tender document for engagement of agencyspmhoshangabad.spmcil.com/spmcil/uploaddocument/... · 1...
TRANSCRIPT
1
SECURITY PAPER MILL, HOSHANGABAD
(A Unit of Security Printing & Minting Corporation of India Ltd.)
Wholly Owned by Government of India.
TENDER DOCUMENT FOR ENGAGEMENT OF
AGENCY
FOR PROVIDING RECRUITMENT SERVICES FOR
Supervisor/Data Entry Operator/Workmen (ITI)
IN
SECURITY PAPER MILL, Hoshangabad
Year 2013-14
2
CONTENTS OF TENDER
CHAPTER CONTENT PAGE NOS
SECTION-I NOTICE INVITING TENDER (NIT) 04
SECTION-II GENERAL INSTRUCTIONS TO TENDERERS (GIT) 06
SECTION-III SPECIAL INSTRUCTIONS TO TENDERERS (SIT) 07
SECTION-IV GENERAL CONDITIONS OF CONTRACT (GCC) 10
SECTION-V SPECIAL CONDITIONS OF CONTRACT (SCC) 11
SECTION-VI LIST OF REQUIREMENTS 13
SECTION-VII TECHNICAL SPECIFICATIONS 14
SECTION-VIII QUALITY CONTROL REQUIREMENTS 17 SECTION-IX QUALIFICATION/ ELIGIBILITY CRITERIA 18 SECTION-X TENDER FORM 20
SECTION-XI PRICE SCHEDULE 21
SECTION-XII QUESTIONNAIRE 24
SECTION -XIII BANK GUARANTEE FORM FOR EMD 25
SECTION-XIV MANUFACTURER‟S AUTHORIZATION FORM 26
SECTION-XV BANK GUARANTEE FORM FOR PERFORMANCE SECURITY 27
SECTION-XVI CONTRACT FORM 28
SECTION-XVII LETTER OF AUTHORITY FOR ATTENDING A BID OPENING 30
SECTION-XVIII SHIPPING ARRANGEMENTS FOR LINER CARGOES 31
SECTION-XIX PROFORMA OF BILLS FOR PAYMENTS 32
3
Not Transferable
TENDER DOCUMENT FOR “ENGAGING A RECRUITMENT AGENCY TO CONDUCT
THE RECRUITMENT FOR SUPERVISOR/DEO/ WORKMEN (ITI) AT SPM,
HOSHANGABAD.”
File No. 5(4)/Supervisor/DEO/Workmen (ITI)/2013-14/Advt.No. 96/1050 Dated:19.08.2013
This Tender Document Contain 32 Pages
Tender Documents is sold to:
M/s
Address
Details of Contact person in SPMCIL regarding this tender:
Name, Designation : Shri. Rajkumar R.
Officer (Material)
Address : Security Paper Mill,
Hoshangabad - 461005 (M.P.)
Phone : 07574-279847
Fax : 07574-255170
Email : [email protected]/ [email protected]
4
(SECTION – I)
NOTICE INVITING TENDER
File No. 5(4)/Supervisor/DEO/Workmen (ITI)/2013-14/Advt.No. 96/1050 Dated:19.08.2013
1. Sealed tenders are invited from eligible and qualified tenderers for supply of following
services.
Schedule
No.
Brief Description of Goods/
Services Earnest Money ( in Rs.)
1.
Engagement of Agency for
providing Recruitment services for
Supervisor/DEO/Workmen (ITI) at
SPM, Hoshangabad.
Rs.35,000/- (Rupees Thirty Five
Thousand Only.)
Type Of Tender
Two Bid, Services Contract (Open
Express Tender) NCB
Dates of sale of tender documents From 19.08.2013 to 06.09.2013 Up to
17.00 Hrs. (IST)
Price of the Tender Document Rs. 250 per set
Place of sale of tender documents Security Paper Mill, Hoshangabad
Closing date and time for receipt of tenders Up to 11.00 Hrs till 06.09.2013
Place of receipt of tenders Security Paper Mill, Hoshangabad
Time and date of opening of tenders At 15.00 Hrs on 06.09.2013
Place of opening of tenders Security Paper Mill, Hoshangabad
Nominated Person/ Designation to receive
Bulky Tenders Shri. Rajkumar R.
Officer (Material)
5
2. Interested tenderers may obtain further information about this requirement from the Office of
The General Manager, Security Paper Mill, Hoshangabad.
3. Tender documents may be purchased on payment of non-refundable fee of Rs.250/- per set in
the form of account payee demand draft/ cashier‟s cheque/ certified cheque, drawn on a
scheduled commercial bank in favour of the Security Paper Mill, payable at Hoshangabad (M.P.)
4. 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/- (Rupees One Hundred) for domestic post and Rs. 500/- (Rupees Five
Hundred) for international air-mail. The tenderer is to add the applicable postage cost in the non-
refundable fee mentioned in para 3 above.
5. Tenderer may also download the tender documents from the website
http://spmhoshangabad.spmcil.com & http://eprocure.gov.in and submit tenders by utilizing the
downloaded document, along with the required non-refundable fee as mentioned in para 3
above.
6. Tenderers shall ensure that their tenders, duly sealed & signed complete in all respects, as per
instructions contained in this tender document 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.
ADDRESS
The General Manager,
Security Paper Mill,
Hoshangabad - 461 005 (M.P.) India.
7. In the event of any of the above mentioned dates being declared as 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.
(Rajkumar R.)
Officer (Material)
For-General Manager
6
(SECTION – II)
GENERAL INSTRUCTIONS TO TENDERERS (GIT)
Kindly refer http://spmhoshangabad.spmcil.com/spmcil/uploaddocument/GIT.pdf for further details.
(GIT Contains 32 pages)
7
(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.
S. No. GIT Clause No. Topic SIT Provision
1 18 Earnest Money Deposit 1
2 19 Tender Validity 2
3 21 Submission of Tender 3
4 33 Schedule wise Evaluation 4
5 --- Other special condition 5
1. EARNEST MONEY DEPOSIT (EMD)
Tender should be accompanied with Earnest Money Deposit (Non-interest bearing) of
Rs. 35, 000/- (Rs. Thirty Five Thousand only) in the forms as given below.
a) Account Payee Demand Draft or
b) Fixed Deposit Receipt or
c) Banker‟s cheque
The demand draft, fixed deposit receipt or banker‟s cheque shall be drawn on any scheduled
commercial bank in India, in favour of Account specified in the Clause 3 of NIT. The earnest
money shall be valid for a period of forty five days beyond the validity period of the tender.
2. TENDER VALIDITY
Offers shall remain valid for a period of 120 days from the date of opening of Tender.
3. SUBMISSION OF TENDER
3.1 The agency interested to submit the tender for undertaking recruitment process on the behalf
of the Security Paper Mill Hoshangabad may submit the same in two parts (a) Technical
bid & (b) Financial bid as per the detail given as per Section VI & VII & Section XI two
separate sealed envelope super scribed with the word “Technical Bid” & “Financial Bid”.
Both the envelop then be put in the bigger sealed cover super scribed the word “TENDER
FOR RECUITMENT AGENCY”and should be sent as to reach the GENERAL
MANAGER, SECURITY PAPER MILL, HOSHANGABAD (M.P.) PIN-461005 up to
11:00 Hrs till 06.09.2013 The tender received after the prescribed date and time will not be
8
considered. The tender will be opened on 06.09.2013 at 15.00 Hrs. in the office of the
Officer (Material). Firstly technical bid will be opened thereafter the financial bid of the
bidder will be opened who qualified the technical bid criteria.
3.2 Tenders shall be submitted in parts as below:-
PART – I - TECHNO-COMMERCIAL BID
i) Containing un-priced tender consisting of complete Qualification/Eligibility of the
tenderer as per the format specified under Section I X in this document and
Technical Specifications as per Section VII .
ii) One original and one duplicate copy shall be submitted. It should not have any price
aspects.
iii) Earnest Money Deposit.
iv) Power of Attorney/authorization with the seal of the company of person signing the
tender documents.
v) Tender document fee Rs.250/-
vi) Containing un-priced tender consisting commercial package including all terms and
conditions. No price details to be given in this tender.
vii) Containing Blank price Bid (No price details to be given in this tender.)
PART- II - PRICE BID:
The tenderers shall quote the prices as per the proforma given in Section – XI of the tender
document. Insertion, post script, addition and alteration shall not be recognized unless
confirmed by the tenderers.
4. SCHEDULE-WISE EVALUATION:
The method of evaluation of L1 criteria for awarding work order shall be on consolidated offer by the
bidder and will be decided taking into consideration of total offered price including (X+Y+Z) as per
price schedule Section (XI) of this tender document. However the payment shall be made as per
actual number of short listed applications over and above the minimum guaranteed offered
price for each application.
Other Special conditions:
i. All the call letters shall be dispatched 21 days in advance from the scheduled date for
written/skill Tests/Interviews and proof of dispatch is to be furnished to SPM
Hoshangabad.
ii. The question paper should be of Objective Type & in bilingual language.
(English/Hindi).
iii. For the posts of Data Entry Operators, skill test to be conducted where the typing speed
@ 40wpm of the candidates has to be examined. The agency has to ensure that the
necessary software to evaluate the speed as mentioned above has to be arranged by the
agency itself .Those candidates who qualify the skill tests will be called for the written
test of objective type(General Knowledge,Reasoning, Quantative Aptitude), Qualified
candidates in the written test will be called for Interview.
9
iv. The sample question paper (Objective type) for Supervisor, DEO & Workmen shall be
as given below:
For Supervisors:
a. Questions - 50 Marks- General Engg.(Common)
b. Questions - 50 Marks- Separate for each branch of Engg.
(Mechancial/E&I/Electrical/AC& Ref./Production/ Quality Assurance)
For Data Entry Operators:
a. Skill Test: Computer knowledge with typing speed in English @ 40 wpm.
b. Written Test: Questions - 50 Marks - General Knowledge
Questions - 50 Marks - Reasoning, Quantative Aptitude, Computer Knowledge,etc.
For workmen:
a. Questions – 50 Marks – General (Common)
b. Questions – 50 Marks – Which shall be separate for each ITI trades.
(1) Machinist, Fitter, Turner.
(2) AC & Refrigration.
(3) Chemical Plant (Lab. Asstt.)
THE QUESTION PAPERS COMPRISES OF COMMON QUESTIONS AND QUESTIONS
ON THE SUBJECT OF EACH BRANCH/TRADE OF CANDIDATES RELEVANT TO HIS
FIELD.
10
(SECTION-IV)
GENERAL CONDITIONS OF CONTRACT (GCC)
Kindly refer http://spmhoshangabad.spmcil.com/spmcil/uploaddocument/GCC.pdf for further
details.
(GCC Contains 28 pages)
11
(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 ion their provisions through SCC.
There could be other clauses in SCC as deemed fit.)
S. No. GCC Clause No. Topic SCC Provision
1 -------- Special instructions 1
2 22.1, 22.2, 22.3 Terms and Mode of payments 2
3 10 Terms of delivery 3
1. Special Instructions:
The complete process should be handled with utmost confidentiality, taking due precautions
and in a professional way of high standard.
2. Payment Terms:
Payment shall be made:
(i) After dispatch of the call letter. - 25% will be released
(ii) After submission of the data base of the written test. - 25% will be released
(iii) Dispatch of the call letter for interview - 25% will be released.
(iv) Final completion of selection - 25% will be released
Payment shall be made through RTGS/NEFT. The firm may give their E-payment details
accordingly.
3. Terms of Delivery:
The entire selection process should be completed within a period of about 120 days of time.
Bidder should submit an undertaking to strictly adhere the work schedule within the time line for
conducting the recruitment process as per the given format.
12
S.No. Description Time Period in days
1.
Scrutiny of applications and short listing of
eligible candidates to be called for
written/Skill tests and interview as per SPMH's
criteria.
30
2.
Dispatch of call letters for the written and skill
test.
10
3. Conducting Written and skill Test at Bhopal or
venue decided in consultation with SPMH. 30
4. Compilation of results of Written/skill Test.
10
5. Dispatch for call letters for the Interview. 10
6. Date of Interview after the dispatch of call
letters 30
NB: All the applications will be handed over to the bidder at the time of awarding the work
order.
13
(SECTION-VI)
LIST OF REQUIREMENTS
Schedule
No.
Brief description of goods and services
(Related specifications etc. are in
Section-VII)
Accounting
unit
No. of Post
(Tentative)
Amount of
Earnest Money
1
Engagement of an Agency for
providing Recruitment Services for
Supervisors, Data Entry Operators
& Workmen (ITI) in Security
Paper Mill, Hoshangabad (M.P)
Nos 91
Rs. 35,000/-
(Rupees Thirty
Five Thousand
Only)
Required Delivery Schedule: 120 Days (Tentative) from the placement of work order.
14
(SECTION-VII)
TECHNICAL SPECIFICATIONS
Schedule-I: INVITATION TO TENDER FOR ENGAGING OUTSIDE AGENCY FOR
PROCESSING OF RECRUITMENT PROCESS FOR SECURITY PAPER MILL,
Hoshangabad(MP).
Security Paper Mill is one of the nine units under the “Security Printing and Minting
Corporation of India Limited” (SPMCIL), a miniratna Category-1 Central Public Sector Enterprises
Company, wholly owned company of Government of India, incorporated on 13-01-2006 under the
Companies Act, 1956 with the objective of designing, manufacturing/ printing security documents,
currency and bank notes, non-judicial stamp papers, minting of coins, postage stamps etc. SPMCIL
is under administrative control of Ministry of Finance with its Registered and Corporate Office at
Jawahar Vyapar Bhavan, Janpath, New Delhi.
Security Paper Mill, Hoshangabad,(MP) is in the process of conducting Recruitment
activities in respect of approx. 91 posts (Supervisors-39, Workmen-42 and Jr.DEO‟s-10). We intend
to outsource the whole recruitment process to a firm who have professional expertise in this area and
have infrastructure to deliver the services as per our requirement given in Scope of Work. The whole
recruitment process is proposed to be outsourced and entrusted to the selected recruitment agency,
which shall do the entire process in consultation and under the direct supervision of Security Paper
Mill, Hoshangabad,(MP). The General Manager, Security Paper Mill, Hoshangabad,(MP), -461005,
India for and on behalf of the Chairman and Managing Director, Security Printing and Minting
Corporation of India Ltd, New Delhi invites sealed tenders from reputed and experienced
Institutes/Companies/Agencies to conduct the recruitment process on behalf of Security Paper Mill,
Hoshangabad,(MP). (A Unit of Security Printing & Minting Corporation of India Limited) with
following terms & conditions:-
SCOPE OF WORK:
The whole recruitment process is proposed to be outsourced and entrusted to the selected
recruitment agency, which shall do everything necessary for successful recruitment against the posts
advertised by SPMH and under the direct supervision of Security Paper Mill, Hoshangabad (MP).
Without affecting the generality of above, the outsourcing Agency will have the responsibility of:
1. The successful bidder shall handle and execute the entire process of recruitment and
selection, viz., from the stage of scruitny of recieved applications from SPMH till final
selection based on the merit lists of written test and shall issue call letters to shortlisted
candidates for appearing in written test & interview and shall also prepare final selection list
based on merit.
2. The successful bidder shall ensure error-free, smooth, systematic, scheduled and organized
recruitment process with a firm objective for free, fair and transparent recruitment and
selection of best suitable and deserving candidates in a competitive environment.
15
3. SPMH will advertise the notified number of vacancies & shall recieve the applications (Off-
line mode) from the candidates and will forward the same to the agency for scruitny of the
applications and issusing of call letters to the candidates for written tests.
4. The successful bidder shall handle and process sorting and segregation of envelopes of the
candidates recieved from SPMH for each post category-wise.
5. The successful bidder shall sort out, scrutinize all the applications together with the Demand
Drafts towards prescribed application fee/process charges and supporting documents so
received post-wise, category-wise.
6. The successful bidder shall ensure electronic data entry, safe storage and customized
generation of various reports/lists that are required/incidental/contingent during and in the
course of entire recruitment process.
7. The successful bidder shall scrutinize each application strictly as per the
authorized/prescribed eligibility criteria provided by the General Manager, SPMH without
any deviation/relaxation/error/flaw/mistake/confusion.
8. The successful bidder shall prepare a list of eligible candidates post-wise and category-wise
after conducting thorough and detailed scrutiny of each thus received applications together
with supporting documents and Demand Draft subsequently received from SPMH.
9. The successful bidder shall scrutinize the correctness of Demand Draft submitted by the
candidates and prepare a list of candidates clearly indicating the details of each Demand
Draft against each name of the candidates and submit the same along with the list to SPMH
in 14 days for appropriate remittance/realization.
10. The successful bidder shall allocate appropriate Roll Number to each eligible candidate post-
wise and category-wise in continuity. For example, assuming 10000 applications are
received for each category, UR applications will have Roll Number 1-10000, SC Category
10001 to 20000, ST category 20001 to 30000 and so on.
11. The successful bidder shall arrange and keep in safe custody all such applications/documents
received in respect of the eligible candidates duly allocating appropriate Roll Number and
segregating post-wise and category-wise, properly bundled, tied and padded in convenient
numbers.
12. The successful bidder shall forward such application forms and supporting documents of
finally selected candidates to the General Manager, SPMH along with the merit list for
enabling „make-ready‟ position for undertaking joining process in respect of each selected
candidates.
13. The successful bidder shall prepare a list of rejected applications duly indicating all the
relevant details in respect of each application and reasons for rejection. A list of such
rejected applications shall be forwarded to the General Manager, SPMH along-with of list of
eligible candidates.
14. The successful bidder shall set up the question papers, and will do their printing and packing
center wise as the case may be.
15. Secured dispatch custody of the question papers will be the responsibility of the selected
organization/agency and also ensure smooth conduct of written exams.
16
16. Any breach of security of question papers and its consequent legal and financial aspects, if
any, will be the sole responsibility of the agency.
17. Number of examination venues to be decided by selected outsourcing recruitment agency
depending upon number of candidates to be called for written test and infrastructure
available with agency to conduct written test in consultation with SPM, Hoshnagabad.
18. The successful bidder shall ensure issuing/mailing appropriate Admit Card/Call Letter
(Through Registered post) for the written test and interview, as the case may be, to each
eligible candidate by such means of delivery enabling the eligible/short-listed candidates to
take part in the Written Test/Interview in fulfillment of ensuring optimum competitive
environment.
19. The successful bidder shall plan and schedule each activity of recruitment process including
the schedule of venues, date of Written Test, to be notified to each candidate appropriately.
Such schedule of activities shall be finalized in consultation and concurrence with the
General Manager, SPMH.
20. The successful bidder shall provide requisite stationery and other relevant material to each
notified candidate attending the scheduled written examination, as the case may be.
21. The successful bidder shall arrange Attendance List in respect of all such candidates who are
notified for the Written Examination, as the case may be, along with their application
dossiers properly arranged in a booklet form post-wise and category-wise duly containing
allocated Roll Number and authorized photograph pasted/printed/affixed on each application
form, as per the schedule, date, time and venue allocated for the Written Examination.
22. The successful bidder shall intimate/update the General Manager, SPMH on the periodical
progress at each phase of successful completion of recruitment process.
23. Evaluation of answer sheets and generation of reports as decided mutually.
24. The successful bidder shall issue/mail/dispatch/sms Call Letters to the selected candidates for
Interview strictly as per the criteria to be determined in consultation and concurrence with
the General Manager, SPMH.
25. The successful bidder shall prepare and send final Merit List of the candidates for appearing
in the interview based on written test result.
26. The successful bidder shall design a website making provisions to download duplicate admit
cards for the candidates (who do not recieve admit cards for written test or interview) called
for written tests and also for the interview.
17
(SECTION-VIII)
QUALITY CONTROL REQUIREMENTS
As per Scope of work mentioned in Section VII
1 Supervisor in different Engg.
Branches
(Mech./E&I/Electrical/AC &
Refrigration/Production/Quali
ty Assurance)
39 S-1
Level
IDA Pattern:
Rs.12300-
25400 (IDA)
Essential: :- 1st class
Diploma in
Engineering in
respective branch.
Desirable: B.Tech.
2 Data Entry Operator 10 W-3
Level
CDA Pattern:
Rs.5200-
20200, PB-1,
Grade Pay-
2000
Essential:Graduation
with at least 55%
marks and Computer
knowledge with
typing speed in
English @ 40 wpm.
Desirable:-
Proficiency in office
assistance.
3 Workmen in different ITI
Trades. (Fitter/ Machinist/
Turner/ A.C. &
Refrigeration/Lab.Asstt.
[Chemical Plant])/Tool and
Die Maker
42 W-1
Level
CDA Pattern:
Rs.5200-
20200, PB-1,
Grade Pay-
1800
Essential: Full Time
ITI certificate in
respective Trades.
Desirable:Diploma
Holders.
18
(Section-IX)
QUALIFICATION / ELIGIBILITY CRITERIA
1. The Recruitment Agency should have successfully completed at least one complete recruitment
Process of minimum 5000 applications in last Five(05) years ending 31st March 2013 for any
reputed PSU/Government/ Semi- Government Departments/ Autonomous bodies etc.
2. The agency should have requisite infrastructure along with competent trained staff &
handling/completion of the job of processing of at least 5,000 applications or more . The
agency should have to furnish detail business profiles along with physical infrastructure and
organizational structure showing details of professionals, technical and other manpower.
3. The average annual turn-over of the Bidder during the last three (3) financial years, ending
March 31st, 2013 should be more than Rs. 5.20 lakhs.
4. The Bidder firm should not have suffered any financial loss for more than one (1) financial year
during the last three (3) financial years ending March 31st, 2013.
5. The net worth of the Bidder firm should not have eroded by more than 30% in the last three (3)
financial years ending March 31st, 2013.
6. The tendering agency should not have been debarred black listed by any Govt. /Semi Govt.
Department of Court.
Note:-
1. All Experience, Past Performance and Capacity/ capability related Data should be certified
by the authorized signatory of the bidder firm. The credentials regarding experience and past
performance to the extent required as per eligibility criteria submitted by bidder should be
verified from the parities for whom work has been done.
2. All financial standing data should be certified by certified accountants‟ e.g. Chartered
Accountants (CA) in India and Certified Public Accountant / Chartered Accountant in other
countries.
The bidder is required to furnish the following information along with the supporting
required documents as an essential part of technical bid in the sealed envelope super scribed
„Technical Bid‟.
(i) Detailed business profiles along with physical infrastructure and organizational
structure showing details of professional technical and other manpower.
(ii) The agency is required to give evidence of having successful undertaken similar
projects.
19
(iii) Service Tax Registration No., VAT Registration No. and PAN No.
(iv) Detailed note explaining the scope of work as understood by the agency & which
shall be executed by it.
(v) Detailed lists/procedures of quality control and maintenance of confidentiality, which
the agency proposes to conduct during the recruitment process.
During technical evaluation preference would be given to agencies having prior
experience of similar work.
20
(SECTION – X)
Tender Form
ACCEPTANCE OF TERMS & CONDITIONS
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 of As quoted in Price Bid (total tender amount in figures
and words), 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 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 up to -------, 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 up to 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
……………………………………….
……………………………………….
21
(SECTION – XI)
PRICE SCHEDULE
No…………………………… Date: …………...
Agencies are encouraged to give their financial held in the following format giving pertinent
break-ups and timelines.
Offer of Charges to be quoted per candidate in each category of posts.
Item
No. Description
Providing service for the entire process of recruitment as detailed in the
tender
Unit
Rate offered for entire scope of work
Rate per
Application
(L)
No. of
Applications
(M)
Total Amount
(L x M)
Rupees
1 Supervisor
(A) Minimum
Guaranteed charge
per application for
1750 applications for
Written Test.
1750
(B) Charges per
additional
applications over
1750 applications up
to 3500
1750
(C) Taxes (if any)
(X) GRAND
TOTAL=(A+B+C)
22
Item
No. Description
Providing service for the entire process of recruitment as detailed in the
tender
Unit
Rate offered for entire scope of work
Rate per
Application
(L)
No. of
Applications
(M)
Total
Amount
(L x M)
Rupees
2 Data Entry
Operator
(A) Minimum Guaranteed
charge per application for
1500 applications for Skill
Test.
1500
B) Minimum Guaranteed
charge per application for 100
Applications for Written Test.
100
(C) Charges per additional
applications over 1500 for
Skill test up to 3000
1500
D) Charges per additional
applications over 100 for
Written test up to 200
100
(E) Taxes (if any)
(Y) GRAND
TOTAL=(A+B+C+D+E)
23
Note:- The method of evaluation of L1 criteria for awarding work order shall be on consolidated
offer quoted by the bidder and will be decided taking into consideration of total offered price
including (X+Y+Z)As above.
The estimated No. of applications to be received for each post is as below.
a. Supervisor-Approximately -3500
b. Jr.Data Entry Operators- Approximately -3000
c. Workmen- Approximately -3500
However the payment shall be made as per actual number of short listed applications over and above
the minimum guaranteed offered price for each application.
Place:
Date: Signature of authorized Signatory Seal
Item
No. Description
Providing service for the entire process of recruitment as detailed in the
tender
Unit
Rate offered for entire scope of work
Rate per
Application
(L)
No. of
Applications
(M)
Total
Amount
(L x M)
Rupees
3 Workmen
(A) Minimum Guaranteed
charge per application for
1750 applications for Written
Test.
1750
(B) Charges per additional
applications over 1750
applications up to 3500
1750
(C) Taxes (if any)
(Z) GRAND
TOTAL=(A+B+C)
24
(SECTION-XII)
QUESTIONAIRE
The tenderer should furnish specific answers to all the questions/ issues 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 evasive answer against any of the under mentioned
question/ issues, its tender will be liable to be ignored.
1. Brief description and of goods and services offered:
2. Offer is valid for acceptance up to …………………………………………….
3. Your permanent Income Tax A/ C No. as allotted by the Income Tax Authority of
Government of India
Please attach certified copy of your latest/ current Income Tax clearance certificate issued
by the above authority.
4. Status :
a. Are you currently registered with the Directorate General of Supplies & Disposals
(DGS&D), New Delhi, and/ or the National Small Industries Corporation (NSIC), New
Delhi, and/ or the present SPMCIL and/ or the Directorate of Industries of the
concerned State Government for the goods quoted? If so, indicate the date up to which
you are registered and whether there is any monetary limit imposed on your registration.
b. Are you currently registered under the Indian Companies Act, 1956 or any other similar
Act? Please attach certified copy(s) of your registration status etc. in case your
answer(s) to above queries is in affirmative.
5. Please indicate name & full address of your Banker(s)
6. Please state whether business dealings with you currently stand suspended/ banned by any
Ministry/Deptt. of Government of India or by any State Govt.
………………………. (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)
25
(SECTION – XIII)
BANK GUARANTEE FORM FOR EARNEST MONEY DEPOSIT
----------NOT APPLICABLE----------
26
(SECTION – XIV)
MANUFACTURER’S AUTHORIZATION FORM
----------NOT APPLICABLE----------
27
(SECTION – XV)
BANK GUARANTEE FORM FOR PERFORMANCE SECURITY
____________________________[insert: Bank‟s Name, and Address of Issuing Branch or Office]
Beneficiary:______________________ [insert: Name and Address of SPMCIL] Date: __________ PERFORMANCE GUARANTEE No. _______________________________________________
WHEREAS ………………………………………………………………………………(name and
address of the supplier) (hereinafter called “the supplier”) has undertaken, in pursuance of
contract no……………………………. dated …………. to supply (description of goods and
services) (herein after called “the contract”).
AND WHEREAS it has been stipulated by you in the said contract that the supplier shall furnish
you with a bank guarantee by a scheduled commercial bank recognized by you for the sum specified
therein as security for compliance with its obligations in accordance with the contract;
AND WHEREAS we have agreed to give the supplier such a bank guarantee;
NOW THEREFORE we hereby affirm that we are guarantors and responsible to you, on behalf of
the supplier, up to a total of ……………… …… ……… …… …………………. (amount of the
guarantee in words and figures), and we undertake to pay you, upon your first written demand
declaring the supplier to be in default under the contract and without cavil or argument, any sum or
sums within the limits of (amount of guarantee) as aforesaid, without your needing to prove or to
show grounds or reasons for your demand or the sum specified therein.
We hereby waive the necessity of your demanding the said debt from the supplier before presenting
us with the demand. We further agree that no change or addition to or other modification of the
terms of the contract to be performed thereunder or of any of the contract documents which may be
made between you and the supplier shall in any way release us from any liability under this
guarantee and we hereby waive notice of any such change, addition or modification.
We undertake to pay SPMCIL up to the above amount upon receipt of its first written demand,
without SPMCIL having to substantiate its demand.
This guarantee will remain in force for a period of forty five days after the period of currency of
this contract and any demand in respect thereof should reach the Bank not later than the above date.
…………………………….
(Signature of the authorized officer of the Bank)
…………………………………………………………. Name and designation of the officer
………………………………………………………….
Seal, name & address of the Bank and address of the Branch
…………………………………………………………. Name and designation of the officer
………………………………………………………….
….……………………………………………………….
Seal, name & address of the Bank and address of the Branch
28
(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) SPMH‟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
No.
Brief description
of goods/ services
Accounting
unit
Quantity to
be supplied
Unit Price
(in Rs.) Total price
Any other additional services (if applicable) and cost thereof: ………………………..
Total value (in figure) (In words)
29
(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 SPMH‟s inspecting officer
(v) Destination and despatch instructions
(vi) Consignee, including port consignee, if any
(vii) Warranty clause
(viii) Payment terms
(ix) Paying authority
……………………………….
(Signature, name and address of SPMH‟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:
30
(SECTION – XVII)
Letter of Authority for attending a Bid Opening
(Refer to clause 24.2 of GIT)
The General Manager
Security Paper Mill
Hoshangabad
M.P – 461 005
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 bid opening. In cases where it
is restricted to one, first preference will be allowed. Alternate representative will be permitted
when regular representatives are not able to attend.
2. Permission for entry to the hall where bids are opened may be refused in case authorization
as prescribed above is not produced.
31
(SECTION – XVIII)
SHIPPING ARRANGEMENTS FOR LINER CARGOES
----------NOT APPLICABLE----------
32
(SECTION – XIX)
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 for
purchase
Description of
Stores
Number or
quantity
Rate
Rs. P.
Price per
Rs. P.
Amount
Total
1. C.S.T./Sales Tax 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.)
Despatch detail RR No. /other proof of despatch.......................................................
Dated......................................................................................................... (enclosed)
Inspection Certificate No............................................Dated.................... (enclosed)
Modvat Certificate No .............................................................................. (enclosed)
Excise Duty Gate pass……....................................................................... (enclosed)
Place:
Date:
Received Rs.............................. (Rupees).........................................................
I hereby certify 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