iti limited, palakkad - iti intranet portalintra.itiltd-india.com/pkd/tenders/eoi_scp12345.pdf1 iti...
Post on 09-May-2018
226 Views
Preview:
TRANSCRIPT
1
ITI LIMITED, PALAKKAD
Expression of Interest (EOI)
For selecting a Consultant in setting up
Smart Card manufacturing infrastructure and
Certification for Banking Cards and ID cards
18th February 2016
EOI Reference No: MKT/EOI/SCP/2016
2
ITI LIMITED :: KANJIKODE WEST :: PALAKKAD 678623 ::
EOI Ref: MKT/EOI/SCP/2016 DTD: 18-02-2016
To:
Sir,
Sub: Expression of Interest (EOI) for selecting a consultant in setting up Smart
Card manufacturing Infrastructure and Certification for Banking and ID Cards
ITI Limited, a Public Sector Undertaking (PSU) under Ministry of
Communications & IT, Government of India, is a leading telecom equipment manufacturer in India.
The Palakkad unit of ITI Limited is an ISO 9001:2008 and ISO 14001:2004 certified company, is
in the process of augmenting the existing manufacturing infrastructure for the production and
personalization of smart cards (contact and contactless ) for banking/ ID requirements. For this
purpose, ITI seeks to identify a suitable consultant agency to guide and support ITI for the setting
up of manufacturing infrastructure of Banking / ID cards and help ITI to get
VISA/MASTER/RuPay certifications from authorised agencies.
ITI invites responses through Expression of Interest (EOI) from reputed and competent Consulting
Firms, having good credentials in providing consultancy services in smart card domain.
The EOI will be processed as OPEN TENDER in TWO BID System(Technical Bid and Price bid).
Schedule
EOI Issue Date 18-02-2016
Due date for submission of clarifications 25-02-2016
Due date for uploading of clarifications 03-03-2016
Due date for submission of EOI 09-03-2016 14.00 hrs
Technical Bid Opening at ITI Palakkad 09-03-2016 14.30 hrs
Reference No. MKT/EOI/SCP/2016 Dt 18.02.2016
Interested bidders are advised to study this EOI document carefully before submitting their
responses. Submission of response to this EOI shall be deemed to have been done after careful
study and examination of this document with full understanding of its Scope, Specifications,
Terms, conditions & Implications.
Thanking you,
For ITI Ltd, Palakkad
Chief Manager (Mktg)
ITI Limited, Kanjikkode West, Palakkad -678623
Ph: 0491 2568844 /Mobile : +91 8547030363
Email: eoi_pkd@itiltd.co.in
3
INDEX
Clause
No Description Page No
1 Introduction 4
2 Scope of work 5
3 Technical Eligibility Criteria 6
4 Documents to be submitted as part of EOI 8
5 Timelines for Project 9
6 Instruction to Consultant 10
7 EOI submission and Evaluation 13
8 EOI selection process 15
9 Other Terms and Conditions 16
10 Technical Eligibility Criteria – Response sheet - Annexure-A
19
11 Price Bid Format – Annexure-B 21
12 Performance Bank Guarantee – Annexure-C 22
4
Expression of Interest (EOI) for selecting a consultant in setting up Smart Card
manufacturing Infrastructure and Certification for Banking & ID Cards
1. Introduction
1.1 About ITI
ITI Limited, a Public Sector Undertaking (PSU) under Ministry of
Communications & IT, Government of India, is a leading telecom equipment manufacturer in
India .
The Palakkad unit of ITI Limited is an ISO 9001:2008 and ISO 14001:2004 certified
company, is the major contributor for the development/implementation of the National
Telecommunication Network associating with BSNL and MTNL, by supplying OCB
Digital Switching Equipment, GSM SIM Cards , National Identity Cards, Managed
Leased Line Network, Stand Alone Signaling Transfer Point equipment etc.,. ITI
Palakkad has the state of the art manufacturing facilities and Level 4 security
(equivalent) for the manufacturing and personalization of smart cards.
1.2 Objective of the EOI
As part of diversification in the Smart Card domain, ITI proposes to augment the existing
manufacturing infrastructure for the production and personalization of smart cards (contact
and contactless) for banking/ID requirements. For this purpose, ITI seeks to identify a
suitable consultant agency to guide and support for the setting up of manufacturing
infrastructure of banking/ ID cards and help ITI to get VISA/MASTER/RuPay
certifications from authorised agencies.
ITI invites responses from reputed and competent Consulting Firms, having good
credentials in providing consultancy services in smart card domain. The project has
already got approval under the Company revival plan.
1.3 Existing Infrastructure :
The plant is equipped with a Smart Card Assembly integrated with most modern
manufacturing machines and Security features equivalent to Level-4 security for
assembly, personalization and testing of chip based Smart Cards. The plant is having
an annual manufacturing capacity for 18 million smart cards.
The present infrastructure is used for the production and personalization of GSM SIM
cards and ID cards, which includes machineries for glue tape lamination, milling and
embedding, hologram hot stamping and personalization. The facility is certified by TEC
for manufacturing of GSM cards and certified by Registrar General of India (RGI) for
manufacturing of NPR/MFID ID cards.
5
2.0 Scope of Work
2.1 The selected Consulting Firm is required to study the existing manufacturing
infrastructure at our plant and provide suitable guidance and support for establishing
manufacturing facility for the production, personalization and certification of
contact/contactless smart cards for banking sector and ID cards.
The following responsibilities have to be undertaken by the firm:
(a) Assessing the present manufacturing capability of the plant and identify the
additional infrastructure required for production and personalization of
contact/contactless smart cards for banking sector and ID cards.
(b) Providing guidance, support in preparation and floating open tender for
identifying a suitable supplier for supply, installation and commissioning of the
additional machines required for manufacturing banking/ID cards on turnkey
basis.
(c) Supporting ITI in tender evaluation for selecting the supplier from the bids
received against the tender
(d) Coordinating with the selected supplier for scheduled delivery, installation and
commissioning of equipments
(e) Guide ITI to set up mandatory infrastructure requirements such as security,
power, data storage, dedicated connectivity for data transfer , alarms etc as
required for certification of banking cards. ITI is having the required building
infrastructure, which is to be modified to the new requirement.
(f) Guidance and Support for ITI to obtain various certifications such as
RuPay/VISA/MASTER for banking cards.
(g) Providing guidance to identify the Market opportunities for smart cards in the
areas of banking, ID cards for various government schemes or other similar
areas and support ITI in getting orders.
(h) Supporting ITI to identify a total solution provider for Smart cards for areas
such as health insurance, PDS, driving license, social security schemes etc.
2.2 The selected consulting agency shall submit a “Capability Report” covering all the
above points under the scope of work and the implementation strategy for the same
within three weeks from the date of Purchase order.
2.3 The selected consulting Firms can visit the plant, with prior intimation, to carry out on
site study of available infrastructure, both machinery and manpower.
2.4 The selected Bidder shall appoint a single point of contact, with whom ITI will deal
with, for any activity pertaining to the requirements of this EOI.
6
2.5 All information gathered from ITI, which are not available in public, are treated as
confidential. The reports that are to be submitted to ITI will also be treated as
confidential. These information and reports shall not be shared with any third party
without ITI‟s written approval. The Consulting Firm has to sign Non-Disclosure
Agreement as part of the contract.
3.0 Technical Eligibility Criteria
3.1 Pre-requisite
The Consultant should possess the requisite experience, resources and capabilities in
providing the services necessary to meet the requirements, as described in the EOI
document. Consultants not meeting the Eligibility Criteria will not be considered for
further evaluation.
The consultant participating in this EOI shall not be an OEM for any of the
equipments under the Turnkey project.
3.2 Sub-Contractors
Bidders are not permitted to engage the services of Sub-contractors.
The Bidders who wish to submit their offer against this EOI
shall be an Entity of reputed, viz., Public Limited Company / Private Limited Company and
shall be registered for carrying out the consultancy business ,should have been profitable in
the last three years and shall meet the following eligibility conditions.
3.3 Eligibility criteria
The invitation is open to all consultants who qualify the Eligibility Criteria as given
below:
3.3.1 The Bidder must be a registered company in India (Public or Private Limited
companies) under the Companies Act 1956. Bidders incorporated outside India and
having Certificate of Establishment of place of Business in India from Registrar of
Companies under Companies Act 1956, are also eligible to participate in this EOI.
Copy of the certification of incorporation and Memorandum of Article of Association
shall be submitted along with the EOI.
3.3.2 Annual turnover of the Bidder in each of the last 3 years should be a minimum of
Rs. 5 Cr. from consultancy work. Certified Audited Annual report for the last three
financial years shall be submitted along with the EOI to this effect.
3.3.3 The Bidder should be profit making in each of the last three financial years.
7
3.3.4 The Bidder must possess a minimum of 3 years experience in providing
consultancy services in smart card domain for activities such as manufacturing
activities, offering smart card solutions, certification processes for banking cards
etc till the date of submission of EOI.
3.3.5 The Bidder must have successfully completed minimum two consultancy works of
similar type during the last three years, out of which minimum one consultancy
service has to be in India. The Bidder shall produce certificates of successful
completion of the consultancy works from at least one customer along with
copies of the work order.
3.3.6 Any of the Indian subsidiary company, which is seeking qualification on the
financial strengths of its parent company, would have to give a written
undertaking from the parent company that it would bear all financial or
contractual liabilities of the subsidiary with regard to this enquiry.
3.3.7 The Bidder should not have been barred, blacklisted or banned from having business
dealings with / by any of Indian Government Agency. The bidder has to give an
undertaking, duly signed by the authorized signatory to this effect.
3.3.8 The Bidder should have a valid service tax registration number, PAN and TAN
number.
3.3.9 Submission of EMD of Rs 50,000.00 as per clause 6.5 of EOI
8
4.0 Documents required to be submitted along with the EOI
All documents supporting the eligibility criteria as mentioned in clause 3 above have to
be submitted along with the EOI.
Following documents are required to be submitted as part of EOI .
4.1 Certificate of Incorporation.& Memorandum of Articles of Association
4.2 Audited Annual Report of the Bidder for the last three financial years
4.3 Brief description of Bidders organization specific to the EOI
4.4 Details of minimum two consultancy work undertaken in Smart card domain
4.5 Completion certificates and work orders of consultancy works undertaken
4.6 Undertaking as per clause 3.3.6 of Eligibil ity cr iter ia ( if , applicable)
4.7 Undertaking as per clause 3.3.7 of Eligibility cr iter ia for not being
blacklisted or debarred
4.8 Copy of Service Tax Registration Certificate , PAN and TAN certificate
4.9 Clause wise compliance to the terms and conditions of the EOI
4.10 Authorization/Power of Attorney for signing the bid documents
4.11 EMD of Rs 50,000.00 in the form of DD drawn in favor of ITI Ltd.,Palakkad. 4.12 Technical Eligibility Criteria - Response Sheet as per Annexure -A Failure to provide the desired information and any of the above documents may lead to disqualification of the Bid.
9
5. Timelines for Project
The selected consultant shall ensure that the project will be completed by ITI as per the
various milestones noted below:
Sl No Description of Activities Time Schedule
1 Submission of Capability report by
selected consultant
Within three weeks of
order
2 Floating of Turnkey Tender for supply,
installation & commissioning of
equipments
Mid of April 2016
3 Starting of work to Set up of other
mandatory infrastructure requirements
such as security, power, data storage,
dedicated connectivity for data transfer,
alarms etc as required for certification of
banking cards
First week of June 2016
4 Finalisation of supplier for Equipments&
Placement of order
First week of June 2016
5 Installation & Commissioning of
Equipments
September 2016
6 Completion of Certification process for
banking cards
Mid October 2016
10
6. Instructions to Consultants A. The Bid Document 6.1 EOI
1. EOI shall mean Expression of Interest
2. A Consultant means any entity or person who may provide consultancy services
3. Bid and EOI are interchangeably used to mean the same.
6.2 The Consultants are expected to examine all instructions, forms, Terms and Conditions and specifications in the EOI. Submission of a Bid not responsive to the EOI Document in every respect will be at the Bidder‟s risk and may result in the rejection of its Bid without any further reference to the Bidder. 6.3 Clarifications of Bid Documents
6.3.1 A prospective bidder requiring any clarification of the EOI may notify ITI in
writing at ITI‟s address or through email any time prior to the deadline for receiving such queries at the details as noted below:
Mr.R. Srinivasa Rao.
Chief Manager (Mktg)
ITI Limited
Kanjikode West
Palakkad -678623
Ph: 0491- 2568844 / Mobile : +91 8547030363
Email: eoi_pkd@itiltd.co.in
6.3.2 Replies to all the clarifications, modifications received through mail and email will
be posted on ITI‟s website. Any modification to the Bid Documents which may become
necessary shall be made by ITI by issuing an Addendum, which will be hosted on ITI‟s
website.
6.4 Amendment of EOI Documents 6.4.1 At any time prior to the deadline for submission of bid, ITI may, for any reason, whether at its own initiative or in response to a clarification requested by a bidder, amend the EOI Documents. 6.4.2 Amendments will be provided in the form of Addenda/corrigenda to the RFP Documents, which will be posted in ITI‟s website. Addenda with that the amendments contained in such Addenda/corrigenda had been taken into account by the Consultant in its Bid.
11
6.4.3 In order to afford, reasonable time required to take the amendment into account in preparing their Bids, ITI may, at its discretion, extend the deadline for the submission of Bid, in which case, the extended deadline will be posted in ITI‟s website.
6.4.4 From the date of issue, the Addenda to the bid shall be deemed to form an integral
part of the EOI and it will be binding on Consultants. B. Preparation of Bid 6.5 Earnest Money Deposit (EMD)
6.5.1 The Consultant shall submit Earnest Money Deposit (EMD) of Rs50,000 (Rupees Fifty Thousand only) in the form of a Demand Draft from a scheduled bank in India in favor of “ITI Ltd., PALAKKAD” payable at Palakkad. 6.5.2 No interest will be paid on the EMD. 6.6 Return of EMD
6.6.1 The EMD of successful bidder shall be returned/ refunded after furnishing Performance Bank Guarantee as required in this EOI 6.6.2 EMDs furnished by all unsuccessful bidders will be returned on the expiration of the bid validity / finalization of successful Consultant, whichever is earlier. 6.7 Forfeiture of EMD
The EMD submitted by the Bidder will be forfeited if:
6.7.1 The Bidder withdraws his Bid before opening of the Bid.
6.7.2 The successful Bidder withdraws his Bid before furnishing Performance Bank Guarantee.
6.7.3 Failure to accept the LOI/order by the Successful Bidder within 14 days from the date of LOI/order. However, ITI reserves its right to consider at its sole discretion the late acceptance by Bidder.
6.8 Period of Validity of Bid
The bid shall remain valid for a period of 180 days from the date of bid opening . Bids valid for
a shorter period shall be summarily rejected. In exceptional circumstances, ITI may request in
writing the Bidder‟s unqualified/ unequivocal consent for extension(s) to the period of bid
validity. The request and the response there-to shall be made in writing.
6.9 Signing of Bid
6.9.1 The Bid shall be signed by a person or persons duly authorized to sign on behalf of the Bidder.
12
6.9.2 All pages of the Bid, except for printed instruction manuals and specification sheets shall be initialed by the person or persons signing the Bid. 6.9.3 The Bid shall contain no interlineations, erasures, or overwriting, except to correct errors made by the Bidder, in which case such corrections shall be initialed by the person or persons signing the Bidder. 6.9.4 The Bid shall be signed by a person or persons duly authorized to bind the Bidder to the contract. Such authority shall be either in the form of a written and duly stamped Power of Attorney or a Board Resolution duly certified by the company‟s competent authority, extract of which duly certified true copy should accompany the Bid.
13
7. EOI submission and evaluation
7.1 The EOI shall be submitted in three separately sealed envelopes to be placed in a
common big envelope.
The details to be placed in the three envelope are as under:
Envelope A: Technical Bid
Envelope B: Price Bid
Envelope C : EMD of Rs 50000 in the form of DD favoring ITI Ltd.,Palakkad
Envelope A should be superscribed as “Envelope.A – Technical Bid”
All documents as per clause 4.0 of the EOI except EMD have to be duly placed in order inside Envelope A:
Envelope B should be superscribed as “Envelope.B :Price Bid “
The Price Format – As per Annexure has to be duly signed by the authorized official and placed inside Envelope-B
Envelope C should be superscribed as “Envelope.C :EMD “
Earnest Money Deposit (EMD) of Rs 50,000 (Rupees Fifty Thousand only) in the form of a Demand Draft from a scheduled bank in India in favor of “ITI Ltd., PALAKKAD” payable at Palakkad to be placed inside Envelope-C.
7.2 All the three sealed envelopes (Technical bid, Price bid and EMD) shall be submitted
in an outer envelope and sealed. The outer cover and the inner cover / envelopes shall bear the details of the EOI Reference, due date, bidder‟s address and to be addressed to ITI at the following address:
Chief Manager (Mktg),
ITI Limited,
Kanjikode West,
Palakkad -678 623.
Ph: 0491- 2568844
Mobile : +91 8547030363
Email: eoi_pkd@itiltd.co.in
7.3 The EOI shall be typed or printed and numbered consecutively and shall be signed
on each page by a person duly authorized to bind the Consulting Firm to the
Contract. Correction of any type in Price Bid proposal is not permissible.
14
7.4 The Bidder should submit their bid by 09.03.2016, 14.00 Hrs. The responsibility for
ensuring that the bids are delivered in time lies with the Bidder. The Technical Bid
will be opened on the same day at 14.30 Hrs.
7.5 The prices are to be quoted in Indian Rupees only.
7.6 The bid shall be only in English Language
7.7 ITI reserves the right to extend the last date of receiving bids from prospective Bidders
and the same will be communicated through a notification.
7.8 Rejection of Bid
The Bid is liable to be rejected if:
7.8.1 The documents doesn‟t bear signature of authorized person.
7.8.2 It is received after expiry of the due date and time stipulated for Bid submission.
7.8.3 Incomplete/incorrect Bids, including non-submission or non-furnishing of requisite documents / Conditional Bids / Bids not conforming to the terms and conditions stipulated in this EOI are liable for rejection by ITI.
7.8.4 No Bid shall be rejected at Bid opening, except for late Bids.
7.8 Late Response: Any response received after the prescribed timeline shall be
rejected and EOI shall be returned unopened to the Bidder
15
8. EOI - Selection Process
8.1 Bids submitted without EMD (Envelope-C) will be summarily rejected. In this case,
Technical bid will not be considered for evaluation
8.2 Technical bid (Envelope – A) shall be opened first and evaluated. ITI, at its discretion,
may ask for a presentation or further clarification from the Bidders.
8.3 The price bid (Envelope-B) of the technically qualified bidders will be opened and Bidder
will be selected on the basis of lowest offer.LOI/Order will be placed on the L1 bidder.
16
9. OTHER TERMS AND CONDITIONS
9.1 Performance Bank Guarantee
9.1.1 The selected Bidder shall furnish Performance Bank Guarantee to ITI for an amount
equal to 5% of the value of the Contract valid for a period of one year within 7 days from
the date of issue of Letter of Appointment for consultancy. Contract is liable for cancellation
in case of failure to submit the Performance Bank Guarantee within this period.
9.1.2 Performance Bank Guarantee amount or part thereof shall be payable to ITI as
compensation for any loss/delay resulting from the selected Bidder‟s failure to
complete its obligations under the Contract.
9.1.3 The Performance Bank Guarantee shall be in the form of Bank Guarantee issued
by a scheduled Indian Bank
9.1.4 The Performance Bank Guarantee will be discharged by ITI after successful
completion of the Consulting Firm‟s performance obligations under the Contract.
9.2 Delays in the Selected Bidder’s performance
9.2.1 Contract shall be implemented by the selected Bidder in accordance with the time
schedule specified by ITI in its Contract as per clause 5 of EOI. In case of non-
implementation in the stipulated period, as indicated in the Contract, ITI reserves the right
either to short close/ cancel this Contract and/ or en-cash the Performance Bank
Guarantee.
9.2..2 If at any time during the performance of the Contract, the selected Bidder
encounters conditions affecting timely completion and performance of Contract,
the Bidder shall promptly notify to ITI in writing the reasons for the delay and its
likely duration. ITI will evaluate the situation and may at its discretion extend the
period for performance of the Contract subject to furnishing of extension of
Performance Bank Guarantee by the Contactor by the same period, if so desired
by ITI.
9.2..3 If the Contract is not completed in the extended period, the Contract is liable to be short-
closed and the Performance Bank Guarantee shall be forfeited.
17
9.3. Liquidated Damage Charges: The Contract must be completed not later than the
timelines specified in the Contract. Extension will not be given except in exceptional
circumstances. Should, however, completion of the Contract is delayed without prior
concurrence of ITI, the delay will not deprive ITI of its right to recover liquidated damage
of 0.5% of the value of the Contract for each of first two weeks of delay or part thereof
and 1% of the value of the contract for each subsequent week of delay or part thereof to
a maximum of 10%.
9.4. Payment terms
The Payment of Contract charges shall be made as per the following schedule.
o 25% after preparation and release of open tender for the turnkey project
for the supply, installation and commissioning of equipments .
o 25% after selection of supplier for turnkey project and finalization of
purchase order
o 40% after getting certification from authorized agencies for banking cards
o 10% after project taking over by ITI
9.5. Improvements in the Report: If ITI, during evaluation of the Capability Report submitted
by the selected Bidder as per the contract, finds that the report is not adequate may ask
for submission of additional details to meet the requirements under the Scope of Work
and the selected Bidder shall not refuse to submit these details. ITI‟s decision in this
shall be final.
9.6 Termination for Default: ITI may, without prejudice to any other remedy for breach
of Contract, by written notice of default, sent to the selected Bidder, terminate this
Contract in whole or in part:
If the selected Bidder fails to perform as per the scope of work within the time
period(s) specified in the contract, or any extension thereof granted by ITI.
If the selected Bidder fails to perform any other obligations under the Contract.
If the selected Bidder in either of the above circumstances, does not remedy its
failure within the period of 15 days (or such longer period as authorized in
writing) after receipt of the default notice.
9.7 Force Majeure: If at any time during the continuance of this contract, the performance in
whole or part by either party under obligation as per this contract is prevented or delayed
by reasons of war, hostility, act of public enemy, civil commotion, sabotage, fire, flood,
explosion, epidemic, quarantine restrictions, strike, lockout, or acts of God (herein
referred to “eventuality”), provided notice of happening of such eventuality is given by
either party to the other within 7 days of date of occurrence thereof, neither party shall by
reason of such an eventuality be entitled to terminate this contract nor shall non-
performance or delay in performance and deliveries under the contract .
18
9.8 Termination or Insolvency: ITI may at any time terminate the Contract by giving
written notice to the selected Bidder, without compensation to the selected Bidder, if
the selected Bidder becomes bankrupt or otherwise insolvent as declared by the
competent court provided that such termination will not prejudice or affect any right of
action or remedy, which has accrued or will accrue thereafter to ITI.
9.9 Arbitration
Both Parties (ITI and the successful Bidder) shall make best efforts to settle any/all
disputes amicably. Any dispute between the parties shall be settled as per ICADR
Arbitration clause as mentioned below.
(a) If a dispute arises out of this agreement or in respect of any defined legal
relationship associated therewith or derived there from, the parties agree to
submit that dispute to arbitration under the ICADR, Arbitration Rules, 1996.
(b) The authority to appoint the Arbitrator(s) shall be International Center for
Alternative Dispute Resolution (ICADR).
(c) The International Center for Alternative Dispute Resolution will provide
administrative Services in accordance with the ICADR Arbitration Rules, 1996.
(d) The language of the Arbitration Proceedings shall be English.
(e) The place of Arbitration Proceedings shall be Palakkad.
9.10. ITI reserves the right to suspend the whole EOI or any part of the process at any
stage, to accept, or reject any, or all bids at any stage of the process and / or to modify
the process, or any part thereof, at any time without assigning any reason, without any
obligation or liability whatsoever. All the cost and expenditure related to submission of
offers against the EOI shall be borne by the Bidder.
* * * * *
19
Annexure “A” – Technical Eligibility Criteria – Response sheet
1. Name of Bidder :
:
2. Complete postal address with :
Telephone / Fax Nos. / Email /
Website :
Corporate Office
:
Registered Office in India
3. Address for correspondence with :
Telephone / Fax Nos./ Email Id
4. Name of Authorized contact person, :
his designation, address and Telephone /
Fax Nos. / Email Id
5. Certified copy of Certificate of Incorporation along with Memorandum & Articles of
Association are enclosed
6. Bidders organization profile specific to EOI:
7 Copies of audited annual report for the last :
three financial years
20
8 Profit in Rs. Crore for the last three years :
9 Details of consultancy services carried out in last 3 years:
10 Documentary evidence such as completion certificate/work order from clients (for
any one) in the last three(3) years
11 Certified copy of Agreement between :
the Indian company and foreign partner(s), if any
12 Undertaking for not being blacklisted/debarred
13 Clause wise compliance to EOI :
14 PAN and TAN Certificate
15 Service Tax Regn. No :
16 Power of Attorney by Resolution of Board of Directors that the person signing the
application is authorized signatory is enclosed.
Certificates / Undertaking:
I hereby certify that I have carefully read the scope, the terms and conditions for selection of
consultant and I undertake to fully comply with the terms and conditions therein including
scope of work and penalties for non-fulfillment I understand that no fulfillment of this
condition makes the offer liable for rejection.
I understand that all matters relating to the proposal and / or contract, if awarded to me, will
be subject to jurisdiction of Courts / Tribunal(s) in Palakkad only.
I understand that if at any time, any amendments made or information furnished in my
proposal is found incorrect, then my application and the contract, if awarded, on the basis of
such application, shall be cancelled.
Date : Signature and name of the
Authorised Signatory
Place : (Company’s Seal)
21
Annexure B – Price bid Format
1 Name of the Bidder
2 Address
3 Telephone No.
4 FAX No
5 E-mail ID
6 Basic rate (in Rs.)
Taxes (in Rs.)
Total (in Rs.)
1 Consultancy Charges
(In Figures)
Consultancy Charges
(In Words)
Note:
1. Price shall be quoted only in Indian Rupees
2. Evaluation will be based on the total all inclusive charges
3. Price bid shall be strictly as per the above format. Deviation will result
in rejection of bid
4. In case of having any correction observed in the figures quoted, the
charges quoted in words will be considered for evaluation
5. Order will be placed on L1 bidder
Signature of the authorized signatory of the Bidder
Company : (For and on behalf of (Name of the Company) .
22
Annexure-C - Performance Bank Guarantee
In consideration of the ITI Limited (hereinafter called „ITI‟) having agreed to exempt
______________________ (hereinafter called „the said Consultant(s)‟) from the demand
under the terms and conditions of an agreement dated ______________ made between
_____________________ and __________________________ for consultancy work of
_______________________________ (hereinafter called “the said agreement ”), of security
deposit for the due fulfillment by the said consultant (s) of the terms and conditions
contained in the said Agreement, on production of the bank guarantee for
__________________________________ we, (name of the bank)
_____________________________ ( hereinafter refer to as “the bank”) at the request of
___________________________________ (Consultant(s)) do hereby undertake to pay
to ITI an amount not exceeding _______________________ against any loss or damage
caused to or suffered or would be caused to or suffered by ITI by reason of any breach
by the said consultant(s) of any of the terms or conditions contained in the said
Agreement.
We (name of the bank) __________________________ do hereby undertake to pay the
amounts due and payable under this guarantee without any demure, merely on a demand
from ITI by reason of breach by the said consultant(s)‟ of any of the terms or conditions
contained in the said Agreement or by reason of the consultant(s)‟ failure to perform the said
Agreement. Any such demand made on the bank shall be conclusive as regards the amount
due and payable by the Bank under this guarantee where the decision of ITI in these counts
shall be final and binding on the bank. However, our liability under this guarantee shall be
restricted to an amount not exceeding ._________________________________________
_______________________________________________________________________
We undertake to pay to ITI any money so demanded notwithstanding any dispute or disputes
raised by the Consultant(s) in any suit or proceeding pending before any court or tribunal
relating thereto our liability under this present being absolute and unequivocal. The payment
so made by us under this bond shall be valid discharge of our liability for payment there under
and the Consultant(s)/supplier(s) shall have no claim against us for making such payment.
We (name of the bank) __________________________ further agree that the guarantee
herein contained shall remain in full force and effect during the period that would be taken for
the performance of the said agreement and that it shall continue to be enforceable till all the
dues of ITI under or by virtue of the said Agreement have been
fully paid and its claims satisfied or discharged or till _____________________________ ITI
certifies that the terms and conditions of the said Agreement have been fully or properly
carried out by the said Consultant(s) and accordingly discharges this guarantee. Unless a
demand or claim under this guarantee is made on us in writing on or before the expiry of 90
days from the date hereof, we shall be discharged from all liabilities under this guarantee
thereafter.
23
We (name of the bank) ____________________________ further agree with ITI that ITI
shall have the fullest liberty without our consent and without affecting in any manner our
obligations hereunder to vary any of the terms and conditions of the said Agreement or to
extend time of performance by the said Consultant(s) from time to time or to postpone for any
time or from time to time any of the powers exercisable by ITI against the said Consultant(s)
and to forbear or enforce any of the terms and conditions relating to the said agreement and
we shall not be relieved from our liability by reason of any such variation, or extension being
granted to the said Consultant(s) or for any forbearance, act or omission on the part of ITI or
any indulgence by ITI to the said Consultant(s) or by any such matter or thing whatsoever
which under the law relating to sureties would, but for this provision, have effect of so
relieving us.
This guarantee will not be discharged due to the change in the constitution of the Bank
or the Consultant(s).
Notwithstanding anything containing herein :
Our liability under this Bank Guarantee shall not exceed Rs .................
This Bank Guarantee shall be valid upto ..............
We are liable to pay the guarantee amount or any part thereof, under this Bank
Guarantee only if, you serve upon us a written claim for demand on or before .................
(date of expiry of guarantee).
We (name of the bank) ________________________ lastly undertake not to revoke this
guarantee during its currency except with the previous consent of ITI in writing.
IN WITNESS whereof the Bank, through its authorized officer has set its hand and
stamp on this ............................. at Palakkad.
Signature & Seal of the Guarantor
Name of the Bank
Branch Name
Address
Date
top related