EMPLOYEES' PROVIDENT FUND ORGANISATION · convicted of any economic offense or with violation of...

19
EMPLOYEES' PROVIDENT FUND ORGANISATION Ministry of Labour & Employment, Govt. of India REGIONAL OFFICE, BOMMASANDRA-I & II, BENGALURU-560068 PH: 080-25734590 / 4492, FAX: 080-25733817 E-mail: [email protected]. in, ro. [email protected]. in Tender for supplying Printing and Binding items to Regional Office Bommasandra I & II, situated at "Annapoorneshwari Complex" 37 /1, 6th main, Singasandra, Bangalore -560 068 Tender Ref No.KN/PF/RO-BMS-1/CT/2018-19/) ? !J. Date.06.05.2018 Tender Ref No.KN/PF/RO- BMS-1/CT/2018- 19/ ~;f.;}.. Page 1

Transcript of EMPLOYEES' PROVIDENT FUND ORGANISATION · convicted of any economic offense or with violation of...

EMPLOYEES' PROVIDENT FUND ORGANISATION

Ministry of Labour & Employment, Govt. of India

REGIONAL OFFICE, BOMMASANDRA-I & II, BENGALURU-560068

PH: 080-25734590 / 4492, FAX: 080-25733817

E-mail: [email protected]. in, ro. [email protected]. in

Tender for supplying Printing and Binding items to Regional Office

Bommasandra I & II, situated at "Annapoorneshwari Complex" 37 /1,

6th main, Singasandra, Bangalore -560 068

Tender Ref No.KN/PF/RO-BMS-1/CT/2018-19/) ? !J. Date.06.05.2018

Tender Ref No.KN/PF/RO-BMS-1/CT/2018-19/ ~;f.;}.. Page 1

~~GI Gt-c118,:r1 ~ ftlJ-ldfl/CONTENTS OF TENDER DOCUMENT

SLNO DISCRIPTION OF CONTENTS PAGE NO

1. ~f-cilclirll / INTRODUCTION 3

2. ~fclGI 3iirl{h~1 /TENDER SCHEDULE 3 ~ "

3. Jlcif!Glcil3IT ~~~/ELIGIBILITY CRITERIA FOR 4-5 BIDDERS

4. ~fc1GlctiH1 cfiT f!IJ-lla-ll ~~r /GENERAL INSTRUCTIONS 5-9 TO TENDERERS

5. ~ 3ITT" ~@ /TERMS AND CONDffiONS 9-12

6. ~ cfiT f!J-llqa-1/TERMINATION OF CONTRACT 12 ~

7. ~ J-1<--llicfiirl /BID EVALUATION 12 "

8. ~ ~ 3-is~t~ill / UNDERTAKING LEITER FORMAT 13

9. ~ 'cfi' ~ Jl<>flGlcil ~ .mr /PARTICULARS OF BIDDER ~

14-15 IN ANNEXURE A (TECHNICAL BID)

10. ~~ /ANNEXURE C 16 ~

11. ~sr /ANNEXURE D 17 ~

12. ~C"C1~li ~ ~ '(Sf' ~ /ANNEXURE B (FINANCIAL BID) 18-19 .:,

Tender Ref No.KN/PF/RO-BMS-l/CT/2018-19/ ;). 9-L Page 2

)

111,tiflc;1c113IT *° fi.l:v <fla.Qc1i '11.tcis / ELIGIBILITY CRITERIA FOR BIDDERS:

<h«Ail1fl ~ ~ 3fl<fcfcf, ~~HFH¢il -1 , \.IRl~a QJiRHri ~ 31cnr1qo'f~cli'r q;11-c<>1cft1, ~ ~ ~

*1,~ a=r:37/1, ma1:ifo1, ~ Us, ~-660068 ~ <hllflc>tll ~ ~ ~ ~ ffl 3ramR ~ ~ ~

"~ ~ RIR.4R. ~ ~ 3Wffit t" fi;rir• \.IRl~a QJi~.a'i ~ ch)t~Jal 3ITTffitc:r <h«if ~ I ..:, . ... "

Sealed quotations are invited from reputed agencies for supplying printing and binding items as per Annexure B of this tender, to Regional Office Bommasandra I, situated at "Annapoorneshwari Complex" 37 /1, 6th main, Singasandra, Bangalore -560 068. ~ e;:i-a1c:1;;;i ~ 3~<>1~a ~ ~ ~ ~rm t- 3iTtm- ~ qi)t~Jal m ~ qicR

~ Jlv!C'!a.-f&, 'cfi' (<1<ho1"1..fi) ~) ~ Jlcrf<>ldcrf<h '~' (~ ~) ~ ~ fcfill ~ ~ I ~ ~ ~

~ ~ 3il<fcfcf -1 , <h«Ail itl ~ ~ Wlocrl", ~ <hlll~c>tll - csflHFH¢ii I, "31cnr1qol~cli'r ~ ~

<hlJ-C<>! cftl ", ~ vf:37/1, f"f!.Jl.fi~I, ~ m, ~-660068 ch)-~ ,H~{61t:; n;l4il4il ~ ~ ~ ~

"~ ~ RIR.4R. ~ ~ 3Wffit t" fmr ~· Q;mq;,< cll~c1 a1c1 ~ ~ m sTcfi e;crm ..:, ... " ...

10/07/2018 ch)-~ 5:00 ~ c,cfi '\.l"f-<1<1 ~ ~ ~ ~ I ~

Quotations are to be submitted in two sealed covers i.e. Annexure A (Technical bid)

& Annexure B (Financial Bid) based on detailed terms and conditions mentioned in the

tender Document. Sealed cover should be superscribed with "Quotation ' for supplying

printing and binding items" addressed to Regional Provident Fund Commissioner-I,

Employees Provident Fund Organization, Regional Office Bommasandra I ,

"Annapoorneshwari Complex", Survey No.37/1, 5th Main, Singasandra, Hosur main road,

Bangalore-560068 and may be delivered in person or sent by post, so as to reach latest by

5:00 PM on 10/07/2018. Scheduled dates for Tender Process:

SI No. Tender Process activity Scheduled Date

1. Tender Publishing 09.06.2018

2. Pre Bid clarification meeting 18.06.2018

3. Last date and time for submission of bids 10.07.2018 05.00PM

4. Bid opening 11.07.2018 03.00PM

5. Tender Awarding(approximate) 20.07.2018

6. Commencement of Contract 01.08.2018

7. Contract validity 1 year

Tender Ref No.KN/PF/RO-BMS-1/CT/2018-19/ .2SJ- 2-- Page 3

)

1. iiflc>1"le,kll cfi)" m c<lcittl<l ~ aj:q ~ q;r a-<lcrlcH-1 Jra=mcr ~ ~ I " .:,

2. t11M,1e.1t11 cfi)" ~ m flTciIT t-~ cfi"J, ~ cfi"J, m ~ ~ tHcf;1fl ~, , .i-fly,Qf1'1

Qfl'i1Qfta ~ qi1lf e:f;"{ol q;r 3fcrl"Wf ~ ~ 1 trnnrn \.IJ-t101q:i m f.A<1~cft11 Gcl"RT -a-rtr 1' .:, .:, -

~~ti 3. iiflc>1"1e.lt1lmrn q;r ~ ~ "Qcf1 cf; l<lhil<l ~ ~ 6' I

.:,

4. ~ ~ e:f;"{ol *'° 3ffirn" ~ (fcf; isi)c>1"le,it1i q;r 3{$ram 9001 :2008 m 9001 :2000

\.IJ-tlvftcf;.(OI ttq ~ ~ I

5. Jl(>(ie,lc-11 q;r mtn" ~ ~ ~ ~I ~ m"cflliT 3-TWIT ~ /~ t° m.fra;

cj,qf.A<J1 *'° ~ trcfr ~ isi)c>1"ie,it1i/ ~ tt(\<J)aft ~ / ci,-crafr q;r crlTJ-t" crlti" ~ ~I "

~ 3fr ~ m ~ 3fr ~ qiTcrl"crl" cfi)" "c'1"fdT e:f;"{ol t" ~ ~ ~ 3fr ~ Gci"RT ('\ C\. ..:, ...

~ mrifc:t m ~ 3fr ~ wmtr t" ~ m ~ ~ ~ t" 3("c>it1cr1 t" ~ crlti" "

trrm ~ ~ I(~~~~ /3m" ~ 3lcr1c>1acr1cf; # ~ ~ ~ ~ 6' I) .:, .:,

6. iifl c>1"l e, I t1 I *'° 'Qcflc'1" tflif ~ ~' ci,.m Q <l J-t cfi)" FcficfiTz crlti" ~ awm I 7. Jic>1"ie,it1i t° tlffi tfi"R qiT ~ ~ / q-:71"jcj;,(Oj i;r1,TUl" q;f ~ ~ (c>ii$fltt / i;fJ-t"TUT q;f *'"

i;mt fic;rTo, ~ ~) I

8. iiflc4'1e.it11 "11Qf!t) 3tR" ~ t" ~ tj-:71->itc-1 ~ ~ I (3f1Qf!t) tj-:71,cf;,(OJ \.IJ-t)O)q:j ~

~ 3tR° ~ q;r ~ fic;rTo, ~ ~I)

9. Jlc>1"1e.lt1i/~~Tcfi" /~ /~~ t° ffil"c;rrq:; ~ ~ J-tTJ-t"c'1T ci crlti" ~ ~ I .:,

(3m" ~/~ 3lcr1c'1dcr1cf; ~ ~ ~ cf){crlT ~) .:, .:,

10. isj)<>fie,lt-il q;r cj;j,()isjj,( i;mt ~ 1 ~ ~ ~ ~ ~ (~ cfia=i" ~ t" ~ ~fie

fic;rTo, cf){crlT t ) ELIGIBILITY CRITERIA FOR BIDDERS:

1. Bidder should have minimum experience of five years in similar business.

2. Bidder should have the experience of carrying out services in minimum two

Government Departments / CPSU / SPSU during the last two years.(TDS

certificate to be enclosed issued by the principal employer)

3. The Registered office of the bidder/firm should be located \.n Bangalore.

4. Bidder should have ISO 9001:2000 or 9001:2008 certifications valid as on the

last date for submission of bid.

5. The bidder should have a clean Track record. The agency/its sister concern/any group company or any of its partners/directors etc. should not have been black listed/debarred by any of the government agencies or department or should not have been found to be guilty of moral turpitude or convicted of any economic offense or with violation of any labour laws etc. by any court or any authority appointed to enforce any labour laws. (undertaking/declaration in this regard to be submitted in Annexure C)

Tender Ref No.KN/PF/RO-BMS-1/CT/2018-19/ '2}r'L- Page4

,------------------------------ ----",::

6. Bidder should be single party, consortium will not be accepted.

7. Bidder should have Labour License / Registration certificate of the firm (Copy

of the license/ certificate to be enclosed).

8. Bidder should be registered under GST and Income Tax (Copy of GST

registration certificate and PAN of Proprietor and firm to be enclosed).

9. No Police case should be registered against the

bidder/Proprietor /Partner /Director /firm. (Undertaking/Declaration should be

submitted in Annexure D).

10. Turnover of the bidder should be more than 1 Cr per annum (Balance sheet to

be enclosed for last three years)

fil fa 41.ffl: cl:; ~ ,0 I J.t lr.Q ~T:

1. dl#tc;1a1 f.:lfcrcJ t- ~~rr 1 ~rat cli)" t.~ ~ qa-~ 3{1q~~ t c=tt, fqtSticfi:i.01 mca- cf,"{

~ 6, fqtSe)cf,{01 .,ffe ~ 'q"{" ~ ma;r ~ ~ di<'flc.lcil ~ f.:lfcrcJ c.fcilcl'51 t- mft

~. ~rat 3tR ~~ll cli)" ~ ~ t. ~ ~ t 3tR ~ cf,"{ ~ t I

2. ~ 3fr cfiRUT ~ ~ ~ 3tR fc:@t t-~ mca- M t m ~ FcR=trr ~ m ~ .:>

t° ~rat cli)" ~ .,ffe ~ crrc;fr ~ cli)" 3H-q"l'f>ci ~ ~ I

3. 3q:{)cfc1 (;13t1cli'lfc1a1 oo.m cli)" 'SlcJCrf ~ t" fi;rv ~ 01~ ~ ~~ ~ cf;)' 2018 .:> .:> .:>

~ 30 ~3=1lcraIT t JtR, c'fcf> -artl' $IT I ~ Vc:t, ~ cf;)' ~ 3fqfq t" fi;rv WIT 2019, " ~ ~ ti t;cH RI t" w.r tl"a-11, ~ cf;)' ~ ~ Vc:t, 3tR ~ c'fcf> ~ -;jff tl"cficn' t I

4. ~ t- mtr ~ - 100001- cf;)' mw "~ ~ f.:rrq 3ITTl<f(i'', isl'!c1-cHfi?i1 t- am=r ~ .:>

demand draft~~ -;jffaiT ~ I~~ 'q"{" ~~cf,"{~ -;jffaiT ~ I

5. ~ cli)" ~ ~ t° ~. f.:lfcrcJ ~ m1ft' ~ m:rr3IT cf;)' ~rat t° 3nUR' CR ~3IT t° w.r ticH$l18 CR ~m ~ ~ ~ ~ cf;)' ~ ~. m is1'I('i"!a1a1 q;r ~ ~

~ -;jIT tl"cficiT t I

6. ~ J:li1t ~ M SM E fctcfira ~. 2006 t" 3l'tfr.:f tj "1"1'f>ci 6 'C!cf 00 'SlcJCrf ~ t" fi;rv

NSIC t" ~ ci"1"1cfici SSI $cfil$ll1 cli)" Earnest Money Deposit ~ cf,"{ ~ u;c: ~ "

~ ~ ~rc=f 3qllcfci ~ c,qm -artl' 3Rrci" ci"1"icfi{OI ~ 'Cf:!' "'1'm ~ 'JT'llT 'ITTI .:> -

1. ~ ~ ~ c1cfio1"!cli'I ~ ~ ~ cs1'J#ta1a1.m t- fc;rv ~ ~ 1

s. m cs1M'Ja1a1 t- mtr ticH$l18 CR ~m ~ ~ ~. ~m ~ 3fr ~lmft ~ cli)"~~q;rm~~cli)" ~~~~mc'ITt I

.:>

9. ~ C.fci I c:1'51 ~ ~ fcrcRur cli)" 00 'SlcJCrf ~ t° fi;rv ~ "lfT fo?IJ.i ::lo I .,ffe tlcH $la'i I

~I

Tender Ref No.KN/PF/RO-BMS-1/CT/2018-19/ 2.,ry-12_ Page 5

..,

10. ~ c.fc11891 cfiT fcficl;R ~. sucacfia~ ~ ~ ~ ~ 6 fcn' ~ '5ll•W,1fl c;:_qm ~ tfR1 ~ fcmr ~<IT cfiT ~ ~ JI cilkl ./.l1 cfiT ~ fcn'<IT '51T ~ 6 3-fR" fcl;-fft" ~

~ 3-tR 3@l:r ~ t-~ oo ~ t- 'q",QaT i;rfsf;m cfiT ~ cf,T 3ITU<hR ~m

~~61 11. ~mt- ~im:r ~ t- tfR1 ~~cf;'!"~~~~ fcl;-fft" ~ ~ oo ~ t- fc;iv" 41a£1a1 c141o-1ds1 cfiT ~ / ~~ftfUc:r ~ <hT 3ITU<hR ~ 61

..:,

12. ~m 3,trar ~ c.@18'51 t-~ ~ ~ 3-tR ~rat~~~~~ t- 3,trar 3ITU<hR ~ ~ 61 ~ cm- t- ~~~ ~m 811!tll$c (www.epfindia.com) 3-tR tfi414"141

..:,

chltll$c (https://eprocure.gov.in/cppp) ~ ~ fcfi1r ~I Ji(>(lc:;1a1.m cfiT ~ a'I" '5lTcfr 6 fcn' cf ~ cm- t° fcl;-fft" ~ 3ftrnc t° fc;iv" fa:l ll 111 a ~ ~ 8111 ti I $c! ~ \J1TC! I

13. mrcf ~ /c=rm 'fl"~ ~ "Qcf c.fc118'51 3fJt;fr ~ ~ fcfi1r ~I ~ ~ t° ..:,

3ITT i;rf'Ccf ~ mrcr "Qcf ~ c.fa 18;;;:i ~m cf;'!" ~ ~ 3-tR m-ra o-l'ffe c>ftw!

~I

14. qfr ~ Qi{lil c.cil <IT <hTc u:i"c o-l'ffe- ITTo,T ~ I ~ ~ fcfi1r JW" fcl;-fft" ~ ~ cfiT " ..:,

~ ~~ acrro S1J.i 1Wia fcn'<IT '5lToTI" 6 1 C. '

15. ~m acrro m ~ ~ mcq cfiT tmlc, ~ t- ~. ~m 3-tR m ~ ~ ' "

mcq t" ~ V<fi ~ 00 flcl4$41c11 fcn"./.lT ~I

16. ~ t-~ ~ ~ ~ fq1St'lcfi{o1 3-tR ~ "Qcf {r81fc{1 t- ;:m;r, ~;;;:i1$cr1 3-tR ~rsr "

~ i;rf'Ccf ~ t- fc;iv" q-a-~ t- m~ 111~<>1"'lc:;1a1 29.06.201 s cfiT ~m. ar <hT , " " y"ll'-:'1'

Iii~ J-J.i fi ?;I ~ ~ cfitm 11. 111)~c:;1a1 cfiT ~ fcrcRur t- m~ ~ 3 ~ <hT ~ ~ '5l'm ~ 1

1s. 111)~c:;1a1 i::llfc1fclcfi 3-tR ~ a101i::l,c11 cfRfr cR=a".m cf;'!" ~ ~ <hT 3ITTcfR1oi" a-m1 ~ .:, .:J t\. t\.

3-fR 31fci"'lcfici cf«f.3IT t° fc;iv" ~ ~ .,ffe fcn'<IT ~ 3-fR ~ 3-fR 31t-ci"'lcfil{ cR=a".3IT c.. .:::, .:, t\. .:,

cfiT 3itrar ~ 3-tR "cil'fJ'Tc1" ~ cfl"CIB AA cf;'!" f81 H'i c:;1f1 ~ ~ mcq cf;'!" ~ I

19. ~ ~~r t- FaRITT" m JJ~c:;1a1 3frn{" i;rf'Ccf M cf;'!" ~ ~ 7 ~ t- 3ITT ~ " ..:,

qii11Qa11 1 "il<fl M ~ 111)<>1"'1c:;1a1 ~ ~rt- cfi(q ~ ~ 'Sl"fit ~ %1cf;'I" 'c;"{" ~ ~ .:, t\. t\. .:, t\.

cf,T ~ ~ t- fc;i-Q" 3,ci{C:.llfl 61 20. cfiTt~Taf cf;'!" ~. ~ cf;'!" ~ ~ .-llo-lciJ.i 90 ~ t° fc;iv" ~ ~ I

" 21. cfiTt~Taf ~ 31cilJlillf%Q I ~ c;"U 3-tR ~ cfi"U cfiT fq"ltc ~ ~ ~ ~-

" 22. ~ ~ ~ c;roo=r 1111<>1"t~1c-11 ~ ~ cm * ~ ~ ;,ffe M 1 ~ ~ qi"{ 3ITT" ~ ~ * "ff~11tl;:r cm-~ ~ 3fr 3,a=lf qiRUf ~ 1111e>1"t~1a, ~ ~ ! cm * ~ ~ ~ fc;ro­

"ff~11tl;:r ;,ffe fcl:;m ;;mmr I

23. ~~~cm-~T~~~qfu ~~~ c!,"n:l~Tcfi't"~~~~,

~ * ~ ~ tR" ~ ~ 1111i>?l~1c11 cm-~ ~I

24. ~ 3fr <liRUT ~ ~ ~ m R 3rcrfm * m ~ ~ ~Till cm- 'Cffi ;,ffe qi"{ ttl' ~ m ~ ~ ..:, ~

f.11.:rr ~ ~ cm-~ fcl:;m ;;mmr I C.

25. m ~ ~ mcq cfiT f.:tfcrcJ" c.fci 18 '51 t" cfim t" cJllt t" 31a=mR' cfim ~ ~ I ..:,

Tender Ref No.KN/PF/RO-BMS-1/CT/2018-19/2))-v- Page 6

GENERAL INSTRUCTIONS TO TENDERERS:

1. The Bidder shall carefully examine and understand the conditions of the

Tender document and if required seek clarification. If no such clarifications are

sought, it will be taken that the bidder has read, understood and accepted all

the terms, conditions and specifications in the tender document.

2. Bids received after due date and time for any reason or in open condition or

not meeting the tender conditions are liable for rejection.

3. The contract for providing the aforesaid Services is likely to commence from

01st August 2018 and would continue till 31st July, 2019. The empanelment

shall be for an initial period of One year, which may be extended by one more

year with mutual consent subject to the approval of Competent Authority.

4. The bidder should submit EMD of Rs.10000/-, along with the bid, in the form

of Demand Draft drawn in favour of "Regional Provident Fund Commissioner,

Bommasandra", failing which the tender shall be rejected summarily.

5. In the event, the successful bidder fails to sign the agreement with EPFO for

provision of services as sought in the tender, subsequent to its bid being

accepted, the EMD is liable to be forfeited.

6. The firms registered under MSME Development Act, 2006 and SSI units

registered with NSIC for providing Services are exempted from submitting the

Earnest Money Deposit (EMD) subject to submission of relevant registration

certificate issued by the Appropriate Authority.

7. The Financial bid will be opened only for the technically qualified bidders.

8. The Competent Authority of EPFO reserves the right to annul any/all bids or

discontinue this tender process, without assigning any reason, at any time

prior to signing of agreement with the successful bidder.

9. This document does not constitute nor should it be interpreted as an offer or

invitation for providing Service described herein.

Tender Ref No.KN/PF/RO-BMS-1/CT/2018-19/ l.Jr 1--, Page 7

10. By accepting this document, the recipient agrees that any information

herewith may be superseded by any subsequent written information on the

same subject made available to the recipient to update this document or to

correct any inaccuracies, therein, which may become apparent, and EPFO

reserves the right, at any time and without advance notice, to change the

procedure for the selection of service provider.

11.The competent authority of EPFO reserves the right to vary/alter/amend the

eligibility criteria for the Service Provider at any time, in its discretion, before

the last date of submission of bids.

12. EPFO reserves its rights to amend any of the terms and conditions of their

tender document. Such amendment shall be published on the EPFO website

(www.epfindia.com) and CPPP website (https://eprocure.gov.in/cppp). The

bidders are advised to regularly visit the website for any such update.

13. The proposal/bid and all correspondence and documents shall be printed in

English. All proposals and accompanying documents received within the

stipulated time shall become the property of EPFO and will not be returned.

14.The complete bid shall be without alteration or erasures. In case of any

corrections made in the bid it shall be attested properly by the authorized

signatory.

15.A separate service agreement will be executed between the EPFO and the

successful bidder, after notifying the successful bidder by EPFO.

16. Bidder shall contact/visit EPFO, RO-Bommasandra on any working day on or

before 29.06.2018, for any clarification regarding tender and for obtaining the

samples, design and specifications of the forms and registers. Proofs may be

sent to this office for approval.

17. Bidder should submit Income Tax returns of last 3 years along with bank

particulars.

Tender Ref No.KN/PF/RO-BMS-1/CT/2018-19/ ')... ';yV Page 8

18. Bidder shall assure to supply genuine and good quality items. No payments

shall be made for defective and rejected items and it shall be the responsibility

of the bidder to lift the defective and rejected items at their own risk and cost.

19. The successful bidder shall deliver the items within 7 days as per the supply

order from the date of receipt of the order. Failing which the bidder is liable to

pay penalty at the rate of 1 % per week on the total value of the supply order.

20. The Validity of quotation should be for a minimum of 90 days from the bid due date.

21.Quotation should clearly specify the rates and applicable taxes separately.

22. The rates quoted by the bidder shall be firm throughout the contract period

and there shall be no upward revision of the rates quoted by the bidder for

any reason what so ever except the applicable statutory taxes.

23. The bidder should inform acceptance of WORK ORDER within five days of

receiving the order, failing which the tender would be awarded to the next

bidder.

24. Bids received late for any reason or in open condition or not meeting the

tender conditions or without EMD are liable for rejection.

25. The successful bidder should carry the work as per the scope of work of the

tender document.

~@"Qcf ~: 1. ~ ~ 01/07/2018 "f)' ~~ ~ ~ ~ 30/06/2018 c,cf, ~ ~ I

~ ~ ~

~ c,cfi", ~ cf;'r' cfi"lfr, :llTTrf:f cf;'r' ~ ~}IT cf;'r' ~ dJOJclnil , ~ cflT 3C"(4E.lcrf .Jll~\I ~ ~ ~

~Im ~ 3ft \.llfin'lcfi cfi'Ta1'o, c);" 31cr1q1<>1cr1 a,ffe ~ cf;'r' ~ ~ m $41Qtfi3-IT cf;)" ~ ~

3-TTcl"~~m ~ qf{q~crf c);" m m ~ ~ ~ ~ c);" ~ cf;)" ~ ~ ~ ~

~ ~ ~ m "f)' $4'>1Q4i3iT ~ ~ m t1J-11ca a,ffe ~ ~ t ,

Tender Ref No.KN/PF/RO-BMS-1/CT/2018-19/ j...~l/ Page 9

2 . . ~ ~ 30.06.2019 cfi)" 3i'10l 3m ~"ITT~.~~~ v;mfT 3-tR" ~3IT cfi'I" 3nW .:>

~~~ ~3-tR"~@t'1"{m~~~/mnt:ra=r~ ~ ~*'"~~ "Qcl, ~ ~ fc;n.r ~ ~ ~ I

3. ~~ m ~ m~*~3ftcfi)"~~.ym~~csl'lc.flc;1a1 ~~ I .:> .:> .:>

~ ~ mr c.@icl'7i ~ 3fr ~ ~ ~ Wi qnr '718 ~ m, ~ ~ cfi'I" ~@t <fiT ~ .:> " .:>

J:!1a'IT ~. ~ Jr.r.iu cfi'I" ~ ~ .mncIT ~ ~ ~ fi;n.r ~ 3,c'l{c.l<.i~ ~~I .:> "

4. ~3IT, ~ cfi)" ~ 3fr ~ ~ ~ cfiROT ~ "Qcl, ~ cfiT ~ ~ ~ cfi)" ~ .

~ cfiT ~~mill~ 3-tR" ~ "1'rt't mar~ fi;n.r ~ 3fr 3,c'l{c.14~ ~ ~I .:> .:>

5. ~ mrr ~ ~ ~ ~ ~ ~ 3fr ~ m ~ ~ <fiT ~ ~ * ~ ~ ~. 3-tR" ~ qnu11a+fqM ~3IT cfi)" ~ 3fr ~ , ~ m ~ ~ * s1(q" ~ ~

~. m ~3ft ~ ~ -~ ~ m Gf1c.flc;1a1 ~ ~ ~ ~ ~ ~ m ~ ~

~~~c),~~61

3Ja¥Y ·-:-<:H·H fl~ c;r.:it ~ <); ~ ~alfui ~ ~ ~ ~ ~ ~ ~ ~ *1n" ~ qi1fr m 3iqJ-llcrlcfi a101q<""c11 <); m ~ ~ ~ ~ ~ c8" Uc:T<:rr I ~ ~ ~ "3l"T ~ t I

.:> .:> .:>

~ . ~JIT 3Not ~ tjllf.ia *1n" ~ c8" ~ m ~ ~ ~ cfiT ~ ~ <);

~ ~ 3fr ~ ~ ~ ~ c8" ~ ~ cfiT ~ ~ 61 ~ c;cfffi ~ mr .:> .:> '

~ <); m ~JIT c;cfffi ~ ~ ~ ~ 6, m ~ ~ ~ . ~ 3ITT " ' .:>

fu1J.-ita1f{ll1 ~ ~ Ji<'1~a1a1 c8" ~ ~ cfiT ~ $4~Qq;) c8" &a'rr 3ITT ~ m ~ mr .:>

31fc:lf{cfc1 ~ c8" ~3-IT c;cfffi ~ ~ ~ mw m ~ ~ ~ m q;:f: GTcIT c;cfffi ~ ' .:> '

~I

BID EVALUATION:

1. ~~mm c8" ~ ~ <); ~ ~ tf:f <); ~ ~ M <); ~ ~ ~

~61 2. moll"~ J-l1o1ds1 c8" ~~am- 3ITT ~ c!ilf ~~~~am- is1)c>1"1a1a1 c8" cfiTJ-l"

~ "3lT ~ 61

3. m J!Jla1a1 ~ 3-nt~r ~ M ~ qi"'q ~ <); ~ ~3-IT <); ~ *1n" *1J-l$4'18 ~

~m mi-, ~ ~ ~ M ~ ~ wm is1)Jlc;1a1 c8" ~ ~ 3ITT ~ c8" ~ ~ ~I

4. m isl)('(lc.lctl cfiT ~ ~ ~ c), tRT ~ c), ~ mtrn" ~ ~I -~ "

5. ~ iil'l<'1"1c;1a1 cfiT ~ ~ 'l<'"ll icfio-1 ~ artmr ~ 30 ~ <); ~ m <); ~ mtrn" ~

~I

To, The Assistant PF Commissioner RO-Bommasandra I Bangalore - 560 068

Tender Ref No. KN/PF /RO-BM 5-1/CT /2018-19 / .J.. <1--~

~ ~-~~ (~~) (3~~~)

Assistant PF Commissioner RO-Bommasandra I

Page 4 0

TERMS AND CONDITIONS:

1. The contract shall commence from 01.07.2018 and shall continue till

30.06.2019 unless, it is curtailed or terminated by EPFO inter alia owing to

deficiency of service, sub-standard quality of items supplied, breach of

contract and/or as provided under the contract including non-compliance with

any relevant laws, or change in requirements of the EPFO or for any other

reasons as stipulated in the contract to be entered into with successful bidder.

2. The contract shall automatically expire on 30.06.2019, unless extended further

by mutual consent of contracting agency and EPFO for another period of one

year on the same terms and conditions or with some additions / deletions /

modifications, as mutually agreed between the parties.

3. The bidder will be bound by the details furnished by him/ her to EPFO while

submitting the tender or at subsequent stage. In case, any of such documents

furnished if found to be false at any stage, it would be deemed to be a breach

of terms of contract making him / her liable for legal action besides

termination of contract.

4. The EPFO reserves right to terminate the contract at any time by giving one

month notice to the contractor with or without assigning any reason and shall

be under no obligation whatsoever to continue the contract.

Tender Ref No.KN/PF/RO-BMS-1/CT/2018-19/ :J_"q-1..- Page 11

5. In case, the service provider fails to comply with any statutory or taxation

liability under appropriate law, and as a result thereof EPFO is put to any loss

/ obligation, monetary or otherwise, EPFO will be entitled to get itself

reimbursed out of the outstanding bills or the EMD of the bidder, to the extent

of the loss or obligation in monetary terms or shall be entitled to recover the

same by legal recourse.

TERMINATION OF CONTRACT:

1. The contract may be curtailed / terminated before the contract period, interalia

owing to deficiency in service or substandard quality of services by the

empanelled firm etc. as may be specified in the contract to be signed between

the parties. The EPFO, however, reserves right to terminate this initial contract at

any time after giving one month's notice to the selected Service Provider with or

without assigning any reasons. Where a contract is terminated by EPFO on

account of the defaults committed by the contractor, it shall have the right to

award the contract to any other bidder at the cost, risk and responsibilities of

contractor and excess expenditure incurred on account of this will be recovered

by EPFO from his Security Deposit or pending bill or by raising a separate claim.

BID EVALUATION:

1. Bidders if interested are invited to be present along with authorization letter at the time of opening the bid.

2. The bidder meeting the eligibility criteria and quoting the lowest rate may be awarded the work.

3. Successful bidder shall sign the service agreement with EPFQ within five days on receipt of the work order, failing which the tender will be awarded to the next lowest bidder and the EMD of will be forfeited.

4. The EMD of the successful bidder will be refunded after the completion of the contract period.

5. The EMD of the unsuccessful bidder will be refunded without interest, within 30 days from the date of bid evaluation. . ~

~ ... p--:, (PUS NDRA)

Tender Ref No.KN/PF/RO-BMS-1/CT/2018-19/ .:l.. "4 -2_

Assistant PF Commissioner RO-Bommasandra 1

To, The Assistant PF Commissioner RO-Bommasandra 1 Bangalore - 560 068

Sir/Madam, Sub: Undertaking for submission of quotation and relevant documents of

tender - reg.

************

Having examined the Tender documents, the receipt of which is hereby duly acknowledged, we, the undersigned, offer to provide the services as required and outlined in the Tender for supplying printing and binding items.

To meet such requirements and to provide services as set out in the tender document, we attach hereto our response as required by the tender document, which constitutes our proposal.

If our proposal is accepted, we undertake to adhere to the terms and conditions put forward in the tender and the agreement to be entered with EPFO and submitting EMO of Rs.10000/- as acceptable to EPFO.

We agree for unconditional acceptance of all the terms and conditions set out in the tender document as also in the contract to be signed with EPFO for supplying printing and binding items.

We confirm that the information furnished in this proposal or any part thereof, including its exhibits, schedules and other documents and instruments delivered or to be delivered to EPFO are true, accurate and complete. This bid includes all information necessary to ensure that the statements therein do not in whole or in part mislead EPFO as to any material fact. We understand that if at any point of time it is noticed/discovered by EPFO, that any information given by us is false or incorrect or misleading EPFO shall have the right to take such necessary legal action as it may deem fit besides termination of contract.

It is hereby confirmed that I/we are entitled to act on behalf of our corporation/company/ firm/organization and empowered to sign this document as well as such other documents, which may be required in this connection.

Date: Place:

' Yours faithfully,

SIGNATURE OF THE BIDDER (With official Seal)

Tender Ref No.KN/PF/RO-BMS-1/CT/2018-19/ ~ Page 13

/ -

SI No

1

2

3

4

5

6

7

8

11

12

13

14 ,

"ANNEXURE -A" PARTICULARS OF THE BIDDER

(TECHNICAL BID)

Particulers

Name of the Bidder

Address of the Bidder(Proof should be enclosed)

Details

Corporate Address:

Address of the firm(Proof should be enclosed) Branch Address:

Name of the authorized signatory

Telephone Number

Mobile Number

E-mail ID

Details of the Registration of the bidder (Labour License / registration certificate to be enclosed)

Details of Registration under MSME/NSIC (Copy to be enclosed)

Proprietor:

PAN ( enclose copy of PAN card) Firm/Company:

GST Number (Copy to be enclosed)

2015-16 Details of Balance Sheet(Copy to be 2016-17 enclosed)(Yes/No)

2017-18

Tender Ref No.KN/PF/RO-BMS-1/CT/2018-19/~ Page 14

2015-16

16 Income Tax Returns for last three 2016-17 years(Copy to be enclosed)(Yes/No)

2017-18

17 Details of ISO Certificates (Copy to be enclosed)

Details of similar works carried out 18 in the last two years ( copy of work

order should be enclosed)

Declarations: 1. No Police Case against (Yes/No)

19 bidder.

2. Not been blacklisted by any (Yes/No) department and having a clean track record

List of the clients where similar 20 works carried out in last five year

(details to be enclosed)

21 Details of EMD

I hereby declare that, M/s company has not been blacklisted by any of the Govt. or Quasi-Govt/ Govt.Under taking companies.

Date: Place:

Tender Ref No.KN/PF/RO-BMS-1/CT/2018-19/

SIGNATURE OF THE BIDDER (With official Seal)

Page 15

"ANNEXURE - C"

DECLARATION FOR HAVING CLEAN TRACK RECORD AND NOT BEEN BLACKLISTED

I hereby solemnly undertake/

declare that, we M/s _____________ _ / sister

concern/any group company or any of our partners/directors are not been

black listed I debarred by any of the Government

departments/CPSU/SPSU/Autonomous body or have not been found guilty of

moral turpitude or convicted any economic offense or violated any labour laws

by any court or any authority appointed to enforce any labour laws. We have

maintained clean track record and not foreclosed the services for non­

fulfillment of contractual obligations till date.

Date: Place: SIGNATURE OF THE BIDDER

(With official Seal)

Tender Ref No.KN/PF/RO-BMS-l/CT/2018-19/ tz~ Page 16

"ANN EXU RE - D"

DECLARATION FOR NO POLICE CASE AGAINST BIDDER/COMPANY

I hereby solemnly undertake/

declare that, No police case has been registered against our company and

Proprietor/Director of the company. We do not hold any litigations/ Arbitration

cases with any of the customer.

Date: Place: SIGNATURE OF THE BIDDER

(With official Seal)

Tender Ref No.KN/PF/RO-BMS-1/CT/2018-19/ v'?fV Page 17

I

I I

SI. No

1

2

3

4

5

6

7

8

9

10

11

12

13

14

15

16

17

18

19

20

21

22

23

24

25

26

27

28

29

30

"ANNEXURE B" FINANCIAL BID

QUOTATION / PRICE LIST FOR PRINTING AND BINDING ITEMS

Name of the Forms / Registers Descripition / Specification Qty

File Board 1000 Nos

File Wrapper Thick 1000 Nos

File Wrapper Thick for Pension 1000 Nos

File Wrapper Thin for Pension Craft Paper 1000 Nos

Letter Head (Colour) 80 GSM Maplitho 100 Per Pad

Composite Oaim Form 19 /10C /31/100 (Aadhar / 80 GSM Maplitho 100 Per Pad

Non-Aadhar)

Form-100 Red 80 GSM Maplitho 1000 Nos

Form-100 White 80 GSM Maplitho 1000 Nos

Form-20 80 GSM colour Maplitho paper 1000 Nos

Form-5 IF 80 GSM colour Maplitho paper 1000 Nos

Form-13 80 GSM colour Maplitho paper 1000 Nos

Form-5/10 60 GSM white cream wave paper 1000 Nos

Form-2 80 GSM White cream wave paper 1000 Nos

Form-3A 60 GSM white cream wave paper 1000 Nos

Form-SA 60 GSM white cream wave paper 1000 Nos

EL Application 60 GSM white cream wave paper 1000 Nos

Medical Certificate 60 GSM white cream wave paper 1000 Nos

TA Bill for Tour 60 GSM white cream wave paper 1000 Nos

Green Note Sheet Pad EPFO Emblem 80 Gsm paper 100 Nos Per Pad

Notice U/S 406 & 409 60 GSM white cream wave paper 1000 Nos

Reauthorisation letter 60 GSM white cream wave paper 1000 Nos

Specimen Signature Card 110 GSM White Cream wave paper 1000 Nos

SFC 60 GSM white cream wave paper 1000 Nos

Form-9 Register 80 GSM Ledger Paper Per Book

Service Register 80 GSM Ledger Paper Per Book

SPF Register 80 GSM Ledger Paper Per Book

Grievance Register 60 GSM white cream wave paper Per Book

Recovery Register 80 GSM Ledger Paper Per Book

7A Blue Book 80 GSM Ledger Paper Per Book

7A Red Book 80 GSM Ledger Paper Per Book

r

Price

Base price Taxes Total Price of Item /GST Ouoted

Page

Price SI. No Name of the Forms / Registers Descripition / Specification Qty

Base price Taxes Total Price of Item /GST Ouoted

31 148 Blue Book 80 GSM Ledger Paper Per Book

32 148 Red Book 80 GSM Ledger Paper Per Book

33 OAK Book 60 GSM white cream wave paper Per Book

34 Binding of Book 60 GSM white cream wave paper Per Book

35 Visitors Pass 60 GSM white cream wave paper 1000 Nos

36 Cash Book A/c No.1, 2, 10, 21 & 22 80 GSM Ledger Paper Per Book

37 Cash Book Pension 80 GSM Ledger Paper Per Book

38 Recredit Memo 60 GSM white cream wave paper 100 Per Pad

39 Closed Envelope Brown Cover 11 X 5 with printing 90 GSM Craft Paper/ NPM 1000 Nos

40 Window Envelope Brown Cover 11 X 5 with printing 90 GSM Craft Paper / NPM 1000 Nos ·-41 Closed Brown Cover 10 X 12 with printing 90 GSM Craft Paper/ NPM 1000 Nos

42 Closed Brown Cover 10 X 14 with printing 90 GSM Craft Paper / NPM 1000 Nos

43 Closed Brown Cover 16 X 12 with printing 90 GSM Craft Paper / NPM 1000 Nos

44 Closed cloth cover green 10 X 14 90 GSM Craft Paper / NPM 1000 Nos

45 Closed cloth cover green 16 X 12 90 GSM Craft Paper/ NPM 1000 Nos

46 Closed cloth cover green 10 X 12 90 GSM Craft Paper/ NPM 1000 Nos

47 Claim acknowledgement Slips 44 GSM Colour Wave 1000 Nos

48 No Nomination case-office Note 60 GSM white cream wave paper 1000 Nos

49 Non Employment Certificate Form 60 GSM white cream wave paper 1000 Nos

so Form lSG /lSH 60 GSM white cream wave paper 1000 Nos

51 Life Certificate 60 GSM white cream wave paper 100 Per Pad

52 Detailed Contingent Bill 60 GSM white cream wave paper 100 Per Pad

53 Supply Order 60 GSM white cream wave paper 100 Per Pad

54 Form 2 60 GSM white cream wave paper 100 Per Pad

55 Break-In Service Form 60 GSM white cream wave paper 1000 Nos

56 Bank re-payment Form 60 GSM white cream wave paper 1000 Nos

57 Joint Declaration Form 60 GSM white cream wave paper 1000 Nos

Note: All Forms/ Files/ covers/ Registers have to be printed in Trilingual (Hindi, English and Kannada).

I hereby declare that, the rates quoted above are as per the industrial standards and there will be no upward revision of the rates quoted throughout the contract period for any reason what so ever except the applicable statutory taxes.

SIGNATURE OF THE BIDDER (with official seal)

Page 15