Upload
vuxuyen
View
214
Download
2
Embed Size (px)
Citation preview
1 | P a g e
SHORT TENDER NOTICE
FOR
PRINTING AND SUPPLY OF
CHIEF MINISTER’S REPORT CARD TO EACH HOUSHOLD OF THE DISTRCT
ON THE EVE OF NEW YEAR 2015
FOR
……………………………………………….. DISTRICT
NIT No:
OFFICE OF DEPUTY COMMISSIONER
………………….DISTRICT, …………………………….
2 | P a g e
INDEX
S No Topic Page
1 Short Tender Notice 3
2 Disclaimer 4
3 Definitions in this document 5
3 About the Scheme 6-7
4 Timetable and Milestones 7
5 Scope of Work 7-11
6 Eligibility criteria 11-12
7 Description of the Selection Process 12-13
8 Evaluation Criteria 13-14
9 Instructions to Bidders 15-20
10
ANNEXURES
i. LETTER OF INTENT TO BE SUBMITTED IN RESPONSE TO THE BIDS
ii. BIDDER DETAILS
iii. PRINTING EXPERIENCE DETAILS
iv. PERSONNEL / WORKERS / EMPLOYEE DETAILS
v. DETAILS OF REGISTERED OFFICES IN ASSAM OR INDIA
vi. DETAILS OF INTERNATIONAL & NATIONAL RECOGNITIONS &
CERTIFICATIONS
vii. FINANCIAL BID
21-28
3 | P a g e
SHORT TENDER NOTICE
a. This program is aN initiative of the Government to appraise its people about the developmental initiatives
and achievements so far made to create awareness and also ensure transparency in the governance and
accountable to the people. The State has moved from a violence-ridden state to a growth-demanding state
and the conversion is now becoming complete. This initiate is a documented report card of the
government’s efforts in that direction. This is also an effort to make the people aware of various schemes
and programmes of the Government of Assam.
b. The Deputy Commissioners are authorized by the Information and Public Relations Department/Printing
and Stationery Department, Government of Assam to obtain quotations from eligible and qualified
printers/suppliers for printing the document finalized by the Department of Information and Public
Relations, Government of Assam.
c. The Office of the Deputy Commissioner, …………………………………………… invites bids under two bid system
(technical and financial) from experienced printers / agencies having eligibility and experience as envisaged
in this BID document for the supply of printing services as per the model document supplied by the DOIPR,
Government of Assam.
d. The bids should be sent in a sealed envelope and are to be submitted on the prescribed forms along with an
EMD for an amount of Rs 25,000/- (Twenty Five Thousand Rupees ) only, valid for a period of 180 days
from the date of submission, in the form of Demand Draft or TREASURY CHALLAN in favor of “DEPUTY
COMMISSIONER, ………………………………….. DISTRICT, ASSAM” payable at …………………………….
e. The selection of the Printer (who shall be the PSP Printing Service Provider) shall be made on the basis of
Technical and Financial Bids only subject to the fact that the PSP has submitted all relevant documents and
met the prescribed criteria’s. More details about the initiative, the bid submission procedure and the
selection methodology are available in the Short Tender Notice (BID) document.
f. Interested Bidders are requested to procure the BID documents from the Nazarat Officer,
……………………District from 10.00 a.m. to 4.00 pm on payment of Rs. 100/- towards the purchase of the BID
document in the form of Demand Draft or TREASURY CHALLAN favoring “DEPUTY COMMISSIONER,
………………………………….. DISTRICT, ASSAM” payable at ……………………………………………...
g. Interested printers / bidders may also download the BID document in an electronic form from “District-
Website”. However, the cost of such a BID document (Rs. 100/-) may be paid along with the submission of
the bids failing which the bid submission would not be accepted.
h. The last date for submission of bids is …. hrs on … January 2015.
i. Interested printers / bidders will have to bid for the entire printing work as mentioned given in this
document. Partial bidding for a part work shall not be allowed.
j. The price quoted by the bidder shall remain fixed during entire period of contract &
shall not be subject to variation on any account. A Bid submitted with an adjustable price
quotation will be treated as non-responsive and rejected.
k. The period of this contract shall be valid till completion of the work successfully only.
4 | P a g e
l. BID Procurement Address: Nazarat Officer, ……………………………….District, Assam The bidders may contact the
office on telephone nos………………………………………………… for any further information/ clarifications.
Deputy Commissioner,
Date: …………………………… District
DISCLAIMER
a. The District Administration has taken adequate care in the preparation of the STN (BID). Nevertheless
the Bidder should satisfy itself that the BID is complete in all respects. Intimation of any discrepancy
shall be given to this office immediately. If no intimation is received by this office, from any Bidder
within two days from the date of issue of this document, it shall be considered that the issued
document complete in all respects has been received by the Bidder. No extension of time will be given
under any circumstances to the Bidder for submission of its bid on grounds that the Bidder did not get
a complete set of the BID.
b. Neither District Administration, the Deputy Commissioner or employees of the DC Office accept any
liability or responsibility for the accuracy or completeness of, nor make any representation or warranty
- express or implied, with respect to the information contained in the BID, or on which the BID is
based, or any other information or representations supplied or made in connection with the Selection
Process.
c. Neither District Administration, the Deputy Commissioner or employees of the DC Office will have any
liability to any Bidder or any other person under any law, statute, rules or regulations or otherwise for
any loss, expense or damage which may arise from or be incurred or suffered in connection with any
information contained in this BID, any matter deemed to form part of this BID, the award of the
contract, the information and any other information supplied by or on behalf of District Administration
or its employees, any consultants or otherwise arising in any way from the selection process for the
contract.
d. Nothing in the BID is, or should be relied on, as a promise or representation as to the future. Neither
the BID nor anything contained shall form the basis of any contract or agreement whatsoever. In
furnishing the BID, neither District Administration, nor its employees or its advisors undertake to
provide the recipient with access to any additional information or to update the BID or to correct any
perceived inaccuracies therein.
e. No individual in direct / indirect relationship with any employee of the District
Administration,…………………………. District, Assam will be eligible for applying this BID.
f. The Deputy Commissioner or an authorized officer reserve the right, without prior notice, to change
the procedure for the selection of the Successful Bidder(s) or terminate discussions and the delivery of
information at any time before the signing of any Agreement for the contract, without assigning
reasons thereof.
5 | P a g e
g. The Deputy Commissioner reserves the right to reject any or all of the Bids submitted in response to
this STN at any stage without assigning any reasons whatsoever. Deputy Commissioner also reserves
the right to change any or all of the provisions of the BID. Such changes will be intimated to all the
Bidders.
h. Deputy Commissioner reserves the right to change, modify, add to, alter or annul the selection process
including of additional evaluation criteria. Any change in the selection process shall be intimated to all
Bidders.
i. The STN is non transferable.
DEFINITIONS IN THIS DOCUMENT
ABOUT CHIEF MINISTER’S REPORT TO EACH HOUSEHOLD ON
GOVERNMENT’S ACHIEVMENTS
a) Assam has been a state faced with multiple challenges of facing nature’s fury- floods and erosion leading to
loss of assets and property, insurgency and poor resource base. This government has been working very
hard and tirelessly for peace, security and betterment of the people. The State Government sincerely
believes that accountability to people is the cornerstone of transparent Government and Hon’ble Chief
Minister felt the need to discharge his responsibility to appraise each and every person of the State about
the efforts made by the Government for their benefits and various milestone achieved since 2001. It is this
belief to achieve that has inspired the Government to prepare a report card for successes and achievements
as well as for awareness of the people about the schemes and programmes of the government. Thus,
Hon’ble Chief Minister of Assam, intends to present a report card of Government achievements to his
people through this initiative.
b) The aim of this STN is to invite bids from eligible Printers for printing and supply of this Chief Ministers
message (SRD) to every household in the district.
c) This initiative is designed, approved and funded by the IPRD/P&SD, Government of Assam
d) The printing of the documents to every household will have to be completed with …. January 2015 and
distributed to every household in the district by 10th
January. The responsibility of the printers (PSPs) lies up
DC DEPUTY COMMISSIONER
IPRD INFORMATION AND PUBLIC RELATIONS DEPARTMENT
P&SD PRINTING AND STATIONERY DEPARTMENT
CM CHIEF MINISTER OF ASSAM
PSP PRINTING SERVICE PROVIDER
SRD SAMPLE REFERENCE DOCUMENT
STN SHORT TENDER NOTICE
6 | P a g e
to printing and delivery of the documents to the DC Office by …. January 2015. There can be no delay as this
is required for distribution to all households by …h January 2015
e) The total number of households in the district is (Total census population 2011/ 5). Hence, the total number
of households is the total documents that will required to be printed. For ……………………………………… district,
it is ……………………. Copies.
f) The materials shall be in 100 GSM paper and color printing (20 pages per booklet). No damages or incorrect
printing will be accepted. The booklet will have to be neatly stapled.
SOME KEY INFORMATION & IMPORTANT MILESTONES
MILESTONES TIME AND DATES
Floating of Short Tender Notice … December 2014
Date of inviting BID …December 2014
Last Date & Time for receipt of BID 15:00 hrs on …. Jan 2015
Date & Time for opening of the BID 16: 00 hrs on …. Jan 2015
Targeted date of completion of printing and
handing over of printed materials to DC Office ….. January 2015
In order to meet the above target dates, printers / bidders are expected to respond expeditiously to clarifications,
if any, requested during the evaluation process. The DC office shall adhere to the above schedule to the extent
possible. DC office, however, reserves the right to modify the same and the intimation to this effect shall be given
to all the Bidders.
PLACE OF OPENING OF THE BID: Office of the Deputy Commissioner, ……………………….. District, Assam
TENTATIVE DATE OF PRE-BID MEETING: …. DECEMBER 2014 at DC Chamber
SCOPE OF THE WORK
1. AWARENESS OF THE SPIRIT OF THIS INITIATIVE: The printer (PSP) shall study this document carefully as
well as discuss with officials from the district administration to understand the spirit, purpose and urgency
of this work and endure to achieve the goals set with professionalism.
2. PRINTING OF THE BOOKLETS: The printer (PSP) shall complete the printing of the booklets within the
stipulated time as mentioned in the milestones without any delay. All the booklets shall be neatly punched
/ pinned and handed over with clear 7 digit serial numbers and in the color as mentioned in the SRD
7 | P a g e
3. MAINTAINING QUALITY OF PAPER, PRINT & BOOKLET: The printer (PSP) shall ensure that the quality of
the paper used is a 100 GSM and color print. There shall not be any compromise with the printing
qualities. Booklets made shall have to match the standards set by the SRD. Any deviation from the SRD will
invite penalties.
4. APPROVAL OF FIRST & SECOND DRAFTS: The Printer (PSP) shall mandatorily, print the first and second
drafts and obtain mandatory approval from the DC or his/her authorized representatives before going for
final printing of booklets. This approval shall be for checking the paper quality and printing quality.
5. DELIVERY OF BOOKLETS: The printer shall have to deliver booklets to the DC Office by … January 2015
without any delay in packets, each packet consisting of 250 or 500 booklets each.
6. REPRINTING IF ANY: The Printer (PSP) shall re-print those booklets that do not match the standards set by
the SRD and deliver the re-printed booklets by ….January 2015 to the DC Office.
ELIGIBILITY CRITERIA
1. Any prospective bidder shall be a printer with local presence preferably with requisite printing machines.
2. Any printer submitting a bid in response to this STN (Short Tender Notice) shall be registered with the
Printing and Stationary Department of Government of Assam
3. Bidder has an average turnover of at least Rs. 25.00 Lakhs during last three financial years from providing
printing services in Assam or elsewhere and making profit. Further, there should be at least one printing
contract that has been executed successfully in the last 3 years which is equal to or more than Rs 10.00
lakhs.
4. PAN/TIN No, VAT & Service Tax Registrations are mandatory.
5. The bidder should be solvent during the last three financial years (FY 2013-14, 2012-13 2011-2012).
Copy of audited balance sheets shall have to be submitted by the bidder with the bid for the last three
financial years. The bidder is required to mention necessary details in ANNEXURE II.
6. Printer / Bidder shall have relevant experience in the government or private sector of executing successful
contracts of printing. This needs to shown in ANNEXURE III
7. The bidder should have relevant personnel on rolls with adequate skills and competency to manage the
contract. Relevant documents shall have to be submitted with the bid and necessary details will have to be
filled up in ANNEXURE IV.
8. Bidder should have a registered office in Assam (preferable) or elsewhere. Presence in multiple states of the
country will be an added advantage. The bidder shall fill up details of facilities in Annexure V.
9. International Certification & Accreditation / Quality Certification will be added advantage. Relevant
documents shall have to be submitted with the bid if available. The bidder shall fill up ANNEXURE VI for
this.
DESCRIPTION OF THE SELECTION PROCESS
THE SELECTION PROCESS
� The submission of Bids by interested parties in response to this STN would be required to be in a common
sealed cover with the Technical and Financial Bid enclosed therein in two separate envelopes. The
8 | P a g e
Technical Bids would comprise of Annexure II to Annexure VI and the Financial Bid will need to be
submitted in Annexure VII.
� Annexure I would need to be in the common envelope.
� The Bids received would be subject to a prima-facie check for responsiveness followed by a stepwise
evaluation procedure as described below.
STEP 1: RESPONSIVENESS OF BID
The Bids submitted by Bidders shall be initially scrutinized to establish “Responsiveness”. A Bid may be deemed
“Non-responsive” if it does not satisfy any of the following conditions:
a. If registration with the printing and stationery department is not there
b. It is not accompanied with a Demand Draft or Treasury challan of Rs. 100/-(non refundable) for the
STN document when the STN is downloaded from web site.
c. It is not received by due date and time as specified in this STN.
d. Conditional offers or if It does not contain sufficient information for it to be evaluated and/or is not
in the formats specified
e. It is not signed and /or sealed.
f. It is not accompanied with a valid Earnest Money Deposit of Rs. 25,000 submitted in prescribed
form (Refundable).
g. It is not accompanied by a Power of Attorney for authorizing the representative of company.
� The Bid shall be considered to be substantially responsive if it conforms to the preceding requirements
without material deviation or reservation.
� A bid once declared as “non-responsive” and rejected, cannot be made responsive by the bidder having
corrected or withdrawn the non-conforming deviation or reservation.
� The “Responsive” Bids shall be evaluated in the following steps:
STEP 2: EVALUATION OF CAPABILITY OF BIDDERS
A) TECHNICAL BIDS :
� In this stage the capability of the Bidder in undertaking the Project would be assessed. The Bidders
would be evaluated on parameters as defined in the Evaluation process section of this STN.
� The evaluation of the Bids shall be done by a s e l e c t i o n committee constituted by t h e
D e p u t y C o m m i s s i o n e r , … … … … … … … … . . D i s t r i c t A s s a m . The Bids will be evaluated
based on a preset evaluation criteria outlined below. The bidder scoring the maximum marks would
be considered as qualified & eligible and may be invited for discussions and presentation, if required.
The distribution of marks is given in the evaluation criteria.
9 | P a g e
� The evaluation shall be strictly based on the information and supporting documents
provided by the bidders in the Bids. It is the responsibility of the bidders to provide all supporting
documents necessary to fulfill the eligibility criteria.
� In case, information required by DC Office is not provided by bidder, the selection
committee shall proceed with evaluation based on information provided and shall not request
the bidder for further information. Hence, responsibility for providing information as required in
this form lies solely with the bidder.
� The bidder should obtain minimum marks of seventy as aggregate in the evaluation criteria of
technical bids to have qualified for the financial bids.
B) FINANCIAL BIDS:
� Financial bids of only those bidders will be opened who are found suitable and eligible as per
technical bids. The bidder will have to submit Rates, inclusive of all duties, taxes and other
levies, in Rupees.
� The bidder whose financial bid is the lowest will be declared the successful bidder (L1).
EVALUATION CRITERIA FOR TECHNICAL BIDS
SL
NO HEAD MARKS
1
FINANCIAL STABILITY OF THE AGENCY / ORGANIZATION BASED ON
a. Annual Turn Over of Rs 25.00 lakhs at least
b. Solvency ( The applicant should be solvent during the last
three financial years (FY 2013-14, 2012-2013 and 2011-
2012)
25
(Marks of Pro-Rate Basis.
Highest Annual Turn
Over to get Highest
Marks)
2
STAFFING / WORKER DETAILS
Key staff workers / members with skills, qualification, experience &
competencies to manage this printing contract 25
3
PRIOR EXPERIENCE: Size & track record of printing contracts
executed in the last three years and successful execution of any kind
of printing service related contract in any state in the North East
30
4 National & International Accreditations / Recognitions /
Certifications etc (if any ) 5
5 LOCAL PRESENCE: Presence in Assam locally along with printing
press and requisite machines 15
GRAND TOTAL MARKS 100
10 | P a g e
INSTRUCTIONS TO BIDDERS
(A) SUBMISSION OF THE BID
� The Bidder shall submit one technical bid and one financial bid in ONE SINGLE SEALED COMMON
ENVELOPE. The single common envelop shall be inscribed as under:
RESPONSE TO STN (NO & DATE) FOR Supply of Printing Services for DC, …………….. District, Assam
SUBMITTED BY: (Name of Bidder)
� THE BID SHALL BE ADDRESSED TO (to be inscribed on the outer common envelope)
To,
The Deputy Commissioner, ………………………. District, Assam
� The Bidder shall clearly mark the technical bid submission as “TECHNICAL BID” and the financial bid as
“FINANCIAL BID” and submit the same in a common envelope. In the event of any discrepancy in the bid
submission, DC office reserves the right to reject the bids.
� In addition to the information submitted as per Annexure – I to VII, this cover shall have the following
documents
• Receipt of Rs.100/- against the payment made for the procurement of the BID document if procured in
hard copy from DC Office. Demand draft or Treasury Challan of Rs. 100/- in favor of DC, …………………….
District payable at ………………………………, (Assam) in case of BID is downloaded from website.
• Power of Attorney for the authorized representative
• Description of the Bidding Company (Supporting Documents as per Annexure)
• The response submitted to this Bid and all associated correspondences shall be written l e g i b l y .
Any interlineations, erasures or over writings shall be valid only if they are initialed by the
authorized person signing the Bids.
• The envelopes should be super scribed with “Bids for Supply of Printing Services for HCM
Household report”
• The Bids submitted should be concise and contain only relevant information as required under this
document.
• The b i d d e r submitting their Bids shall be responsible for all of its expenses, costs and risks incurred
towards preparation and submission of their Bids. DC Office shall, in no case, be responsible or
liable for any such costs whatsoever, regardless of the outcome of the process.
• Declaration of the organization may be submitted notifying the person/persons authorized for signing
the Bid documents
NOTE:
11 | P a g e
� A bidder is allowed a single bid submission only. Any bid containing a bidder who has submitted
multiple bids will be summarily rejected.
� Bid by consortiums are not allowed
� Individual applications or bids by one person based bids would be treated as non-responsive. Only
organizations or agencies can apply
� If the envelopes are not sealed and marked as instructed above, the Bid may be deemed to be
nonresponsive and liable for rejection. DC Office assumes no responsibility for the misplacement or
premature opening of the Proposal submitted if the same is not in accordance with the prescribed
format.
� The Bidder can submit the Bid by registered post/ courier or submit the Bid in person, so as to
reach the above mentioned address by the date and time as communicated in the BID document.
� DC Office shall not be responsible for any delay in submission of the Bids.
� Any Bid received by the DC Office after the deadline for submission of the Bids stipulated in BID
shall not be opened.
(B) EARNEST MONEY DEPOSIT
Bidders are required to submit an Earnest Money Deposit (EMD) for an amount of Rs 25,000 (Rupees
Twenty Five thousand only). The EMD shall be in the form of a demand draft only drawn in favor of The
Deputy Commissioner, ………………………. District, Assam from a commercial/ nationalized/ scheduled bank
payable at…………………………………………., (Assam).
NOTE:
1. Bids of Bidder(s), who fail to furnish the above EMD, shall be liable for rejection by DC Office as
nonresponsive. Subject to the other clauses of this Section, DC Office shall reserve the right to
forfeit the EMD under the following circumstances:
• If the Bidder withdraws his Bid at any time during the stipulated period of Bid validity.
• If the Bidder, for the period of Bid validity:
� In opinion of DC Office, commits a material breach of any of the terms and / or conditions
contained in the BID Document and / or subsequent communication from DC Office in this
regard.
� Refuses to accept the work order.
2. In the event that any Bidder is not found qualified as per the minimum evaluation criteria
mentioned above, then the EMD of such Bidders can cease to be in force. The EMD in such cases
shall be returned to the respective Bidders within 30 days from such cessation without interest.
(C) INITIALLING OF THE BIDS
Each page of the Bid should be initialed by the Authorized Representative of the Bidder.
(D) VALIDITY OF BIDS SUBMITTED
12 | P a g e
The Bids submitted by the applicant shall remain valid for a period of 180 days after the closing date
(deadline) for submission of Bids prescribed in this document. Bids valid for shorter period by the bidder
may be rejected as non-responsive. D C Of f i ce may solicit the applicants’ consent to an extension of
Bids validity (but without the modification in their Bids).
(E) AMENDMENTS TO BIDS DOCUMENT
At any time prior to deadline for submission of Bids, D C O f f i c e may for any reason, on its own
initiative or in response to the clarifications requested by a bidder(s), modify the STN document by issuing
an addendum. Any addendum thus issued would be in writing and sent to all the bidders who have
received and acknowledged the STN document. The amended document shall be notified through
website and such amendments shall be binding on all bidders.
(F) DISQUALIFICATION
DC Office m a y at its sole discretion and at any time during the evaluation of Bids, disqualify any bidder, if
the bidder:
(i) Submits the Bids after the response deadline;
(ii) Make misleading or false representations in the forms, statements and
attachments submitted as proof of the eligibility requirements;
(iii) Exhibits a record of poor performance such as abandoning works, not properly
completing the contractual obligations, inordinately delaying completion or
financial failures, etc. in any project in the preceding three years;
(iv) Submits a Bid that is not accompanied by required documentation or is non-
responsive;
(v) Fails to provide clarifications related thereto, when sought
(vi) Submits more than one Bid
(vii) If declared ineligible / blacklisted by the Government of India or any Government
of State or Union Territory
(viii) Should not be in litigation with any Government of India/State/UT
Government,
(ix) For any other reason which may not be in the interest of Government of Assam
(G) CONFIDENTIALITY
� Information relating to the terms and conditions of the Bids submitted shall not be disclosed to
any of the responding applicants or their representatives or to any other persons not officially
concerned with such process until the e v a l u a t i o n process is complete. The undue use by
any appl icant of the confidential information related to the process may result in rejection of its
Bids.
(H) SECURITY DEPOSIT & PERFORMANCE
� The EMD or Bid Security of the Successful Bidder shall be required to be maintained.
13 | P a g e
� In case of successful bidder the amount of earnest money would be converted into security deposit
which would only be refunded after the successful performance of contract.
� In addition to it, the firm shall submit a bank guarantee equivalent to 5% of the contract amount
assigned to them within two days of award of contract and in case of failure to perform the contract
that amount of Bank guarantee shall be forfeited along with the security money by the Mission.
(I) RIGHT TO REJECT THE PROPOSAL
� DC OFFICE is not bound to accept all or any of the proposals submitted.
� DC OFFICE reserves the right to reject any or all of the Bids submitted in response to this Request for
Proposal at any stage without assigning any reasons whatsoever.
� Any bidder shall have no cause of action or claim against DC OFFICE or its officers, employees,
successors or assignees for rejection of their STN
(J) TERMINATION CLAUSE
� The Deputy Commissioner,………………………………… district, Assam, reserves the right to withdraw the
work in part or in whole, in case of serious default on the part of the organization /unforeseen reasons,
after signing the contract.
� Any violation of any terms and conditions of the contract agreement duly executed between the parties
would result in forfeiture of security and Bank guarantee along with cancellation of contract in addition
to other penal action as per the provisions of criminal/civil law.
(K) DISPUTE RESOLUTION MECHANISM
� Any dispute arising out of the contract, which cannot be amicably settled between the two parties, shall
be settled by Deputy Commissioner, ………………………………. District, Assam and Commissioner &
Secretary, Information and Public Relations Department as joint arbitrators with equal responsibility.
(L) PENALTY CLAUSE FOR DELAY AND UNSATISFACTORY PERFORMANCE
� The bidder must be careful in maintaining the quality of work as well as adhering to the prescribed time
schedule for the activity.
� If there is delay in course completion or lab set up or the performance is not satisfactory, then the
Deputy Commissioner, ……………………………………. District, Assam reserves the right to invoke suitable
penalty which may be forfeiture of the earnest money as well
� If at any time during performance of the Contract, the party fails to maintain the prescribed time
schedule then they should promptly notify in writing of the fact of the delay, it’s likely duration and its
cause(s). Within a reasonable time after receipt of the notice, the DC or his/her authorized
representative will evaluate the situation and may, at its discretion, extend the time for performance in
which case the extension shall be ratified by the parties in writing.
(M) PAYMENT TERMS & SCHEDULE
� The payment will be made to the printer after receipt of funds from Government of Assam.
(N) AWARD OF CONTRACT
14 | P a g e
� DC OFFICE shall consider placement of Letter of Intent to the bidder whose offer is found
technically, commercially and financially acceptable. The bidder shall give his acceptance along
with the Bank Guarantee in conformity within 2 days from issue of Letter of Intent.
� If more than two bidders quote the same price, then the DC office may choose to either divide the
work equally or may even choose to award to that bidder who obtained more marks in the
technical stage.
� In the case of the Government fixing a maximum price for each booklet printing, the L1 shall have
to agree to the rates fixed by the Government if the rates quoted by the L1 are more than rates
fixed by the Government.
(O) PERIOD OF THE AGREEMENT
� The validity of this contract shall be only till completion of this printing work
� In the case of the DC office cancelling the contract of the printer on the basis of the
performance parameters mentioned in this document, the bid security along with the bank
guarantee shall be forfeited and additional penalties up to 10% of the contract value may be
imposed for a delay of one delay up to one week
15 | P a g e
ANNEXURES
ANNEXURE I: LETTER OF INTENT TO BE SUBMITTED IN RESPONSE TO THE BIDS
(To be submitted on the Letter head of the bidder)
To,
The Deputy Commissioner,
………………………………………… District, Assam
REF: Bid Notification No with Date
SUBJECT: SUBMISSION OF BID FOR CM House Hold Report Card Scheme
Dear Sir,
1. Having examined the Bids document, we, the undersigned, herewith submit our
response to your Bid Notification dated xx/xx/2013 for PSP under CM Household
Report Card Scheme, in full conformity with the said Bid document.
2. We have read the provisions of the Bids document and confirm that these are
acceptable to us. We further declare that additional conditions, variations,
deviations, if any, found in our Bids shall not be given effect to.
3. We agree to abide by this Bid, consisting of this letter, the detailed response to the Bid
and all attachments, for a period of 180 days from the closing date fixed for submission
of proposal as stipulated in the Bids document.
4. We would like to declare that we are not involved in any litigation with any
Government o f India/State/UT Government and we are not under a declaration of
ineligibility for corrupt or fraudulent practices.
5. We hereby declare that all the information and statements made in this Bid are true and
accept that any misrepresentation contained in it may lead to our disqualification.
6. We understood that D C O f f i c e is not bound to short-list / accept any proposal
received in response to this Bid.
7. The details of the Earnest Money Deposited for Rs 25,000 (twenty five thousand ruppees)
is given below.
16 | P a g e
Our correspondence details with regard to this Bid are:
S NO INFORMATION DETAILS
1
Name of the Contact Person
2 Address of the Contact Person
3
Name, designation and contact
address of the person to whom all references
shall be made regarding this Bids
4 Telephone number of the
Contact Person
5 Mobile number of the Contact
Person
6 Fax number of the Contact
Person
7 Email ID of the Contact Person
8 Corporate website URL if available
9 References (at least two persons)
I / We hereby declare that our proposal submitted in response to this Bid is made in good faith and the
information contained is true and correct to the best of our knowledge and belief.
Sincerely,
[Bidders Name with seal] Name:
Title:
Signature with Date
17 | P a g e
ANNEXURE II: DETAILS OF THE OPERATIONS IN ASSAM
NOTE: Use separate sheet wherever space is short
SL.
NO. INFORMATION SOUGHT
DETAILS TO BE FURNISHED
1
CONTACT DETAILS OF THE APPLICANT
Name of the Applicant
Address
Telephone, Mobile No
Fax
Website
2 BUSINESS INFORMATION ABOUT THE APPLICANT’S OPERATIONS IN INDIA
2.1 Incorporation/registration Information
Incorporation s t a t u s o f t h e Agency
(public limited /Govt. / private limited,
society, partnership form etc.)
Year of Establishment
Details of company registration (Attach the
photocopy of the registration) along with
Memorandum of Association, Byelaws etc.
Date
registration
Reference
No.
Details of registration with appropriate
authorities for sales tax, service tax, PAN
and other statutory axes/duties
(for each provide date of registration,
registration reference/number and
photocopies and any other relevant detail)
Details of the Board of Director /
Members of Management Committee /
Governing Body etc.
18 | P a g e
Total Number of Permanent Staff on Rolls
Total Number of Contractual Staff on Roll
Profile of the personnel to be designated
as the programme head and point of
contact at the national / regional level
2.2
ANNUAL TURNOVER ** IN INDIA: AS REVEALED IN ANNUAL FINANCIAL STATEMENTS
REPORTED IN INDIA
Financial Year Revenue from printing works
(rupees in lakhs)
FY 2012-13
(Unaudited figures)
FY 2011-12
FY 2010-11
** In case of not for profit agencies, annual turnover is defined to include all research grant,
grant-in-aid and receipt for all activities undertaken within a particular financial year.
ANNEXURE III: DETAILS OF THE EXPERIENCE IN ASSAM & INDIA (as on 01st
December 2014)
NOTE
• Use custom tables where ever necessary
• Provide additional data where ever necessary
• Use additional sheet if felt necessary
S NO NAME OF Client CONTRACT DETAILS
1
2
3
19 | P a g e
ANNEXURE IV: DETAILS OF THE EMPLOYEES WHO HAVE THE ADEQUATE COMPETENCY & SKILLS
TO MANAGE THIS CONTRACT
Sl. No Name of Worker or Employee Skills or Highest Educational &
Professional Qualification
Whether permanent or
contractual with Month / Year
of Joining
1
2
3
ANNEXURE V: DETAILS OF REGISTERED OFFICES IN ASSAM OR INDIA
ANNEXURE VI: DETAILS OF INTERNATIONAL / NATIONAL RECOGNITIONS & CERTIFICATIONS
SL. NO.
NAME OF THE ORGANIZATION RECOGNITION / CERTIFICATION DETAILS
1
2
ANNEXURE VII: FINANCIAL BID
PARTICULARS
AMOUNT (RS) /BOOKLET OF 20 PAGES
The bidder shall quote the price considering all the
points given in the scope of work and other relevant
clauses of this STN document inclusive of all taxes.
Note: Include additional sheet if required