printing & supply of wall calendar & diary …...bank’s logo and materials is not misused....
TRANSCRIPT
PRINTING & SUPPLY OF WALL CALENDAR & DIARY 2020
OPEN TENDER
PART – A
(Technical Bid)
This document consists of the following:
a. Notice Inviting Tender from Printers / Suppliers.
b. General Rules and Instructions to the Printers / Suppliers.
c. Scope, Eligibility Criteria, Evaluation Criteria and Specifications.
d. Application Format for Pre-Qualification
(including proforma 1a, 1b and 1c)
e. Integrity Pact (proforma-2)
Indian Overseas Bank Printing and Stationery Department
Central Office
5th Floor, Annex Building
763, Anna Salai, Chennai 600 002
Phone No.044- 2841 5701 / 2888 9312
E-mail : [email protected]
www.iob.in
Page 2 of 33
Signature of the bidder
INDIAN OVERSEAS BANK Printing & Stationery Department
Central Office --------------------------------------------------------------------------------------------------------------
Date : 17/09/2019 Enquiry No. : 02/2019-20 Due Date : 11/10/2019
Dear Sir / Madam
Sub: Printing & Supply of Calendar & Diary 2020 Notice Inviting Tender (NIT)
Indian Overseas Bank invites applications from well established, resourceful and experienced Printers / Suppliers, having their office in the geographical jurisdiction of Chennai, for printing and supply of Bank’s Calendar & Diary 2020 for Bank’s Central Office at Chennai and other centres of the Bank in India. The Printers / Suppliers, who meet the eligibility criteria and the Bank’s evaluation, will be considered. Sealed offers are invited in two parts (Part A & Part B) from Printers / Suppliers for supply of IOB wall calendar & Diary 2020.
The eligible and interested Printers / Suppliers may collect the tender document from our office. Alternatively, the document can also be downloaded from the website of Bank namely www.iob.in and a document fee of Rs.1000.00 (One Thousand Only) by way of Demand Draft favoring “Indian Overseas Bank, Central Office” payable at Chennai may be submitted along with the duly filled in document. The document submitted without the prescribed fee will be liable for rejection.
The duly completed tender document in the prescribed format with all supporting documents shall be sealed in a cover and super-scribed as “Tender for Printing & Supply of Wall Calendar & Diary 2020” shall be submitted to, The Chief Manager, INDIAN OVERSEAS BANK, Printing and Stationery Department, 5th Floor, Annexe Building, Central Office, 763, Anna Salai, Chennai 600 002, on or before 11.10.2019 up to 15:00 Hrs.
For any clarification, kindly contact:
The Senior Manager Indian Overseas Bank Printing and Stationery Dept. Central Office 5th Floor, Annexe Building, 763, Anna Salai, Chennai 600 002 Phone 044 – 2888 9312 / 2841 5701
The eligibility criteria of applications shall be evaluated as on cutoff date (i.e., 31.03.2019). The Bank reserves the right to accept or reject any or all the applications without assigning any reasons thereof and their decision of selection will be final. Date: GENERAL MANAGER
Page 3 of 33
Signature of the bidder
Important Data
EMD Rs.60,000/-
Last Date of Submission 11/10/2019 before 15:00 Hrs
Venue for Submission The Chief Manager Indian Overseas Bank Printing and Stationery Department, 5 th Floor, Annexe Building, 763, Anna Salai, Chennai 600 002
Time of opening of PART A 15:10 Hrs on 11/10/2019
Time of opening of PART B Will be advised separately after evaluation of Part A (Technical Bid)
Supply Period (Contract Period) 60 Days
Defect Liability Period 90 Days
Validity of Tender 90 Days from date of opening of Part A
A pre-bid meeting has been arranged at the tender room, Indian Overseas Bank, General Administration Department, 5th Floor, Annexe Building, 763, Anna Salai, Chennai 600002 @ 15.00 Hrs on 25.09.2019 to enable all the vendors / suppliers to understand the Bank’s requirements / specifications and to clarify any doubt on the tender.
Yours Faithfully
Senior Manager
Page 4 of 33
Signature of the bidder
GENERAL RULES AND INSTRUCTIONS TO THE EMPANELLED PRINTERS / SUPPLIERS
1. Indian Overseas Bank intends to print four lacs Bank Wall Calendars and forty thousand Diaries 2020 for its use and for distribution to its customers. Applications are invited from competent Printers / Suppliers, for the proposed Calendar printing and supply works.
2. The details of the applicants and their experience shall be submitted in the Bank’s prescribed “Application Format” only. Wherever required and if the space provided is not sufficient, particulars can be furnished as Annexures but such details shall be clearly mentioned in the respective columns of the Application Format. Applicant shall enclose latest copies of brochures and technical documentation giving additional information about the applicant. Each page of the document shall be duly signed by the Applicant or their authorized representative along with their company seal.
3. Documentary proof with respect to the prequalification criteria shall be furnished along with the completed application form. In this regard, copies of the work orders and completion certificates and or such other documents shall be submitted. Incomplete applications or applications without proper proofs for establishing their credentials will be liable for rejection and no correspondence will be entertained in this regard.
4. Decision of the Bank regarding selection / rejection will be final and binding and no further correspondence will be entertained.
5. The Applicants having their office in the geographical jurisdiction of Chennai only will be considered.
6. Sealed tender with Bills of quantities will be received by the Chief Manager, Printing and Stationery Department, Indian Overseas Bank, Central Office, Chennai – 600 002 at their office upto 15:00 Hrs on the mentioned date. Technical bid will be opened on the same day, @ 15:10 Hrs.
7. The Technical Bid, (General conditions of tender, tender specifications) and Price bid (Bill of Quantities) shall be duly signed by the authorized signatory at every page along with company seal.
8. Tender is to be submitted in two separate sealed covers, super-scribing the name of work and type of bid (Technical Bid / Price bid), as detailed below:
I. Cover -1 : Contents i. Part A-Technical Bid
ii. EMD iii. DD for Rs.1000/-, being document fee iv. Self-attested specimen of Paper (5 sheets in A4 size) which
will be used for printing (both Calendar & Diary) v. Integrity Pact to be executed on non-judicial stamp paper
of Rs.100/-.
II. Cover -2 : Contents Part B – Price Bid
9. There should be no overwriting/corrections/omissions in the tender documents.
Page 5 of 33
Signature of the bidder
10. Earnest Money Deposit (EMD) of Rs.60,000/-, shall be paid by means of a DD drawn on any scheduled Bank in favour of Indian Overseas Bank, Central Office, Chennai -2. Suppliers producing valid certificate from the National Small Industries Corporation Ltd are exempt from payment of EMD and document fee.
11. SECURITY DEPOSIT: The successful tenderer has to furnish Security Deposit (non interest bearing), equal to the value of 2% of rate quoted. If EMD is submitted, the security deposit shall be “2% of rate quoted less EMD”. The Security Deposit with the bank shall be returned only after the successful completion of the period of contract & in case of any loss to the bank due to non compliance of the terms & condition as agreed between the parties, the Security Deposit shall be liable to be forfeited straight way and the bidder will be further liable for other loss as decided by the bank, with SLC and security covering letter.
12. The tenders must use only the form issued by the Bank to fill the rates. The Bill of Quantities are liable to change by addition/ deletion the quantity (15%) as per requirements, at the discretion of the Bank.
13. Before submitting the tender, tenderers are requested to see the specimen, examine carefully the conditions of contract, availability of materials / labour/ time factor etc.
14. The tenderer whose tender is accepted shall not be entitled to make any claim for increase in the rates quoted and accepted.
15. The supplier shall maintain proper account of quantity of materials such as paper which are used in the work.
16. The Bank is not bound to accept the lowest tender and reserves the rights to reject any or all the tenderers without assigning any reasons therefore.
17. The successful tenderer / supplier should enter in to an agreement with the Bank, on a Rs.20/= Stamp Paper, as per Bank’s format (Proforma-3).
18. Uniform quality should be maintained for all copies in printing as per specifications.
19. Splitting of Quantity: Bank reserves the right to split the order between L1, L2 in the ratio of 60:40 if L2 is agreeable to execute at L1 rate.
20. Payment Terms: No advance will be provided. Part payment against bills supported by acknowledgement / delivery challans can be made at the discretion of the Bank subject to deduction of taxes etc.
21. The quoted rates shall be all inclusive, excluding GST, i.e. base rate only. Applicable GST will be paid over and above the base rate.
22. Statutory deductions / TDS will be levied as applicable. 23. The successful vendor shall submit a self-attested certificate received from the suppliers
of papers (or from an industry recognized certifying agency) that, the papers used for printing is as per tender conditions, for settlement of bills.
24. Bank has the right to reject the entire stock and no claim/ explanation to be entertained / accepted if paper used is less than the specified or if deviation is found.
Page 6 of 33
Signature of the bidder
25. Self attested specimen of the paper that would be used for printing of the job, have to be enclosed along with Part – A (as applicable for Calendar and Diary).
26. Pre production samples to be provided and have to be approved.
27. The tender shall be valid for a period of 90 days from the date of opening of Part –A, Technical bid.
28. Tenderers shall quote their unconditional rate strictly as per the list of items specified. Cutting / overwriting, if any, shall be counter-signed. The rates quoted shall include the cost of packing and corrugated boxes.
29. The successful tenderer should ensure the delivery of the Calendars & Diaries within 60 days from the date of receipt of work order, to all destinations, failing which liquidated damages would be levied.
30. Liquidated Damages for Delay: 1% of total value of order per week delay, subject to a
maximum of 10 % of the total value of order.
31. The supplier shall state the schedule delivery of calendars / diaries within five days on receipt of final proof approval.
32. The successful tenderer has to shred all wastes before disposal and ensure that the Bank’s logo and materials is not misused.
33. The successful tenderer shall indemnify the Bank from misuse of Bank logo.
34. Defects Liability Period. The successful tenderer shall make good any defects observed and pointed out by Bank within the defect liability period of 3 months. For major defects that would affect the image of the Bank / that would defeat the purpose of the job, the product shall be replaced at suppliers cost and means.
35. The Courts in Chennai District, Tamil Nadu, India will have exclusive jurisdiction to entertain any litigation between the parties with regard to this tender.
Integrity Pact:
36. The Central Vigilance Commission (CVC) has advised Government Organizations including
Public Sector Banks to adopt Integrity Pact voluntarily in their major procurement activities. In line with these directives, Bank has decided to adopt Integrity Pact for Orders / Contracts of value of Rs.25 Lakhs and above.
The CVC guidelines further advises Banks to appoint Independent External Monitors, as approved by the CVC, to oversee the compliance of obligations under the Integrity Pact. The Bank has implemented Integrity Pact in compliance with CVC guidelines. Accordingly, Shri. Sadagopan, Director, IIIT Bangalore and Shri. Arun Chandra Verma, IPS (Retd.) have been appointed as Independent External Monitors, for the Bank. The Integrity Pact essentially envisages an agreement between the prospective vendors / bidders and the buyer, committing the persons / officials of both sides not to resort to any corrupt practices in any aspect / stage of the contract. Only those vendors/ bidders, who commit themselves to such a pact with the buyer, would be considered competent
Page 7 of 33
Signature of the bidder
to participate in the bidding process. Copy of the Integrity Pact is enclosed with this Tender document (Proforma-2).
Page 8 of 33
Signature of the bidder
SCOPE, ELIGIBILITY CRITERIA, EVALUATION AND SPECIFICATIONS
GENERAL
Indian Overseas Bank intends to print Four Lakhs Bank Calendars and Forty thousand Diaries 2020 for its use and for distribution to its customers. Applications are invited from competent Printers / Suppliers, having office in the geographical jurisdiction of Chennai, for the proposed Calendar and Diary printing and supply works.
Order Quantity is liable to change by addition/ deletion of the quantity (15%) as per requirements, at the discretion of the Bank, wherein the tenderer should be willing to supply the same as per the same terms and conditions.
SCOPE:
The successful tenderer should supply the Indian Overseas Bank Calendars and Diaries 2020, in required quantity, as per contract terms & conditions to all destinations of the Bank - throughout India, at their cost and means. i.e., the rate quoted should include;
1. Cost of Calendar & Diary 2020 (paper/printing etc) 2. Packing as per specification (boxes, straps, tapes, shrink wrapping etc.) 3. Freight (freight for delivering at the destination)
The successful tenderer / printer have to pack and dispatch calendars and Diaries to about 55 destinations on behalf of the Bank.
Every 20 (Twenty) Calendars are to be wrapped for the full width with 60 GSM Kraft paper. Every 300 calendars are to be covered with polythene sheet and packed in 7 ply corrugated box with shrink wrapping.
Diaries are to be packed in corrugated strong carton box (5 ply), covered with polythene sheet / gunny bag (200 numbers in each box) with straps (2+2).
The art work for Calendar and Diary will be provided by the bank.
To enable the tenderers to calculate final rate, as above, the details (address) of destinations, along with quantity of Calendar and Diary to destinations etc. are provided below;
Page 9 of 33
Signature of the bidder
Dispatch Bank Calendar & Diary 2020 s
No Destinations Address Calendar Diary
1 AHMEDABAD
INDIAN OVERSEAS BANK REGIONAL OFFICE : AHMEDABAD 1 FLR, Sharad Shopping Centre, Chinubhai Tower ASHRAM ROAD, AHMEDABAD 380009 10000 800
2 BANGALORE
INDIAN OVERSEAS BANK REGIONAL OFFICE : BANGALORE 10/1, III LAXMINARAYAN COMPLEX, PALACE ROAD VASANT NAGAR, BANGALORE - 560 052 11000 900
3 BARODA
INDIAN OVERSEAS BANK REGIONAL OFFICE : BARODA ARIES COMPLEX, B P C ROAD, ALKAPURI BARODA - 390 005 5000 500
4 BERHAMPUR
INDIAN OVERSEAS BANK REGIONAL OFFICE : BERHAMPUR VOS Campus, II Floor, Vijay Bhawan Engg. School Road, BERHAMPUR - 760 010 5000 600
5 BHOPAL INDIAN OVERSEAS BANK REGIONAL OFFICE : BHOPAL 2, C P Square, Malviya Nagar, Bhopal - 462 003 5000 500
6 BHUBHANESWAR
INDIAN OVERSEAS BANK REGIONAL OFFICE : BHUBANESHWAR B/2, WEST SAHID NAGAR BHUBANESHWAR - 751 007 5000 500
7 CHANDIGARH
INDIAN OVERSEAS BANK REGIONAL OFFICE : CHANDIGARH SCO-11, MADHYA MARG, SECTOR 7 C CHANDIGARH - 160 019 6000 500
8 CHENNAI-I
INDIAN OVERSEAS BANK REGIONAL OFFICE : CHENNAI - I 763, NEW BUILDING ANNEX, III FLOOR ANNA SALAI, CHENNAI - 600 002 16000 1500
9 CHENNAI-II
INDIAN OVERSEAS BANK REGIONAL OFFICE : CHENNAI - II 763, NEW BUILDING ANNEX, III FLOOR ANNA SALAI, CHENNAI - 600 002 14000 1200
10 COIMBATORE
INDIAN OVERSEAS BANK REGIONAL OFFICE : COIMBATORE 11/952, CROSS CUT ROAD GANDHIPURAM, COIMBATORE - 641 012 12000 1000
11 DEHRADUN INDIAN OVERSEAS BANK REGIONAL OFFICE : DEHRADUN 595, Indira Nagar, Malik Chowk, Dehradun - 248 006 4000 400
12 DELHI
INDIAN OVERSEAS BANK REGIONAL OFFICE : DELHI 2,III FLR, RACHNA BLDG, RAJENDRA PLACE PUSA ROAD, PATELNAGAR POST, NEW DELHI - 110 008 18200 2500
13 ERNAKULAM
INDIAN OVERSEAS BANK REGIONAL OFFICE : ERNAKULAM VETTUKATTIL BUILDINGS, JOS JUNCTION MG ROAD, KOCHI - 682 016 9000 700
14 ERODE
INDIAN OVERSEAS BANK REGIONAL OFFICE : ERODE 12 / 1, IOB Towers, A.P.T Road, I Floor Park Road-Sathy Road Junction, Erode - 638 003 9000 600
Page 10 of 33
Signature of the bidder
15 GOA
INDIAN OVERSEAS BANK REGIONAL OFFICE : GOA SALGAOCAR CENTRE, RUA-DE-OUREM PANAJI - 403 001 6000 700
16 GUWAHATI
INDIAN OVERSEAS BANK REGIONAL OFFICE : GUWAHATI Jupitara Palace, ABC Police Point, G.S Road, Guwahati - 781 005 (ASSAM) 4500 400
17 HYDERABAD
INDIAN OVERSEAS BANK REGIONAL OFFICE : HYDERABAD 5-1-664,665,679, Surabhi Arcade, G Flr Bank Street, Koti, Hyderabad - 500 001 6500 700
18 JAIPUR
INDIAN OVERSEAS BANK REGIONAL OFFICE : JAIPUR Ridhi Tower, Opposite SMS Stadium (East Gate) Tonk Road, Jaipur – 302015 5000 500
19 KANCHEEPURAM INDIAN OVERSEAS BANK REGIONAL OFFICE : KANCHEEPURAM Kamarajar street, KANCHEEPURAM 631501 7000 700
20 KARAIKUDI
INDIAN OVERSEAS BANK REGIONAL OFFICE : KARAIKUDI 661/1, 4 th Street South Extension SUBRAMANIAPURAM, KARAIKUDI - 630 002 6500 700
21 KOLKATTA INDIAN OVERSEAS BANK REGIONAL OFFICE : KOLKATTA METRO 119, 1ST FLOOR, PARK STREET, KOLKATA - 700 016 11000 1000
22 KOLKATTA-II INDIAN OVERSEAS BANK REGIONAL OFFICE : KOLKATTA-II 119, WHITE HOUSE, PARK STREET, KOLKATA - 700 016 9000 800
23 LUCKNOW
INDIAN OVERSEAS BANK REGIONAL OFFICE : LUCKNOW III FLR, NAV CHETNA KENDRA 10, ASHOK MARG, LUCKNOW - 226 001 9500 700
24 LUDHIANA
INDIAN OVERSEAS BANK REGIONAL OFFICE : LUDHIANA 550/1, FOUNTAIN CHOWK, COLLEGE ROAD CIVIL LINES, LUDHIANA - 141 001 8000 500
25 MADURAI
INDIAN OVERSEAS BANK REGIONAL OFFICE : MADURAI PLOT NO40, 80 FEET ROAD ARIGNAR ANNA NAGAR, MADURAI - 625 020 10000 800
26 MANGALORE
INDIAN OVERSEAS BANK REGIONAL OFFICE : MANGALORE Kayar Manj Building, M G Road, Ballal Bagh Mangalore - 575003 8000 700
27 MEERUT
INDIAN OVERSEAS BANK REGIONAL OFFICE : MEERUT LIC BLDG, Mangal Pandey Nagar Opp Chaudhary Charan Singh University MEERUT - 250 005 6000 500
28 MUMBAI
INDIAN OVERSEAS BANK REGIONAL OFFICE : MUMBAI - METRO MAKER TOWER 'E', V FLOOR CUFFE PARADE, MUMBAI - 400 005 22000 2200
29 NAGERCOIL
INDIAN OVERSEAS BANK REGIONAL OFFICE : NAGERCOIL 552 / 1, M S ROAD, VETTURANIMADAM NAGERCOIL - 629 003 6000 600
Page 11 of 33
Signature of the bidder
30 NAGPUR
INDIAN OVERSEAS BANK REGIONAL OFFICE : NAGPUR 4 C, Nirmala Apartment, GF, Tilak Nagar Nawab Layout, Amravati Road, Nagpur - 440 033 4000 500
31 NCR-DELHI
INDIAN OVERSEAS BANK REGIONAL OFFICE : NCR-DELHI M-13, Middle Circle, Punj House Annexe Connaught Place, NEW DELHI - 110 001 15000 1600
32 PATNA
INDIAN OVERSEAS BANK REGIONAL OFFICE : PATNA NASIMA HOUSE, WEST OF GANDHI MAIDAN PATNA - 800 001 5000 600
33 PONDICHERRY
INDIAN OVERSEAS BANK REGIONAL OFFICE : PONDICHERRY 9 - 11, ECR 100 Feet Road Jansi Nagar Corner, Puducherry - 605 004 8000 800
34 PUNE
INDIAN OVERSEAS BANK REGIONAL OFFICE : PUNE 759/51, Decan Gymkhana Fergusson College Road, Pune - 411 004 6000 700
35 RAIPUR
INDIAN OVERSEAS BANK REGIONAL OFFICE : RAIPUR Phase 2, Investment Building Jeevan Bima Marg, Pandri, Raipur - 492 004 4000 400
36 RANCHI
INDIAN OVERSEAS BANK REGIONAL OFFICE : RANCHI Shantideep Tower, Radium Road Kutchery Chowk, Ranchi - 834001 4000 400
37 SALEM
INDIAN OVERSEAS BANK REGIONAL OFFICE : SALEM 7/54, II F, IDEAL GARDEN COMPLX, JUNCTION ROAD NEAR FIVE ROADS, SALEM - 636 004 10000 900
38 SILIGURI
INDIAN OVERSEAS BANK REGIONAL OFFICE : SILIGURI Ojas Mall, 1st and 2nd Floor Station Feeder Road, Siliguri - 734 005 4000 400
39 THANJAVUR
INDIAN OVERSEAS BANK REGIONAL OFFICE : THANJAVUR Karups Towers, Rajappa Nagar I St Medical College Road, THANJAVUR - 613 007 8500 600
40 TIRUCHIRAPALLI
INDIAN OVERSEAS BANK REGIONAL OFFICE : TIRUCHIRAPALLI 4, BHARATHIDASAN SALAI, CANTONMENT, TIRUCHIRAPALLI - 620 001 7500 600
41 TIRUNELVELI INDIAN OVERSEAS BANK REGIONAL OFFICE : TIRUNELVELI 131, EAST CAR STREET, TIRUNELVELI - 627 006 7500 600
42 TRIVANDRUM
INDIAN OVERSEAS BANK REGIONAL OFFICE : TRIVANDRUM IOB BUILDINGS, M G ROAD, THIRUVANANTHAPURAM - 695 001 10000 900
43 TUTICORIN
INDIAN OVERSEAS BANK REGIONAL OFFICE : TUTICORIN No.8/2&8/3, Chidambaranagar First Street TUTICORIN - 628 008 8000 700
44 VARANASI
INDIAN OVERSEAS BANK REGIONAL OFFICE : VARANASI C-33/2, II Floor, Sri Prem Complex, Kasi Vidya Peet Road Chandua Sigra, Varanasi - 221 002 4000 400
Page 12 of 33
Signature of the bidder
45 VELLORE
INDIAN OVERSEAS BANK REGIONAL OFFICE : VELLORE 13 / 25, Registrar Periasamy St, Veerasamy Nagar Sankaranpalayam, VELLORE - 632 001 9000 700
46 VIJAYAWADA
INDIAN OVERSEAS BANK REGIONAL OFFICE : VIJAYAWADA 40-9-27, RING ROAD, I & II FLOORS ADJ TO TELCO YARD, VIJAYAWADA - 520 008 9000 700
47 VISAKAPATNAM
INDIAN OVERSEAS BANK REGIONAL OFFICE : VISAKAPATNAM 48-14-111/112, Ward No 14, Sri Nithya Complex, IV Flr Rama Talkies Road, VISAKHAPATNAM - 530 017 9000 600
48 WARANGAL
INDIAN OVERSEAS BANK REGIONAL OFFICE : WARANGAL No.2-4-641 to 646,ABK Mall, Ramnagar Hanamkonda, Warangal - 506 001 5000 400
391000 35900
49 TIRUMALA
INDIAN OVERSEAS BANK TIRUMALA BRANCH II Floor SHOPPING COMPLEX, TIRUMALA HILLS TIRUPATHI - 517501 1000 200
GRAMIN BANK
50 Odisha Gramya Bank
Odisha Gramya Bank AT - Gandamunda, PO - Khandagiri Bhubaneswra - 751 030 200
51 Central Office
INDIAN OVERSEAS BANK CENTRAL OFFICE General Administration Department, 5 th Floor, Annexe Building, 763, Anna Salai, Chennai 600 002 4000 2000
52 Printing & Stationery
Indian Overseas Bank Printing and Stationery Dept. No.314, T.T.K Road, Alwarpet Chennai 600 018 3100 1600
TOTAL 400000 40000
ELIGIBILITY CRITERIA
Page 13 of 33
Signature of the bidder
1. The Applicants should have their office in the geographical jurisdiction of Chennai.
2. Financial: The applicant should have the following minimum eligibility criteria: Wall Calendar
The applicant should have executed printing and supply of calendars as below, preferably in Government Departments / Public Sector Undertakings / Central Autonomous Bodies / State Autonomous Bodies / Financial Institutions and other reputed Private Firms during the last 5 years prior to 31/03/2019:
Atleast three similar works
Each costing not less than Rs.18.4 Lakhs
Or
Atleast two similar works Each costing not less than Rs.23 Lakhs
Or
Atleast one similar work costing not less than Rs.36.8 Lakhs
a. Should have annual turnover of value not less than Rs.14 Lakhs
b. The applicant should have GSTIN, Income Tax registration number. The applicant should have registered with statutory authorities as applicable to them in terms of extant laws. Applicant should submit copy of the income tax PAN, VAT etc with valid registration numbers.
Page 14 of 33
Signature of the bidder
Diary
The applicant should have executed printing and supply of diaries as below, preferably in Government Departments / Public Sector Undertakings / Central Autonomous Bodies / State Autonomous Bodies / Financial Institutions and other reputed Private Firms during the last 5 years prior to 31/03/2019:
At least three similar works
Each costing not less than Rs.4.8 Lakhs
Or
Atleast two similar works Each costing not less than Rs.6 Lakhs
Or
Atleast one similar work costing not less than Rs.9.6 Lakhs
c. Should have annual turnover of value not less than Rs.4 Lakhs
d. The applicant should have GSTIN, Income Tax registration number. The applicant should have registered with statutory authorities as applicable to them in terms of extant laws. Applicant should submit copy of the income tax PAN, VAT etc with valid registration numbers.
EVALUATION OF TENDER
Page 15 of 33
Signature of the bidder
All interested and eligible bidders shall submit their duly filled documents, in two cover system, on or before the due date and time specified for submission of in the tenders, signed in all pages along with all relevant annexures as proof of experience, technical capabilities, financial capabilities etc.
Technical Bid Evaluation:
Part A tender (Technical Bid) would be opened first and the eligibility of all the applicants, responding to this NIT, would be evaluated based on the Evaluation Criteria detailed /eligibility criteria /Supporting documents/proof submitted.
Only those printers who satisfy the prequalification criteria alone would be shortlisted and only their Part B (Price Bid) would be opened, at the designated date and time. The date and time of opening of Part B would be intimated to the participating printers who are shortlisted.
Technical Bid Evaluation Criteria:
Stage 1: Preliminary Examination:
To ascertain the responsiveness of the bidders and reject those bids who have;
Not submitted the tender in time
Submitted tender without Application Fee
Not submitted the tender in Bank’s approved format
Not having statutory registrations, GSTIN, TAX etc.
Submitted unsigned / illegible tender
Not accepted the Bank’s techno-commercial conditions
Submitted the tender with counter conditions
Only those bids that are responsive shall be subject to further processing. Bids not complying with the above would be rejected and their unopened Price Bids will be returned.
Stage 2: Pre-Qualification
To determine the compliance of bidders with specified eligibility / Pre-Qualification criteria.
A bidder has to comply with each of the eligibility criteria / requirements in application format (mandatory requirement) to qualify for further evaluation and opening of Price Bid. If the bidder fails to satisfy any one of the criteria, then the bidder would be disqualified.
Page 16 of 33
Signature of the bidder
Price Bid Evaluation:
The bidder quoting the lowest total of Calendar and Diary together, including the freight charges as per the delivery locations / information provided, will be successful bidder.
Printers are advised to quote for both the items, without which their bid will be rejected.
NOTE:
All Printers / Suppliers must be registered for GSTIN, Income Tax etc., detailed in this pre-qualification document. The printers, otherwise eligible but not registered for these statutory obligations will not be considered for shortlisting, for opening of Part B (Price Bid). Prospective printers to note that all payments will be made electronically as per Government guidelines.
TECHNICAL SPECIFICATIONS
Page 17 of 33
Signature of the bidder
CALENDAR
Quantity 4,00,000 (Four Lakhs Calendars)
Finished Size
14”x 19” The grey Metal Rim and the twine (Silk Hanger) should be properly fixed in all the calendars. Single hole punching at the top for turning the sheets.
No. Of Sheets 6 (Six) From January 2020 to December 2020
Printing Both Sides in three colours (CMY) by offset process (English and Hindi)
Paper 80 GSM Maplitho – TNPL / ITC / JK Hibrite / West Coast / Ballarpur
Packing
Every 20 (Twenty) Calendars are to be wrapped for the full width with 60 GSM Kraft paper.
Every 300 (three Hundred) calendars are to be covered with polythene sheet and packed in 7 ply corrugated box with shrink wrapping.
Page 18 of 33
Signature of the bidder
DIARY
Quantity 40,000 (forty thousand diaries)
Finished Size Pages
5”x 7 ½” 4 ¾ “ x 7 ¼ “
Format January 2020 to December 2020 4 days in a page (left) 3 days in a page (right) + space for advt.
Color Pages in Grey and blue, multicolor ads ( 3 or 4) Multicolour wrapper
Paper 70 GSM : JK FINESSE BRITE / ITC HI BRITE for inside pages/days 130GSM art paper for
1. front & back end paper, 2. Pages1 & 2 and corresponding last pages, 3. four full page ads at beginning – multi colour
Cover & Binding Full Bound using 1 lb. Arvind / Bhopal / Kapadia straw board pasted with 130 GSM HB Laminated Art Cover Printed in Multi Color
Other Details a) Total number of pages will be approximately 144.
b) Each 200 Diaries are to be packed in 5 ply corrugated strong carton box, covered with polythene sheet.
◘◘◘◘◘
Page 19 of 33
Signature of the bidder
APPLICATION FORMAT
Bank reserves the right to change/modify the dates/terms & conditions mentioned in this tender document as per its requirement, which will be displayed on Bank’s Website. Please verify for modifications, if any, before submitting the tender.
Please fill in all particulars in the space provided for in the application form.
The Bids would be evaluated based on Evaluation Criteria by a Committee of Officials and on prescribed date and time, the Price Bid (Part B) of those shortlisted bidders alone would be opened.
It is the responsibility of the bidder to ensure that the bids are submitted at the said address well within the due date and time prescribed. Bank will not be responsible for any postal delay / courier delay, in the event of completed applications sent by post / courier not reaching the Office concerned in time.
Bank will scrutinize the offers based on information provided in Part – A tender. Any incomplete or ambiguous terms / conditions/ quotes will disqualify the bidder and Banks decision on selection of the prospective printer is final.
1 Name of the Applicant / Firm / Company
2
Registered Address: Address for Communication:
3 Contact Information Office Phone Number: Residence Phone Number: Mobile Number: Fax: E-Mail:
4 Status of the Firm: (Please tick appropriate box)
Company Partnership Proprietary Firm Individual
Page 20 of 33
Signature of the bidder
5 Name of the Proprietor / Partners / Directors with professional qualifications (if any):
6
Please confirm that you have Registered / Corporate / Administrative / Printing Press in Chennai.
YES NO
Please enclose documentary proof
7 Registration Details Companies/ Firm Registration Number & Date: Sales Tax Registration No.: Income Tax PAN, TIN: GSTIN.: Others, if any:
8 Please confirm that you will supply the items as per Bank’s specifications, within the time period mentioned.
YES NO
9 Calendar Please mention the name (s) of the paper manufacturer, to be used for printing of the prescribed item, in this tender. (80 GSM Maplitho Paper Manufacturer: TNPL / ITC / J.K.Hibrite / West Coast / Ballarpur
10 Diary Please mention the name (s) of the paper manufacturer, to be used for printing of the prescribed item, in this tender. (70 GSM : JK FINESSE BRITE / ITC HI BRITE)
Page 21 of 33
Signature of the bidder
11 Two Sample Diaries as per Bank’s specifications, shall be enclosed along with this Technical Bid. Please confirm.
YES NO
12 Supplier shall quote for any of the above specified papers only. Please Confirm.
YES NO
13 Self Attested specimen(s) of paper (as quoted in item 9 & 10 above) which will be used for printing, shall be enclosed along with the Technical Bid. Please confirm.
YES NO
14
Defect Liability Period:
Three months from the date of settlement of Final Bill.
Any minor defect observed and pointed out by Bank within three months, in printing / deviation from proof etc., shall be corrected by the printer, at his cost and means. For any major defect, that would affect the image of the Bank / that would defeat the purpose of the job, the product shall be replaced at suppliers cost and means. Please confirm your acceptance.
YES NO
15 The printed Calendars have to be dispatched to 55 destinations, throughout India, on behalf of Bank. Every 20 (Twenty) Calendars are to be wrapped for the full width with 60 GSM Kraft paper. Every 300 (three Hundred) calendars are to
YES NO
Page 22 of 33
Signature of the bidder
be covered with polythene sheet and packed in 7 ply corrugated box with shrink wrapping while dispatching.
Please confirm your acceptance.
16
Diaries have to be dispatched to 55 destinations, throughout India, on behalf of Bank.
Diaries are to be packed in corrugated strong carton box (5 ply), covered with polythene sheet (200 numbers in each box)
Please confirm your acceptance.
YES NO
17 The successful tenderer has to furnish Security Deposit (non-interest bearing), equal to the value of 2% of rate quoted. If EMD is submitted, the security deposit shall be “2% of rate quoted – EMD”.
The Security Deposit with the bank shall be returned only after the successful completion of the period of contract & in case of any loss to the bank due to non-compliance of the terms & condition as agreed between the parties, the Security Deposit shall be liable to be forfeited straight way and the bidder will be further liable for other loss as decided by the bank.
Please confirm your acceptance.
YES NO
Page 23 of 33
Signature of the bidder
18
The successful tenderer should supply Wall Calendar and Diaries, to all destinations as per details mentioned in this document at their cost and means. i.e., the rate quoted should include;
1. Cost of Calendar,Diary (paper/printing etc)
2. Packing charges as per specification (boxes, straps, tapes, shrink wrapping etc.)
3. Freight (freight for delivering at the destination)
Please confirm that you have understood this aspect and you are acceptable to this condition of tender.
YES NO
19
Order Quantity is liable to change by addition/ deletion of the quantity (15%) as per requirements, at the discretion of the Bank, wherein the tenderer should be willing to supply the same as per the same terms and conditions. Please confirm your acceptance.
YES NO
20
The rate shall be all inclusive, excluding GST. No separate delivery/freight/packing etc. will be provided. Please confirm your acceptance.
YES NO
21 The successful tenderer shall shred all wastes before disposal and ensure that the Bank’s logo and materials are not misused. Please confirm.
YES NO
Page 24 of 33
Signature of the bidder
22
Details of works done in last 5 years. Please mention only those works which qualifies for the work, as per eligibility criteria.
(Enclose Proforma 1a, 1b & 1c). Enclose separately for Calendar & Diary.
1. 2. 3.
Proforma 1 Enclosed: YES
NO
23
Income Tax Turnover of the Company / firm (Please attach copy of audited balance sheet and profit & loss account / IT Returns for three years)
2016-17 :Rs. 2017-18 :Rs. 2018-19 :Rs.
24 Please confirm that you have understood terms/conditions and you are acceptable to all conditions of this tender.
YES NO
25 Please confirm that you have quoted your price only in Part B (Price Bid) and not anywhere in Part A (Technical Bid).
YES NO
26 Confirm that you have enclosed the integrity pact, duly signed in all pages (Enclose Proforma-2)
YES NO
27
Please confirm that you have enclosed EMD and Document fee along with Part A (Technical Bid). If exempt, valid certificate from National Small Industries Corporation Ltd should be enclosed.
EMD NSIC Certificate
28 If EMD is submitted, Details of EMD
DD No. : Date: Issuing Bank / Branch:
Page 25 of 33
Signature of the bidder
D E C L A R A T I O N 1. All the information furnished by me / us here above is correct to the best of my
knowledge and belief. 2. I / we have no objection if enquiries are made about the work listed by me / us in the
accompanying sheets / Annexures. 3. I / We agree that the decision of Indian Overseas Bank in selection of contractors will
be final and binding to me / us. 4. I / We have read the instructions and I / we understand that if any false information is
detected at a later date the empanelment shall be cancelled at the discretion of the Bank.
Place : SIGNATURE OF THE APPLICANT Date : NAME & DESIGNATION SEAL OF ORGANISATION
Page 26 of 33
Signature of the bidder
Proforma – 1a:
WORK EXPERIENCE- 1 (Qualifying forShortlisting)
Bank Reserves the right to verify the details furnished by the Applicant, with the Organisation which awarded the contract, if it desires. Each work experience should be accompanied by the copy of its award letter, work completion certificate and performance certificate.
1 Details of the Organisation Which Awarded the Contract Work.
a Name of the Organisation:
b Address of the Organisation:
c Name of Contact Person(s):
d Contact Number(s):
2 Name of Contract and location of Work:
3 Period of Contract:
4 Nature of Contract Work in Brief:
5 Actual Value of the Work:
Page 27 of 33
Signature of the bidder
6 Stipulated Time for Completion:
7 Actual Time taken for Completion:
8 Whether Work Left Incomplete or Terminated ?
YES NO (If YES, please furnish details / reasons below)
9 Enclose copy of
a) Work Order
b) Completion Certificate
c) Performance Certificate
YES NO YES NO YES NO
SIGNATURE OF APPLICANT WITH SEAL
Page 28 of 33
Signature of the bidder
Proforma – 1b:
WORK EXPERIENCE- 2 (Qualifying for Shortlisting)
Bank Reserves the right to verify the details furnished by the Applicant, with the Organisation which awarded the contract, if it desires. Each work experience should be accompanied by the copy of its award letter, work completion certificate and performance certificate.
1 Details of the Organisation Which Awarded the Contract Work.
a Name of the Organisation:
b Address of the Organisation:
c Name of Contact Person(s):
d Contact Number(s):
2 Name of Contract and location of Work:
3 Period of Contract:
4 Nature of Contract Work in Brief:
5 Actual Value of the Work:
6 Stipulated Time for
Page 29 of 33
Signature of the bidder
Completion:
7 Actual Time taken for Completion:
8 Whether Work Left Incomplete or Terminated ?
YES NO (If YES, please furnish details / reasons below)
9 Enclose copy of
d) Work Order
e) Completion Certificate
f) Performance Certificate
YES NO YES NO YES NO
SIGNATURE OF APPLICANT WITH SEAL
Page 30 of 33
Signature of the bidder
Proforma – 1c:
WORK EXPERIENCE- 3 (Qualifying for Shortlisting)
Bank Reserves the right to verify the details furnished by the Applicant, with the Organisation which awarded the contract, if it desires. Each work experience should be accompanied by the copy of its award letter, work completion certificate and performance certificate.
1 Details of the Organisation Which Awarded the Contract Work.
a Name of the Organisation:
b Address of the Organisation:
c Name of Contact Person(s):
d Contact Number(s):
2 Name of Contract and location of Work:
3 Period of Contract:
4 Nature of Contract Work in Brief:
5 Actual Value of the Work:
6 Stipulated Time for
Page 31 of 33
Signature of the bidder
Completion:
7 Actual Time taken for Completion:
8 Whether Work Left Incomplete or Terminated ?
YES NO (If YES, please furnish details / reasons below)
9 Enclose copy of
a) Work Order
b) Completion Certificate
c) Performance Certificate
YES NO YES NO YES NO
SIGNATURE OF APPLICANT WITH SEAL
Page 32 of 33
Signature of the bidder
Proforma-3
AGREEMENT This agreement made the _____________day of the month of ________in the year 2019 BETWEEN, Indian Overseas Bank a body Corporate constituted and functioning under the Banking Companies (Acquisition and Transfer of undertaking Act) 1970 with its Head Office at No. 763, Anna Salai, Chennai 600 002 Tamilnadu State represented by its duly constituted attorney, General Manager (GAD) hereinafter referred to as "BANK", which expression shall unless exclude by or repugnant to the context mean and include its successors in interest and assignees, on the one part and (Name of the printer), a company registered under Companies Act, 1956/Partnership Firm/Proprietorship Firm having its registered office at ………………. represented by its Director/Partner/Proprietor Sri ……………… hereinafter referred to as the' PRINTER/BIDDER or TENDERER' on the other part; WHEREAS the Bank having agreed to place order for printing and supply of Calendars & Diaries HO: at Chennai 600 002 and other Offices with the printers who agrees to print & supply the said Calendars & Diaries as per the specimen and the specifications and the terms and conditions finalized between the printer and the Bank, NOW THIS AGREEMENT WITNESSETH as follows: 1. In this agreement words and expression shall have the same meanings as are respectively assigned to them in the conditions of contract hereinafter referred to. 2. The following documents not inconsistent with these presents shall be deemed to form and be read and construed as part of this agreement viz; 2.1. Notice Inviting Tenders 2.2. General Information and Instructions for the Guidance of Tenderers. 2.3. The Tender, Letter of Acceptance, Letters from & to the tenderer, if any, leading to and prior to acceptance letter. 2.4. General Terms & Conditions of Tender/Contract and clauses of contract along with Annexure thereto. 2.5. Technical Specifications, Special Conditions, etc. 2.6. The details submitted in technical bid, design, and such other documents.
Printing & Supply of Wall Calendar & Diary 2020
Page 33 of 33
Signature of the bidder
In consideration of the payments to be made by the Bank to the tenderer, the tenderer hereby covenants and agrees with the Bank to complete the works in conformity with and subject to all terms and conditions/rules as mentioned in the General Conditions as also in the aforesaid documents which shall form part of this agreement. In witness where of the parties hereto have hereunto set their respective hands and seals the day and year first above written. Signed, sealed and delivered by the said tenderer,___________________________ to Indian Overseas Bank _____________________in the presence of: Signature of Tenderer (with seal) Signature of Authorized representative of the Bank / Accepting Authority. Witness (Signature, Name & Address): 1). 2).
Page 1 of 12
Proforma 2
(To be executed in non-judicial stamp paper of Rs.100/-)
PRE CONTRACT INTEGRITY PACT
Preamble
This pre-bid pre-contract Agreement (hereinafter called the Integrity Pact) is
made on this the day of (month) 2019, between, on one hand,
Indian Overseas Bank acting through Shri , Designation of
the 'officer of Indian Overseas Bank, a nationalized Bank and an undertaking of
the Government of India constituted under the Banking Companies (Acquisition
and Transfer of Undertakings) Act, -1970 hereinafter called the "BUYER", which
expression shall mean and include, unless the context otherwise requires, his
successors and permitted assigns) of the First Part and M/s
, a Company incorporated under the Companies Act, or a Partnership Firm
registered under the Indian Partnership Act, 1932 or the Limited Liability
Partnership Act, 2008 represented by
Shri......................................................................, Chief Executive Officer/ all the
Partners including the Managing Partner (hereinafter called the" BIDDER/Seller"
which expression shall mean and include, unless the context otherwise requires,
his successors and permitted assigns) of the Second Part.
Page 2 of 12
WHEREAS the BUYER proposes to procure....................................................(Name
of the Stores/Equipment / ltem / Services) and the BIDDER/Seller is desirous of
offering / has offered the stores/Equipment / ltem / Services and
WHEREAS the BIDDER is a private company/public company / Government
undertaking / partnership / LLP / registered export agency and is the original
manufacturer / lntegrator / authorized / Government sponsored export entity of
the stores / equipment / item or Service Provider in respect of services
constituted in accordance with the relevant law in the matter end the buyer is
a Nationalized Bank and a Government Undertaking as such.
WHEREAS the BUYER has floated a tender (Tender No.: ) hereinafter
referred to as “Tender / RFP" and intends to award, under laid down
organizational procedures, contract/s purchase order / work order
for.......................................................(name of contract/order) or items covered
under the tender hereinafter referred to as the "Contract".
AND WHEREAS the BUYER values full compliance with all relevant laws of the
land, rules, bye-laws, regulations, economic use of resources and of
fairness/transparency in its relation with its Bidder(s) and Contractor(s).
AND WHEREAS, in order to achieve these goals, the BUYER has appointed
Independent External Monitors (leM), to monitor the tender process and the -
execution of the Contract for compliance with the Principles as laid down in this
Agreement.
AND WHEREAS to meet the purpose aforesaid both the parties have agreed to
enter into this Integrity Pact or "Pact", the terms and conditions of which shall
also be read as Integral part and parcel of the Tender documents and
Contract between the parties.
NOW, THEREFORE in, consideration of mutual covenants contained in this Pact,
to avoid all forms of corruption by following a system that is fair, transparent and
free from any influence/prejudiced dealings, the parties hereby agree as
follows and this Pact witnesseth as under:
The contract is to be entered into with a view to:-
Enabling the BUYER to procure the desired said stores/equipment/item/Services
at a competitive price in conformity with the defined specifications by avoiding
the high cost and the distortionary impact of corruption on public procurement
and Enabling BIDDERs to abstain from bribing or indulging in any corrupt
practice in order to secure the contract by providing assurance to them that
their competitors will also abstain from bribing and other corrupt practices and
Page 3 of 12
the BUYER will commit to prevent corruption, in any and all forms, by its
officials by following transparent procedures.
The parties hereby agree hereto to enter into this Integrity Pact and agree as
follows:
Article 1: Commitments of the BUYER
1.1 The BUYER undertakes that no official / employee of the BUYER, connected
directly or indirectly with the contract, will demand, take a promise for or
accept, directly or through intermediaries, any bribe, consideration, gift,
reward, favour or any material or immaterial benefit or any other advantage
from the BIDDER, either for themselves or for any person, organization or third
party whether or not related to the contract in exchange for an advantage in
the bidding process, bid evaluation, contracting or implementation process
related to the contract.
1.2 The BUYER will, during the pre-contract stage, treat all BIDDERs alike, and will
provide to all BIDDERs the same- information and will not provide any such
information to any particular BIDDER which could afford an undue and unfair
advantage to that particular BIDDER in comparison to other BIDDERs. The BUYER
will ensure to provide level playing field to all BIDDERS alike.
1.3 All the officials of the BUYER will report to the appropriate Government office
any attempted breach(es) or breaches per se of the above commitments as
well as any substantial suspicion of such a breach.
1.4. In case any such preceding misconduct on the part of such official(s) is
reported by the BIDDER to the BUYER with full and verifiable facts and the same
is prima facie found to be correct by the BUYER, necessary disciplinary
proceedings, or any other action as deemed fit, including criminal proceedings
may be initiated by the BUYER and such a person shall be debarred from further
dealings related to the contract process. In such a case while an enquiry is
being conducted by the BUYER, the proceedings under the contract would not
be stalled.
Article 2: Commitments of BIDDERs
2. The BIDDER commits itself to take all measures necessary to prevent corrupt
practices, unfair means and illegal activities during any stage of its bid or during
any pre-contract or post-contract stage in order to secure the contract or in
furtherance to secure it and in particular commit itself to the following:-
Page 4 of 12
2.1 The BIDDER will not offer, directly or through intermediaries, any bribe, gift,
consideration, reward, favour, any material or immaterial benefit or other
advantage, commission, fees, brokerage or inducement of any kind to any
official(s)/employee/persons related to such Official(s) / employees of the
BUYER, connected directly or indirectly with the bidding process, or to any
person, organization or third party related to the contract in exchange for any
advantage in the bidding, evaluation, contracting and implementation of the
contract.
2.2 The BIDDER further undertakes that it has not given, offered or promised to
give, directly or indirectly any bribe, gift, consideration, reward, favour, any
material or immaterial benefit or other advantage, commission, fees, brokerage
or inducement of any kind to any official of the BUYER or otherwise in procuring
the Contract or forbearing 'to do or having done any act in relation to the
obtaining or execution of the contract or any other contract with the Bank for
showing or forbearing to show favour or disfavour to any person in relation to
the contract or any other contract with the Bank.
2.3 The BIDDER shall disclose the name and address of agents and
representatives and Indian BIDDERs shall disclose their foreign principals or
associates.
2.4 The BIDDER shall disclose the payments to be made by them- to
agents/brokers or any other intermediary, in connection with this bid/contract.
2.5 The BIDDER further confirms and declares to the BUYER that the BIDDER is the
original manufacturer / lntegrator / authorized / government sponsored export
entity of the stores/equipment/item/Services and has not engaged any
individual or firm or company whether Indian or foreign to intercede, facilitate
or in any way to recommend to the BUYER or any of its functionaries, whether
officially or unofficially to award the contract to the BIDDER, nor has any
amount been paid, promised or intended to be paid to any such individual,
firm or company in respect of any such intercession, facilitation or
recommendation.
2.6 The BIDDER, either while presenting the bid or during pre-contract
negotiations or before signing the contract, shall disclose any payments he has
made, is committed to or intends to make to officials of the BUYER or their family
members, agents, brokers, or any other intermediaries in connection with the
contract and the details of services agreed upon for such payments.
2.7 The BIDDER will not collude with other parties interested in the contract to
impair the transparency, fairness and progress of the bidding process, bid
evaluation, contracting and implementation of the contract.
Page 5 of 12
2.8 The BIDDER will not accept any advantage in exchange for any corrupt
practice, unfair means and illegal activities.
2.9 The BIDDER shall not use improperly, for purposes of competition or personal
gain, or pass on to others, any information provided by the BUYER as part of the
business relationship, regarding plans, technical proposals and business details,
including information contained in any electronic data carrier. The BIDDER also
undertakes to exercise due and adequate care to avoid unauthorized
disclosure of such information.
2.10 The BIDDER commits to refrain from giving any _complaint directly or
through any other manner without supporting it with full and verifiable facts.
2.11 The BIDDER undertakes not to instigate directly or indirectly any third person
to commit any of the actions mentioned above.
2.12 If the BIDDER or any employee of the BIDDER or any person acting on
behalf of the-BIDDER, either directly or indirectly, is a relative of any of the
officers of the BUYER, or alternatively, if any relative of an officer of the BUYER
has financial interest/stake in the BIDDER's firm, the same shall be disclosed by
the BIDDER at the time of filing of tender. The term 'relative 'for this purpose
would be as defined in Section 6 of the Companies Act 1956 and as may be
prescribed under the Companies Act 2013 and the relevant Rules
.
2.13 The BIDDER shall not lend to or borrow any money from or enter into any
monetary dealings or transactions, directly or indirectly, with any employee of
the BUYER.
Article 3 - Equal Treatment of all Bidders/Contractors/Subcontractors
3. Bidder(s) /Contractor(s) undertake(s) to demand from all subcontractors a
commitment in conformity with this Integrity Pact. The Bidder/Contractor shall
be responsible for any violation(s) of the Principles laid down in this
agreement/Pact by any of its Sub-contractors/sub-vendors.
3.1 The BUYER will enter into Pacts on identical terms as this one with all Bidders
and Contractors.
3.2 The BUYER will disqualify those Bidders from the Tender process, who do not
submit, the duly signed Pact, between the BUYER and the bidder, along with
the Tender or violate its provisions at any stage of the Tender process.
Page 6 of 12
Article 4: Previous Transgression
4.1 The BIDDER declares that no previous transgression occurred in the last three
years immediately before signing of this Integrity Pact, with any other
Company/ PSU/ Nationalized Bank in any country in respect of any corrupt
practices envisaged hereunder or with any Nationalized Bank/ Public Sector
Enterprise in India or any "Government Department in India that could justify
BIDDER's exclusion from the tender process.
4.2 The BIDDER agrees that if it makes incorrect statement on this subject,
BIDDER is liable to be disqualified from the tender process or the contract, if
already awarded, is liable to be terminated for such reason.
4.3 The imposition and duration of the exclusion of the BIDDER will be
determined by the BUYER based on the severity of transgression.
4.4 The Bidder/Contractor acknowledges and undertakes to respect and
uphold the BUYER’s absolute right to resort to and impose such exclusion.
4.5 Apart from the above, the BUYER may take action for banning of business
dealings/holiday listing of the Bidder/Contractor as deemed fit by the BUYER.
4.6 If the Bidder/Contractor can prove that he has resorted/recouped the
damage caused by him and has implemented a suitable corruption prevention
system, the BUYER may, at its own discretion, as per laid down organizational
procedures, revoke the exclusion prematurely.
Article 5: Criminal Liability
If the BUYER acquires knowledge of conduct of a Bidder/Contractor, or of an
employee or a representative or an associate of a Bidder/Contractor which
constitutes corruption within the meaning of Prevention of Corruption Act, or if
the BUYER has substantive suspicion in this regard, the BUYER will inform the
same to the Chief Vigilance Officer.
Article 6: Earnest Money (Security Deposit)
6.1 While submitting commercial bid, the BIDDER shall deposit an amount
.................. (to be specified in NIT / RFP) as Earnest Money/security deposit. with
the BUYER through any of the following instruments:
(i) Bank Draft or a Pay Order in favour of ………………………………..
(ii) A confirmed guarantee by an Indian Nationalized Bank, promising
payment of the guaranteed sum to the BUYER on demand within three
Page 7 of 12
working days without any demur whatsoever and without seeking any
reason whatsoever. The demand for payment by the BUYER shall be
treated as conclusive proof for payment.
(iii) Any other mode or through any other instrument [to be specified in
the NIT / RFP].
6.2 The Security Deposit shall be valid upto the complete conclusion of the
contractual obligations for the complete satisfaction of both the BIDDER and
the BUYER or upto the warranty period, whichever is later.
-
6.3 In case of the successful BIDDER, a clause would also be incorporated in the
Article pertaining to Performance Bond in the Purchase Contract that the
provisions of Sanctions for Violation shall be applicable for forfeiture of
Performance Bond in case of a decision by the BUYER to forfeit the same
without assigning any reason for imposing sanction for violation of this Pact.
- -
6.4 No interest shall be payable by the BUYER to the- BIDDER on Earnest
Money/Security Deposit for the period of its currency.
Article 7: Sanction for Violations
7.1 Any breach of the aforesaid provisions by the BIDDER or anyone employed
by it or acting on its behalf [whether with or without the knowledge of the
BIDDER] shall entitle the BUYER to take all or anyone of the following actions,
wherever required;-
i. To immediately call off the pre-contract negotiations/ proceedings with
such Bidder without assigning any reason or giving any compensation to
the BIDDER. However, the proceedings with the other BIDDER[s] would
continue.
ii. The Earnest Money Deposit [in pre-contract stage] and/or Security
Deposit/Performance Bond [after the contract is signed] shall stand
forfeited either fully or partially, as decided by the BUYER and the BUYER
shall not be required to assign any reason there for.
iii. To immediately cancel the contract, if already signed, without giving any
compensation to the BIDDER.
iv. To recover all sums already paid by the BUYER, and in case of an Indian
BIDDER with interest thereon at 2% higher than the prevailing Base Rate of
the Nationalized Banks, while in case of a BIDDER from a country other
than India with interest at 2% higher than LIBOR. If any outstanding
payment is due to the BIDDER from the BUYER in connection with any
other contract for any other stores, such outstanding payment could also
be utilized to recover the aforesaid sum and interest.
v. To encash the advance bank guarantee and performance guarantee/
bond/ warranty bond, if furnished by the BIDDER, in order to recover the
payments, already made by the BUYER along with interest.
vi. To cancel all or any other Contracts with the- BIDDER, the BIDDER shall be
liable to pay compensation for any loss or damage to the BUYER resulting
Page 8 of 12
from such cancellation/rescission and the BUYER shall be entitled to
deduct the amount so payable from the money[s] due to the BIDDER.
vii. To debar the- BIDDER from participating in future bidding processes of-
the Bank for a minimum period of five years, which may be further
extended at the discretion of the BUYER.
viii. To recover all sums paid in violation of this Pact by BIDDER[s] to any
middleman or agent or broker with a view to-securing the contract.
ix. In cases where irrevocable Letters of Credit have been received in
respect of any-contract signed by the BUYER with the BIDDER, the same
shall not be opened.
x. Forfeiture of Performance Bond in case of a decision by the BUYER to
forfeit the same without assigning any reason for imposing sanction for
violation of this Pact.
7.2 The BUYER will be entitled to take all or any of the actions mentioned at
paragraph 7.1[i] to [x] of this Pact also on the Commission by the BIDDER or any
one employed by it or acting on its behalf [whether with or without knowledge
of the BIDDER], of an offence as defined in Chapter IX of Indian Penal Code,
1860 or Prevention of Corruption Act, 1988 as amended from time to time or
any other statute enacted for prevention of corruption.
7.3 The decision of the BUYER to the effect that a breach of the Provisions of this
Pact has been committed by the BIDDER shall be final and conclusive on the
BIDDER. However, the BIDDER can approach the Independent Monitor[s]
appointed for the purposes of this Pact.
Article 8: Independent External Monitors
8.1 The BUYER has appointed Independent" External Monitors [hereinafter
referred to as Monitors] for this Pact in consultation with the Central Vigilance
Commission. They are,
1. Prof. S. Sadagopan,
Director, IIIT, Bangalore,
26/C, Electronics City,
Hosur Road,
Bangalore 560100
Email: [email protected]
2. Shri. Arun Chandra Verma,
IPS (Retd.),
Flat No. C-1204, C Tower,
Amrapali, Platinum Complex
Sector 119, Noida – 201 301
Email : [email protected]
Page 9 of 12
8.2 The task of the Monitors shall be to review independently and objectively,
whether and to what extent the parties comply with the obligation under this
Pact.
8.3 The Monitors shall not be subject to instructions by the representatives of the
parties and perform their functions neutrally and independently.
8.4 Both the parties accept that the Monitors have the right to access all the
document relating to the project/procurement, including minutes of meetings.
The same is applicable to Subcontractors of the Bidder. The Monitor is under
contractual obligation to treat the information and documents of the
Bidder(s)/Contractor(s) /Subcontractor(s) with confidentiality.
8.5 As soon as the Monitor notices, or has reason to believe, a violation of this
Pact, he will so inform the Authority designated by the BUYER and request the
Management to discontinue or take corrective action, or to take other relevant
action. The Monitor can in this regard submit non - binding recommendations.
8.6 The BIDDER accepts that the Monitor has the right to access without
restriction to all Project documentation of the BUYER including that provided by
the BIDDER. The BIDDER will also grant the Monitor, upon his request and
demonstration of a valid interest, unrestricted and unconditional access to his,
project documentation. The same is applicable to Subcontractors also which
the BIDDER shall note.
8.7 The BUYER will provide to the Monitor sufficient information about all
meetings among the parties related to the Project provided such meetings
could have an impact on the contractual relations between the parties. The
parties will offer to the Monitor the option to participate in such meetings.
8.8 The Monitor will submit a written report to the designated Authority of BUYER
within 8 to 10 weeks from the date of reference or intimation to him by the
BUYER/BIDDER and, should the occasion arise, submit proposals for correcting
problematic situations.
8.9 If the Monitor has reported to The designated Authority of BUYER, a
substantiated suspicion of an offence under Indian Penal Code/Prevention of
Corruption Act as the case may be, and the designated Authority of BUYER has
not, within the reasonable time taken visible action to proceed against such
offence or reported it to the Chief Vigilance Officer, the Monitor may also
transmit this information directly to the Central Vigilance Commissioner.
8.10 The word 'Monitor' would include both singular and plural.
Page 10 of 12
Article 9: Facilitation of Investigation
In case of any allegation of violation of any provisions of this Pact or payment of
commission, the BUYER or its agencies shall be entitled to examine all the
documents including the Books of Accounts of the BIDDER and the BIDDER shall
provide necessary information and documents in English and shall extend all
possible help for the purpose of such examination.
Article 10: Law and Place of Jurisdiction
This Pact is subject to Indian Laws. The place of performance and jurisdiction is
as notified by the BUYER.
Article 11: Other Legal Actions
The actions stipulated in this Integrity Pact are without prejudice to any other
legal action that may follow in accordance with the provisions of the extant
laws in force relating to any civil or criminal proceedings.
I
Article 12: Validity
12.1 The validity of this Integrity Pact shall be from date of its signing and extend
up to 5 years or the complete execution of the contract to the satisfaction of
both the BUYER and the BIDDER/Seller, including warranty period, whichever is
later. In case BIDDER is unsuccessful, this Integrity Pact shall expire after six
months from the date of the signing of the contract.
12.2 Should one or several provisions of this Pact turn out to be invalid, the
remainder of this Pact shall remain valid. In such case, the parties will strive to
come to an agreement to their original intentions.
"
Article 13: Code of Conduct
14. Bidders are also advised to- have a Code of Conduct clearly rejecting the
use of bribes and other unethical behavior and a compliance program for the
implementation of the code of conduct throughout the company.
Article 14: Examination of Books of Accounts
In case of any allegation of, violation of any provisions of this Integrity Pact or
Payment of commission, the Buyer or its agencies shall be entitled to examine
the Books of Accounts of the Bidder and the Bidder shall provide necessary
information of the relevant financial documents in English and shall extend all
possible help for the purpose of such examination.
Page 11 of 12
Article 15: Legal and Prior Rights
All rights and remedies of the parties hereto shall be in addition to all the other
legal rights and remedies belonging to such parties under the Contract and/or
law and the same shall be deemed to be cumulative and not alternative to
such legal rights and remedies aforesaid. For the sake of brevity, both the
Parties agree that this Pact will have precedence over the Tender/Contract
documents with regard to any of the provisions covered under this Pact.
Article 16: Other Provisions
16. This Pact is subject to Indian laws. The place of performance and jurisdiction
is the Head Office/Head Quarters of the Division of the BUYER or as otherwise
notified by the BUYER, who has floated the Tender.
16.1 Changes and supplements, if any, need to be necessarily made in writing
and signed by the duly authorized representatives of the Bidder and the Buyer.
It is clarified that there are no parallel/ Side agreements in this regard and that
the present Agreement forms the full and complete agreement as regards the
subject matter contained herein.
16.2 If the Contractor is a partnership or a consortium, this Pact must be signed
by all the partners and consortium members. In case of a Company, the Pact
must be signed by a representative duly authorized by Board resolution.
16.3 Any dispute or difference arising between the parties with regard to the
terms o-f this Agreement/Pact", any action taken by the BUYER in accordance
with this Agreement/Pact or interpretation thereof shall not be subject to
arbitration.
The parties hereby sign this Integrity pact at ………………………on ………………..
BUYER
Name of the Officer
Designation
Indian Overseas Bank
BIDDER
CHIEF EXECUTIVE OFFICER
Page 12 of 12
Witness
1. _
2. _
Witness
1. _
2.
Printing & Supply of Wall Calendar & Diary 2020
Page 1 of 2
Signature of the bidder
PRINTING & SUPPLY OF IOB WALL CALENDAR & DIARY 2020
PART – B
(Price Bid)
Indian Overseas Bank Printing and Stationery Department
No.314, T.T.K Road, Alwarpet, Chennai 600 018
Phone No.044-24991219, 24991002
www.iob.in
Printing and Supply of Wall Calendar and Diary 2020
Page 2 of 2
Signature of the bidder
Date : 17.09.2019 Enquiry No. : 02/2019-20 Due Date : 11/10/2019
PART B: PRICE BID
Sub: Inviting Tender for Printing & Supply of Wall Calendar & Diary 2020
Details Quantity Rate per unit in Rs. (in figures)
Total amount in Rs. (in figures)
Total amount (in words)
PRINTING & SUPPLY OF IOB WALL CALENDAR 2020 conforming to Bank’s specifications / terms and conditions of Part A
4,00,000 Copies
PRINTING & SUPPLY OF IOB DIARY 2020 conforming to Bank’s specifications / terms and conditions of Part A
40,000 Copies
TOTAL
TOTAL AMOUNT IN FIGURES
………………………………………………………………………………………………..
………………………………………………………………………………………….
1. The rate quoted above shall be all inclusive, excluding GST. GST will be paid over and above the rate, as applicable.
2. Before quoting the rate, ensure that the rate is calculated properly including
freight, as per details provided in Part A (Technical bid).