Rs.17,900/- (Rs. Seventeen thousand nine hundred

Government of India
Ministry of Communication & Information Technology,
Department of Posts
Office of the Superintendent, Postal Stores Depot, Kolkata – 700002
No. SDP/L-05/Ptg.-13-14/B
Dated at Kolkata- 700002, the 30-05-2013.
e Tender Notice
Online tenders are invited on behalf of President of India, from reputed
firms for Printing & Procurement of 2,00,00,000 (2 Crore) nos. of Registered
Barcode Sticker (Single) with Printers Paper. The method of submission of
tender, amount of Earnest Money (Bid Security) / Performance Security Deposit
and General Terms and Conditions applicable to contract has been mentioned
in Annexure I. The work is to be performed strictly as per parameters/
technical specifications given in Part I of Annexure II. The terms and
conditions specific to the contract have been mentioned in Part-II of Annexure
II. The pro forma for submission of tender has been given in Annexure III (for
Technical Bid), Annexure IV (for Financial / Commercial Bid/BOQ) and
Annexure V (for instruction for Online Bid submission) to this e Tender Notice.
The schedule of tender is given as under:
2. Schedule of Tender:
a)
Tender No.
SDP/L-05/Ptg.13-14/B.
b)
Last date and time of
uploading of Tender
01-07-2013 at 11.00 hrs
c)
Amount of Earnest Money
(Bid Security) Deposit as per
clause 3 of Annexure – I.
Rs.17,900/(Rs. Seventeen thousand nine hundred) only.
d)
Date and Time of opening of
Tender (Technical Bid).
01-07-2013 at 12.00 hrs
e)
Venue:
O/o the Superintendent,
Postal Stores Depot,
1, Brojodayal Saha Road, Cossipore,
Kolkata-700 002.
f)
Cost of the Tender form:
Rs. 500/-(Rupees Five Hundred only).
(No cost for tender form is
required for those who are
specifically exempted as per valid
registration certificate of NSIC).
3. The tender form can be downloaded from the website www.indiapost.gov.in or
https://eprocure.gov.in/eprocure/app in such a case, the earnest money of Rs.17,900/(Rupees Seventeen thousand nine hundred only) must be deposited. Rs.17,900/- &
Rs.500/- should be deposited separately. The scanned copy of receipts for EMD (Bid
Security) & tender form fee must be uploaded accordingly.
4. All the documents in support of eligibility criteria are also to be uploaded along with
Technical Bid. The tenderers are advised in their own interest to upload the scanned
copies of the desired papers / documents with their bids failing which their bids may be
declared non-responsive.
Page 1 of 21
Page-2
5. The foremost requirement of participation in e-tender is to have a digital signature.
Instructions to the Bidders to upload the bids online are also enclosed as Annexure-V.
6. The Ch.PMG, W.B.Circle reserves the right to cancel the tender at any time / stage
or relax / amend / withdraw any of the terms and conditions contained in the Tender
Documents without assigning any reason thereof. Any enquiry, after uploading of the
bid shall not be entertained. In case of withdrawal of bid, the EMD will stand forfeited.
7. The terms & conditions of the tender are enclosed (pdf format) and the price bid at
BOQ format.
8. Complete tender documents may be downloaded from the website of Central Public
Procurement Portal (https://eprocure.gov.in/eprocure/app) and website of the Department
of Posts www.indiapost.gov.in. Information on any issue of corrigendum related to this
tender will also be available on website of Central Public Procurement Portal as also in
the website of the department.
(A. Bhattacharyya)
Superintendent,
Postal Stores Depot,
Kolkata – 700002.
Page 2 of 21
Page-3
Department of Posts
Tender No: SDP/L-05/13-14/B dated at Kolkata-2,
-
-13
ANNEXURE-I.
GENERAL TERMS AND CONDITIONS
Sub: Online e Tender for Printing & Procurement 2,00,00,000 (2 Crore) nos.
of Registered Barcode Sticker (Single) with Printers Paper.
1. Parties:
The parties to the Contract are the Contractor (the tenderer to whom the work
have been awarded) and the Government of India through the Department of Posts for
and on behalf of the President of India.
2. Address:
For all purposes of the contract including arbitration there under, the address of
the contractor mentioned in the tender shall be the final unless the contractor notifies a
change of address by a separate letter sent by registered post with acknowledgement due
to the Superintendent, Postal Stores Depot, Kolkata-700002. The contractor shall be
solely responsible for the consequences of any omission or error to notify change of
address in the aforesaid manner.
3. Earnest Money (Bid security):
Earnest Money of Rs.17,900/- (Rupees Seventeen thousand nine hundred only)
3.1
must be deposited by bidders in any Post Office and Original Receipt in form ACG – 67
provided by the Post Office in token of having received the amount should be submitted
electronically along with of their tenders. In case tender has been downloaded from
website, this amount will be Rs.18,400/- including the cost of tender form which is
Rs.17,900/- & Rs.500/- should be deposited separately. The scanned copies of receipts
for EMD & cost of tender form must be uploaded accordingly and original to be sending
in a sealed envelope to Superintendent, Postal Stores Depot, Kolkata-700012 as per
instruction above.
No request for transfer of any previous deposit of earnest money (Bid security) or
3.2
Performance security deposit or payment of any pending bill held by the Department in
respect of any previous work will be entertained.
Tenderer shall not be permitted to withdraw his offer or modify the terms and
conditions thereof. In case the tenderer fails to observe and comply with the stipulations
made therein or backs out after quoting the rates the aforesaid amount of earnest money
will be forfeited to the Government.
The tenders without Earnest Money Deposit will be summarily rejected.
No claim shall lie against the Government / Department in respect of erosion in
the value or interest on the amount of earnest money (Bid security) deposit or
Performance security deposit.
Page 3 of 21
Page-4
3.3
No Earnest Money is required to be deposited form:
i)
Firms which are registered with the DG S&D for supply stores.
ii)
Small scale units which are registered with NSIC is in effect are
treated as automatically registered with DG S&D and revision scheme
of single point Register.
iii)
Public sector undertakings, which are registered with the Department
of DG S&D.
4. Preparation and Uploading of Tender:
Preparation of Bids:
a)
Bidder should take into account any corrigendum published on the tender
document before uploading their bids.
b)
Please go through the tender advertisement and the tender document carefully to
understand the documents required to be uploaded as part of the bid. The number of
documents – including the names and content of each of the document that need to be
uploaded. Any deviations from these may lead to rejection of the bid.
c)
Bidder in advance should get ready the bid documents to be uploaded as indicated
in the tender document / schedule and generally, they can be in PDF / XLS / RAR / DWF
formats. Bid documents may be scanned with 100 dpi with black and white option.
d) To avoid the time and effort required in uploading the same set of standard documents
which are required to be submitted as a part of every bid, a provision of uploading such
standard documents (e.g. PAN card copy, annual reports, auditor certificates etc.) has
been provided to the bidders. Bidders can use “My Space” area while submitting a bid,
and need not be uploaded again and again. This will lead to a reduction in the time
required for bid submission process.
Submission of Bids:
a) Bidder should log into the site well in advance for bid submission so that he /she
upload the bid in time i.e. on or before the bid submission time.Bidder will be responsible
for any delay due to other issues.
b) The bidder has to digitally sign and upload the required bid documents one by one as
indicated in the tender document.
c) Bidder should submit the EMD as per the instructions specified in the tender
document. The original receipts should be posted /couriered/given in person to the
Tender Processing Section, latest by the last date of bid submission. The details of the
UCR issued by any Post Office / any other accepted instrument, physically sent, should
tally with details available in the scanned copy and the data entered during bid
submission time. Otherwise the uploaded bid will be rejected.
Page 4 of 21
Page-5
d) A standard BOQ format has been provided with the tender document to be filled by all
the bidders. Bidders are requested to note that they should necessarily submit their
financial bids in the format provided and no other format is acceptable. Bidders are
required to download the BOQ file, open it and complete the white coloured
(unprotected) cells with their respective financial quotes and other details (such as name
of the bidder). No other cells should be changed. Once the details have been completed,
the bidder should save it and submit it online, without changing the file name. If the BOQ
file is found to be modified by the bidder, the bid will be rejected.
e) The server time (which is displayed on the bidders. dashboard) will be considered as
the standard time for referencing the deadlines for submission of the bids by the bidders,
opening of bids etc. The bidders should follow this time during bid submission.
f) All the documents being submitted by the bidders would be encrypted using PKI
encryption techniques to ensure the secrecy of the data. The data entered cannot be
viewed by unauthorized persons until the time of bid opening. The confidentiality of the
bid is maintained using the secured Socket Layer 128 bit encryption technology. Data
storage encryption of sensitive fields is done.
g) The uploaded tender documents become readable only after the tender opening by the
unauthorized bid openers.
h) Upon the successful and timely submission of bids, the portal will give a successful
bud submission message & a bid summary will be displayed with the bid no. and the date
& time of submission of the bid with all other relevant details.
i) The bid summary has to be printed and kept as an acknowledgement of the submission
of the bid. This acknowledgement may be used as an entry pass for any bid opening
meetings.
5. Signing of Tender:
Signature should be done electronically as per e procurement system.
6. Technical Bid:
i) Copy of the last three years balance sheet and profit & loss statement of the firm have
to be uploaded along with the technical bid.
ii) Copy of the registration certificate of VAT / TIN & Service number is to upload along
with the technical bid.
iii) All documents relating to technical bid should be uploaded accordingly.
iv) A specific mention in the tender that the terms and conditions mentioned above are
acceptable to the firm in full is to be made by uploading a signed copy to this effect along
with the technical bid.
v) All documents of technical bid should be submitted electronically in PDF format.
Page 5 of 21
Page-6
7. Commercial Bid :
7.1 The Commercial Bid should be submitted in BOQ file given in CPP Portal. The
bidder has to digitally sign and upload the required bid documents one by one as
indicated in the tender document
7.2 The rate quoted by the tenderer in commercial bid will be inclusive of all taxes. No
extra payment would be made for this purpose.
7.3 Terms of payment as stated in the Tender Document shall be final.
7.4 At the time of payment of bills, the Income Tax, if any, shall be deducted at source
as per Govt. Rules and guidelines as may be prevailing at the time of the payment.
8. Validity of the Bids:
The bids shall be valid for a period of six months from the date of opening of the tenders.
This has to be so specified by the tenderer in the Commercial Bid. But once accepted it
will remain valid for a period of one (1) year from the date of acceptance of the rate by
the tender accepting authority.
9. Opening of Tender:
The technical bid shall be opened at 12:00 hrs on 01-07-2013. Date of opening of
Financial Bid of technically qualified bidders will be intimated later.
10) Criteria for Evaluation of Tenders:
The evaluation of the tenders will be made on the basis of technical information
furnished in form given in Annexure-III and then on the basis of commercial
information furnished in form in Annexure-IV (BOQ). The Commercial Bid (Annexure
– IV) of such firms found having valid technical parameters (as per annex. – III) will be
opened on the date, time and venue to be announced after opening of the technical bid.
The technical bid shall be opened at 12:00 hrs on 01-07-2013. Date of opening of
Financial Bid of technically qualified bidders will be intimated later. It must be kept in
view that the no decision will be given by the Tender Evaluation Committee or any
inferences drawn during the meeting of this committee by the tenderer or their
representatives will be their own view and the Department will not be responsible and
abide by the same. The reasons for selection or rejection of a particular tender will not be
disclosed. The award of work will be further subject to any further specific terms and
conditions of the contract given in part II of annex. II of this NIT.
11) Right of Acceptance:
The Department of Posts reserve all rights to reject any tender including of those
tenderers who fail to comply with the instructions without assigning any reason
whatsoever and does not bind itself to accept the lowest or any specific tender. The
decision of Department of Posts in this regard is final and binding. Any failure on the part
of the contractor to observe the prescribed procedure and any attempt to canvass for the
work will prejudice the contractor's 'quotation.
Page 6 of 21
Page-7
12) Communication of Acceptance:
Successful Tenderer will be informed of the acceptance of his tender. Necessary
Instructions regarding the amount and time provided for Performance Security Deposit
will be communicated.
13) Time schedule for completion of work:
The work must be completed within a period of 30 calendar days or within a
specified period from the date of award of work to be specified in separate supply order
or work order as per schedule mentioned in part- II of Annexure – II.
14) Performance Security Deposit:
14.1 The Successful tender will have to deposit a sum of Rs. 44,700/- (Rupees forty four
thousand seven hundred only) or 5% of the value of the work whichever is more as
PERFORMANCE SECURITY in cash with in seven (7) days from the date of receipt of
acceptance letter at any Post Office under Unclassified Receipt (UCR) or in the form of
an account payee demand Draft /Fixed deposit receipt / Bank Guarantee from
Nationalised Bank in an acceptable form in favour of the Superintendent, Postal Stores
Depot, Kolkata- 700002 and produce the receipt in original to the Superintendent, Postal
Stores Depot, Kolkata-700002. A bank guarantee for the amount for the period extending
at least six months beyond the date of completion of work. The Performance Security
Deposit will not be adjusted against any payment due to the firm from the Department or
the Central Government.
14.2 The Performance Security Deposit can be forfeited by order of the Department of
Posts in the event of any breach or negligence or non-observance of any condition of
contract or for unsatisfactory quality or for non-acceptance of the supply order, on expiry
of the contract, such portion of the said security deposit as may be considered by the
Department sufficient to cover any incorrect or excess payments made on the bills to the
firm, shall be retained until the final audit report on the account of firm's bill has been
received and examined.
15) Penalty:
In the event of the contractor failing to: (i)
Observe or perform any of the conditions of the work as set out herein; or
(ii)
Execute the work in good and workman-like manner and to the satisfaction of the
officers nominated for the purpose and by the time fixed by the Department of
Posts.
Page 7 of 21
Page-8
(a) It shall be lawful for the Department of Posts in its discretion in the former-event
to remove or withhold any part of the work until such time as he may be satisfied
that the contractor is able to do and will duly observe the said conditions and in
the later event to reject and remove as the case may require any work executed
otherwise than in a good and workman-like manner to the satisfaction of the
officers nominated for the purpose by the time fixed by the Department of Posts
and in both or either of the events aforesaid to make such arrangements as he may
think fit for the reproduction of the work so removed or work in lieu of that so
rejected or removed as aforesaid on account and at the risk of the contractor.
(b) Provided further that if in either event any cost be incurred by reason of the
difference between the prices paid and the accepted rates, Department of Posts
may charge thereafter the amount of such excess cost to the contractor and the
same may at any time be deducted from any amount that may become due to the
contractor under this or any other contract or from the performance security
deposit of the contractor or may be demanded from him to be paid within seven
days to the credit of the Department of Posts.
(c) In the event of discovery of any error or defect due to the fault of the contractor at
any time after the delivery of goods ordered, the contractor shall be bound, if
called upon to do so, to rectify such error or defect at his own cost to the
satisfaction of and within the time fixed by the Department of Posts. In the event
of delivery of any defective work, which owing to urgency or for any other reason
cannot be wholly rejected, the Department of Posts shall have the power to deduct
from any payment due to the contractor such sum as he may deem expedient.
(d) In the event of a work being wholly rejected, the Department of Posts may at its
discretion either
(i) Permit the contractor to re-do the same within such time as he may specify at
contractor’s own cost which shall include the costs of all sorts i.e, materials,
labour, overheads, transportation, etc, or
(ii) Arrange to get the additional work done elsewhere and by any other person or
from any other sources than the contractor in which case the amount of extra cost,
if any, shall be recovered from the contractor in the manner provided in subclause (b) of this clause.
(e) The powers of the Department of Posts under this condition shall in no way affect
or prejudice the powers in certain events to terminate the contract vested in him as
herein provided or forfeiture of deposit mentioned under clauses 14 above.
(f) Since the work being awarded to the contractor is of important nature, the time
schedule given in clause 13 must be adhered to, failing which a penalty at the
rate of 0.5% for each week or part there of, for delay in delivery will be
imposed. For the purpose of this clause, the contract value of the work
shall be taken as value of work.
Page 8 of 21
Page-9
16) Natura1 Calamity, Strike etc.:
In case of strike, combination of workmen or natural calamity of any kind, fire accidents
or circumstances beyond the control of the firm causing stoppage of his work, whereby
the delivery may be suspended resulting in undue delay without penalty, Department of
Posts shall have the power during such a stoppage to get the work done elsewhere
without charging the contractor. No obligation will rest on Department of Post to pay for
any portion of the work undertaken before such a stoppage.
17) Insolvency act. :
In the event of the firm being adjusted insolvent or having a receiver appointed for it by a
court or any other order under the Insolvency Act made against them or in the case of a
company the passing any resolution or making of any order for winding up, whether
voluntary or otherwise, or in specified the Department of Posts shall have the power to
terminate the contract without previous notice.
18) Breach of Terms and Conditions:
In case of breach of any of terms and conditions mentioned above, the Competent
Authority will have the right to cancel the work order without assigning any reason
therefore and nothing will be payable by this Department in that event and the security
deposit; shall also stand forfeited.
19) Subletting of work:
The firm shall not assign of sublet the work or any part of it to any other person or party
without having first obtained permission in writing of the Postmaster General, Kolkata
Region, Department of Posts, which he will be at liberty to refuse if he thinks fit.
20) Right to Call upon Information Regarding Status of Work:
The Department will, have the right to call upon information regarding status of supply at
any point of time.
21.
Precautionary Measures:
21.1
While observing the economy in costs in his own interest the contractor must be
careful that the quality and cleanliness of the work is maintained as well as time
schedule prescribed etc. should not be disturbed.
21.2
The contractor must take every care to see that the work or any portion thereof
does not fall into unauthorized hands. Care should be taken to execute the work
under proper security conditions and no spare time of work / copies should be
retained / sold or otherwise made over by the contractor or any of his staff
member to any person other than the person(s) authorized by the Department of
Posts.
Page 9 of 21
Page-10
22.
Samples:
The following should be kept in view while supplying samples of the work done in the
past or material proposed to be used have been sought for in Part – I of Annexure – II.
22.1
Samples of work done in the past, if any sought for should be equivalent to the
quality mentioned in the specifications provided in Part –I of Annexure – II, in
sufficient quantity required for test as asked for at clause 10 of Annexure-III and
submitted (samples should be reach to the inviting authority’s address
or Bid opening place before opening of the Technical Bid other wise
Bid will not be accepted).
22.2
The tenderer should furnish a certificate on a separate paper certifying that the
sample is in accordance with specifications given in Part – I of Annexure – II to
the tender and he will be responsible for rejection / cancellation of contract if the
sample is not found up to the mark or for civil / criminal proceedings if the
materials supplied is found substandard or not in accordance with the sample
furnished along with the tender at a future date.
22.3
Samples should be supplied free of charge and in no case they will be returned.
Tenders without samples are liable to be cancelled.
22.4
The contractor must confirm that the stores / materials offered will conform to the
specification in all respects. The mere fact that the competent authority has
approved the samples (just by seeing it in a non expertise way) will in no way
absolve the contractor from supplying the stores / materials of the different
specifications. Where the stores / materials offered are not to the required
specification, the extent of deviation may be clearly indicated.
23.
The tender is not transferable. Only one tender shall be submitted by one
Tenderer.
24) Terms of Payment:
24.1 No payment shall be made in advance nor any loan from any bank or financial
institution shall be recommended on the basis of the order of award of work.
24.2 The contractor shall submit the bill at each stage in the first week of following
month in respect of previous month (in case of monthly payments) for sanction of the
amount of bill and passing the bill for payment.
24.3 All payments shall be made by cheque only.
24.4 The Department of Posts shall be at liberty to withhold any of the payments in full
or in part subject to recovery of penalties mentioned in preceding Para.
24.5 The term “Payment” mentioned in this Para includes all types of payment due to the
contractor arising on account of this contract excluding Earnest Money and Security
Deposit governed by the separate clauses of the contract.
22.6 Wherever applicable all payments will be made as per schedule of payments stated
in part-II of Annexure-II.
Page 10 of 21
Page-11
25) Arbitration:
If any difference arises concerning this Agreement, its interpretation on the
payment to be made there under, the same shall be settled by mutual consultations and
negotiations. If attempts for conciliation do not yield any results within a period of 30
days either of the parties may make a request to the other party for submission of the
dispute for decision by an arbitral tribunal containing a Sole Arbitrator to be appointed by
the Secretary, Department of Legal Affairs. Such request shall be accompanied with a
panel of names of three persons to act as the sole arbitrator. In case of such arbitrator
refusing, unwilling or becoming incapable to act or mandate, having been terminated
under law, another arbitrator shall be appointed in the same manner from among the
panel of three persons to be submitted by the claimant. The arbitration proceedings shall
take place at Kolkata and shall be conducted in English. The provisions of Arbitration
and Conciliation Act., 1990 and the rules framed there under and in force shall be
applicable to such proceedings.
Page 11 of 21
Page-12
Department of Posts
Tender No: SDP/L-05/Ptg.12-13/ B dated at Kolkata-2, the
-
-2013.
ANNEXURE – II
PARAMETERS AND TECHNICAL SPECIFICATION FOR EXECUTING THE WORK
Subject: e Tender for Printing and Procurement of 2,00,00,000 (2 Crore) nos. of
Registered Barcode Sticker (Single) with Printers Paper..
Part-I
TECHNICAL DATA
Parameters and Technical Specification for Executing the Work.
Name of the Item
with Quantity
Sticker
Size.
Barcod
e Size.
Registered
Barcode
Sticker (Single)
2 (Two) Crore
nos.
65 X
25
mm
60 X
Paper
9 mm
Specific Paper to be used with other Technicalities
Single Sticker in sheet form, with India post logo should be
printed on the top right corner. The alphabet “R” should be printed
on the left top corner of the sticker. Printing will be in tri-colour
on the paper as per sample, duly gummed and with scanable
barcode numbers. Barcode will be preprinted 13 digit number with
prefix RW. 12th and 13th character will be IN (code of INDIA).
11th character will be special computer Generated check digit as
per formula to be supplied by the Department. The quality of
adhesive on the barcode sticker should be such that it could be
easily pasted even on the glossy paper surface. 90 GSM mirrorcoat paper should be used for printing the Barcode.
i) Base paper quality: Chromo Art Paper / Map Litho Paper White /
Milky White, wrinkle free.
ii) 90 GSM
iii) Release paper (butter Type), 90 GSM.
Gumming
i) Pressure Sensitive Acrylic Adhesive (Permanent)
ii) 90% static peel using Montreal method
iii) Should stick on any surface
iv) Permanent, Acrylic Emulsion bases gum
v) Coating should be 25-20 GSM
vi) Milky white
vii) Solid content 55-60%
viii) Non-Toxic, Odorless
ix) Shelf life minimum one year.
Ink
i) Good quality H6 / wax-resin ribbon Resin Ribbon to ensure water
proof and wear proof, printing.
ii) Ink should not smudge on contact or upon moistening
iii) Should not be dry ink, the print should not peel off
iv) Colour used in the barcode and the multi colour logo should be
consistent and should not differ from lot to lot.
i) Thermal Transfer Printing / Offset printing
ii) Laser output using 300-720 DPT (dots per inch)
(Higher resolution i.e. 300-720 dots per inch is already in practice, thus
parameter should not be lowered because this can effect scannability)
Printing
Page 12 of 21
Page-13
Specification of Black liner Barcodes for Structure and Dimensions:
The following table shows the requirement for structure and print of eligible barcodes.
Parameter Description
Specification
Symbology
Symbology specification
UPU-Specification
Reference
Minimum module width
Minimum module height
Quiet Zone
Print quality
Print technique
Print color
Background
Check digit
Barcode
System
Weighted
modulus 11
formula
Packing
method
Dimensions
of barcode
and quit
zone
Code 39
ISO /IEC 16388
UPU S10-4, approved on 09-02-1999
UPU S2-4, approved on 03-02-2004
>0.225mm
(The width of the smallest element of the barcode)
>9mm,recommended <12mm
(as specified in UPU S2-4, reference in UPU S10-4)
10 x module width (left and right)
2 x module width (top and bottom)
Grade 3 or better according EN ISO/IEC 15416
Laser printer or equivalent
Black non-reflective
Plane, light, non-reflective surface
Minimum reflectance Difference / contrast: 50%
The S10 check digit is mandatory for all types of barcodes
(deviation of the S10-4 standard for speed post mail codes)
The barcode system proposed for conforms to code 39 of UPU and as per
specifications of Black Liner Barcodes. The Barcode symbol must include,
at position 11 (from the left), a check digit, computer –generated to “weighted
modulus 11”. The letters and digits of the barcode must also be printed in the
usual manner, below the barcode symbol.
i) Apply weighting factors to basic number using the following weighting
factors 86423597.
ii) Obtain the sum of these numbers.
iii) Divide sum by 11 (eleven).
iV) If the remainder is 0 (zero) use 5 (five) as the check digit. If the
remainder is 1 (one), use 0 (zero) as the check digit.
V) If applicable, subtract remainder from 11. The result is the check digit.
Thirty Nine (39) numbers of stickers should be accommodated in an A4
sheet and 250 A4 sheets should be packed in a packet and such Five (5)
packets should be placed in a carton box. Each packet should contain equal
number of sheets and each box with equal number of packets and noting
the serial number “ From” and “To” on each carton box.
Example showing minimum requirement for dimensions of barcode
and quit zone is attached in a separate sheet.
Page 13 of 21
Page-14
Parameters for
Code 39
Symbology
i) Dimension x (nominal width of narrow element): between 0.25 and
0.43 mm
ii) Dimension N (ratio between width of wide element and width of
narrow element): minimum of 2.5 to 1 and maximum of 3.0 to 1.
Ratio of 3.0 to 1 to be used wherever possible.
iii) Space between characters: minimum of 1 x, maximum of 1.524
mm when x > 0.287 mm or 5.3 x when x < 0.287 mm.
iv) Height of bars: 15 percent of width of entire symbol or 9.0mm,
which value is greater.
v) The print quality will have to be assessed according to standard
ANSI X3. 182-1990, which specifies a reader light beam diameter
of 0.127 mm and a light beam wavelength of 630 or 660 nanometers.
The minimum level of print quality shall correspond to letter “B”
according to the notation of this standard.
vi) Characters of barcode must also be printed in the usual manner
below the barcode symbol. India post logo should be printed on
the top right corner of the sticker.
vii) The quality of adhesive on the barcode sticker should be such
that it could be easily pasted even on the glossy paper surface.
Part – II
Terms and conditions specific to the contract
1. Rate should be quoted for printing and papers only with all taxes inclusive of
entry tax imposed by Govt. of West Bengal.
2. The tenderer should submit authenticated documents in support of his technical
bid as per Annexure-III together with last three (3) years audited balance sheet,
up to date tax clearance, credentials and other documents as prescribed.
3. Transportation of Printed consignment will be made by the Printer at his own cost
and responsibility. Door delivery and arranging in stock in the PSD Godown
at the cost of the tenderer.
4. Supply should be completed within 30 days or within a specified period from
the date of award of supply order / work order as to be specified in the supply
order / work order.
5. Supply order may be issued for specified quantity in a lot or unit wise depending
upon the requirement of the item. According to requirement the quantity may be
increased/ decreased or repeat order may be issued for same quantity or part there
of within the validity of the approved bid.
6. Supply should be made strictly as per specification. Any deviation will result
in straight way rejection of consignment.
7. Sample should be prepared strictly in conformity to the specification as at Part-I
and must be submitted. Each sample should be duly signed by the
Tenderer with his seal and its specification should also be certified on it.
8. The tenderer must furnish a certificate in respect of submitted sample on
separate paper as per clause 22.2 of ANNEXURE – I of the NIT.
9. In the case of denial to carry out departmental instructions to perform the supply,
job entrusted in the approved tenderer, all kinds of security deposit and earnest
money will be forfeited and even the firm may be black listed, if considered
necessary.
Page 14 of 21
Page-15
Tender No: SDP/L-05/Ptg.13-14/B
ANNEXURE-III
TECHNICAL BID
(See clause 6 of Annexure 1 of this tender documents)
Subject: e Tender for Printing & Procurement of 2 (Crore) nos. of Registered Barcode
Sticker (Single) with printer’s paper.
TECHNICAL INFORMATION.
DETAILS OF REQUIRED
INFORMATION.
Name and address of the
Tenderer
With contact details
(Telephone No., Mobile No., Fax
No. and e-mail):
a) Whether copy of valid Trade
Licence (Scanned copy of the same
is to be uploaded):
b) Particulars of the Tenderer
(i.e.
Sole
proprietor
or
Partnership Firm or Company or
a Government Department or a
Public Sector Organization)
[Specific category to be
mentioned and supporting
documents is to be uploaded]:
a) Particulars of credit of Rs. 500/Rs.500/- (Rupees Five Hundred) only.
being the cost for Tender Form:
Receipt No………………………
(Scanned copy of ACG-67 or UCR
is to be uploaded)
Name of Post
Office……………………………
(Original Receipt to be enclosed)
b) Particulars of credit of Earnest
Rs…………(Rupees………………….
(i) Money (Bid Security).
…………………………………...Only.
(Scanned copy of ACG-67 or UCR Receipt No……….……..
is to be uploaded)
Name of Post
Office…………………………………
(Original Receipt to be enclosed)
(ii) Whether registered with NSIC /
DG (S&D):
(If yes, valid certificate to be
uploaded)
SL NO.
1
2
3
Tender. No. SDP/L-05/Ptg.13-14/B.
Page 15 of 21
SL NO.
4
5
6
7
8
9
a)
b)
10
11
12
Dated at:
Place:
Page-16
TECHNICAL INFORMATION.
DETAILS OF REQUIRED
INFORMATION.
Whether each page of the NIT and its
annexure has been signed and
stamped :
Vat / Sales Tax registration No:
(Copy is to be uploaded)
PAN / GIR No. (Copy is to be uploaded)
Whether copies of authenticated
balance sheet for the last three
consecutive years / annual reports of the
concern is enclosed, if yes, state number and
years (Copy is to be uploaded).
Whether copies of Income Tax returns
for the last three years have been
enclosed(Copy is to be uploaded).
Proposed date of supply:
Time required for completion of supply
with quantity:
Whether three (3) nos. of sample
submitted or not (samples should be
reach to the inviting authority’s address
or Bid opening place before opening of
the Technical Bid other wise Bid will not
be accepted.
List of important supply orders of the
material with quantity supplied during
the last two years, the Summary of
which is enclosed (Summary may be
enclosed on separate sheets for each
supply and comprises the name of
organization to which supply is made.
(Scanned copy of summary may be uploaded on
separate sheets for each work and comprise the
subject/project ; scope covered; time taken to
complete the work; person employed; fee
charged; remark/ observations/appreciation of
organization for whom the work was
conducted; and any other information
considered important by tenderer) :
Any other information important in the opinion
of the tenderer:
(Signature of the Tenderer with stamp of the Firm).
Page 16 of 21
Page-17
UNDERTAKING
1.
I/ We undertake that I / We have carefully studied all the terms and conditions
and understood the parameters of the proposed work of the Department of Posts
and shall abide by them.
2.
I / We also undertake that I / We have understood the Parameters and Technical
Specifications for conducting the work mentioned in Annexure – II of the Tender
No. SDP/L-05/Ptg.13-14/B dated ………….. …….and shall conduct the work
strictly as per those parameters and Technical Specifications for conducting the
work.
3.
I / We further undertake that the information given in this Tender are true and
correct in all respect and we hold the responsibility for the same.
Date:
Place:
(Dated Signature of Tenderer with Stamp of the Firm)
Page 17 of 21
Page-18
Annexure-IV
FINANCIAL BID/BOQ
(See clauses 7 of Annexure-I of this e Tender Document)
Subject: e Tender for Printing & Procurement of 2 (Crore) nos. of Registered Barcode
Sticker (Single) with printer’s paper.
Separate rate for each and every item of the work inclusive of all kinds of incidental
charges and all Taxes etc. as per details given below will be
Rs……………….(in words Rupees…………………………………………………. only)
Details:
SL.
Particulars of forms Rate for paper
with quantity
NO.
1.
Rate for Printing
Total
2,00,00,000 nos. of
Registered Barcode
Stickers (Single)
Any other information:
* However separate BOQ file to be uploaded with NIT for online submission of Financial
Bids.
Dated at,
Place:
(Dated Signature of Tenderer with stamp of the Firm)
Tender No.SDP/L-05/Ptg.13-14/B.
Page 18 of 21
Page-19
Annexure-V
Instruction for Online Bid Submission:
As per the directives of the Department of Expenditure, this tender document has
been
published
on
the
Central
Public
Procurement
portal
(https://eprocure.gov.in/eprocure/app).
The bidders are required to submit soft copies of their bids electronically on the CPP
Portal, using valid Digital Signature Certificates. The instructions given below are meant
to assist bidders in registering on the CPP Portal, prepare their bids in accordance with
the requirements and submitting their bids online on the CPP Portal.
More information useful for submitting online bids on the CPP Portal may be obtained at
https://eprocure.gov.in/eprocure/app.
Registration:
1. Bidders are required to enroll on the e-Procurement module of the Central Public
Procurement Portal (https://eprocure.gov.in/eprocure/app) by clicking on the link
„Click here to Enrol”. Enrolment on the CPP Portal is free of charge.
2. As part of the enrolment process, the bidders will be required to choose a unique
username and assign a password for their accounts.
3. Bidders are advised to register their valid email address and mobile numbers as part of
the registration process. These would be used for any communication from the CPP
Portal.
4. Upon enrolment, the bidders will be required to register their valid Digital Signature
Certificate (Class II or Class III Certificates with signing key usage) issued by any
Certifying Authority recognized by CCA India (e.g. Sify / TCS / n Code / e Mudhra
etc.) with their profile.
5. Only one valid DSC should be registered by a bidder. Please note that the bidders are
responsible to ensure that they do not lend their DSCs to others which may lead to
misuse.
6. Bidder then logs in to the site through the secured log-in by entering their user ID /
password and the password of the DSC / e Token.
Searching for tender documents:
1. There are various search options built in the CPP Portal to facilitate bidders to
search active tenders by several parameters. These parameters could include
Tender ID, organize name, location, date, value etc. There is also an option of
advance search for tenders, wherein the bidders may combine a number of search
parameters such as organization name , form of contract, location, date, other key
words etc. to search for a tender published on the CPP Portal.
2.
3.
Once the bidders have selected the tenders they are interested in , they may
download the required documents / tender schedules. These tenders can be moved
to the respective „My Tender. folder. This would enable the CPP Portal to intimate
the bidders through SMS / e-mail in case there is any corrigendum issued to the
tender document.
The bidder should make a note of the unique Tender ID assigned to each tender, in
case they want to obtain any clarification / help from the Helpdesk.
Page 19 of 21
Page-20
Preparation of Bids:
1)
Bidder should take into account any corrigendum published on the tender document
before submitting their bids.
2) Please go through the tender advertisement and the tender document carefully to
understand the documents required to be submitted as part of the bid. Please note the
number of covers in which the bid documents have to be submitted, the number of
documents – including the names and content of each of the document that need to be
submitted. Any deviations from these may lead to rejection of the bid.
3) Bidder in advance, should get ready the bid documents to be submitted as indicated in
the tender document / schedule and generally, they can be in PDF / XLS / RAR /DWF
formats. Bid documents may be scanned with 100 dpi with black and white option.
4) To avoid the time and effort required in uploading the same set of standard documents
which are required to be submitted as a part of every bid, a provision of uploading
such standard documents (e.g. PAN card copy, annual reports, auditor certificates etc.)
has been provided to the bidders. Bidders can use “My Space” area while submitting
a bid, and need not be uploaded again and again. This will lead to a reduction in the
time required for bid submission process.
Submission of Bids:
1) Bidder should log into the site well in advance for bid submission so that he /she
upload the bid in time i.e. on or before the bid submission time. Bidder will be
responsible for any delay due to other issues.
2) The bidder has to digitally sign and upload the required bid documents one by one as
indicated in the tender document.
3) Bidder should prepare the EMD as per the instructions specified in the tender
document. The original should be posted /couriered/given in person to the Tender
Processing Section, latest by the last date of bid submission. The details of the UCR
issued by any Post Office / any other accepted instrument, physically sent, should tally
with details available in the scanned copy and the data entered during bid submission
time. Otherwise the uploaded bid will be rejected.
4) A standard BOQ format has been provided with the tender document to be filled by all
the bidders. Bidders are requested to note that they should necessarily submit their
financial bids in the format provided and no other format is acceptable. Bidders are
required to download the BoQ file, open it and complete the white coloured
(unprotected) cells with their respective financial quotes and other details (such as
name of the bidder). No other cells should be changed. Once the details have been
completed, the bidder should save it and submit it online, without changing the
filename. If the BoQ file is found to be modified by the bidder, the bid will be rejected.
Page 20 of 21
Page-21
6) The server time (which is displayed on the bidders. dashboard) will be considered as
the standard time for referencing the deadlines for submission of the bids by the
bidders, opening of bids etc. The bidders should follow this time during bid
submission.
7) All the documents being submitted by the bidders would be encrypted using PKI
encryption techniques to ensure the secrecy of the data. The data entered cannot be
viewed by unauthorized persons until the time of bid opening. The confidentiality of
the bid is maintained using the secured Socket Layer 128 bit encryption technology.
Data storage encryption of sensitive fields is done.
8) The uploaded tender documents become readable only after the tender opening by the
unauthorized bid openers.
9) Upon the successful and timely submission of bids, the portal will give a successful
bid submission message & a bid summary will be displayed with the bid no. and the
date & time of submission of the bid with all other relevant details.
10) The bid summary has to be printed and kept as an acknowledgement of the
submission of the bid. This acknowledgement may be used as an entry pass for any
bid opening meetings.
Dated at,
Place:
(Dated Signature of Tenderer with stamp of the Firm)
Tender No.SDP/L-05/Ptg.13-14/B.
Page 21 of 21