Você está na página 1de 23

INDIA SECURITY PRESS

(A Unit of Security Printing and Minting Corporation of India Limited) Wholly owned by Government of India Nashik Road 422 101 (Maharashtra) Tel No 00 91 253 2402200 Fax No 00 91 253 2462718 EPABX: 00 91 253 2402200 Email:Purchase.ISP@spmcil.com Website: www.spmcil.com Not Transferable Security Classification: UNCLASSIFIED TENDER DOCUMENTS FOR COMPREHENSIVE ANNUAL MAINTENANCE CONTRACT OF CAD SYSTEM COMPRISING OF COMPUTERS, SCANNER, PRINTERS AND IMAGE SETTER ALL TOGETHER OF STUDIO SECTION FOR ONE YEAR. Tender No.20/SM-5-14(12)/2013 This Tender Document contains 23 pages. Tender Documents is sold to: Dated 24/07/2013

Details of Contact person in SPMCIL regarding this tender: Name, Designation: CAPT. D DUTTA, Chief Purchase & Stores Officer Address: India Security Press, Nashik Road-422 101 Maharashtra India Phone : 0253-2402219 Fax : 0253-2462718 Email:Purchase.ISP@spmcil.com

Note- The word SPMCIL in this SBD hereinafter is referred to as India Security Press, A unit of SPMCIL.

Section I: Notice Inviting Tender (NIT)


INDIA SECURITY PRESS
(A Unit of Security Printing and Minting Corporation of India Limited) Wholly owned by Government of India Nashik Road 422 101 (Maharashtra) Tel No 00 91 253 2402200 Fax No 00 91 253 2462718 EPABX: 00 91 253 2402200

Email: Purchase.ISP@spmcil.com
Limited Tender No. 20/SM-5-14(12)/2013 Website: www.spmcil.com Date-24/07/2013

1. Sealed tenders are invited from eligible and qualified tenderers for supply of following goods and services: Schedu Brief Description of Goods/ services Quantity Earnest Remarks le No. (with unit) Money(in Rs) Comprehensive Annual Maintenance Contract of CAD System comprising of Computers, Scanner, Printers and Image Setter all together of Studio Section for one year 1. Eversmart Pro II Scanner 1 No. 2. Apple Macintosh G3 (comprehensive /only 4 No. service support) 3. Hope GL 361 1 No. 4. Dolev 800 V2 1 No. -----5. Brisque 6 E 3.upgraded 1 No. 46,500/6. Computer Server-T610 (Dell make) 1 No. (A.M.C. required with ANTI-VIRUS protection) 7. Window work stations-22(Dell make) 4 No. (A.M.C. required with ANTI-VIRUS protection) 8. Inkjet match printer1 No. (EPSON Stylus Pro 9900) (Detail Specification are mentioned in Section VII) Type of Tender (Single /Two Bid/ PQB/ EOI/ RC/Development/ Indigenization/ Two Bid (National Competitive Bidding) Disposal of Scrap/ Security Item etc) Dates of sale of tender documents Price of the tender document Place of sale of tender documents Closing date and time for receipt of tenders Place of receipt of tenders Time and date of opening of tenders Place of opening of tenders Nominated Person/ Designation to Receive Bulky Tenders ( Clause 21.21.1 of GIT ) From 25/07/2013 to 29/08/2013 during office hours Rs 1155.00 Purchase section, India Security Press, Nashik Road-422 101 Maharashtra, India. 30/08/2013 At 1430 Hours Green Gate, India Security Press, Nashik Road-422 101, Mahrashtra, India. At 1500 Hours on 30/08/2013 Purchase Section, India Security Press, Nashik Road-422 101, Mahrashtra, India. Assistant Manager(HR), India Security Press, Nashik Road-422 101, Mahrashtra, India.

2. Interested tenderers may obtain further information about this requirement from the above office selling the documents. They may also visit our website mentioned above for further details. 3. Tender documents may be purchased on payment of non-refundable fee

of Rs. 1155/- (Rs One Thousand One Hundred Fifty five only) per set in the form of account payee demand draft/ cashiers cheque/ certified cheque, drawn on a scheduled commercial bank in India, in favour of SPMCIL, Unit ISP, payable at Nashik. 4. If requested, the tender documents will be mailed by registered post/ speed post to the domestic tenderers, for which extra expenditure per set will be Rs 100 for post. 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 web site www.spmcil.com / ispnasik.spmcil.com and submit its tender 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 and signed, complete in all respects as per instructions contained in the Tender Documents, are dropped in the tender box located at the address given below on or before the closing date and time indicated in the Para 1 above, failing which the tenders will be treated as late and rejected. 7. In the event of any of the above mentioned dates being declared as a holiday/ closed day for the purchase organisation, the tenders will be sold/ received/ opened on the next working day at the appointed time. 8. The tender documents are not transferable. CHIEF PURCHASE & STORES OFFICER FOR GENERAL MANAGER INDIA SECURITY PRESS, NASHIK ROAD Phone No 0253 2402219 Address for dropping the tender documents Green Gate,
India Security Press, Nashik Road-422 101, Mahrashtra, India.

Section II: GENERAL INSTRUCTIONS TO TENDERERS (GIT)

Please refer the link Click here or


http://ispnasik.spmcil.com/spmcil/UploadDocument/GIT.pdf for further details.

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. Sl.No. GIT Clause Topic No. 8 1 Pre-bid Conference 2 20.4 Number of copies of Tenders to be submitted 3 20.8 Submission of tender SIT Provision Not contemplated Single Technical bid and financial bid are to be submitted in two separate envelopes on or before the due date of submission of tenders. It may be noted that the price is not to be quoted in technical bid. It shall only be quoted in financial bid. Nonadherence to this shall make tender liable for rejection. The envelopes containing bids shall be super scribed Technical Bid or Financial Bid as the case may be, for AMC
of CAD System of Studio Section due on 30-08-2013 upto 1430 Hours (IST). Late tenders shall not be accepted. Tenderers shall submit their offers only on prescribed forms. Tender by telegram/ fax/ e-mail shall not be accepted. Tender by Post/ hand/ courier received on or before the due date and time shall be accepted. Postal delay/ dealy by courier service etc shall not be condoned.

Tenders shall be submitted in parts as below: PART-I TECHNICAL BID:

(a) The tenderer shall submit detailed technical offer as per list of requirement given in section VI of this tender document & EMD and Tender document fee. (b) The tenderer has to submit acceptance of all sections of this tender document (GIT, SIT, GCC SCC, Quality control requirements, tender form, questionnaire etc). PART-II FINANCIAL BID: The tenderers shall quote the prices strictly as per the proforma given in Section-XI of the tender document. Not contemplated CIF Not contemplated Price bid evaluation: The prices quoted shall be compared on a total price including all Taxes & duties etc. as per the price schedule. Not applicable Not applicable Not applicable Not applicable Not applicable

4
5

20.9
34

35.2

E-Procurement Comparison on Destination basis. Evaluation of Tenders

7 8 9 10 11 12 13

43 50 51 52 53 54 55

Parallel Contracts Tender For rate Contracts PQB Tenders Tenders involving Purchasers and PreProduction Sample EOI Tenders

Tenders for Disposal of Not applicable Scrap Development and Not applicable Indigenization Tenders

Section IV: GENERAL CONDITIONS OF CONTRACT


Please refer the link Click here or http://ispnasik.spmcil.com/spmcil/UploadDocument/GCC.pdf for further details.

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.
S No GCC No. 1 19.3 Clause Topic Option Clause
SCC Provision

2 3

20.1 21.2

Price Adjustment Clause Taxes and Duties

The purchaser reserves the right to extend the contract period by six months at any time, before the completion of the contract period, by giving reasonable notice. Not applicable If the tenderer fails to include taxes and duties in the tender, no claim thereof will be considered by purchaser afterwards. Payment will made on quarterly basis after satisfactory report of the user department. (a) Original Invoice (b) Satisfactory report of completion from the user department

22

Terms and mode of Payment

22.8

Important documents which the supplier is to furnish while claiming payment

6 7

25.1 36.3.2, 36.3.9

Bank Guarantee and Insurance for Not applicable Material Loaned to Contractor Disposal/ Sale of Scrap by Tender Not applicable

Section VI: List of Requirements


Sch edu le No. Brief description of goods and services (Related Specifications etc are in Section-VII) Accounting Quantity Unit Amount of Earnest Money

Comprehensive Annual Maintenance Contract of CAD System comprising of Computers, Scanner, Printers and Image Setter all together of Studio Section for one year 1. 2. 3. 4. 5. 6. 7. 8. Eversmart Pro II Scanner Apple Macintosh G3 (comprehensive/ service support only) Hope GL 361 Dolev 800 V2 Brisque 6 E 3.upgraded Computer Server-T610 (Dell make) (A.M.C. required with ANTI-VIRUS protection) Window work stations-22(Dell make) (A.M.C. required with ANTI-VIRUS protection) Inkjet match printer(EPSON Stylus Pro 9900) No. No. No. No. No. No. No. No. 1 4 1 1 1 1 4 1

46500/(Rs. Forty Six Thousand Five Hundred only)

(Detail Specification are mentioned in Section VII) 1. Required terms and conditions of the Service Contract: (a) Period of service contract: One year from date of Notification of Award of Contract. (b) Service: (i) Remote Support: Less than eight working hours on Telephone. (ii) Minor Repairs: within 02 days. (iii) Major Repairs: within 2 weeks (iv) Preventive Maintenance: Minimum two preventive maintenance services at quarter interval shall be provided by firm during the agreement period. This will include the general health check, calibration, settings etc of the equipment. The firm will have to send the schedule of preventive maintenance within one week of receipt of order for the AMC period.

(v) This is a comprehensive maintenance contract. Repairs and replacement faulty part shall be responsibility of the firm. ISP shall keep only consumable items, the list of consumable shall be submitted by the firm along with financial offer. (vi) Updates and improvements of the software utilized in connection with the system in its present configuration shall be the same as they are officially released. (c) Customers Obligations: (i) ISP will provide the firms personnel with access to the system for the purpose of providing service. In addition, ISP will make electric power available to firm and provide access to communications facilities. (ii) ISP will ensure electric power supply and environmental condition in accordance with firms specification for the site. (iii) ISP will limit access to the System to its personnel trained thereon. Police verification shall be submitted by the firm for the employees requested permission to enter the worksite for maintenance. (d) Upgradation of the system: The firm may in its discretion make any improvements to the system at no extra charge to ISP provided that prior to such improvements will inform and take permission for such improvements and provided that this does not adversely affect performance of the system. ISP shall give firm access to the system for the purpose of making such improvements within thirty days of its request thereof.
(e) Termination of the contract: General Manager, ISP has sole right to terminate the Agreement provided he terminates in writing by giving a minimum of 30 days prior notice. In addition, if either party shall breach any material obligation hereof and shall fail to correct said breach within thirty days of notification thereof, the other party shall be entitled to terminate this Agreement with immediate effect. (f) Assignment: For Security reasons, the firm will not assign this Agreement to a subsidiary company or any authorized distributor for rendering Service to ISP in accordance with the terms and condition hereof.

(g) Force Majeure: Neither party shall be liable for any failure or delay in performing its obligations hereunder due to force majeure, which for purposes hereof shall include Government actions; war, riots and civil commotion; fire; floods; labour disputes; restraints affecting shipping or credit; delay of carriers; inadequate supply of suitable material; and any other causes which could not with reasonable diligence be controlled or prevented by the parties.

(h)

Arbitration: All disputes whatsoever arising between the parties shall be settled by arbitration in accordance with Rules of Arbitration of the Indian Council of Arbitration and the award made in pursuance thereof shall be binding on the parties. The venue of Arbitration shall be at Mumbai/ Nashik.

(j)

Imposing of penalty: The firm is required to depute their Engineer within 24 hours of receiving ISPs compliant. The firm will make all efforts to make the system operational within 2 working days for minor repair and within 2 weeks for major repairs. If a particular component of the CAD cannot be repaired immediately for want of some imported spare part, then firm will be given two weeks time to import the part and replace it i.e. it shall fail under the clause of major repairs. Replacement of any faulty part(s), is to be done after getting permission from ISP. After replacement of faulty part, bill shall be raised to ISP. If for want of any faulty part(s), the whole system becomes in-operational beyond permitted period then the contract shall be extended for the period the system is down + 50% of down time.

2. All the copies of tenders shall be complete in all respects with all their attachments/enclosures duly numbered and signed on each and every page. 3. The total cost inclusive of all elements as cited above should be indicated clearly both in words and figures in the price bid. 4. RISK PURCHASE: (a) If the supplier after submission of tender and due acceptance of the same, i.e. after placement of notification of award of contract fails to abide by the terms and conditions of these tender documents, or fails to supply the material as per delivery schedule given or at any time repudiates the contract, the purchaser shall have the right to: (i) Forfeiture of the EMD and

(ii) Invoke the Security-cum-Performance Guarantee if deposited by the supplier and procure stores from other agencies at the risk and consequence of the supplier. The cost difference between the alternative arrangement and supplier tendered value will be recovered from the supplier along with other incidental charges, including excise duty, taxes, insurance, freight etc. (b) For all the purpose the Notification of award of contract will be considered acceptance of tender and formal contract pending signing of agreement. Supplier has to abide by all the terms and conditions of tender. (c) In case of procurement through alternative sources and if procurement price is lower, no benefit on this account will be passed on to the supplier. (d) If the contract holder reduces its price or sells or even offers to sell the contracted good, following condition of sale similar to those of the contract, at a price lower than the contract price, to any person or organization during the currency of contract, the contract price will be automatically reduced with effect from that date for all the subsequent supplies under the contract and the contract amended accordingly. Any violation of the fall clause would be considered a serious misdemeanor under clause of the GIT and action, as appropriate, would be taken as per provision of that clause.

Section VII: Technical Specifications


Schedule I

Note: Tenderers attention is drawn to GIT clause 17 and GIT sub-clause 10.1. The tenderer is to provide the required details, information, confirmations etc accordingly, failing which its tender is liable to be ignored.

Section VIII: Quality Control Requirements


Not applicable

Section IX: Qualification/ Eligibility Criteria


MINIMUM ELGIBILITY CRITERIA 1. The following shall be the minimum eligibility criteria for selection of bidders technically. (a) Legal Valid Entity: The Bidders shall necessarily be a legally valid entity. A proof for supporting the legal validity of the Bidder shall be submitted. (b) PAN: The Bidder should be registered with the Income tax. Relevant proof in support shall be submitted. (c) Experience: The bidder should have experience in handling of CAD system during last three years. Relevant proof in support is to be submitted alongwith the tender. 2. Documents supporting the Minimum Eligibility Criteria: (a) In proof of having fully adhered to the minimum eligibility criteria at 1(a), (i) attested copy of Sales Tax Registration/ VAT Registration.

(ii) attested copy of the audited balance sheets (audited by Chartered Accountant) for the completed three financial year i.e. for 2010-2011, 2011-2012 and 2012-2013. (b) In proof of having fully adhered to minimum eligibility criteria at 1(b), attested copy of PAN. (c) In proof of having fully adhered to minimum eligibility criteria at 1(c), attested copy of experience certificate issued by the parties for which the services has been provided.

SECTION X: TENDER FORM

Please refer the link Click here or http://www.spmcil.com/SPMCIL/UploadDocument/T&C.e3860e1b-5a6f-447a-942f1893c3821b9c.pdf for further details.

SECTION XI: PRICE SCHEDULE SUMMARY OF PRICE SCHEDULE:. Tender No: 20/SM-5-14(12)/2013
Sr Item description No 1 2 1. Eversmart Pro II Scanner 2. Apple Macintosh G3 (Comprehensive/ only Service support) 3. Hope GL 361 4. Dolev 800 V2 5. Brisque 6 E 3.upgraded 6. Computer Server-T610 (Dell make) (A.M.C. required with ANTI-VIRUS protection) 7. Window work stations-22(Dell make) (A.M.C. required with ANTI-VIRUS protection) 8. Inkjet match printer(EPSON Stylus Pro 9900) (Detail Specification are mentioned in Section VII) 1. 2. We confirm that there would not be any price escalation during the supply period. We confirm that we will abide by all the tender terms and conditions and we do not have any counter conditions

Dated: 24/07/2013
UOM (Unit of Measurment 3 No. Basic Taxes if price/ applicable unit (Rs) 4 5 Total Cost Offered inclusive of period all taxes, & duties) 6 7 01 Year Total Price for inclusive of all taxes, duties, freight, Octroi and Insurance charges 8

Note: Price bids with conditions/ counter conditions are liable to be rejected. TDS applicable will be deducted from the Invoice amount. (Name and Signature with date) Office Seal/Stamp

SECTION XII: QUESTIONNAIRE SECTION XIII: BANK GUARANTEE FORM OF EMD SECTION XIV: MANUFACTURERS AUTHORIZATION FORM SECTION XV: BANK GUARANTEE FORM FOR PERFORMANCE SECURITY SECTION XVI: CONTRACT FORM SECTION XVII: LETTER OF AUTHORITY FOR ATTENDING A BID OPENING SECTION XVIII: SHIPPING ARRANGEMENT FOR LINER CARGOES SECTION XIX: PROFORMA OF BILLS FOR PAYMENTS

For section XII to XIX please refer the link click here or http://www.spmcil.com/SPMCIL/UploadDocument/Terms%20&%20Conditions.9e08319f-af604ed6-8309-f6b5d8510288.pdf

Você também pode gostar