GIT and SIT), and also the General and Special Conditions of Contract (GCC and SCC) attached to the tender and have thoroughly examined specifications/Quality Control Requirement and other stipulations in Section VII & VIII required and out offer is to supply stores strictly in accordance with the requirements and according to the terms of the tender. We agree to abide solely by the General and Special Conditions of Contract and other conditions of the tender in accordance with the tender documents if the contract is awarded to us.
4. We hereby offer to supply the stores detailed above or such potion thereof, as you may specify in the acceptance of tender at the price quoted and agree to hold this offer open for acceptance for a period of ………days from the date of opening of tende (i.e. upto…………), We shall be bound by the communication of acceptance dispatched within the prescribe time.
5. Earnests Money/Bid Guarantee for an amount equal to ……………………………………………..is enclosed in form of ………………………………(form and reference number, date) as per the Tender documents. Dated………………………..
Signature and Seal of Manufacturer/Bidder
Note:- (i) The Bidder may prepare their own offer forms as per this proforma. (ii) No change in the proforma is permissible. (iii) No erasures or alternations in the text of the offer are permitted. Any correction made in the offer shall be initialled by the bidder. (iv) Figures in Columns 5 to 7 (both inclusive) and in Break-up of price in column 6, should be in both figures and words. (v) This Section should not bring in any new Technical Parameter that has not been mentioned in the Technical Bid.
Page 23 of 34 Tender Number: 6000016469
Section XII: Vendor Details
The tenderer should furnish specific details mentioned below. In case a question/ issue does not apply to a tenderer, the same should be answered with the remark “not applicable”.
Wherever necessary and applicable, the tenderer shall enclose certified copy as documentary proof/ evidence to substantiate the corresponding statement.
In case a tenderer furnishes a wrong or misleading answer against any of the under mentioned question/ issues, its tender will be liable to be ignored. 1. Vendor/ Contractor particulars: (a) Name of the Company:………………. (b) Corporate Identity No. (CIN): …………………………………….. (c) Registration if any with SPMCIL: ………………………………….. (d) Complete Postal Address: ………………………………………….. (e) Pin code/ ZIP code: …………………………………………………. (f) Telephone nos. (with country/area codes): ……………………… (g) Fax No.: (with country/area codes): ……………………………… (h) Cell phone Nos.: (with country/area codes): …………………….. (i) Contact persons /Designation: ……………………………………. (j) Email IDs: ……………………………………………………………. 2. Taxation Details: (a) PAN number: ………………………………………………. (b) Type of GST Registration (Registered, Unregistered, Composition, SEZ, RCM etc.): ….. (c) GSTIN number: …………………………………….. (d) Registered Address as per GST registration and Place of Delivery for GST Purpose: ….. (e) Contact Names, Nos. & email IDs for GST matters (Please mention primary and secondary contacts): ………………………………… We solemnly declare that our GST rating on the GST portal / Govt. official website is NOT negative / blacklisted during the last three financial years. ....................................................................... (Signature with date) ....................................................................... ....................................................................... (Full name, designation & address of the person duly authorized sign on behalf of the tenderer) For and on behalf of ....................................................................... ....................................................................... (Name, address, and stamp of the tendering firm)
Page 24 of 34 Tender Number: 6000016469 Section XIII: Bank Guarantee Form for EMD
Not Applicable
Page 25 of 34 Tender Number: 6000016469 Section XIV: Manufacturer’s Authorization Form
Not Applicable
Page 26 of 34 Tender Number: 6000016469
Section XV: Bank Guarantee Form for Performance Security
PROFORMA OF BANK GUARANTEE FOR CONTRACT PERFORMANCE GUARANTEE BOND (ON BANK’S LETTERHEAD WITH ADHESIVE STAMP)
Ref ....................................... Date .......................... Bank Guarantee No …………………… To,
(Insert Name & Address of the Purchaser)
Dear Sir, 1. Against contract vide Notification for Award of the Tender No ............................ dated .................................... covering supply of .............................................. (hereinafter called the ‘contract’) entered into between the ………………………… (insert name of Purchaser) (herein after called as the Purchaser) and M/s. ...........,.......................................... (here in after called the ‘Contractor’), this is to certify that, at the request of the Contractor, we ..................................... (name of the bank), are holding in trust in favour of the Purchaser, the amount of ................................(write the sum here in words), to indemnify and keep indemnified the Purchaser, against any loss or damage that may be caused to, or suffered by the Purchaser, by reason of any breach by the Contractor of any of the terms and conditions of the said contract and/or in the performance thereof. We agree that the decision of the Purchaser, whether any breach of any of the terms and conditions of the said contract and/or in the performance thereof has been committed by the Contractor; and the amount of loss or damage that has been caused or suffered by the Purchaser, shall be final| and binding on us, and the amount of the said loss or damage shall be paid by us, forthwith on demand and without demur to the Purchaser. 2. We ............................ (name of the bank), further agree that, the guarantee herein contained, shall remain in full force and effect, for sixty days after the complete conclusion of the contractual obligations to the complete satisfaction of both the BIDDER and the BUYER, including warranty period whichever is later, i.e. till ............................................., (hereinafter called the ‘said date’) and that if any claim accrues or arises against us .................................... (name of the bank), by virtue of this guarantee before the said date, the same shall be enforceable against us ............................ .......................... (name of the bank), notwithstanding the fact that the same is enforced within six months after the said date, provided that notice of any such claim has been given to us ..,........................... (name of the bank), by the Purchaser, before the said date. Payment under this bond of guarantee shall be made promptly, upon our receipt of notice to that effect, from the Purchaser. 3. It is fully understood that this guarantee is effective from the date of the said contract and that we .......... ...................................... (name of the bank), undertake not to revoke this guarantee during its currency, without the consent in writing of the Purchaser. 4. We undertake to pay to the Purchaser, any money so demanded, notwithstanding any dispute or disputes raised by the Contractor, in any suit or proceeding pending before any Court or Tribunal, relating thereto, our liability under this present, being absolute and unequivocal. The payments so made by us under this bond, shall be a valid discharge of our liability for payment thereunder, and the Contractor shall have no claim against us, for making such payments. 5. We............................ (name of the bank), further agree that the Purchaser shall have the fullest liberty, without affecting in any manner our obligations hereunder, to vary any of the terms and conditions of the said contract, or to extend time of performance by the Contractor, from time to time, or to postpone for any time or form, time to time, any of the powers exercisable by the Purchaser, against the said Contractor and to for bear or enforce any of the terms and conditions relating to the said contracts and we.............................. .................. (name of the bank), shall not be released from our liability under this
Page 27 of 34 Tender Number: 6000016469
guarantee, by reason of any such variation or extension being granted to the said Contractor, or for any forbearance and/or omission on the part of the Purchaser, or any indulgence by the Purchaser towards the said Contractor, or by any other matter or thing whatsoever, which under the law relating to sureties, would, but for this provision, have the effect of so releasing us from our liability under this guarantee. 6. This guarantee will not be discharged due to the change in the constitution of the Bank or the Contractor.
Date Signature Place (Printed Name)
Witnesses (Designation)
(Bank’s Common Seal)
Page 28 of 34 Tender Number: 6000016469
Section XVI: Contract Form
(Address of SPMCIL’s office issuing the contract) Contract No…………. dated……………. This is in continuation to this office’ Notification of Award No………. dated ............ 1. Name & address of the Supplier: …………………………………….. 2. SPMCIL’s Tender document No……… dated…………. and subsequent Amendment No.…………., dated……… (If any), issued by SPMCIL 3. Supplier’s Tender No……… dated…….. and subsequent communication(s) No………… dated …….. (If any), exchanged between the supplier and SPMCIL in connection with this tender. 4. In addition to this Contract Form, the following documents etc, which are included in the documents mentioned under paragraphs 2 and 3 above, shall also be deemed to form and be read and construed as part of this contract: (i) General Conditions of Contract; (ii) Special Conditions of Contract; (iii) List of Requirements; (iv) Technical Specifications; (v) Quality Control Requirements; (vi) Tender Form furnished by the supplier; (vii) Price Schedule(s) furnished by the supplier in its tender; (viii) Manufacturers’ Authorisation Form (if applicable for this tender); (ix) SPMCIL’s Notification of Award Note: The words and expressions used in this contract shall have the same meanings as are respectively assigned to them in the conditions of contract referred to above. Further, the definitions and abbreviations incorporated under Section – V - ‘General Conditions of Contract’ of SPMCIL’s Tender document shall also apply to this contract. 5. Some terms, conditions, stipulations etc. out of the above-referred documents are reproduced below for ready reference: (i) Brief particulars of the goods and services which shall be supplied/ provided by the supplier are as under:
Schedule Brief Accounting Quantity to be Unit Price (in Total price No. description of unit goods/ supplied Rs.) services
Any other additional services (if applicable) and cost there of: ……………………….. Total value (in figure) ____________ (In words) ___________________________ (ii) Delivery schedule (iii) Details of Performance Security (iv) Quality Control (a) Mode(s), stage(s), and place(s) of conducting inspections and tests. (b) Designation and address of SPMCIL’s inspecting officer (v) Destination and despatch instructions (vi) Consignee, including port consignee, if any (vii) Warranty clause
Page 29 of 34 Tender Number: 6000016469 (viii) Payment terms (ix) Paying authority .............................................................................. (Signature, name, and address of SPMCIL’s authorized official) For and on behalf of.............................................................................. Received and accepted this contract ................................................... (Signature, name, and address of the supplier’s executive duly authorized to sign on behalf of the supplier) For and on behalf of ............................................. (Name and address of the supplier) .............................................................................. (Seal of the supplier) Date: Place:
Page 30 of 34 Tender Number: 6000016469
Section XVII: Letter of Authority for attending a Pre-bid Conference/ Bid Opening
The General Manager Unit Address Subject: Authorization for attending bid opening on ________________________ (date) in the Tender of _________________________.
Following persons are hereby authorized to attend the bid opening for the tender mentioned above on behalf of ________________________________________ (Bidder) in order of preference given below.
Order of Preference Name Specimen Signatures I. II. Alternate Representative Signatures of bidder or Officer authorized to sign the bid Documents on behalf of the bidder.
Note: 1. Maximum of two representatives will be permitted to attend pre-bid conference/ bid opening. In cases where it is restricted to one, first named representative will be allowed to attend. Alternate representative will be permitted when regular representatives are not able to attend. 2. In case of pre-bid conference, self-attested copy of proof of purchase of Bid documents, in the name of the bidder must be enclosed with this authorization, without which entry would be refused. Bid documents would be available for sale at the site also. 3. Permission for entry to the hall where even is held may be refused in case authorization as prescribed above is not produced.
Page 31 of 34 Tender Number: 6000016469
Section XVIII: Proforma of Bills for Payments
(Refer Clause 22.6 of GCC)
Name and Address of the Firm................................................................................................................................
Bill No..................................................................................................... Dated.......................................
Purchase order....................................No............................Dated............................
Name and address of the consignee........................................................................
S. No Authority Description Number or Rate Price per Amount
for purchase of Stores quantity Rs. P. Rs. P.
Total
1. GST/ CGST/ SGST/ UTGST/ IGST Amount 2. Freight (if applicable) 3. Excise Duty (if applicable) 4. Packing and Forwarding charges (if applicable) 5. Others (Please specify) 6. PVC Amount (with calculation sheet enclosed) 7. (-) deduction/Discount 8. Net amount payable (in words Rs.) Dispatch detail RR No. other proof of despatch........................................................................................................................... Dated........................................................................................................................................................................................(enclosed) Inspection Certificate No.....................................................................................................Dated………….................(enclosed) Place and Date Received Rs.................................................................................................................................................................................................. Rupees)......................................................................................................................................................................................................
We solemnly certify that:
a. Goods and Services Tax (GST) charged on this Bill is not more than what is payable under the provision of the relevant Act or the Rules made there under.
b. Goods on which GST has been charged have not been exempted under the GST Act or the rules made there under and the charges on account of GST on these goods are correct under the provisions of that Act or the Rules made there under.
c. We are registered with above indicated GSTIN as dealer in the State where in their Billing address is located for the purpose of GST.
d. This bill form / invoice is not a replacement for the GST invoice. The proper GST invoice as per requirements of GST rules has been sent to the Purchaser as and when deliveries are made to the consignee.
e. that the payment being claimed is strictly in terms of the contract and all the obligations on the part of the supplier for claiming that payment has been fulfilled as required under the contract.
Revenue stamp Signature and of Stamp Supplier Page 32 of 34 Tender Number: 6000016469
Section XIX: NEFT Mandate
(Refer clause 22.2 of GCC) From: M/s. .......................................... Date: ............................... To: (Insert Name and Address of Purchaser’s Paying Authority as per NIT Clause 1) Sub: NEFT payments We refer to RBI’s NEFT scheme. Our mandate SPMCIL for making payments to us through the above scheme to our under noted account. NATIONAL ELECTRONIC FUNDS TRANSFER MANDATE FORM
1 Name of City 2 Bank Code No. 3 Branch Code No. 4 Bank’s Name 5 Branch Address 6 Branch Telephone / Fax No. 7 Supplier’s Account No. 8 Type of Account 9 IFSC code for NEFT 10 IFSC code for RTGS 11 Supplier’s name as per Account 12 MICR Code No. In Lieu of Bank Certificate to be obtained as under, please attach a bank cancelled cheque or photocopy of a cheque or front page of your bank passbook issued by your bank for verification of the above particulars.
I hereby declare that the particulars given above are correct and complete. If the transaction is delayed or not effected at all for reasons of incomplete or incorrect information, I would not hold the user institution responsible. I have read the option intimation letter and agree to discharge responsibility expected of me as a participant under the scheme.
Date Signature of the Customer Certified that the above particulars are correct as per our record. Stamp and Signature of authorized
official of the bank
Page 33 of 34 Tender Number: 6000016469
Section XX: Integrity Pact
Not Applicable
Page 34 of 34
|