Tender Document - The India Government Mint , Kolkata

Transcription

Tender Document - The India Government Mint , Kolkata
CURRENCY NOTE PRESS
(A Unit of Security Printing and Minting Corporation of India Limited)
Wholly owned by Government of India
Nashik Road # 422101 (Maharashtra)
(ISO : 9001 & ISO 14001 Certified Unit)
Tel.No : 00-91-253-2463730-39,2461471
Fax No: 00-91-2532464100
CIN: U22213DL2006GOI144763
Web: www.cnpnashik.spmcil.com E-mail: [email protected]
PR Number
11002298
PR Date
25.11.2014
Indenter
D.M.(HR)
Department
H.R.
Not Transferable
Security Classification:
TENDER DOCUMENT FOR PURCHASE OF: HIRING OF 8 NOS. OF
DATA ENTRY OPERATOR
Tender Number: 6000005320/HR, Dated: 05.01.2015
This Tender Document Contains__________Pages.
Details of Contact person in SPMCIL regarding this tender:
Name:
SHEKHAR S KORANNE
Designation: Deputy Chief Engineer
Address:
CNPN (Currency Note Press, Nashik)
India
Regd. Office:-Jawahar Vyapar Bhawan, Janpath, New Delhi-110001
T01.1
Tender Number:6000005320
Section1: Notice Inviting Tender (NIT)
6000005320 /HR
(SPMCIL's Tender SI No.)
05.01.2015
(Date)
1. Sealed tenders are invited from eligible and qualified tenderers for supply of following goods & services:
Sch Brief Description
d.
of Goods/services
No.
Hiring of 8 data entry operator
1
Quantity
(with unit)
Earnest Money
(In Rs.)
1.000 AU
29000.00INR RUPEES TWENTY
NINE THOUSAND ONLY
0.00
Remarks
Hiring of 8 data entry operator 2496.000AU
1
Type of Tender (Two Bid/ PQB/ EOI/ RC/ Development/ TWO-BID
Indigenization/ Disposal of Scrap/ Security Item etc.)
National Competetive Bid
Dates of sale of tender documents:
From to during office hours.
Place of sale of tender documents
CISF GATE, NEW ADMN. BLDG., CNP, NASHIK ROAD
Closing date and time for receipt of tenders
06.02.2014 14:55:00
Place of receipt of tenders
CISF GATE, NEW ADMN. BLDG., CNP, NASHIK ROAD
Time and date of opening of tenders
06.02.2014 15:00:00
Place of opening of tenders
PURCHASE SECTION, NEW ADMN. BLDG., CNP,
Nominated Person/ Designation
Tenders (Clause 21.21.1 of GIT)
to
Receive
Bulky SHEKHAR S KORANNE
Deputy Chief Engineer
1. 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.
2. Tender documents may be purchased on payment of non-refundable fee of Rs 500/-per set in the form of
account payee demand draft/ cashier#s cheque/ certified cheque, drawn on a scheduled commercial bank in India,
in favour of SPMCIL, Unit CNP, payable at Nashik.
3.
If requested, the tender documents will be mailed by registered post/ speed post to the domestic tenderers
and by international air-mail to the foreign tenderers, for which extra expenditure per set will be Rs.100 for domestic
post and Rs. 200 for international air-mail. The tenderer is to add the applicable postage cost in the non-refundable
fee mentioned in Para 3 above.
4.
Tenderer may also download the tender documents from the web site www.spmcil.com and submit its tender
by utilizing the downloaded document, along with the required non-refundable fee as mentioned in Para 3 above.
5. Tenderers shall ensure that their tenders, duly sealed and signed, complete in all respects as per instructions
contained in the Tender Documents, are dropped in the tender box located at the address given below on or before
the closing date and time indicated in the Para 1 above, failing which the tenders will be treated as late and rejected.
6. In the event of any of the above mentioned dates being declared as a holiday/ closed day for the purchase
organisation, the tenders will be sold/ received/ opened on the next working day at the appointed time.
Regd. Office:-Jawahar Vyapar Bhawan, Janpath, New Delhi-110001
Sec01.1
Tender Number:6000005320
7.
The tender documents are not transferable.
8.
If any queries regarding this tender may contact
[email protected]@spmcil.com
at
0253-2454493/2461318
..........................................
..........................................
(Name Designation, Adress telephone number etc
of the officer signing the document)
For and on behalf of
...........................................
Regd. Office:-Jawahar Vyapar Bhawan, Janpath, New Delhi-110001
Sec01.2
or
e-mail
at
Tender Number:6000005320
Section II: General Instructions to Tenderers (GIT)
Part 1: General Instructions Applicable to all type of Tenderers
Please CLICK the link for further details
http://www.spmcil.com/SPMCIL/UploadDocument/GIT.pdf
Regd. Office:-Jawahar Vyapar Bhawan, Janpath, New Delhi-110001
Sec02.1
Tender Number:6000005320
Section III: Specific 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.)
Sr No
04
08
09
GIT Clause
Topic
SIT Provision
No.
11.2
Tender Currency
INR
20.4
Number of copies of Tender to be submitted SINGLE
20.9
E-Procurement
NOT PERMITTED
Regd. Office:-Jawahar Vyapar Bhawan, Janpath, New Delhi-110001
Sec03.1
Tender Number:6000005320
Section IV: General Conditions of Contract (GCC)
Please CLICK the link for further details
http://www.spmcil.com/SPMCIL/UploadDocument/GCC.pdf
Regd. Office:-Jawahar Vyapar Bhawan, Janpath, New Delhi-110001
Sec04.1
Tender Number:6000005320
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)
Sl.No GCC Clause
.
No.
07
19.3
Option Clause
08
20.1
Topic
Price Adjustment Clause
SCC Provision
THE PURCHASER RESERVE THE RIGHT TO
INCREASE THE ORDERED QUANTIY BY 25%
AT ANY TIME, TIL FINAL DELIVERY.
IF THE TENDERER FAILS TO INCLUDE TAXES
AND DUTIES IN TENDER, NO CLAIM THEREOF
WILL BE CONSIDERED BY PURCHASER
AFTERWARDS
Regd. Office:-Jawahar Vyapar Bhawan, Janpath, New Delhi-110001
Sec05.1
Tender Number:6000005320
Section VI: List of Requirements
Schedule Breif Description of goods and services (Related Accounting
No.
Specifications etc.are in Section-VII)
Unit
00010
Hiring of 8 data entry operator
AU
Quantity
1.000
Amount of Earnest
Money
29000.00
INR
RUPEES
TWENTY
NINE
THOUSAND
ONLY
0.00
1. Price Validity: 120 days from bid due date.
2. Bidders to open the link provided in section II & IV take print out of all the documents available and then sign &
stamp each and every paper and submit along with the technical tenders.
4. Bidders who empanelled with CNP should submit a self-declaration
containing Empanelment no. and
acceptance towards all terms & conditions of GIT,GCC. These bidders need not submit the said (sections) and
financial document as per section IX.
5. The contract will be for One year in the first instance. However, the contract can be extended on the same terms
and conditions subject to satisfactory work of the contractor by another 2 years or till the execution of new contract
whichever is earlier.
6. All the copies of tenders shall be complete in all respects with all their attachments/enclosures duly numbered.
Incomplete documents may be ignored.
7. The total cost inclusive of all elements as cited above on FOR Currency Note Press, Nashik Road (Maharashtra),
India, basis should be indicated clearly both in words and figures in the price bid.
Regd. Office:-Jawahar Vyapar Bhawan, Janpath, New Delhi-110001
Sec06.1
SECTION VII: TECHNICAL SPECIFICATIONS
____________________________________________________
ANNEXURE - A
TERMS AND CONDITIONS FOR THIS CONTRACT
1. The manpower supplier firm must fulfill all the conditions required under
Contract Labour Act, must have a valid PF code & ESI code in its name and copy of the
same must be submitted along with the tender.
2. Hours of work: The working hours shall be 09.00 AM to 05.00 PM with half an hour lunch
break. However the timing may be changed at the discretion of the management from
time to time. In case of urgency/ emergency, the labour can be deployed beyond
normal duty hours.
3. The required strength of manpower shall be 8 (Eight) No. at present. It may be
increased/decreased based on the requirement. Any increase/decrease thereby in the
actual supplied manpower shall increase/reduce the payment to be made
proportionately as per contracted rates.
4. The eligibility criterion for data entry operators is Graduate in any discipline with
working knowledge of MS- Office/MS-CIT with age between 20 to 40 years only.
The deployed data entry operator’s resume must be evaluated by the Firm to get
satisfied about their credentials. They may preferably have one year experience in office
procedure in any reputed firm.
5. Agency should provide Police Verification/Antecedent & Character Certificate of the
manpower. The clearance of the local police with regards the antecedents of the persons
deployed by it will be obtained by the agency before deployment of the personnel
or within three months of award of contract.
6. The manpower supplier firm shall in no case pay its employees less than the
minimum mandatory rates per month in accordance with the Minimum Wages fixed
by Central /State Govt whichever is higher and a record of that should be kept in a
register, which may be made available for examination as and when demanded.
7. The names of the workers to be supplied by the agency shall be made known to the
authorities with their identity card / employment number, before commencing supply.
The frequent changes in the manpower will not be allowed.
8. The rates quoted shall be for the entire period of the contract. Any amendment there
to shall be at the sole option of Currency Note Press. The said rate shall be quoted
keeping in the mind that the statutory compliance of all labour laws / regulations
must be compliance by the contractor/agency.
9. In case of increase in minimum wages of state/central Govt subsequent to opening of
the tender, then the increase amount of the wages including the corresponding PF / ESI
share shall be revised in the contract at the sole discretion by Currency Note
Press, Nashik.
10.Payment, The payment(s) to be made to the contractor are subject to deduction
of tax (s) Cessleviable by any Government as per rules from time to time and will be
made after the completion of every month on completion of the assigned work and after
certification by user department. The bill must be submitted in duplicate. Further,
the agency shall furnish a copy deposition of monthly EPF/ESIC challans /returns etc.
with next bill, failing which amount as deemed fit by Currency Note Press, Nashik
shall be withheld in the next subsequent bill. The payment to the workman should be
made in presence of authorised representative of CNP which should be duly authenticated
by them.
11. The manpower supplier firm should make suitable arrangement for supervision of the
manpower supplied, timely completion of work allocated and other related works.
12. The agency shall ensure that their staff/D.E.O.'s supplied for service in Currency Note
Press, Nashik premises shall be available during their duty hours as per the roster and they
shall not leave their place of duty without authorization.
13. The agency staff shall be responsible to provide immediate replacement for
personnel who are not available on duty at the place of posting for any emergency and
pressing reasons.
14. Currency Note Press, Nashik authorities shall have the right to seek replacement
of any staff of the agency by any other suitable person in case the staff is not
discharging its services properly. The decision by Currency Note Press, Nashik shall
be final and the agency shall comply with the same at the earliest.
15. The agency staff shall carry out such other legitimate duties as are entrusted to them
from time to time.
16. Currency Note Press, Nashik is not responsible for any dispute of manpower
supplied, and the manpower so provided shall not be in any way is the employees of
Currency Note Press, Nashik
17. The manpower supplier firm will be responsible for making the payment or
A/c payee cheque in presence of representative of CNP to the supplied manpower on or
before 07th day after the last day of the wage period in respect of which the
wages are payable. Contractor also has to issue wage slips to the labours before
wages disbursement. Contactor need to maintain separate records for our establishment
and need to file separate challan and returns in respect of ESI and EPF to the contract
labour engaged with our organization and subsequently raise the bill for
reimbursement which will be verified on the basis of actual amount disbursed and
attendance etc. And will pay within 7 days after payment of wages & statutory
payment. Manpower supplier liable for penalty as decided by the CNP management for not
making timely payment to its manpower as per above schedule.
18. The contract will be for one year in the first instance. However, the contract can be
extended on the same terms and conditions subject to satisfactory work of the
contractor by another 2 years or till the execution of new contract whichever is earlier.
19. The manpower supplier firm shall have to engage the required number of manpower
and in case required number is not available on any day without proper and
acceptable reason Currency Note Press, Nashik can impose penalty of Rs. 500/- per
day on manpower supplier firm as it thinks fit.
20. The manpower supplier firm shall not appoint any sub company/agency to carry
out any obligation under the contract.
21. If the contractor repeatedly violates the terms and conditions of the contract or fails
to supply required number of data entry operators, despite Currency Note Press, Nashik,
having served him proper notices, the contract shall be liable to be terminated and
security deposited shall be forfeited.
22. In case of disputes for non-payment of wages to the supplied manpower or any
other disputes, the payment due to the manpower supplier firm can be withheld till
settlement of the disputes by the board or on the orders of the court of law.
23. The contractor shall abide by all the law of land including Labour Laws (PF, ESI,
Income Tax, Service Tax or any other extra taxes levied by the Government)
24. The contract can be terminated by the Currency Note Press, Nashik by giving a month
notice. The contractor/agency can terminate the contract by giving three months’
notice.
25. In case the contractor/ Agency leaves the job before completion of the period of
contract, Currency Note Press, Nashik, shall be entitled to forfeit the security money
deposited by the contractor/agency for the execution of this contract. The same
shall be over and above the liquidated damages suffered on such account by
Currency Note Press, Nashik.
26. Price Escalation clause: Price escalation may be applicable at the sole
discretion of CNP management in case of any change in statutory payment of Minimum
Wages applicable by amendments issued from time to time by State Govt./Central
Govt.in this regard.
27. The contractor shall have to fulfill all the statutory requirement like PF/ESI as per the
provisions of law i.e. Contract Labour R & A Act 1970 & Contract Labour R&A Rules
1971., Minimum wages Act 1948 applicable in Nashik region excluding taxes,
Payment of Wages Act 1936 and other related labour Legislations etc., and shall
indemnify the Company from any claims in future or due to any breach of the statutory
requirements. The company, as a principle employer, shall enforce the provisions of these
Acts.
28. It is the responsibility of the contractor to obtain license under the Contract Labour
Act from the Concerned Labour Commissioner if engages more than 20 workmen.
Annexure "B"
Scope of work:
1) The Data Entry operators shall be responsible for following activities, in
conformity with the relevant procedures, during the period of contract.
i) They will be involved in maintaining inward/outward register of all medical
bills/ receipt of letters to the respective Section received from empanelled hospital/
private parties/other offices.
ii) Checking, preparation, & processing of Cashless Medical Bills as well as Medical
reimbursement bills received from TPA strictly as per CGHS rates.
iii) Prepare and put up to medical files to head of medical cell for taking
appropriate approvals as required.
iv) Preparing final bills for payment & maintaining data in the SAP system as per
procedure.
v) Maintaining records in excel & word formats of medical bills raised by each
Empanelled Hospitals individually & Medical reimbursement to employees & CISF so
that the information can be made available whenever required.
vi) Generating reports giving details of Medical bills amount raised, amount
disallowed with reasons & net amount reimbursed as required by empanelled hospitals as
well as management.
vii) Calculation of various statutory provisions like Provision for Medical
expenses both cashless & medical reimbursement at year end under the guidance
of head of medical cell.
Viii) They will prepare Management System (MIS) reports on monthly basis to the
management as well as Empanelled Hospitals giving details of Medical bills cleared with
admissible & disallowed amount details
2) Typing of letters/Preparation of various letters, reports in MS Word/ Excel or
preparation of Presentation for various meetings and filing of papers in respective files
and maintain various files and assisting Office Staff in their regular day to day work.
3).Unit may include any other work from time to time as per requirements of
management.
4) They shall work under the overall supervision of the respective Head of the Sections.
______________________________________________________
Section VIII : Quality Control Requirement
_______________________________________________________
_______________________________________________________
Section IX: Qualification / Eligibility Criteria
___________________________________________________________
MINIMUM ELGIBILITY CRITERIA
1.
The following shall be the minimum eligibility criteria for selection of
bidders technically.
a) The firm must be having experience of supplying manpower for Data
Entry/Office Assistant/Office Support Staff/Multi-tasking staff etc. for any
Government (State/Central/PSU) company. Relevant proof (Work Completion
Certificate)of the same is to be attached along with the tender.
b) The contractor must have a valid PF & ESI code number in its name and copy of
the same to be submitted along with the tender.
c) The bidders shall enclose attested copy of Sales Tax /VAT/Service Tax
Registration & attested copy of PAN.
d)The bidders shall enclose attested copies of audited balance sheet Profit and loss
account /Trading account certified by Chartered Accountant for the Completed
three financial year i.e. for 2011-2012, 2012-2013 and 2013-2014.
e) The bidder firm should not have suffered any financial loss for more than one
year during the last three financial years i.e., 2011-2012, 2012-2013 and 20132014.
Bidder to furnish stipulated documents in support of fulfilment of qualifying criteria.
Non – submission or incomplete submission of documents may lead to rejection of
offer.
________________________________________________
Section X: Tender Form
____________________________________________________________
Date :-05/01/2015
To,
Currency Note Press, Nasik
A Unit of Security Printing & Minting
Corporation of India Limited
Wholly Owned by Govt. of India
Nasik
Ref.: Your Tender Document No.6000005320/CNP HR Section dated 05/01/2015.
We, the undersigned have examined the above mentioned tender enquiry document, including
amendment No. XXX dated XXX (if any), the receipt of which is hereby confirmed. We now offer
to supply and deliver _____________________ in conformity with your above referred document
for the sum of XXX as 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 out tender is accepted, we shall provide you with a performance
security of required amount in an acceptable form in terms of GCC clause6, read with
modification, of any, in Section V – ‘Special Conditions of Contract’ for due performance of the
contract.
We agree to keep out tender valid for acceptance for a period upto………. As required in the GIT
clause 19, 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 further understand that you are not bound to accept the lowest or any tender you may
receive against your above-referred tender enquiry.
…………………………………
[Signature with date]
………………………………..
[Name and designation]
Duly authorized to sign tender for and on behalf of
……………………………………………………
……………………………………………………
____________________________________________________
SECTION XI: Price Schedule
TABLE No. 1(b)
SUMMARY OF PRICE SCHEDULE (FOR INDIAN BIDDERS) :PRICES SHOULD BE ON
FOR, CNP, NASHIK ROAD BASIS.
SUMMARY OF PRICE SCHEDULE (FOR INDIAN BIDDERS ONLY)
Sr
No
1
1
Type of manpower-
2
Data Entry
Operator
No. of
persons
required
3
8
Daily
wages
(A)
4
EPF
(B)
5
Other
Statutory
Charges like
ESI etc. (C)
6
Other
Total
charges(spe (E)=(A+B+
cify if any) C+D)
(D)
7
Service
charges
% (F)
(on
Basic
Wages)
8
Grand Total (E+F)
9
10
FOR CNP Nashik price in words………………
1. We confirm that there would not be any price escalation during the supply period other
than statutory increase in minimum wages notification issued by the State Govt./Central
Govt.
2. We confirm that we will abide by all the tender terms and conditions and we do not
have any counter conditions
Price bids with conditions/ counter conditions are liable to be rejected.
(Name and Signature with date)
Office Seal/Stamp
Note:a. Service tax and Education Cess to be paid extra as applicable.
b. The tenderer should quote Service charges as percentage of daily wages.
c. The said rate shall be quoted keeping in mind that the minimum wages of the Central
Govt/ sate govt. whichever is high. And statutory compliance of all labour laws /
regulations must be compliance by the contractor / agency.
Wages and other statutory requirements are required to be submitted as is mentioned in
the table and any deviation from the above would lead to the tender getting rejected.
________________________________________________
SECTION XII: QUESTIONNAIRE
SECTION XIII: BANK GUARANTEE FORM OF EMD
SECTION XIV: MANUFACTURER’S AUTHORIZATION FORM
SECTION XV: BANK GUARANTEE FORM FOR PERFORMANCE SECURITY
SECTION XVI: CONTRACT FORM
SECTION XVII: LETTER OF AUTHORITY FOR ATTENDING A BID OPENING
SECTION XVIII: SHIPPING ARRANGEMENT FOR LINER CARGOES
SECTION XIX: PROFORMA OF BILLS FOR PAYMENTS
Please CLICK the link for further details
http://cnpnashik.spmcil.com/SPMCIL/UploadDocument/SBDTEMPLATE1.pdf
CHECKLIST FOR BIDDERS
1
2
3
4
PLEASE ENSURE THAT
Proforma for Techno-commercial bid is to be kept in FIRST SEALED COVER super scribing
“TECHNO BID “ on the cover after confirming:
a) Proforma of (Section X: TENDER FORM) along with compliance Statement is
completely filled and signed.
b) D.D. of Rs.500/- towards cost of tender form to be downloaded from website is
kept in cover.
c) D.D. towards Earnest Money is kept in cover
d) Bank details is kept in cover
e) Other documents required in tenders like VAT Certificate, L.B.T. Registration No.,
PAN Card/Sales Tax Regn No. Photostat Copy, Financial documents for last three
years duly attested by C.A., Authorization letters etc. are kept in cover.
Proforma of price bid(Price break-up)(Section XI:Price Schedule) is filled, with detailed
price breakup / tax applicable, signed and is kept in SECOND SEALED COVER super scribing
“PRICE BID” on the cover.
All the above mentioned two sealed covers are put in a Separate sealed cover
Super scribing as” Tender for supply of ________________________________ against
C.N.P.TenderNo.___________________________due on______________
Bidders Address( at left side bottom corner) with contact No./E-Mail address
All correspondences should be addressed with ref. of related subject to
The General Manager,
Currency Note Press,Jail Road,
NASHIK ROAD(MAHARASHTRA STATE)
PIN 422101