PART - Canara Bank

advertisement
PRINTING SECTION, GA WING, HO, BANGALORE
(A Government of India Undertaking)
113-1,Ground Floor, Jeevan Prakash Bulding, J.C. Road, Bangalore-560 002.
ENVELOPE – 1
TENDER DOCUMENT FOR PROCUREMENT OF 50 LAKHS
CS-1 PASSBOOKS
TENDER FOR SUPPLY OF 50 LAKHS CS-1 PASSBOOKS
NOV 2015
PAGE 1 OF 50
PRINTING SECTION, GA WING, HO, BANGALORE
INDEX OF TENDER DOCUMENT
Sl
No.
Details
Page
No.
1
PART A - Notice Inviting Tender
3
2
Data Sheet
5
3
PART B – Eligibility conditions
6
5
PART C- General rules and instructions for the guidance
of tenderer
PART - D - General Conditions of Contract.
14
6
PART E- Item Specifications & Questionnaire
25
7
PART F – Proforma A – Tender Form
29
8
PART G – Proforma B – Authorization Letter Format
30
9
PART G – Proforma C – List of Relatives
31
10
PART G – Proforma D – Undertaking Letter
32
11
PART G – Annexure A – Format of Contract Agreement
33
12
PART G – Annexure B – Bank Guarantee Format for EMD
35
13
PART G –Annexure C- Format of BG for Security deposit
37
14
PART H - Integrity Pact
39
15
PART I- Paper to be used
47
16
PART J- List of places where supply has to be made.
48
17
PART K – Format of Price Bid
50
4
TENDER FOR SUPPLY OF 50 LAKHS CS-1 PASSBOOKS
NOV 2015
PAGE 2 OF 50
7
PRINTING SECTION, GA WING, HO, BANGALORE
113-1,Ground Floor, Jeevan Prakash Bulding, J.C. Road, Bangalore-560 002.
Phone No : 22221257, 22538541, 22215003
ENQUIRY NO: GAPS/ENQ/COMP/cs-1/02/11-2015/SK. DT: 27.11.2015.
PART-A - NOTICE INVITING OFFERS (NIT)
Sealed offers are invited from reputed printers for supply of Computer Passbooks
(CS-1) on TOTAL COST BASIS inclusive of all charges (i.e., Freight, insurance,
delivery etc.) & all TAXES, CESS, DUTIES (i.e., Central / State Local Taxes, like
VAT, CST, Excise, Entry Tax, Octro etc.) to be supplied to Printing Section, HEAD
OFFICE, BADAMI HOUSE, NR SQUARE, BANGALORE - 560002. Important details are
given below.
1) Item Required: CS-1 COMPUTER PASSBOOKS.
2) Quantity: 50 Lakhs
3) Eligibility : as detailed under part B of this tender documents.
4). EMD AMOUNT :
5). Delivery time
Rs.3,00,000/- ( Rupees Three Lakh only ).
::
Within 5 months from the date of receipt of the
Purchase order by the vendor
6). Nature of tender :: Two Envelope system
7). CONTENTS OF THE TENDER ::
FIRST ENVELOPE – Eligibility - Technical – commercial bid
Part (A) Notice Inviting tender.
Part (B) Eligibility criteria
Part (C) General rules & instructions for the guidance of tenderer
Part (D) General conditions of contract
Part (E) Technical Specification of the items
Part (F) Form of Tender – Proforma A
Part (G) Proforma B, C, D and Annexure A , B & C
Part (H) Integirty Pact
SECOND ENVELOPE – price bid
Part (I) Price Bid with Schedule of quantities
TENDER FOR SUPPLY OF 50 LAKHS CS-1 PASSBOOKS
NOV 2015
PAGE 3 OF 50
PRINTING SECTION, GA WING, HO, BANGALORE
Both the bids should be submitted on the same date & time but in separate
envelopes, sealed and placed in bigger envelope super- scribed with the
details on the envelope.
8) Method of issue of tender: To be downloaded from www.canarabank.com from
27.11.2015 to 16.12.2015.
9). Last date and time for submission: on or before 16.12.2015.at 3.00 PM
10). Date of opening
: 16.12.2015. at 3.30 PM.
Date:
TENDER FOR SUPPLY OF 50 LAKHS CS-1 PASSBOOKS
Asst. General Manager
NOV 2015
PAGE 4 OF 50
PRINTING SECTION, GA WING, HO, BANGALORE
DATA SHEET
1
Tender Notice No.
GAPS/ENQ/COMP/cs-1/02/11-2015/SK. DT: 27.11.2015.
2
Name of the work
Printing & Supply of 50 Lakhs CS-1 Savings Bank Pass Books
3
4
Locations for Dispatch
Owner
Bank‟s Printing & Stationery Sections situated at various
centers and HO: Printing Sec at Bangalore-56002.
Canara Bank, Head Office, Bangalore-560 002,
5
Earnest Money Deposit.
3,00,000/-(Rupees Three Lakh only)( by way of Demand Draft/
Bank guarantee/ Fixed Dperosit Receipt)
6
Tender Forms available from:
7
Last date of submission of tender
24.11.2015 upto 1 p.m.
8
Tender to be submitted to:
The Asst.General Manager, Canara Bank,Printing Section,
H.O.(Annexe) 113-1,Ground Floor, Jeevan Prakash Bulding,
J.C. Road, Bangalore-560 002
9
Opening of Technical Bids
At 3 p.m. on 24.11.2015
Defects liability period (DLP)
12 months from the date of supply of last consignment of pass
books
Mode of payment:
100% of the value of Pass Books, on submission of delivery
confirmation letter signed by Head of the concerned
Stationery Pools/Printing Section H.O.
10
11
The Bank‟s website – www.canarabank.com
12
Liquidated damages for delayed
supply
13
Escalation of Price
[A] Delay upto 3 days - 1% (One percent of the amount of
the delayed quantity)
[B] 4 to 15 days
- 2% (Two percent of the amount of
the delayed quantity)
[C] 16 to 30 days
- 3% (Three percent of the amount of
the delayed quantity)
[D] Above 30 days
- 5% (Five percent of the amount of
the delayed quantity)
If supplies are delayed beyond one month, orders are liable to
be cancelled.
No escalation permitted. Prices shall be firm.
14
Tender Validity
60 days from the date of opening of Technical Bid
15
Delivery Period
Delivery of entire quantity is to be made within 5-MONTHS in
equal monthly Installments of 10 Lakhs commencing from
DECEMBER 2015 and upto APRIL 2016.
16
Quantity
50 Lakh (Thirty Lakh) SB Pass Books
Flexibility
After the Bid is accepted, during the supply period the Bank
has an option either to enhance/reduce the requirements
upto 10% on same Terms & Conditions
17
TENDER FOR SUPPLY OF 50 LAKHS CS-1 PASSBOOKS
NOV 2015
PAGE 5 OF 50
PRINTING SECTION, GA WING, HO, BANGALORE
PART B
ELIGIBILITY CRITERIA
S.No
Documents Required
Criteria
1.
The Bidders should have at least 5 years
experience in printing and supplying Books and
stationery items to Banks/state/Central Govt.
Departments, PSUs, other corporate Bodies in
the immediate preceding 5 years ending
31.03.2015
2.
A. The Bidders should be a profit making
Company/ Firm having Regd. Profits for at least
2 years out of 3 immediate preceding financial
years ending 31.03.2015.
3
The bidders should have printed and supplied a
minimum of 20 lakh Pass books each year
during the last 3 Financial years ending
31.03.2015 to any one of Banks/state/Central
Govt. Departments, PSUs, other corporate
Bodies.
Manufacturer / Dealer /
Distributer Certificate AND
order copies supporting the
experience.
Audited Balance Sheet and
P & L Account for the last
three years.
Certificate from Chartered
Accountant certifying the
B. The Bidder submitting the Bids should be turnover and profits of last
company/ Firm, having an AVERAGE Annual three years i.e. 2012-13,
Turnover of 2.00 crores for its operations in 2013-14 & 2014-15.
India in immediate preceding 3 financial years
ending 31.03.2015.
TENDER FOR SUPPLY OF 50 LAKHS CS-1 PASSBOOKS
NOV 2015
1. Purchase
order
copies issued by the
concerned
organisation.
2. Satisfactory
completion
certificate
from
concerned
organisation
and
quantities supplied.
PAGE 6 OF 50
PRINTING SECTION, GA WING, HO, BANGALORE
ENQUIRY NO: GAPS/ENQ/COMP/cs-1/02/11-2015/SK. DT: 27.11.2015.
PART C - GENERAL RULES AND INSTRUCTIONS FOR THE GUIDANCE OF
TENDERER
1. Tender documents can be downloaded from the banks web site –
www.canarabank.com
2. The tender is "TWO ENVELOPE CONCEPT" and it has to be submitted as such.
It should be always be placed in sealed cover, with the name of the
procurement written on the envelope mentioning " Technical Bid " on the
First envelope and "Price Bid" on the second envelope as the case may be
and both the sealed covers shall be placed in bigger outer cover and
sealed and super scribed with the name of the procurement and deposited
in the Tender Box within the prescribed date and time.
3. The first envelope sealed and super scribed as "Technical Bid " should
contain all documents from Part A to Part G with Annexures and Earnest
Money deposit (EMD), and all other related matters other than the Price
bid.
4. The second envelope super scribed as "Price Bid" ( part H ) should be sealed
and submitted on the same given date and time simultaneously along with
Eligibility & technical bid. Non submission of the sealed price bid as
prescribed above shall automatically render the entire tender being
rejected. This envelope should contain duly filled in Schedule of quantities
(enclosed in the tender document) with rates written in words and figures,
and as detailed elsewhere in the tender documents.
5. EMD is to be submitted along with eligibility & technical bid. Submission of
the EMD in the price bid envelope shall render the tender being rejected
on the grounds of non submission of the EMD. However, EMD is waived for
Micro & Small enterprises as per public procurement policy for Micro & Small
Enterprises (MSE) of Govt. of India. A Xerox copy of the Micro and Small
Enterprises registration certificate AND Valid Exemption Certificate issued by
concerned authorities to be enclosed in order to claim the exemption for
EMD.
6. The sealed tenders should be deposited in the Tender Box kept at Printing
section Canara Bank,Head Office (Annexe) , 113-1,Ground Floor, Jeevan
Prakash Bulding, J.C. Road, Bangalore-560002 on or before XX.1X.2015.,
3:00 PM. If last day of submission of bids is declared a holiday under NI Act
by the Government subsequent to issuance of TENDER the next working day
TENDER FOR SUPPLY OF 50 LAKHS CS-1 PASSBOOKS
NOV 2015
PAGE 7 OF 50
PRINTING SECTION, GA WING, HO, BANGALORE
will be deemed to be the last day for submission of the TENDER. No offer
will be accepted by post or courier or email or FAX .
7. The First envelope (Eligibility & Technical bid) will be opened in the said
office on 16.12.2015.at 3.30 PM
8. The date for opening the Second envelope (Price bid) will be intimated
subsequently only to such firms whose Eligibility & Technical bids are found
qualified. The TENDERER is requested to participate during the opening of
the tender.
10 Earnest Money Deposit : Rs 3,00,000 /- ( Rupees Three Lakh Only only) by
Demand Draft on Bangalore favouring " Printing section Canara Bank Head
office " from any Nationalized / Scheduled Bank OR a Bank Guarantee
favouring Canara Bank Head Office from Nationalized / Scheduled Bank other
than Canara Bank valid for the a period equal to the validity of the tender OR Fixed
Deposit Receipt from Canara Bank valid for the a period equal to the validity of the
tender shall be submitted along with tender. The BG shall be in prescribed format
as per Annexure B. The Fixed Deposit shall be free of any lien or encumbrances,
attachments. It should be in discharged state. After submission, the Bank will note
the lien on it as EMD for this tender.
11. Tender Bids without EMD will be rejected except for bidders to whom
exemption is provided in the tender.
12. The tenderers should quote in figures as well as in words the rate, and
amount tendered by them. The amount for each item should be worked
out and the requisite totals given.
13.Rates: Special care should be taken to write the rates in figures as well as
in words and the amounts in figures only, in such a way that
interpolation is not possible. The total amount should be written both in
figures and in words. In case of figures, the words `Rs.' should be written
before the figure of rupees and words `P' after the decimal figures, e.g.
Rs.1.01 "P" and in case of words, the word `Rupees' should precede and
the word `Paise' should be written at the end, ( upto 2 decimals only )
unless the rate is in whole rupees and followed by the words `only' it
should be invariably be up to two decimal places. While quoting the rate
in Price Bid (schedule of quantities) the word `only' should be written
closely following the amount and it should not be written in the next
line.
TENDER FOR SUPPLY OF 50 LAKHS CS-1 PASSBOOKS
NOV 2015
PAGE 8 OF 50
PRINTING SECTION, GA WING, HO, BANGALORE
However, if a discrepancy is found;
i). the rates which correspond with the amount worked out by
the tenderer shall unless otherwise proved be taken as correct.
(OR)
ii). if the amount of an item is not worked out by the tenderer or it
does not correspond with the rates written either in figures or
in words then the rate quoted by the tenderer in words shall be
taken as correct. (OR)
iii). where the rates quoted by the tenderer in figures and in words
tally but the amount is not worked out correctly, the rates
quoted by the tenderer will unless otherwise prove be taken
as correct and not the amount.
The rate shall confine to Rupee and Paise only (Only 2-decimals). Tenders
with rates in more than 2-decimals in paisa will be rejected.
14. All corrections such as cuttings, interpolations, omissions and over-writings
shall be number as `c',`i',`o' and `ow' and initialed.
15.Tender shall be submitted on prescribed Form only. The tenderer shall submit
an under taking in proforma D stating that no changes, alterations are made
in the tender documents downloaded
from the website and same is
submitted to the Bank. Only the original offer documents downloaded from
website have to be duly filled and submitted and no other format shall be
used, except for Proformas which shall be submitted in the letter head.
Wherever required, particulars can be submitted in annexure but such details
shall be clearly mentioned in respective columns in the original document. All
the documents, enclosures, and correspondence will form the part of
contract. All rates shall be quoted on the proper form of the tender alone.
Quoted rates and units different from prescribed in the tender schedule will
be liable for rejection.
The entire set of tender documents should be submitted fully and also signed
at appropriate places as detailed in the Instructions to Tenderers together
with initials on every page. Notwithstanding this,submission of tender will
indicate the acceptance of the tender documents by the tenderer.
No modifications, writings or corrections can be made in the tender documents by
the tenderer. No conditional offers are acceptable.
The Employer reserves the right to reject the lowest or any tender and also to
discharge any or all of the tenders for each section or to split up and
TENDER FOR SUPPLY OF 50 LAKHS CS-1 PASSBOOKS
NOV 2015
PAGE 9 OF 50
PRINTING SECTION, GA WING, HO, BANGALORE
distribute any item of work to any specialist firm or firms, without assigning
any reason.
The tenderers should note that the tender is strictly on the item rate basis and
their attention is drawn to the fact that the rates for each and every item
should be correct, workable and self-supporting. If called upon by the
Employer detailed analysis of any or all the rates shall be submitted. The
Employer shall not be bound to recognize the contractor’s analysis
16.The rates quoted shall be all inclusive of materials, labour, tools & plant,
carriage & transport, loading, unloading, freight, supervision, overheads &
profits, insurance ,Excise Duty, Sales tax, VAT, or any other tax, any
royalties, duties, levies, cess, turnover tax, or any other tax including entry
tax, Octroi on material or finished item , mobilizing and other charges
whatsoever including any anticipated or un-anticipated difficulties etc.
complete for proper supply of the items as per the specifications and nothing
extra shall be paid/reimbursed by the Bank. The Service Tax if applicable,
will be paid extra.
17.The acceptance of a tender will rest with the Bank which does not bind itself
to accept the lowest tender, and reserves to itself the authority to reject
any or all of the tenders received without assigning any reason.
18. Tenders which are incomplete in any respect are liable to be rejected.
19. Canvassing in connection with tenders is strictly prohibited and the tenders
submitted by the contractor/vendors who resort to canvassing will be liable for
rejection.
20. The applicant shall furnish the list of his relatives working in the Canara
Bank with their present place of posting in the Proforma C.
21. The tender for the supplies shall remain open for acceptance for a period of
90 days from the date of opening of tenders. No offer can be modified or
withdrawn by the tenderer after submission of the tender bid. If any tenderer
withdraws his tender before the said period or makes any modifications in
the terms and conditions of the tender which are not acceptable to the Bank,
then the Bank shall, without prejudice to any other right or remedy, be at
liberty to forfeit full value of the Earnest Money Deposit as aforesaid.
22.The tender for the work shall not be witnessed by a tenderer/
contractor/vendor who himself / themselves has / have tendered or who may
and had/have tendered for the same work. Failure to observe this
TENDER FOR SUPPLY OF 50 LAKHS CS-1 PASSBOOKS
NOV 2015
PAGE 10 OF 50
PRINTING SECTION, GA WING, HO, BANGALORE
condition would render tenders of the contractor/vendors tendering as well as
witnessing the tender liable to summary rejection.
24.Tenderer or their authorized representatives with an authorization letter as per
Proforma B are requested to be present during the opening of the bids. If any
of the Bidders or all the bidders who submitted are not present during the
specified date and time of opening it will be deemed that such Bidder is not
interested to participate in the opening of the Bid/s and the Bank will proceed
further with opening of the technical bids in their absence.
25. It will be obligatory on the part of the tenderer to tender and sign the
tendered documents for all the component parts and that, after the work is
awarded, he / they will have to enter into an agreement for each component
with the competent authority of the Bank.
The tenderer shall be deemed to have satisfied himself before tendering as
to the correctness and sufficiency of his tender for the supplies to be made by
them and of the rates and prices quoted in the price bid and prices
shall, except as
otherwise provided, cover all his obligations under the
Contract.
26. The tenderer shall agree that until a formal agreement on stamp paper is
prepared and signed, this tender shall constitute a binding contract between
the tenderer and the Bank/ Employer.
27. On acceptance of the tender, the name of the
accredited
representative(s) of the Tenderer/ contractor/vendor who would be
responsible for taking instructions from the Bank / Employer shall be
communicated to the Employer.
28. Method of Evaluation of tender:
a. In the first stage, offers will be evaluated against the stipulated
eligibility criteria of the Bank and commercial conditions. Offers not
complying with the Bank’s eligibility criteria and commercial
conditions will be rejected summarily.
b. In the second stage, technical evaluation will be carried for such of
those tenders who comply with eligibility criteria & commercial
conditions. Commercial Conditions stipulated is to be accepted by
vendor otherwise it will be rejected.
c. In the third stage ,second envelope containing " Price Bid " of such of
those qualified tenders complying with the eligibility criteria’s,
Commercial conditions and Technically acceptable shall be opened
TENDER FOR SUPPLY OF 50 LAKHS CS-1 PASSBOOKS
NOV 2015
PAGE 11 OF 50
PRINTING SECTION, GA WING, HO, BANGALORE
on a given date and time in presence of the qualified tenderers with
prior notice. The qualified tenderers are expected to attend the
tender opening and their inability in participating will not in any
way prevent the Bank undertaking the opening of the bids.
d. During the course of technical evaluation if found necessary the
Employer may seek supplementary price bids to bring the evaluation
at par and any such price bids shall be prepared as stated in the
tender and submitted in sealed envelopes
superscribing
"Supplementary Price Bid for the procurement of 50 Lakhs CS-1
Passbooks”. Such supplementary price bid shall be opened
simultaneously with the original price bid on the prescribed date and
taken into consideration in its evaluation.
e. Voluntary submission of the supplementary price bid by the
contractor/vendor
/
tenderer shall not be accepted and
supplementary bids shall be limited to the details sought for by
the Employer only. Any other un-related price variations furnished
in supplementary price bids shall not be recognised and might be
liable for rejections if undue information are furnished.
29. In case of other un-qualified tenderers, the sealed Price bid along with EMD
shall be returned treating it individually.
30. Bank shall not responsible for any error during the downloading of the tender
document . No claims shall be entertained on this reason.
31. All the contents of this tender document and price bid with quoted rates shall
form
a
part
of
the
contract
document.
The
successful
tenderer/contractor/vendor, on acceptance of his tender by the Accepting
Authority, shall sign an agreement on stamp paper contract consisting of the
following within 14 days from the date of acceptance of the tender:(a) Standard form of Agreement on stamp paper.
(b) All the contents of this tender document and price bid with quoted
rates , Technical Brochures in schedules submitted by the tenderer , any
correspondence leading to placing of the supply order or acceptance of
tender by the Bank, etc.,
TENDER FOR SUPPLY OF 50 LAKHS CS-1 PASSBOOKS
NOV 2015
PAGE 12 OF 50
PRINTING SECTION, GA WING, HO, BANGALORE
32. INTEGRITY PACT: Integrity Pact format is enclosed as Part-H. The same to
be duly filled in a non-judicial stamp paper of Rs 200/- and submitted along
with offer.
Only those tenderers, who commit them selves to the above pact with the
Bank, shall be considered eligible for participate in the tendering process.
Those bids/ tenders which are not containing the above pact are liable for
rejection.
The Integrity Pact forms part of the contract.
33. SPLITTING OF THE PURCHASE ORDERS:
Total quantity shall be distributed among L-1 and L-2 Tenderer i.e., 60% to L-1
printer & 40% to L-2 Tenderer subject to L-2 Tenderer agreeing to execute at L1 tenderers rate, subject to the banks discretion / requirement.
In case L-2 tenderer disagrees to supply at the L-1 tenderer rate , then the offer
will be made to L-3, L-4 etc. tenderer, in the order of the quotes , to consider the
supply at L-1 rate. If all the tenderers other than L-1 reject to supply at the L-1
rate , then the orders for supply of entire quantity will be placed on L-1.
Bank reserves the right to alter / modify the said percentage, depending upon the
urgency / circumstances.
The L1 tenderer shall accept the above splitting of the order.
Asst. General Manager
TENDER FOR SUPPLY OF 50 LAKHS CS-1 PASSBOOKS
NOV 2015
PAGE 13 OF 50
PRINTING SECTION, GA WING, HO, BANGALORE
PART - D
: General Conditions of Contract.
1. INTERPRETATION & DEFINATIONS
In construing these conditions, the specifications, the schedule of quantities,
tender and Agreement, the following words shall have the meaning herein assigned
to them except where the subject or context otherwise requires.
Employer or Bank: The term "Employer" or "Bank" shall denote CANARA
BANK with their Head Office at BANGALORE represented by any of its
officers authorized on their behalf.
Vendor : The term "Contractor"," Bidder" or "Tenderer" or “ Supplier”
shall
mean
________________________________________________
(Name and address of Contractor) and his/their heirs, legal
representatives, assigns and successors.
“The Supply ” shall mean the items to be delivered under this contract
and shall include materials and labour.
"Contract " means the contract effected between the Employer &
vendor ,the Employer's acceptance thereof comprising (in addition to
the Tender and Acceptance)
the tender documents consisting of
Notice inviting the tender, General rules and instructions for the
guidance of the tenderers, Form of Tender, Form of agreement,
General conditions of contract , Technical specifications, proformas ,
Annexure , Integrity pact, price bid with schedule of quantities of the
various items of supply with rates or attached to any of the forgoing
documents, Annexures, any alterations agreed in writing between the
parties before the formal acceptance of the Tender, all these documents
taken together, shall be deemed to form one contract and shall be
complementary to one another.
"Specification" means the specification annexed to or issued with these
documents
"Approved " means approved in writing including subsequent written
confirmation of previous verbal approval and "approval" means approval
in writing including as aforesaid.
TENDER FOR SUPPLY OF 50 LAKHS CS-1 PASSBOOKS
NOV 2015
PAGE 14 OF 50
PRINTING SECTION, GA WING, HO, BANGALORE
“The Schedule of Quantities” or "Priced Schedule of Quantities" shall
mean the schedule (or bill) of quantities as specified and forming part of
this contract.
“Act of Insolvency” shall mean any act such as defined by the
Presidency Towns Insolvency Act or in Provincial Insolvency Act or any
amending statutes.
`Notice in writing' or `written notice' shall mean a notice in writing
typed or printed characters delivered to or sent by registered post to
the last known address private or business address or registered office
address, and shall be deemed to have been received when in ordinary
course of post it would have been delivered, and/or delivered
personally, or otherwise proved to have been received.
`virtual completion' shall mean that the delivery of the items is
complete in all respects in the opinion of the Employer and for which
the completion/clearance
certificate has been issued by the
Employer .
`Purchase order' or “ Acceptance of the Tender” shall mean an
intimation by a letter issued by the Accepting Authority of the
Employer to tenderer that his tender has been accepted in
accordance with the provisions in the said letter.
2. SCOPE
The supply of 50 Lakhs CS-1 Computer Savings Passbooks as per tender
specification stipulated in Part E of the tender documents for Canara Bank,
Printing Section, GA Wing,H.O,.within the time specified in the tender.
3. TENDERS
The tenderers should note that the tender is strictly on the item rate basis. The
items supplied will be paid for as “measured items” on the basis of actual
quantity accepted by the bank.
The Employer has power to add /to omit/ cancel any item as shown in tender and
intimate the same in writing but no addition, omission or variation shall be made
by the contractor without authorization from the Employer. No variation shall
vitiate the contract.
TENDER FOR SUPPLY OF 50 LAKHS CS-1 PASSBOOKS
NOV 2015
PAGE 15 OF 50
PRINTING SECTION, GA WING, HO, BANGALORE
4. AGREEMENT
The successful tenderer shall sign an agreement within 10 days from date of
receipt of the purchase order issued by the Bank in the prescribed form on Non
judicial stamp paper as per the form of agreement detailed under Annexure A. All
legal expenses, incidental thereto shall be borne by the contractor. If the tenderer
fails to sign the agreement within the stipulated time Bank reserves the right to
cancel the “ purchase order” and forfeit the Earnest money deposit submitted by
the Tenderer.
5. PERMITS AND LICENCES
Permits and Licenses for release of materials, which are under Government
control, shall be arranged by the tenderer. The Employer may render necessary
assistance, sign any forms or applications that may be necessary but shall not be
responsible for actual procurement or for any delay in procurement.
It may be clearly understood that no compensation or additional charges can be
claimed by the contractor for non receipt of any controlled materials in due time
on this account or according to his own requirements.
The Employer shall be indemnified against all Government or legal actions for
theft or misuse of controlled materials in the custody of the tenderer.
6. GOVERNMENT AND LOCAL RULES
The tenderer shall confirm to the provisions of all local Bye-laws and Acts relating
to the supply of the items and to the Regulations etc., of the Government and
Local Authorities . The tenderer shall give all notices required by said Act, Rules,
Regulations and Bye-laws etc., and pay all fees payable to such
authority/authorities for supply of the items. The cost, if any, shall be deemed to
have been included in his quoted rates, taking into account all liabilities for
licenses, fees. and shall indemnify the Employer against such liabilities and shall
defend all actions arising from such claims or liabilities.
8. QUOTED RATE
The rates quoted shall be all inclusive of materials, labour, tools & plant, carriage
& transport, loading, unloading, freight, supervision, overheads & profits,
insurance ,Excise Duty, Sales tax, VAT, or any other tax, any royalties, duties,
levies, cess, turnover tax, or any other tax including entry tax, Octroi on material
or finished item , mobilizing and other charges whatsoever including any
anticipated or un-anticipated difficulties etc. complete for proper supply of the
items as per the specifications and nothing extra shall be paid/reimbursed by
the Bank.
The Service Tax if applicable, will be paid extra.
TENDER FOR SUPPLY OF 50 LAKHS CS-1 PASSBOOKS
NOV 2015
PAGE 16 OF 50
PRINTING SECTION, GA WING, HO, BANGALORE
No extra charge / tax will be paid for the location/ site where road permit is
required. Bank will not arrange for Road permit. Any letter addressed to the tax
authorities shall be issued by the Bank if required at the request of the tenderer.
From the date of placing the order till the delivery of the items, if any changes are
brought in the tax structure by the Government resulting in reduction of the cost
of the items, the benefit arising out of such reduction shall be passed on to the
Bank.
However any increase in the tax structure by the Government shall not be paid by
the Bank.
The rate quoted shall be firm throughout the contract and No escalation shall be
paid for any reason.
9. EARNEST MONEY DEPOSIT :
The EMD of unsuccessful bidders will be returned within 15 days after placing the
order on the successful bidder or within 7 days after the expiry of the validity of
the tender.
The EMD of the successful bidder shall be returned within 7 days after signing of
agreement and depositing of the Security Deposit as per General conditions of
contract of this document.
The EMD may be forfeited/ Bank Guarantee may be invoked in the following
instances :
- If the bidder withdraws or amends the bid during the period of validity of
Tender bid specified in this document.
- If the successful bidder fails to sign the contract and fails to furnish
Performance Guarantee/ Security Deposit in accordance with the terms of
this tender within 10 days from the date of receipt of the Purchase order .
10. SECURITY DEPOSIT / PERFORMANCE BANK GUARANTEE
a) The successful bidder should submit a Security Deposit / Performance
Guarantee for 10 % value of the contract within ten days from the date of
receipt of the purchase order issued by the Bank. If the Security Deposit /
Performance Guarantee is not submitted with in the stipulated time, Bank
reserves rights to cancel the order by forfeiting the EMD.
b) The successful bidder should submit Security Deposit by way of Demand Draft
favouring
Canara Bank, HO or Performance Bank Guarantee issued by a
Nationalised/ Scheduled Bank in India other than Canara Bank in favour of
TENDER FOR SUPPLY OF 50 LAKHS CS-1 PASSBOOKS
NOV 2015
PAGE 17 OF 50
PRINTING SECTION, GA WING, HO, BANGALORE
Canara Bank as per the format prescribed in Part G-Annexure C OR fixed
deposit receipt of Canara Bank. No interest is payable for such security
deposits submitted in the form of DD/Bank Guarantee.
Security deposit if submitted in the form of Performance Bank Guarantee, the
guarantee period should be valid for 15 months from the date of placing the
order or till expiry of warranty period, whichever is later. The guarantee
should also contain a claim period of three months from the last date of
validity.
d)
The security deposit will be returned to the bidder within 60 days after
completion/ delivery of all the items subject to satisfactory quality as per
specifications & correctness of the quantity of the items supplied and
deducting the recoveries if any.
e) The selected bidder/ tenderer shall be responsible for extending the validity
date and claim period of the Bank guarantees as and when it is due, on
account of incomplete work and unsatisfactory performance during the
warranty period.
f) The Bank shall invoke the Bank guarantee before the expiry of validity, if
breach of contract and or the guarantee is not extended, or if the selected
bidder fails to complete his obligations under the contract.
The bank shall
notify the bidder in writing before invoking the bank guarantee. The proceeds
of the guarantee shall be payable to the Bank as compensation for any loss
from the selected Bidder’s failure to complete his obligations under the
contract.
11. DELIVERY, COMPLETION TIME, SUPPLY SCHEDULE

TOTAL DELIVERY TIME :- WITHIN 5-MONTHS FROM THE DATE OF ORDER
(20% OF THE TOTAL QUANTITY ORDERED EVERY MONTH).The First Lot
should be supplied within 30 days from the date of Purchase Order.

COMPLETION OF SUPPLIES : on delivery of full tendered quantity.

Location : To our 12 Printing & Stationery Sections as specified in Part-J

Where part supplies are made, the delivery shall be deemed to be
completed only after all the items as per the purchase order are delivered
to that site/ location. In such case, delivery date will be the date of
delivery of the last item delivered to that particular location.

INTERMEDIATE SCHEDULE OF SUPPLY :
Order shall be supplied every month
TENDER FOR SUPPLY OF 50 LAKHS CS-1 PASSBOOKS
20 % Quantity of Purchase
NOV 2015
PAGE 18 OF 50
PRINTING SECTION, GA WING, HO, BANGALORE

Failure to adhere to the above time schedule is liable to be treated as
delay / default/ non performance of the contract.
12. DEFECT LIABILITY PERIOD /WARRANTY PERIOD
The duration of the defect liability period/ warranty period is minimum 12
(Twelve) months from the date of completion of the supplies. During this
period the Vendor / tenderer is responsible for making good any inherent or
manufacturing defects are observed, though it might not be apparent or observed
at the time of acceptance of stocks. In such an event, the vendor /tenderer will
have to replace the stock in part or full/ or compensate for the loss or
inconvenience that it might have already caused or might cause to the bank on
account of such defects or deviation from the bank’s specifications.
For the purpose of this clause the completion shall be date of supply of complete
tendered quantity. The intermediate supplies shall not considered.
13 LIQUIDATED DAMAGES FOR DELAY
a) Failure to supply whether wholly or partly as per terms of our order or non –
performance or non-supply in time or supplying the materials which do not
conform to the specification/quality prescribed or which are found defective in
any other way from the samples approved or stipulated by Bank will entail
enforcement of one or more of the following :
i) Cancellation of the order in part or full.
ii) Forfeiture of the security deposit in whole or part.
iii) Recovery of extra cost if any incurred by the Bank in securing the material
etc. from other
source due to the defect/delay in Execution over the
stipulated time or otherwise.
iv)Rejection of the entire stock/the extent of defective stock.
If the bidder fails to supply the items within the specified time for delivery,
the Bank shall have the option to accept or reject the stock/ items delivered by
the bidder/ tenderer after the expiry of delivery period specified in the tender.
In case of acceptance of the delayed delivery as mentioned above, the bidder
shall be liable to pay the Bank the following amount as Liquidated damages at the
rates specified below :
Penalty / Liquidated damages will be charged for delayed supplies are as
under:[A] Delay upto 3 days - 1% (One percent of the amount of the delayed quantity)
[B] 4 to 15 days
- 2% (Two percent of the amount of the delayed quantity)
[C] 16 to 30 days
- 3% (Three percent of the amount of the delayed quantity)
[D] Above 30 days
- 5% (Five percent of the amount of the delayed quantity)
TENDER FOR SUPPLY OF 50 LAKHS CS-1 PASSBOOKS
NOV 2015
PAGE 19 OF 50
PRINTING SECTION, GA WING, HO, BANGALORE
If supplies are delayed beyond one month, orders are liable to be cancelled.
 Penalty/liquidated damages will be collected separately for each location
on the value of all items to be delivered at that location.
 Where part supplies are made, the delivery should be deemed to be
completed only after all the items as per the purchase order are delivered
to that location. In such case, completion date will be the date of delivery
of the last item delivered to that particular location.
 For the purpose of this clause, intermediate schedule of delivery at each site shall
be treated as separate entity and accordingly the contract value is considered.
Penalty will be charged for deviations/defective supplies(However the bank
reserves the right either to reject entire stock / part or accept with penalty). If
any defects are observed with regard to quality, packing, specifications & other
terms & conditions of the enquiry shall attract additional penalty (apart from
penalty levied on account of delay in supplies if any) by the Bank, by effecting
cost adjustment for the defects. The quantum of such penalty will be decided at
the sole discretion of the Bank. In this regard Bank will not entertain any disputes.
b) The bidder agrees and considers that the liquidated damages set out herein
above are fair and reasonable and that he will raise no objection or dispute
with regard to the bank’s right to recover the liquidated damages.
c) The liquidated damages shall be deducted / recovered by the bank from any
money due or becoming due to the bidder under this purchase contract or
may be recovered by encashment of bank guarantees or otherwise from
bidder.
14. ORDER CANCELLATION AND FORFEITURE.
The Bank reserves its right to cancel the entire / unexecuted part of Purchase
Order at any time by assigning appropriate reasons in the event of one or more of
the following conditions treating it as default / non performance of the contract:
1. Fails to sign the agreement within the specified time.
2. Fails to deposit the Security deposit /performance Guarantee within the
specified time.
3. Delay in delivery beyond the specified period including if intermediate
supplies are delayed beyond one month.
4. Supplying the materials which do not conform to the specification/quality
prescribed or defective,
5. Negligence / contravenes the terms of the contract
6. Breaches in the terms and conditions of the Order.
TENDER FOR SUPPLY OF 50 LAKHS CS-1 PASSBOOKS
NOV 2015
PAGE 20 OF 50
PRINTING SECTION, GA WING, HO, BANGALORE
In addition to the cancellation of purchase order, the Bank shall invoke the Bank
Guarantee or forfeit the Security Deposit given by the bidder towards non
performance/non compliance of the terms and conditions of the contract, to
appropriate the damages.
The bank shall also have the right to Recover of extra cost if any incurred by the
Bank in securing the material etc. from other source due to the defect/delay in
Execution over the stipulated time and such extra cost shall be recovered by the
Bank from any money due or becoming due to the bidder/ tenderer under this
purchase contract or may be recovered by encashment of bank guarantees or
otherwise from bidder under any other contract.
15. PRE-DISPATCH INSPECTION & ATTENDING TO POST DISPATCH DEFECTS:
Pre dispatch inspection :
The Bank and / or its nominated officials / consultants at their discretion may
carry out pre-dispatch inspection of the items before the delivery. The vendor/
tenderer shall inform his readiness for pre-dispatch inspection at least 7 days in
advance. Inspection of the items to be supplied to the Bank will be carried out at
vendor’s facility. There shall not be any additional charges payable by the Bank
for such inspection.
The Bank reserves the right to reject of the entire stock/ to the extent of
defective stock.
Post dispatch inspection :
The contents of each consignment delivered shall be verified in random for
correctness of its quality for its acceptance. In case of any discrepancy further
random verification shall be carried out. If the discrepancy continues all the
boxes in the lot shall be rejected and the supplier shall repack the same and call
the bank for verification. Any delay on this account shall not be valid for
extension of time.
During the usage if any quality discrepancy is reported the same shall be made
good by the supplier by supplying the respective quantity of found to be
defective within a one month from the date of reporting ..
The stocks / materials accepted by the Bank at initial inspection and in final
inspection shall in no way absolve the supplier responsibility as per the contract
and bank shall have the right to reject the same at a later dateif found deficient/
defective in terms of the warranty clause of the contract.
The Vendor is liable for any inherent or manufacturing defects observed after
procurement, though it might not be apparent or observed at the time of
acceptance of stocks. In such an event the Vendor will have to replace the stocks
in part or full and/ or compensate for the loss or inconvenience that might have
TENDER FOR SUPPLY OF 50 LAKHS CS-1 PASSBOOKS
NOV 2015
PAGE 21 OF 50
PRINTING SECTION, GA WING, HO, BANGALORE
already caused or might cause to the Bank on account of such defect or deviation
over the specifications observed at such later date.
16. PACKING AND VERIFICATION OF THE QUANTITY
The stocks / material shall be packed in boxes. The quantity in each box shall be
clearly specified before despatch.
The number of boxes supplied shall be verified for 100% for acceptance of
quantity.
Apart from the above, the Boxes in random shall be verified for correctness of its
contents for acceptance of the quantity. In case of any discrepancy further
random verification shall be carried out. If the discrepancy continues all the
boxes in the lot shall be rejected and the supplier shall repack the same and call
the bank for verification. Any delay on this account shall not be valid for
extension of time.
During the usage if any discrepancy is reported the same shall be made good by
the supplier by supplying the deficit quantity within one month from the date of
reporting.
17. PAYMENTS
Payments shall be made based on the accepted quantity / stocks by the Bank at
the site after complying with clause 15 , 16 and on submission of invoice with
CST, VAT, TIN, and acceptance certificate by the bank .
All invoices which are in order as per the terms of the contract shall be paid within
one month from the date of receipt of invoice.
No advance payment will be considered.
18. VARIATION IN QUANTITY
The quantities indicated in the tender are as per the present assessment of Bank's
requirement and Bank shall have the option to purchase (+) or ( -) 10% of the
quantity specified in this bid at the same price and on the same bid conditions.
19. INDEMNITY
The vendor shall indemnify, protect and save the Bank against all claims, losses,
costs, damages, expenses, action suits and other proceedings, resulting from
infringement of any law pertaining to patent, trademarks, copyrights etc. or such
ot
her statutory infringements in respect of all the items supplied by him.
TENDER FOR SUPPLY OF 50 LAKHS CS-1 PASSBOOKS
NOV 2015
PAGE 22 OF 50
PRINTING SECTION, GA WING, HO, BANGALORE
20. PUBLICITY
Any publicity by the vendor in which the name of the Bank is to be used shall be
done only with the explicit written permission of the Bank.
21. FORCE MAJEURE:
The vendor/ tenderer shall not be liable for default or non-performance of the
obligations under the contract, if such default or non-performance of the
obligations under this contract is caused by any reason or circumstances or
occurrences beyond the control of the vendor, i.e. Force Majeure.
For the purpose of this clause, “Force Majeure” shall mean an event beyond the
control of the vendor, due to or as a result of or caused by acts of God, wars,
insurrections, riots, earth quake and fire, events not foreseeable but does not
include any fault or negligence or carelessness on the part of the vendor, resulting
in such a situation.
In the event of any such intervening Force Majeure, the Vendor shall notify the
Bank in writing of such circumstances and the cause thereof immediately within
five calendar days. Unless otherwise directed by the Bank, the Vendor shall
continue to perform / render / discharge other obligations as far as they can
reasonably be attended / fulfilled and shall seek all reasonable alternative means
for performance affected by the Event of Force Majeure.
In such a case, the time for performance shall be extended by a period (s) not less
than the duration of such delay. If the duration of delay continues beyond a
period of three months, the Bank and the Vendor shall hold consultations with
each other in an endeavor to find a solution to the problem. Not withstanding
above, the decision of the Bank shall be final and binding on the Vendor.
22. RESOLUTION OF DISPUTES:
All disputes and differences of any kind whatsoever, arising out of or in
connection with this Offer or in the discharge of any obligation arising under this
Offer (whether during the course of execution of the order or after completion and
whether beyond or after termination, abandonment or breach of the Agreement)
shall be resolved amicably.
In case of failure to resolve the disputes and differences amicably the matter may
be referred to a sole arbitrator mutually agreed upon after issue of at least 30
days notice in writing to the other party clearly setting out their in the specific
disputes. IN the event of absence of consensus about the single arbitrator, the
dispute may be referred to joint arbitrators; one to be nominated by each party
and the said arbitrators shall appoint a presiding arbitrator. The provisions of the
Indian Arbitration and Conciliation Act, 1996, shall govern the arbitration.
TENDER FOR SUPPLY OF 50 LAKHS CS-1 PASSBOOKS
NOV 2015
PAGE 23 OF 50
PRINTING SECTION, GA WING, HO, BANGALORE
23. JURISDICTION
The Purchase Contract shall be governed by the Laws and Regulations of India for
the time being in force and will be subject to the exclusive jurisdiction of the
Courts in Bangalore, India.
24. SHREDDING METHOD:
Waste sheets of Computer Stationery with Bank's name & logo shall not be
disposed off or sold in the Market as it is. Instead the same shall be duly shred and
then disposed off. Any violation of this term shall be treated as Violation of
Principal Terms of Contract and the Bank is entitled to claim damages.
Accepted all the terms & conditions
Signature of tenderer/ vendor
TENDER FOR SUPPLY OF 50 LAKHS CS-1 PASSBOOKS
NOV 2015
PAGE 24 OF 50
PRINTING SECTION, GA WING, HO, BANGALORE
PART -E ITEM SPECIFICATIONS & Questionnaire
(RIGHT HAND PORTION OF THE TECHNICAL QUESTIONAIRE TO BE FILLED BY THE TENDERER)
ITEM TO BE SUPPLIED: BANK INTENDS to procure CS-1 SB COMPUTER PASS BOOK WITH ART
PAPER COVER. Paper to be used is as under (the same has to meet the quality parameters /
specifications as per BIS code - Without any negative tolerance in respect of GSM of the paper).
APPROVED MAKES / BRANDS: 80 GSM SUPER SUNSHINE MAPLITHO PAPER FROM PAPER MILLS AS
PER THE LIST ATTACHED IN ANNEXURE ‘D’TO BE USED FOR TEXT. 170 GSM GOOD QUALITY ART
PAPER IS TO BE USED FOR COVER PAGE.
Please fill in the details in the below table against each requirement. The tenderer shall furnish all
the relevant details. If the space provided is inadequate, the details can be furnished by way of
annexures, enclosing catalogues, product profiles etc., giving due references therein.
DESCRIPTION
QUANTITY
SIZE
No. OF PAGES
BANK'S DESIRED SPECIFICATIONS
SPECIFICATIONS
OFFERED BY THE
VENDOR
50,00,000 (FIFTY LAKH PASS BOOKS ONLY)
Please Confirm
SIZE- 18.7cms X 9cms in folded condition
Total No. of Pages- 24 inner pages + 4 –COVER
PAGES/
Please Confirm.
PRINTING
Both Cover pages to be printed in Multi colour, Front side
with Bank’s name & logo and BACK COVER with art work.
Offset printing in Hindi & English on inner 22 pages with
CYON BLUE INK & with vertical rulings. 2 pages are to be
pasted to the inner cover page using good quality glue/
adhesive or sticker pasting [Sticker gumming preferred].
After pasting there should not be any wrinkles. There is Two
Colour Printing on Front inner cover page and single colour
printing on back inner cover– where sticker gumming is
involved.
Please Confirm.
OTHER
SPECIFICATIONS
Pass books are to be tailor stitched perfectly with good
quality thread. Space between the stitches should be 3-mm.
Thread should be properly trimmed & should not protrude
out. Stitching should be properly centered and should not
overlap. Thickness of the Pass Book should not exceed
1.4mm without cover page when the book is opened in
finished form. The spine portion of the pass books should be
thin & properly creased/compressed so that it passes
through the Pass Book Printers without any difficulty. Edges
of the Pass Book should not be sharp but should be blunt and
round in shape.
Please Confirm.
NO LAMINATION FOR COVER PAGES
TENDER FOR SUPPLY OF 50 LAKHS CS-1 PASSBOOKS
NOV 2015
PAGE 25 OF 50
PRINTING SECTION, GA WING, HO, BANGALORE
DESCRIPTION
PAPER
BANK'S DESIRED SPECIFICATIONS
80 GSM SUPER SUNSHINE MAPLITHO PAPER
FROM“A”GRADE/REPUTED PAPER MILLS (AS PER THE
LIST ATTACHED IN ANNEXURE C). 170 GSM IMPORTED
MAT FINISH ART PAPER IS TO BE USED FOR COVER
PAGE. (The same has to meet the quality
SPECIFICATIONS OFFERED
BY THE VENDOR
parameters / specifications as per BIS code
12766-1997 (REAFFIRMED 2002) (Without any
negative tolerance in respect of GSM of the
paper).
Bank is not bound by the Trade practice of + 2.5% etc.,
with regard to GSM. If the paper used is less than 80
GSM(for inner sheets) & 170 GSM(for Cover sheets), the
Bank reserves the right to REJECT the entire stock and
no
claim
or
explanation
would
be
entertained/accepted.
Please Confirm & indicate the Make or brand of paper
you are proposing to supply.
Please Confirm.
PACKING &
SUPPLY
Every 50 Pass books are to be packed in polythene
covers and 20 such packets (1000 Pass books) are to be
packed in 5 ply strong/good quality carton boxes. The
boxes are to be tightly strapped at 4 places (2
horizontally and 2 vertically) with 12mm good quality
straps. The quality of the boxes and packing should be
superior so as to avoid any indentation / folding.
FULL QUANTITY TO BE SUPPLIED TO 12
LOCATIONS AS SPECIFIED IN PART-J
Please Confirm.
APPROVAL &
SAMPLES
25 pre-production sample pass books to be
submitted immediately after the Order for
approval. A few Pass Books are to be tested
at select Branches. Bulk production to be
taken up only after approval of the samples.
The quality of the pass book should be exactly
as per approved samples. Any deviation in
quality of the pass book renders the stock
liable for rejection. Required CD for the
design would be provided by us. Get approval
from us before taking up printing. CD to be
returned to us after printing is completed.
Please Confirm.
TENDER FOR SUPPLY OF 50 LAKHS CS-1 PASSBOOKS
NOV 2015
PAGE 26 OF 50
PRINTING SECTION, GA WING, HO, BANGALORE
DESCRIPTION
SUPPLY
SCHEDULE
RATE
EMD
BANK'S DESIRED SPECIFICATIONS
SPECIFICATIONS OFFERED
BY THE VENDOR
In 5- months (from the date of order)
in monthly instalments.
Delay in supply will attract penalty as
detailed in Clause 11A & 11B of Part C:
General Conditions of Contract of this
document.
Please Confirm.
PLEASE QUOTE YOUR COMPETITIVE NET
RATE PER PASS BOOK inclusive of the
cost of paper & all TAXES, VAT,
EXCISE, CESS, TRANSPORTATION, etc.
Please round off the rate to nearest
paise. DO NOT QUOTE MORE THAN
TWO DECIMALS.
Please Confirm.
Earnest
Money
Deposit
(EMD):
RS.3,00,000/- (Rupees Three Lakh
only). Quotations without EMD are
liable to be rejected.
Please Confirm.
ORDER SPLIT
DETAILS
TOTAL QUANTITY MAY BE DISTRIBUTED AMONG
L-1 AND L-2 PRINTERS i.e., 60% to L-1 PRINTER
& 40% TO L-2 PRINTER, SUBJECT TO L-2
PRINTER AGREEING TO EXECUTE AT L-1 RATE,
SUBJECT TO THE BANKS DISCRETION /
REQUIREMENT.
BANK RESERVES THE RIGHT TO ALTER /
MODIFY
THE
SAID
PERCENTAGE,
DEPENDING UPON THE URGENCY /
CIRCUMSTANCES.
Please Confirm.
TENDER FOR SUPPLY OF 50 LAKHS CS-1 PASSBOOKS
NOV 2015
PAGE 27 OF 50
PRINTING SECTION, GA WING, HO, BANGALORE
DESCRIPTION
SPECIFICATIONS OFFERED
BY THE VENDOR
BANK'S DESIRED SPECIFICATIONS
PAYMENT WILL BE MADE BY US, UPON YOUR
SUBMITTING THE BILL & DELIVERY CHALLAN
(LOT-WISE) TO THE ABOVE ADDRESS.
PAYMENT
The supplier, in token of having used
Specified paper has to certify as under on
each Bill / Invoice under the signature of the
authorised person / Proprietor / Director :“This is to certify that paper of _____ GSM
PAPER
manufactured
/
by
M/s.
__________________ has been used in
manufacture of Pass book being supplied to
CANARA Bank by us.”
Please Confirm.
Note: It may be noted that the specifications detailed above are only illustrative and not
exhaustive and minimum required . The tenderer shall furnish the full details of the item
offered with all the details including additional features over & above the minimum
specified by Bank.
Note 2: Further the quantities indicated are rough assessment of Bank's requirement and
Bank shall have the option to purchase (+) or ( -) 10% of the quantity specified in this bid
at the same price and on the same bid conditions.
Signature of the Tenderer/ vendor
TENDER FOR SUPPLY OF 50 LAKHS CS-1 PASSBOOKS
NOV 2015
PAGE 28 OF 50
PRINTING SECTION, GA WING, HO, BANGALORE
PART- F
Proforma A
Tender form
Our Reference No:
Date:
To
The Asst. General Manager,
Canara Bank,
Printing & Stationery Section
Bangalore – 560 002.
Karnataka.
Dear Sir,
Sub : Supply of 50 Lakh CS-1 Paassbooks to Canara Bank.
Ref: GAPS/ENQ/COMP/cs-1/02/11-2015/SK. DT: 27.11.2015.
Having examined the tender document including all Proformas & Annexures the receipt of
which is hereby duly acknowledged, we, the undersigned, offer to supply the items in
conformity with the said bid in accordance with the Schedule of Prices indicated in the Price
bid and made part of this offer.
If our offer is accepted, we undertake to commence and complete delivery within the
stipulated time period calculated from the date of receipt of your Notification of Award /
Order.
We agree to abide by this offer till 90 days from the date of opening of the offer by the Bank
and our offer shall remain binding upon us and may be accepted by the Bank any time
before the expiration of that period.
We accept all Terms and Conditions of the subject tender. We hereby submitting the tender
document duly signed in all the pages for having accepted all the terms and conditions.
We understand that the Bank is not bound to accept the lowest or any offer the Bank may
receive without assigning any reason whatsoever.
We are enclosing herewith our DD or Fixed deposit of canara bank
No.______________ Dtd. _____________for Rs…………………………drawn on
_______________________ Bank towards Earnest Money Deposit or Bank
guarantee. No. form ……………..
( strike which ever is not applicable )
Dated this _________day of __________YYYY.
Signature. ____________________________
Name of the company/Authorised Supplier with seal.
TENDER FOR SUPPLY OF 50 LAKHS CS-1 PASSBOOKS
NOV 2015
PAGE 29 OF 50
PRINTING SECTION, GA WING, HO, BANGALORE
(PLEASE ENSURE THAT ALL THE COLUMNS ARE FILLED BEFORE SUBMITTING THE TENDER)
Part G
Proforma B ( Authorization letter format)
The Asst. General Manager,
Canara Bank,
Printing & Stationery Section
Head Office
Bangalore – 560 002.
Karnataka
Dear Sir,
SUB: Tender for supply of 50 Lkah CS-1 Passbooks- Authorization Letter for attending
the Quotation / Bid Opening.
REF: YOUR Enquiry NO: GAPS/ENQ/COMP/cs-1/02/11-2015/SK. DT: 27.11.2015.
This has reference to your above Enquiry for supply of the subject items.
We hereby authorise Mr. Miss/Mrs. ________________________________________ to
attend the bid opening of the above bids on the due dates on behalf of our organization.
The specimen signature is attested below:
_________________________________
Specimen Signature of Representative
__________________________________
Signature of Authorizing Authority
__________________________
Signature of Attesting Authority
_________________________________
Name of Authorizing Authority
TENDER FOR SUPPLY OF 50 LAKHS CS-1 PASSBOOKS
NOV 2015
PAGE 30 OF 50
PRINTING SECTION, GA WING, HO, BANGALORE
Part G
Proforma - C
1. Details List of relatives working in Canara bank;
NAME OF THE OFFICIAL
DESIGNATION
ADDRESS OF THE OFFICE
/ BRANCH
2. Details List of retired Government / PSU/ Bank employees ,
employed by the applicant :
NAME OF
OFFICIAL
THE
RETIRED DESIGNATION
NAME & ADDRESS OF THE
PREVIOUS EMPLOYER
Name of the company/Authorised Supplier with seal.
TENDER FOR SUPPLY OF 50 LAKHS CS-1 PASSBOOKS
NOV 2015
PAGE 31 OF 50
PRINTING SECTION, GA WING, HO, BANGALORE
Part G
Proforma D ( Undertaking letter )
The Asst. General Manager,
Canara Bank,
Printing & Stationery Section
Head Office
Bangalore – 560 002.
Karnataka
Dear Sir,
SUB: Tender for supply of 50 Lak CS-1 Passbooks.REF: YOUR Enquiry NO: GAPS/ENQ/COMP/cs-1/02/11-2015/SK. DT: 27.11.2015.
This has reference to your above Enquiry for supply of the subject items.
We hereby state that we M/s ________________________________________ have
submitted the above tender documents duly filling at the appropriate places without making
any alterations , corrections , omissions in the tender issued by the bank or downloaded from
the web site.
Name of the company/Authorised Supplier with seal.
TENDER FOR SUPPLY OF 50 LAKHS CS-1 PASSBOOKS
NOV 2015
PAGE 32 OF 50
PRINTING SECTION, GA WING, HO, BANGALORE
Part G
ANNEXURE –A
FORMAT OF CONTRACT AGREEMENT
This supply agreement made on this ________ day of the month of ____ in the year
Two Thousand Eleven(____. 2015) BETWEEN, Canara Bank a body corporate
constituted under the Banking & Companies (Acquisition and Transfer of
Undertakings) Act, 1970, having its Head Office, at 112, J C Road, Bangalore- 560
002, represented by Asst. General Manager, P & S Section, GA Wing, HO, Bangalore,
its duly constituted attorney (hereinafter referred to as Bank) of the ONE PART;
AND
M/s.__________________ duly represented by one of its Proprietor/Partner / Director
____________,
aged
_____years,
S/o
Sri
______________,
residing
at
________________________
and
having
their
office
at
________________________________________ (hereinafter called the Supplier) of the
other part.
WHEREAS THE Bank is desirous of purchasing……………….. for said location and
has accepted the tender opened on ____.12 .2015 submitted by the supplier & the
supplier has agreed to perform as set out and subject to the terms & conditions
set forth in the said documents mentioned herein under.
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.
a) Notice inviting Tender
b) The Tender Document comprising Notice inviting the tender, Eligibility criteria,
General rules & Instruction to tenderers, General Conditions of the Contract,
technical specifications of the items , Form of tender , Appendix A B, PRICE BID
(Priced schedule of quantities with specifications), .
c) Corrigendum to tender document if any.
e) Letter from supplier dt. ___________ in response to the negotiation meeting
discussions held on _________
f) Letter of Acceptance issued to supplier by Bank – letter No._________ DT ________.
TENDER FOR SUPPLY OF 50 LAKHS CS-1 PASSBOOKS
NOV 2015
PAGE 33 OF 50
PRINTING SECTION, GA WING, HO, BANGALORE
g) Letters from and to the supplier, if any, leading to and prior to acceptance letter.
3. In consideration of the payments to be made by the Bank to the supplier the
supplier hereby covenants and agrees with the Bank to supply the ORDERED ITEMS
to specified location/s and perform the contractual obligations in conformity in all
respects and subject to all terms and conditions/rules as mentioned in the aforesaid
documents which shall from part of this agreement.
In witness whereof, the parties hereunto have set their respective hands and seals
the day and year first above written.
For & on behalf of the
Contractor with seal
TENDER FOR SUPPLY OF 50 LAKHS CS-1 PASSBOOKS
for & on behalf of the
Canara Bank with seal
NOV 2015
PAGE 34 OF 50
PRINTING SECTION, GA WING, HO, BANGALORE
Part G
Annexure – B
BANK GUARANTEE FORMAT FOR EARNEST MONEY DEPOSIT
To
WHEREAS ______________________________(Name of Tenderer) (hereinafter
called "the Tenderer" has submitted its tender dated _______________________
(Date)
for
the
execution
of
(Name
of
Contract)_____________
_______(hereinafter called "the Tender") in favour of Canara Bank hereinafter
called the "Employer";
KNOW ALL MEN by these presents that we, ___________ Bank, a body corporate
constituted under the Banking Companies (Acquisition & Transfer of Undertakings)
Act, 1970 having its Head Office at ________________________ amongst others a
branch at ________________ (hereinafter called "the Bank" are bound unto the
employer
for
the
sum
of
Rs________________
(Rupees___________________________________________only) for which payment
well and truly to be made to the said Employer, the Bank binds itself, its
successors and assigns by these presents;
THE CONDITIONS of this obligation are:
(a) If the Tenderer withdraws its Tender during the period of Tender validity
specified in the Tender; or
(b) If the Tenderer having been notified of the acceptance of his Tender by the
Employer during the period of Tender validity;
(i) Fails or refuses to execute the Agreement, if required; or
(ii) Fails or refuses to furnish the performance security or security Deposit, in
accordance with clause ___________ of conditions of Contract / tender.
We undertake to pay to the Employer up to the above amount upon receipt of his
first written demand without the Employer having to substantiate his demand,
provided that in his demand the Employer will note that the amount claimed by
him is due to him owing to the occurrence of one or both of the two conditions,
specifying the occurred condition or conditions.
Notwithstanding anything contained herein,
1)
our liability under this Bank guarantee shall not exceed
Rs________________(Rupees_______________________________
____________only)
TENDER FOR SUPPLY OF 50 LAKHS CS-1 PASSBOOKS
NOV 2015
PAGE 35 OF 50
PRINTING SECTION, GA WING, HO, BANGALORE
2)
3)
The bank Guarantee is valid upto __________ and
We are liable to pay the guaranteed amount or any part therof
under this Bank guarantee only and only if you serve upon us a
written claim or demand on or before _____________( mention
period of the Guarantee as found under clause (ii) above plus
claim period)
Dated _________________day of ________________________20____
SIGNATURE OF THE BANK
TENDER FOR SUPPLY OF 50 LAKHS CS-1 PASSBOOKS
NOV 2015
PAGE 36 OF 50
PRINTING SECTION, GA WING, HO, BANGALORE
PART G –Annexure CBANK GUARANTEE FORMAT FOR SECURITY DEPOSIT
Guarantee No……………………………………………………………..
Amount of Guarantee Rs………………………………………………..
Guarantee cover from Dated : ………………………………………….
To Dated: ………………………………………………………………….
Last Date for Lodgement of claim: ……………………………………..
To:
………………………………………………
………………………………………………
………………………………………………
………………………………………………
In consideration of ……………………………………… (hereinafter called "Beneficiary")
having agreed to exempt …………………………… …….. Ltd.,
having its Registered
Office situated at ………………………………. (hereinafter called the "the obligator(s)")
from the demand of security deposit of Rs…………………… (Rupees
………………………………………………….. only) under the terms and conditions of an
agreement dated …………………. (hereinafter called the "said Agreement") for the
due fulfillment by the said obligator of the terms and conditions contained in the
said agreement, on production of the Bank Guarantee for Rs…………………. (Rupees
………………………………… only), at the request of the obligator ______ Bank, a body
corporate constituted under the Banking Companies (Acquisition & Transfer of
undertakings) Act, 1970 having its Head Office at _____________ amongst others a
branch at ……………………… (hereinafter referred to as "the Bank") has agreed to give
following guarantee in favour of the beneficiary for an amount not exceeding
Rs……………….. (Rupees ……………………………………………………….. only) against any loss or
damage caused to or suffered or would be caused to or suffered by reason of any
breach by the said Obligator(s) of any of the terms and conditions contained in the
said agreement.
1. We, the Bank to hereby undertake to pay the amount payable under this
guarantee without any demur merely on a demand from the beneficiary
stating that the amount claimed is due by way of loss or damage caused
to or would be caused to or suffered by reason or any breach of the
terms and conditions contained in the said agreement or by reason of
the obligator's failure to perform the said agreement. Any such demand
in writing made on the Bank shall be conclusive as regards the amount
due and payable by the Bank under the guarantee. However, our
liability under this guarantee shall be restricted to an amount not
exceeding Rs……………………………….
TENDER FOR SUPPLY OF 50 LAKHS CS-1 PASSBOOKS
NOV 2015
PAGE 37 OF 50
PRINTING SECTION, GA WING, HO, BANGALORE
2. We, the Bank further agree that the guarantee herein contained shall
remain in full force and effect during the period that would be taken for
the performance of the said agreement and that it shall continue to be
enforceable till all the dues of the beneficiary under or by virtue of the
said agreement have been fully paid and its claims satisfied or till the
beneficiary certifies that the terms and conditions of the said agreement
have been fully discharged this guarantee. Unless a demand for claim
under this guarantee is made on us in writing on or before
………………………… we shall be discharged from all liabilities under this
guarantee thereafter.
3. We, the Bank further agree that the beneficiary shall have the fullest
liberty, without consent and without effecting in any manner or
obligations hereunder, to extend time of performance the said
obligator(s) from time to time or to postpone for any time any of the
powers exercisable by the beneficiary against the said obligator(s) and
to forbear or enforce any of the terms and conditions relating to the said
agreement and we shall not be relieved of our liability by reason of any
extension being granted to the said obligator(s) for any forbearance, act
or omission on the part of the beneficiary or any indulgence by the
beneficiary to the said obligator(s) or by any such matter or thing
whatsoever which under the law relating to sureties would not for this
provision have effect of so relieving us.
4. We, the Bank lastly undertake not to revoke this guarantee during its
currency except with the previous consent of the beneficiary in writing.
5. Not withstanding anything contained herein:
(i) Our liability under this Bank Guarantee shall not exceed Rs. ………
(Rupees ……………………………………………………………… only)
(ii) This Bank Guarantee is valid upto ……………………….. and
(iii) We are liable to pay the guaranteed amount or any part thereof
under this Bank Guarantee only and only if you serve upon us a
written claim or demand on or before ………………. (mention
period of the guarantee as found under clause
(ii) above plus claim period)
PLACE:
DATE :
TENDER FOR SUPPLY OF 50 LAKHS CS-1 PASSBOOKS
SIGNATURE
NOV 2015
PAGE 38 OF 50
PRINTING SECTION, GA WING, HO, BANGALORE
PART H
INTEGRITY PACT
Between
Canara Bank a body corporate constituted under the Banking Companies (
Acquisition and Transfer of undertakings Act, 1970,) having its Head office,
112, J C Road, Bangalore) hereinafter referred to as “The Principal”, which
expression unless repugnant to the context or meaning hereof shall include
its successors or assigns of the ONE PART
and
___________________________________________________________
(description of the party along with address), hereinafter referred to as
“The Bidder/ Contractor” which expression unless repugnant to the context
or meaning hereof shall include its successors or assigns of the OTHER PART
Preamble
The Principal intends to award, under laid-down organizational procedures,
contract/s for …………………………..
The Principal values full compliance with all relevant laws of the land, rules
and regulations, and the principles of economic use of resources, and of
fairness and transparency in its relations with its Bidder(s)/ Contractor(s).
In order to achieve these goals, the Principal will appoint Independent
External Monitor(s), who will monitor the Tender/RFP process and the
execution of the contract for compliance with the principles mentioned
above.
TENDER FOR SUPPLY OF 50 LAKHS CS-1 PASSBOOKS
NOV 2015
PAGE 39 OF 50
PRINTING SECTION, GA WING, HO, BANGALORE
Section 1 – Commitments of the Principal
1.1 The Principal commits itself to take all measures necessary to prevent
corruption and to observe the following principles:1.1.1
No employee of the Principal, personally or through family
members, will in connection with the Tender/RFP for, or the execution of a
contract, demand, take a promise for or accept, for self or third person,
any material or immaterial benefit which the person is not legally entitled
to.
1.1.2
The Principal will, during the Tender/RFP process treat all
Bidder(s) with equity and reason. The Principal will in particular, before and
during the Tender/RFP process, provide to all Bidder(s) the same
information and will not provide to any Bidder(s) confidential / additional
information through which the Bidder(s) could obtain an advantage in
relation to the Tender/RFP process or the contract execution.
1.1.3
The Principal will exclude from the process all known prejudiced
persons.
1.2 If the Principal obtains information on the conduct of any of its
employees which is a penal offence under the Indian Penal Code 1860 and
Prevention of Corruption Act 1988 or any other statutory penal enactment,
or if there be a substantive suspicion in this regard, the Principal will inform
its Vigilance Office and in addition can initiate disciplinary actions.
Section 2 – Commitments of the Bidder(s)/ Contractor(s)
2.1 The Bidder(s)/ Contractor(s) commit himself to take all measures
necessary to prevent corruption. He commits himself to observe the
following principles during his participation in the Tender/RFP process and
during the contract execution.
TENDER FOR SUPPLY OF 50 LAKHS CS-1 PASSBOOKS
NOV 2015
PAGE 40 OF 50
2.1.1
PRINTING SECTION, GA WING, HO, BANGALORE
The Bidder(s)/ Contractor(s) will not, directly or through any
other person or firm, offer, promise or give to the Principal or to any of the
Principal’s employees involved in the Tender/RFP process or the execution
of the contract or to any third person any material, immaterial or any other
benefit which he / she is not legally entitled to, in order to obtain in
exchange any advantage of any kind whatsoever during the Tender/RFP
process or during the execution of the contract.
The Bidder(s)/ Contractor(s) will not enter with other Bidder(s) into any
illegal or undisclosed agreement or understanding, whether formal or
informal. This applies in particular to prices, specifications, certifications,
subsidiary contracts, submission or non-submission of bids or any other
actions to restrict competitiveness or to introduce cartelization in the
bidding process.
2.1.2
The Bidder(s)/ Contractor(s) will not commit any penal offence
under the relevant IPC/ PC Act; further the Bidder(s)/ Contractor(s) will not
use improperly, for purposes of competition or personal gain, or pass on to
others, any information or document provided by the Principal as part of
the business relationship, regarding plans, technical proposals and business
details, including information contained or transmitted electronically.
2.1.3
The Bidder(s)/ Contractor(s) will, when presenting his bid, disclose
any and all payments he has made, and is committed to or intends to make
to agents, brokers or any other intermediaries in connection with the award
of the contract.
2.2
The Bidder(s)/ Contractor(s) will not instigate third persons to
commit offences outlined above or be an accessory to such offences.
TENDER FOR SUPPLY OF 50 LAKHS CS-1 PASSBOOKS
NOV 2015
PAGE 41 OF 50
PRINTING SECTION, GA WING, HO, BANGALORE
Section 3 – Disqualification from Tender/RFP process and exclusion from
future contracts
If the Bidder(s)/ Contractor(s), before award or during execution has
committed a transgression through a violation of Section 2 above, or acts in
any other manner such as to put his reliability or credibility in question, the
Principal is entitled to disqualify the Bidders(s)/ Contractor(s) from the
Tender/RFP process or take action as per the separate “Guidelines for
Suspension of Business Dealings with Suppliers/ Contractors” framed by the
Principal.
Section 4 – Compensation for Damages
4.1 If the Principal has disqualified the Bidder(s) from the Tender/RFP
process prior to the award according to Section 3, the Principal is entitled
to demand and recover the damages equivalent to Earnest Money Deposit.
4.2 If the Principal has terminated the contract according to Section 3, or
if the Principal is entitled to terminate the contract according to section 3,
the Principal shall be entitled to demand and recover from the Contractor
liquidated damages equivalent to 5% of the contract value or the amount
equivalent to Security Deposit/Performance Bank Guarantee, whichever is
higher.
Section 5 – Previous Transgression
5.1 The Bidder declares that no previous transgressions occurred in the last
3 years with any other company in any country conforming to the anticorruption approach or with any other Public Sector Enterprise in India that
could justify his exclusion from the Tender/RFP process.
5.2 If the Bidder makes incorrect statement on this subject, he can be
disqualified from the Tender/RFP process or the contract, if already
awarded, can be terminated for such reason.
TENDER FOR SUPPLY OF 50 LAKHS CS-1 PASSBOOKS
NOV 2015
PAGE 42 OF 50
PRINTING SECTION, GA WING, HO, BANGALORE
Section 6 – Equal treatment of all Bidders/ Contractors/ Sub-contractors
6.1 The Bidder(s)/ Contractor(s) undertake(s) to demand from his subcontractors a commitment consistent with this Integrity Pact. This
commitment shall be taken only from those sub-contractors whose contract
value is more than 20% of Bidder’s/ Contractor’s contract value with the
Principal.
6.2 The Principal will enter into agreements with identical conditions as
this one with all Bidders and Contractors.
6.3 The Principal will disqualify from the Tender/RFP process all bidders
who do not sign this pact or violate its provisions.
Section 7 – Criminal Charges against violating Bidders/Contractors
/Subcontractors
If the Principal obtains knowledge of conduct of a Bidder, Contractor or
Subcontractor, or of an employee or a representative or an associate of a
Bidder, Contractor or Subcontractor which constitutes corruption, or if the
Principal has substantive suspicion in this regard, the Principal will inform
the Vigilance Office.
Section 8 –Independent External Monitor(s)
8.1 The Principal appoints competent and credible Independent External
Monitor for this Pact. The task of the Monitor is to review independently
and objectively, whether and to what extent the parties comply with the
obligations under this agreement. Name & details Independent External
Monitors (IEMs) identified for this Tender/RFP is as under.
SN
1
2
Name
Sri Dilip
Mavinkurve
Sri Hari Santosh
Kumar
TENDER FOR SUPPLY OF 50 LAKHS CS-1 PASSBOOKS
Email
dilipmav@gmail.com
hsantoshkumar50@gmail.com
NOV 2015
PAGE 43 OF 50
PRINTING SECTION, GA WING, HO, BANGALORE
8.2 The Monitor is not subject to instructions by the representatives of the
parties and performs his functions neutrally and independently. He reports
to the MD & CEO , CANARA BANK.
8.3 The Bidder(s)/ Contractor(s) accepts that the Monitor has the right to
access without restriction to all contract documentation of the Principal
including that provided by the Bidder(s)/ Contractor(s). The Bidder(s)/
Contractor(s) will grant the monitor, upon his request and demonstration of
a valid interest, unrestricted and unconditional access to his contract
documentation. The same is applicable to Sub-contractor(s). The Monitor is
under contractual obligation to treat the information and documents of the
Bidder(s)/ Contractor(s) / Sub-contractor(s) with confidentiality.
8.4 The Principal will provide to the Monitor sufficient information about all
meetings among the parties related to the contract provided such meetings
could have an impact on the contractual relations between the Principal
and the Contractor. The parties offer to the Monitor the option to
participate in such meetings.
8.5 As soon as the Monitor notices, or believes to notice, a violation of this
agreement, he will so inform the Management of the Principal and request
the Management to discontinue or take corrective action, or heal the
situation, or to take other relevant action. The Monitor can in this regard
submit non-binding recommendations. Beyond this, the Monitor has no right
to demand from the parties that they act in a specific manner, refrain from
action or tolerate action.
8.6 The Monitor will submit a written report to the MD & CEO , CANARA
BANK within 8 to 10 weeks from the date of reference or intimation to him
by the Principal and, should the occasion arise, submit proposals for
correcting problematic situations.
TENDER FOR SUPPLY OF 50 LAKHS CS-1 PASSBOOKS
NOV 2015
PAGE 44 OF 50
PRINTING SECTION, GA WING, HO, BANGALORE
8.7 The MD & CEO , CANARA BANK shall decide the compensation to be paid
to the Monitor and its terms and conditions.
8.8 If the Monitor has reported to the MD & CEO , CANARA BANK, a
substantiated suspicion of an offence under relevant IPC / PC Act, and the
MD & CEO , CANARA BANK has not, within reasonable time, taken visible
action to proceed against such offence or reported it to the Vigilance
Office, the Monitor may also transmit this information directly to the
Central Vigilance Commissioner, Government of India.
8.9 The number of Independent External Monitor(s) shall be decided by the
MD & CEO, CANARA BANK.
8.10 The word ‘Monitor’ would include both singular and plural.
Section 9 – Pact Duration
9.1 This Pact begins when both parties have legally signed it. It expires for
the Contractor 12 months after the last payment under the respective
contract and for all other Bidders 6 months after the contract has been
awarded.
9.2 If any claim is made / lodged during this time, the same shall be binding
and continue to be valid despite the lapse of this pact as specified as above,
unless it is discharged/ determined by the MD & CEO, CANARA BANK.
Section 10 – Other Provisions
10.1
This agreement is subject to Indian Laws and jurisdiction shall be registered
office of the Principal, i.e. New Delhi.
10.2
Changes and supplements as well as termination notices need to be made in
writing. Side agreements have not been made.
10.3
If the Contractor is a partnership or a consortium, this agreement must be
signed by all partners or consortium members.
TENDER FOR SUPPLY OF 50 LAKHS CS-1 PASSBOOKS
NOV 2015
PAGE 45 OF 50
PRINTING SECTION, GA WING, HO, BANGALORE
10.4
Should one or several provisions of this agreement turn out to be invalid,
the remainder of this agreement remains valid. In this case, the parties will
strive to come to an agreement to their original intentions.
10.5
Only those bidders/ contractors who have entered into this agreement with
the Principal would be competent to participate in the bidding. In other
words, entering into this agreement would be a preliminary qualification.
For & On behalf of the Principal For & On behalf of the Bidder/ Contractor
(Office Seal)
(Office Seal)
Place---------------------Date------------
Witness: ____________________
Witness: _____________________
(Name & Address) ____________
(Name & Address)________________
TENDER FOR SUPPLY OF 50 LAKHS CS-1 PASSBOOKS
NOV 2015
PAGE 46 OF 50
PRINTING SECTION, GA WING, HO, BANGALORE
PART-I
PAPER TO BE USED SHOULD BE ONLY FROM ANY OF THE BELOW LISTED MILLS-
1. BALLARPUR INDUSTRIES
2. WESTCOAST PAPER
3. ITC
4. JK PAPER
5. TNPL
6. SESHASAYEE PAPER
TENDER FOR SUPPLY OF 50 LAKHS CS-1 PASSBOOKS
NOV 2015
PAGE 47 OF 50
PRINTING SECTION, GA WING, HO, BANGALORE
PART-J
LIST OF PRINTING & STATIONERY SECTIONS OF CANARA BANK TO WHICH
PASSBOOKS HAVE TO BE SUPPLIED (QUANTITY WILL BE INFORMED LATER):
1. Head Office, Bengaluru
2. New Delhi
3. Chandigarh
4. Lucknow
5. Patna
6. Kolkata
7. Mumbai
8. Hyderabad
9. Mangalore
10. Chennai
11. Madurai
12. Thiruvananthapuram
TENDER FOR SUPPLY OF 50 LAKHS CS-1 PASSBOOKS
NOV 2015
PAGE 48 OF 50
PRINTING SECTION, GA WING, HO, BANGALORE
113-1,Ground Floor, Jeevan Prakash Bulding, J.C. Road, Bangalore-560 002.
ENVELOPE – 2
PRICE BID FOR 50 LAKHS CS-1 PASSBOOKS
TENDER FOR SUPPLY OF 50 LAKHS CS-1 PASSBOOKS
NOV 2015
PAGE 49 OF 50
PRINTING SECTION, GA WING, HO, BANGALORE
PART K
FROM:
Date: _____/_____/2015
______________________
______________________
______________________
Dear Sir,
SUB: Supply of CS-1 COMPUTER PASS BOOKS QUANTITY:-50 LAC. as per tender
TERMS & CONDITIONS.
Ref: Your Enquiry: GAPS/ENQ/COMP/cs-1/02/11-2015/SK. DT: 27.11.2015.
PRICE BID
(Amount in Rs.)
LOCATION
12 Different
Loacations as
specified in
Part-J
RATE
QUANTITY
IN FORMS
(IN-LAKHS) IN FIGURES
PER PASSBOOK
IN WORDS
TOTAL
AMOUNT
IN FIGURES
TOTAL AMOUNT
IN WORDS
50
The above rate inclusive of all charges (i.e., Freight, insurance etc.) & all TAXES,
CESS, DUTIES (i.e., Central / State Local Taxes, like VAT, CST, Excise, Entry Tax,
Octroi,etc).
We have read this tender documents in full and abide by the Terms &
Conditions mentioned therein and also we will supply the item as per your
specifications within the time specified .
We are enclosing herewith our DD No.______________ Dtd. __________ for
Rs.3,00,000/- drawn on ______________________________ Bank towards
Earnest Money Deposit
SIGNATURE OF THE SUPPLIER WITH SEAL & DATE
TENDER FOR SUPPLY OF 50 LAKHS CS-1 PASSBOOKS
NOV 2015
PAGE 50 OF 50
Download