Government of

Ministry of Communications & Information Technology Department Of Posts Office of the Senior Superintendent of Post offices, Dn, Aluva-683101

Tender No. J/IPPB Branding/2018 dtd at Aluva - 683101 the 22.01.2019

NOTICE INVITING eTENDER

E-Tenders are invited on behalf of the President of India from the reputed firms for supply of Signage Boards, Comprehensive Notice Boards and Common Counter Hanging Boards of IPPB for various Post offices located at Aluva Division. The method of submission of tender, amount of Earnest Money/Security Deposit and General Terms and conditions applicable to contract has been mentioned in Annexure-I. The supply is to be done strictly as per parameters/Technical specification given in Part I of Annexure-II. The terms & conditions specific to the contract have been mentioned in Part II of Annexure-II and Annexure III. The quantity of IPPB Signage boards, Comprehensive Notice Boards and Common Counter Hanging Boards for various Post offices is mentioned in Part III of Annexure-II. The required proforma for submission of tender has been given in Annexure-III (for Technical Bid) and Annexure-IV (for Commercial Bid), Annexure- V (Letter of authorization for attending Bid Opening) and Annexure -VI (Integrity Pact) of this Notice Inviting Tender.

(A) The tender completed in all respects must be submitted online along with the tender form as stated in the NIT on CPP Portal http://www.eprocure.gov.in. The tender is not transferable.

(B) SCHEDULE OF TENDER:

e-Tender Ref No. J/IPPB Branding/2018dated 22.01.2019 Last Date and Time of online uploading and submission of Bids of e-tender 11.02.2019 upto 10:00 hrs. Estimated cost of e-Tender 880000/- Amount of Earnest Money Deposit 17600/- Date & Time of Online Opening Technical Bids 12.02.2019 Time 11:00 hrs Minutes of tender evaluation committee to be made 12.02.2019. Cost of e-tender document Rs.590/- Venue of Opening of e-Tender Office of the Senior Superintendent of Post Offices, Aluva Division, Aluva-683101

(C) Bid evaluation will be made in two stages, i.e. 1. Technical bids 2. Commercial Bids

Bids of those bidders who qualify in technical evaluation will be considered for commercial bids. The same would be opened on the same day or any other day as decided by the TEC (Tender Evaluation Committee).

2. The Tender Form along with terms and conditions can be downloaded from the website http://eprocure.gov.in before closing date fixed. 3. The tenders completed in all respects should be submitted/uploaded online on the website http://eprocure.gov.in along with the tender form as stated in the NIT on or before date given. Sending of tenders by couriers or any other modes or offline is not acceptable and will be rejected. Only original copies of UCR required for EMD and Tender Fees are to be posted by Speed post or registered post so as to reach to the undersigned before the last date & time of bid opening date. All other documents including scanned copy of original UCR etc has to be uploaded online along with other tender documents. The tenders received late after time and date provided will be rejected. The tender is not transferable.

Page 1 of 31

4. Any attempt on the part of the tenderer to influence in any way for the acceptance of his tender will render the tender for rejection.

5. The decision of the Senior Superintendent of Post offices, Aluva Division, Aluva-683101 or competent authority of Department of Post shall be final on any matter of dispute arising out of this tender.

Place : Aluva Senior Superintendent of Post offices, Date :22.01.2019 Aluva Division, Aluva-683101.

Page 2 of 31

Tender No. J/IPPB Branding/2018 dtd at Aluva - 683101 the 22.01.2019

Department Of Posts, India

Annexure-I

General Terms And Conditions

Sub: Notice inviting e-tender from reputed firms for supply of IPPB Signage Boards, Comprehensive Notice Boards and Common Counter Hanging Boards of IPPB for various Post offices located at Aluva Division as per specification mentioned in part I of NIT.

1. Parties: The Parties to the Contract are the contractor (the tenderer to whom the work have been awarded) and the Government of India through the Senior Superintendent of Post offices, Aluva Division, Aluva-683101 for and on behalf of the President of India.

2. Addresses: For all purposes of the contract including arbitration there under, the address of the contractor mentioned in the tender shall be the final unless the contractor notifies a change of address by a separate letter sent by registered post with acknowledgement due to the Department of Posts. The contractor shall be solely responsible for the consequences of any omission or error to notify change of address in the aforesaid manner.

3. Earnest Money:

3.1 Earnest Money of Rs. 17,600/- (Rupees Seventeen Thousand Six hundred Only) should be submitted in the form of UCR (Unclassified Receipt) at any Departmental Post Office along with the Technical Bid of their e-tenders. Original UCR sealed in an envelope should be posted by Speed post or registered post so as to reach to the Senior Superintendent of Post offices, Aluva Division, Aluva-683101 before the last date and time fixed for receipt of e-tenders.

Firms registered with Central Purchase Organization, National Small Industries Corporation (NSIC)-(MSE (Micro and Small Enterprises) registered with NSIC) or the concerned Ministry or Department are exempted from furnishing Earnest Money. Relevant documents for the registration are to be uploaded along with technical bids.

3.2 No request for transfer of any previous deposit of earnest money or security deposit or payment of any pending bill held by the Department in respect of any previous supply will be entertained.

3.3 Tenderer shall not be permitted to withdraw his offer or modify the terms and conditions thereof. In case the tenderer fails to observe and comply with the stipulations made herein or backs out after quoting the rates, the aforesaid amount of earnest money will be forfeited to the Government.

3.4 The tenders without Earnest Money Deposit or the EMD furnished in any other form other than prescribed in 3.1 above, except for firms registered with Central Purchase Organization, National Small Industries Corporation (NSIC)-(MSE (Micro and Small Enterprises) registered with NSIC) or the concerned Ministry or Department will be summarily rejected.

3.5 No claim shall lie against the Government/Department in respect of erosion in the value or interest on the amount of Earnest Money Deposit or Security Deposit.

3.6 EMD of unsuccessful tenderers will be refunded after the finalization of tender or within 30 days from the date of last date for receipt of tenders whichever is earlier.

Page 3 of 31

4. PREPARATION OF TENDER DOCUMENTS:-

TWO BID-SYSTEMS:

TENDER DOCUMENT TO BE PREPARED IN THE FOLLOWING MANNER

(1) TECHNICAL BID:

4.1 The technical bid should be in the prescribed format (Annexue- III), which should include all the pages of the tender document except Annexure IV (Financial Bid). Along with the technical bid, the bidder has to submit PRE-CONTRACT INTEGRITY PACT prescribed by the Govt. of India (Annexure- VI with all pages of the pact signed and stamped). Bid submitted without the integrity pact shall not be considered. 4.2 The Tender documents fee for Rupees Five Hundred and Ninety only (Rs. 590/-) should be paid at any post office (as UCR) and the scanned receipt should be uploaded with Technical bid. MSEs (Micro and Small Enterprises) registered with NSIC (National Small Industries Corporation) are exempted from paying Tender Fees. The original UCR receipt should be enclosed along with the UCR receipt towards EMD (for firms claiming exemption from depositing EMD & payment of Tender Fees, relevant documents for claiming exemption must be enclosed in a sealed cover and should posted by Speed post or registered post to the Senior Superintendent of Post offices, Aluva Division, Aluva-683101 before the last date and time fixed for receipt of e-tenders. (Also see clause 3.1 above).

4.3 All the pages of the NIT shall be numbered consecutively and all pages and annexures shall be signed with the firm’s stamp by the bidder or a person or persons duly authorized to bind the bidder to the contract. The letter of authorization shall be indicated by written power-of-attorney attested by Notary Public accompanying the bid.

4.4 If any mandatory document specified in NIT, cannot be attached as enclosure in OID (Other important Documents) under bidder login in eprocure.gov.in, those documents should be scanned along with the NIT and be attached as a single document without fail.

4.5 The acceptance of the offer made by the tenderer will be deemed as a contract.

4.6 No page should be removed/ detached from this notice inviting tender.

4.7 The bid shall contain no interlineations, erasures or overwriting except as necessary to correct errors made by the bidder in which case such corrections shall be signed by the person or persons signing the bid.

4.8 Individual signing the tender or other documents connected with contract must specify whether he signs as:

a. A representative of the company, in which case he must have authority to execute contracts on behalf of the company and to refer arbitration disputes concerning the business of the company either by virtue of the agreement or by a power of attorney.

b. A partner of the firm, if it be a partnership firm, in which case he must have authority to execute contracts on behalf of the firm and to refer to arbitration disputes concerning the business of the partnership either by virtue of the partnership agreement or by a power of attorney duly executed by the partners of the firm.

c. Director or a principal officer duly authorized by the Board of Directors of the Company, if it is a company. d. A Sole proprietor.

N.B:

(1) In case of partnership firms, a copy of the partnership agreement or general power of attorney duly attested by a Notary Public should be furnished on stamped paper duly sworn or affirmed by all the partners admitting execution of the partnership agreement or the general power of attorney. The attested copy of the certificate of registration of firm should also be enclosed along with the tender.

(2) In the case of partnership firms, where no authority to refer disputes concerning the business of partnership firm has been conferred on any partner, the tender and all other related documents must be signed by all partners of the firm.

(3) A person signing the tender form or any documents forming part of the tender on behalf of another person should have an authority to bind such other person and if, on enquiry it appears that the Page 4 of 31

persons so signing had no authority to do so, the Senior Superintendent of Post offices, Aluva Division, Aluva-683101 may, without prejudice, cancel the contract and hold the signatory liable for all costs, consequences and damages under the civil and criminal remedies available.

(4) A person signing as “Sole Proprietor” will furnish a declaration of such nature on stamp paper duly attested by a Notary Public.

(5) The tenderer should sign and affix his/her firm’s stamp at each page of the tender and all its Annexures as the acceptance of the offer made by the tenderer will be deemed as a contract and no separate formal contract will be drawn. NO PAGE SHOULD BE REMOVED/DETACHED FROM THIS NOTICE INVITING TENDER.

(6) Department of Posts may seek clarification and/or ask for additional documents at any stage of the tender proceedings. Tenderer is required to provide the same in time prescribed in this regard failing which bid may be cancelled.

(2) COMMERCIAL BID:

1. The Commercial Bid should be submitted in form given in Annexure IV and submitted separately electronically.

2. A consolidated price should be quoted along with its break up showing various items of charge. The price quoted shall be firm and final.

3. Taxes, if any, to be paid need to be duly indicated in the bid otherwise no extra payment would be made for this purpose.

4. Terms of payment as stated in the Tender Document shall be final.

5. At the time of payment of bills, the Income Tax, if any, shall be deducted at source as per Government rules and guidelines as may be prevailing at the time of payment.

5. OPENING AND EVALUATION OF BIDS BY DEPARTMENT OF POSTS a. A duly constituted Tender Opening Committee will open the Technical Bids online in the presence of bidders or their authorized representatives who choose to attend, at the specified date and time. The bidder’s representatives who are present shall sign on attendance sheet/ register. Authority letter to this effect shall be submitted by the bidders’ representative before they are allowed to participate in bid opening. (Format is given at Annexure V). The bid of those bidders who have not deposited the EMD amount will be summarily rejected except those claiming exemption as per clause 3.1. b. Only one representative for any bidder shall be authorized and permitted to attend the “bid opening”. c. If the date fixed for opening of bids is subsequently declared as holiday by Department of Posts, the revised date of schedule will be notified. However, in absence of such notification, the bids will be opened on next working day, time and venue remaining unaltered. d. Tender Opening Committee shall check the e-tender for the availability of the following.

i. Copy of Receipt issued by Post office towards cost of tender or supporting documents for those claiming Tender Fee exemption.

ii. Copy of UCR receipt towards EMD or supporting documents for those claiming EMD exemption. iii. Whether all the pages of the tender documents are signed, stamped & submitted. iv. Whether two bid system has been followed

v. Whether all documents as sought in the NIT have been submitted or not e. A duly constituted Tender Evaluation Committee shall evaluate the technical bid of those bidders. f. All statements, documents, certificates, proof of EMD etc. uploaded by the bidders will be verified and downloaded for technical evaluation. The clarifications, particulars, if any, required from the bidders will be obtained either online or in the conventional method by addressing the bidders. g. The result of Technical bid evaluation will be displayed on the www.eprocure.gov.in which can be seen by all bidders who participated in the tender.

Page 5 of 31 h. Financial bids of only technically successful bidders, who are short-listed after technical evaluation, will be opened and evaluated by Tender Evaluation Committee on a specified date and time under intimation to the short-listed tenderers and the result will be displayed on the www.eprocure.gov.in which can be seen by all bidders who participated in the tender. Till the technical bids are opened, the identity of the bidders who participated in the tender will be kept confidential. Similarly, till the commercial bids are opened, the bid offers will be kept confidential. i. Bidder should submit copies of authenticated balance sheet or IT returns for the previous year. If not bank statement for the last one year may be submitted online. j. Department of Posts decision for evaluation and selection shall be final.

6. RIGHT OF ACCEPTANCE:

a. The Department of Posts reserves all rights to reject including of those Tenderers who fail to comply with the instructions without assigning any reason whatsoever and does not bind itself to accept the lowest or any specific tender. The decision of Department of Posts in this regard is final and binding.

b. Any failure on the part of the contractor to observe the prescribed procedure and any attempt to canvass for the supply order will prejudice the firm’s quotation.

c. The e-tender will be evaluated on total basis only (not item wise) & Conditional bid will not be accepted and will be rejected outright.

d. The Department of Posts reserves the right to cancel the tender at any time without assigning any reason.

6.1 COMMUNICATION OF ACCEPTANCE:

Successful Tenderer will be informed of the acceptance of his tender. Necessary instructions regarding the amount and time provided for security Deposit will be communicated.

7. SUMMARY REJECTION:

a. Any bid received by DOP after the deadline for submission of bids or through any medium not prescribed by Department of Posts, shall not be entertained.

b. Any bid received without E.M.D shall be summarily rejected (except those claiming exemption as per clause 3.1, such bidders shall upload supporting documents)

c. Any bid received without cost of tender document shall be summarily rejected (except those claiming exemption as per clause 4.2, such bidders shall upload supporting documents)

d. Any bid, where two bid systems are not followed shall be summarily rejected. e. All pages of the tender and its annexures should be signed and stamped otherwise the same will be summarily rejected.

8. SELECTION PROCEDURE:

a. Firms submitting financial bids on items as mentioned in Annexure IV will be considered responsive and only their bids will be considered for further evaluation. Non-responsive bids will not be considered for financial evaluation.

b. Successful Tenderer will be informed of the acceptance of his tender. Necessary instructions regarding the amount and time provided for Security Deposit will be communicated.

c. If confirmation is not received within 5 working days, it will be considered as deemed denial/ refusal and action will be taken accordingly.

d. The option of refusal as provided above should not be exercised indiscriminately by the bidder and should only be exercised in most compulsive cases with adequate justification provided for by the bidder. In case, Department suffers any loss due to refusal to execute the job by the bidders, Department of Posts will have the right to recover such losses from the bidders. Department may also exercise its right to remove such bidders from its list

e. It is not obligatory on the Department to offer guarantee to any bidder. The decision of the Department of Posts or a designated officer of the Department of Posts will be final and binding.

Page 6 of 31

f. DOP’s decision in regard for evaluation & selection shall be FINAL and binding.

9. Validity of the bids:

The bids shall be valid for a period of 365 days from the date of opening of the tenders. If needed, the validity of the tender will be extended for further one year on mutual consent. In view of urgency of item, the DOP may place repeat order for additional quantity on same terms and conditions on mutual consent.

10. Opening of Tender:

The tenderer is at liberty to either present himself or authorize not more than one representative to be present at the time of opening of the tender. The representative attending the opening of the tender on behalf of the tenderer should bring with him a letter of authority from the tenderer and proof of identification.

11. Time Schedule for completing of work:

The supply / work must be completed strictly within 30 days from the date of receipt of supply/work order. The supply and installation of signage, Comprehensive notice boards and Common Counter Hanging boards are to be made at respective Post offices.

12. Security Deposit/performance guarantee:

12.1 The successful tenderer will have to deposit in cash in any post office under UCR a sum not exceeding 10% of the value of the work in favor of Department of Posts towards Security Deposit within 7 days from the date of acceptance of the tender and produce the receipt, in original, to the department of posts. Alternatively a bank guarantee for the amount for the period extending at least six months beyond the date of completion of work may be submitted. The security deposit will not be adjusted against any payment due to the firm from the Department or the Central Government.

12.2 The Security Deposit can be forfeited by an order of the Senior Superintendent of Post offices, Aluva Division, Aluva-683101 in the event of any breach or negligence or non- observance of any conditions of contract or for unsatisfactory performance or for non- acceptance of the work order. On expiry of the contract, such portion of the said security deposit as may be considered by the department of posts sufficient to cover any incorrect or excess payments made on the bills to the firm, shall be retained until the final audit report on the account of firm’s bill has been received and examined.

13. Penalty:

In the event of the contractor failing to: (i) Observe or perform any of the conditions of the work as set out herein, or (ii) Execute the work in good and workmen-like manner and to the satisfaction of Senior Superintendent of Post offices, Aluva Division, Aluva-683101. (a) It shall be lawful for the Department of Posts in its discretion in the former events to remove or withhold any part of the work until such time as he may be satisfied that contractor is able to do and will duly observe the said conditions and in the latter event to reject or remove as the case may require any work executed otherwise than in a good and workman-like manner to the satisfaction of and by the time fixed by the Senior Superintendent of Post offices, Aluva Division, Aluva-683101 and in both or either of the events aforesaid to make such arrangements as he may think fit for the reproduction of the work so removed or work in lieu of that so rejected or removed as aforesaid on account and at the risk of the contractor.

(b) Provided further that if in either event any excess cost be incurred by reason of the difference between the prices paid and the accepted rates Department of Posts may charge, the amount of such excess cost to the contractor and the same may at any time thereafter be deducted from any amount that may become due to the contractor under this or any other contract or from the security deposit or may be demanded of him to be paid within seven days to the credit of the Department of Posts.

Page 7 of 31

(c) In the event of discovery of any error or defect due to the fault of the contractor at any time after the delivery of goods ordered the contractor shall be found, if called upon to do so, to rectify such error or defect at his own cost to the satisfaction of and within the time fixed by the Senior Superintendent of Post offices, Aluva Division, Aluva-683101. In the event of the delivery of any defective work, which owing to urgency or for any other reason cannot be wholly rejected the Senior Superintendent of Post offices, Aluva Division, Aluva-683101shall have the power to deduct from any payment due to the contractor such sum, as he may deem expedient.

(d) In the event of a work being wholly rejected, the Senior Superintendent of Post offices, Aluva Division, Aluva-683101 may at his discretion either: (i) Permit the contractor to re-do the same within such time as he may specify at contractor’s own cost which shall include the costs of all sorts i.e. materials, labour, overheads, transportation etc., or (ii) Arrange to get the additional work done elsewhere and by any other person or from any other source than the contractor in which case the amount of extra cost, if any, shall be recovered from the contractor in the manner provided in sub-clause (b) of this clause.

(e) The powers of the Senior Superintendent of Post offices, Aluva Division, Aluva-683101 under this condition shall in no way affect or prejudice the powers in certain events to terminate the contract vested in him as herein provided or for forfeiture of deposit mentioned under clause 12.2 above.

(f) Since the work being awarded to the tenderer is of important nature, the time schedule given in clause 11 must be adhered to failing which a penalty at the rate of 2% for every month’s delay, subject to a maximum of 10% of the total value involved in the supply order, will be imposed and recovered in the manner stated in sub-clause (b) of this clause. Similar penalty will be imposed for wrong delivery also apart from the recovery of transportation, erection charges, etc.

14. Natural Calamity, Strike etc:

In case of strike, combination of workmen or natural calamity of any kind, fire accidents or circumstances beyond the control of the firm causing stoppage of his work, whereby the delivery or completion of work may be suspended resulting in undue delay without penalty, the Senior Superintendent of Post offices, Aluva Division, Aluva-683101 shall have the power during such stoppage to get the work done elsewhere without charging the contractor. No obligation will rest on the Senior Superintendent of Post offices, Aluva Division, Aluva-683101 to pay for any portion of the work undertaken before such a stoppage. The contractor shall provide every facility for removal and use of materials as may be necessary for timely completion of the work.

15. Insolvency etc:

In the event of the firm being adjudged insolvent or having a receiver appointed for it by a court or any other order under the Insolvency Act made against them or in the case of a company passing any resolution or making of any order for winding up, whether voluntary or otherwise, or in the event of the firm failing to comply with any of the conditions herein specified the department of posts shall have the power to terminate the contract without previous notice.

16. Breach of Terms and Conditions:

In case of breach of any of terms and conditions mentioned above, the Competent Authority will have the right to cancel the work order without assigning any reason therefore and nothing will be payable by this Department in that event and the security deposit shall also stand forfeited.

17. Subletting of Works:

The firm shall not assign or sublet the work or any part of it to any other person or party without having first obtained permission in writing of the Senior Superintendent of Post offices, Aluva Division, Aluva-683101, which he will be at liberty to refuse if he thinks fit.

18. Right to Call Upon Information Regarding Status of Work:

Page 8 of 31

The Senior Superintendent of Post offices, Aluva Division, Aluva-683101 will have the right to call upon information regarding status of work/supply at any point of time and place.

19. Precautionary Measures:

19.1 While observing the economy in costs in his own interest the tenderer must be careful that quality and cleanliness of the work is maintained as well as time schedule prescribed etc.; should not be disturbed.

19.2 The tenderer must take every care to see that the work or any portion thereof does not fall into unauthorized hands. Care should be taken to execute the work under proper security conditions and no spare item of work/copies should be retained/sold or otherwise made over by the tenderer or any of his staff member to any person other than the person(s) authorised by the Senior Superintendent of Post offices, Aluva Division, Aluva-683101.

20. Samples:

The following should be kept in view while supplying materials proposed to be used as has been sought for in Part-1 of Annexure-II:-

20.1 The tenderer should furnish a certificate on a separate paper certifying that the item supplied is in accordance with specifications mentioned in Part-I of Annexure-II and terms and conditions in Part II of Annexure-II to the tender and he will be responsible for rejection/cancellation of contract if the sample is not found up to the mark or for civil/criminal proceedings if the material supplied is found substandard.

20.2 The tenderer must confirm that the signage, Comprehensive Notice Board and Common counter hanging board offered will conform to the specification in all respects. The mere fact that the competent authority has approved the samples (just by seeing it in a non-expertise way) will in no way absolve the tenderer from supplying items of the different specifications.

21. The tender is not transferable. Only one tender shall be submitted by one Tenderer.

22. Terms of Payment:

22.1 No payment shall be made in advance, or no loan from any bank or financial institution shall be recommended on the basis of the order or award of work.

22.2 The tenderer shall submit the bill in duplicate after delivering the material enclosing a copy of the delivery challan duly acknowledged by the office/officer taking delivery of the material, within a period of 3 months from the date of such completion of the work/delivery of the material, for sanction of the amount of bill and passing the bill for payment. The Senior Superintendent of Post offices, Aluva Division, Aluva-683101 will not be liable to make payment towards any bill not submitted within such time as specified above.

22.3 All payments shall be made by ECS/ cheque only.

22.4 The Department of Posts shall be at liberty to withhold any of the payments in full or in part subject to recovery of penalties mentioned in any of the preceding paragraphs.

22.5 The term “payment” mentioned in this paragraph includes all types of payment due to the contractor arising on account of the contract excluding Earnest Money and Security Deposit governed by separate clauses of the contract.

22.6 Wherever applicable all payments will be made as per schedule of payments stated in NIT

Page 9 of 31

23. Arbitration :

In any difference arises concerning this Agreement, its interpretation on the payment to be made under the same, shall be settled by mutual consultations and negotiations. If attempts for conciliation do not yield any results within a period of 30 days, either of the parties may make a request to the other party for submission of the dispute for decision by an arbitral tribunal containing a Sole Arbitrator to be appointed by the Secretary, Department of Legal Affairs. Such request shall be accompanied by a panel of names of three persons to act as the sole arbitrator. In case of such arbitrator refusing, unwilling or becoming incapable to act or his mandate having been terminated under law, another arbitrator shall be appointed in the same manner from among the panel of three persons to be submitted by the claimant. The arbitration proceedings shall take place at New Delhi and shall be conducted in English. The provisions of Arbitration and Conciliation Act, 1996 and the rules framed there under and in force shall be applicable to such proceedings.

24. The price to be quoted by the tenderer should include the cost of material, cost of artwork/design, labour cost and inclusive of all taxes, freight, insurance, delivery, excise duty, incidental charges, installation charges and commissioning at the sites. In case there is any reduction in GST, etc. the benefit of the same may be passed on to the buyer. No extra compensation/claim/duty due to market fluctuation or otherwise will be entertained during the period of contract.

25. In case the tenderer supplies this items to the Department of Post or any other Government organization at the rates lower than the rate indicated in this purchase order, the lowest rate will be applicable to this purchase order also.

Senior Superintendent of Post offices, Aluva Division, Aluva-683101

Page 10 of 31

Tender No. J/IPPB Branding/2018 dtd at Aluva - 683101 the 22.01.2019 DEPARTMENT OF POSTS, INDIA ANNEXURE-II PART–I

Quantity: The supply of IPPB Signage Boards, comprehensive Notice Board and Common counter hanging boards for various post offices in Aluva Division is as per Annexure-II Part IV. But the number may vary depending upon circumstances and administrative reasons.

Parameters and Technical Specifications for Executing the Order

A. SUB POST OFFICE EXTERNAL BRANDING:

Specifications for 6 Feet x 2 Feet External Signage board. 1. Signage Type : Glow Sign Board 2. Signage Printing : Both sides of the flex (obverse & reverse) of the signage to be printed before mounting to make it back-lit 3. Material Specs : Star Flex 4. Fabrication Specs – i. Cabinet: a. Powder coated 24 guage GI sheets on Top, Bottom & Sides. b. Pre coated GI Sheet of 26 gauges for back cover. c. Aluminum extruded L Angle system for flex tensioning & Edge lighting d. The depth of the box not to be greater than 6 inches. ii. Illumination : Tubes.

Note: Name of post offices that will have to be printed (as per the specifications mentioned in the NIT) on the board will be provided to the successful L1 bidder on award of contract. B. BRANCH POST OFFICE EXTERNAL BRANDING: Specification for 2 feet x 1 feet External Signage board.

1. Signage Type : Non-lit Sign Board 2. Signage Printing : One sided printing to be done on the signage to make it front-lit 3. Material Specs : Star Flex 4. Fabrication Specs – MS Square Pipe 20mm X 20 mm (18 gauge) for framing with one coat of red oxide & 2 coats of oil paint to avoid rusting.

Note: Name of post offices that will have to be printed (as per the specifications mentioned in the NIT) on the board will be provided to the successful L1 bidder on award of contract.

C. SUB POST OFFICE COMPREHENSIVE NOTICE BOARD:

1. Size of the Comprehensive Notice Boards at SO Access Points : 2 feet (W) x 2 feet (H). (Vernacular/Hindi/English as applicable). 2. Comprehensive Notice Boards to be printed on vinyl and pasted between two 3mm acrylic sheets for access points at all Access Points. D. BRANCH POST OFFICE COMPREHENSIVE NOTICE BOARD:

1. Size of the Comprehensive Notice Boards at BO Access Points : 2 feet (W) x 2 feet (H). 2. Language: Malayalam 3. Comprehensive Notice Boards to be printed on star flex material with four eyelets at each corner and to be pinned on the wall at all BO Access Points. E. SUB POST OFFICE COMMON COUNTER HANGING BOARDS:

1. Size of the Common counter Hanging Boards : 4 inch (H) x 18 inch (W) 2. Common Counter Hanging Boards to be printed on film/vinyl and pasted between acrylic sheets.

Senior Superintendent of Post offices, Aluva Division, Aluva-683101 Page 11 of 31

ANNEXURE-II – PART-II

TERMS AND CONDITIONS SPECIFIC TO THE CONTRACT.

1. Purchase orders shall be placed as and when required. The total payment of items shall be paid against delivery of the items at the offices which will be listed in the supply order. The signature with stamp of Postmaster/Divisional Authorities for GDS BO Signage concerned will be obtained on concerned invoices indicating delivery of signages at respective post offices / Divisional Offices by the tenderer.

2. The Supplier shall be responsible for all loss, destruction damage or deterioration of the materials for any cause what so ever. While the materials are awaiting dispatch or are in the course of transit from the supplier to the consignee, the supplier shall alone be responsible to make claims in respect of non- delivery, short delivery, mis-delivery, loss, destruction, damage or deterioration of the materials.

3. The signage, Comprehensive Notice Boards and Common counter Hanging Boards to be supplied to various offices as per the PO without causing any damage to property or equipment in the office and without inconvenience to the functioning of the office. If any damage is caused to the property or equipments in the office by the supplier while placing the same, the same should be repaired/replaced by the supplier firm at their own cost failing which the cost of damages will be recovered from the bills payable to them.

4. Bidder if not the original manufacturer, should produce a letter from the manufacturer authorizing the dealer to participate in this tender.

5. Bidder should assure that after sales service will be given within 72 hours of lodging a complaint. Bidder if not the original manufacturer, should produce a letter from the manufacturer authorizing /guaranteeing after sales service within 72 hours of lodging a complaint.

6. Tenders/quotations, in which transit insurance cost has been claimed as an extra, will not be considered.

7. Senior Superintendent of Post offices, Aluva Division, Aluva-683101 will retain the right to place an order for supply of the item, either in part or full, for supply of which has been accepted by the Government, and the supplier will commence the work on that item only after receipt of such supply order.

8. If at any time after the acceptance of the tender the Government shall for any reason whatsoever not require the whole or part of the job to be carried out, the Senior Superintendent of Post offices, Aluva Division, Aluva-683101, shall be entitled to give a notice at any time during the currency of the contract, in writing to this effect to the supplier, who shall have no right to claim for any payment of compensation or otherwise. However, on account of any profit or advantage which he might have derived from the execution of the job if executed in full but which he did not derive in consequence of such fore closure.

9. Any attempt on the part of the tenderer to influence in any way for the acceptance of his tender will render the tender for rejection.

10. The decision of the Senior Superintendent of Post offices, Aluva Division, Aluva-683101 shall be final on any matter of dispute arising out of this tender.

11. WARRANTY: The tenderer is responsible to arrange and provide proper maintenance support for all signages, Comprehensive Notice Boards and Common Counter Hanging Boards supplied. In the event of defective product the tenderer/ manufacturer shall repair or replace the defective products at his/her own cost. The warranty for the Signage Boards for all the offices should be 3 Years from the date of installation.

Senior Superintendent of Post offices, Aluva Division, Aluva-683101

Page 12 of 31

ANNEXURE-II PART-III

Quantity for various Post offices in Aluva Division. The number and offices may vary depending upon various circumstances and administrative reasons.

Sl. Items Particulars Quantity No. 2 IPPB Signage boards For Sub Post offices (Details as 66 per Annexure-VII) 3 IPPB Signage boards For GDS Branch Post offices 164 (Details as per Annexure-VIII) 5 Comprehensive Notice For Sub Post offices (Details as 66 Boards per Annexure-VII) 6 Comprehensive Notice For GDS Branch Post offices 164 Boards (Details as per Annexure-VIII) 8 Common Counter Hanging For Sub Post offices (Details as 66 Boards per Annexure-VII)

Senior Superintendent of Post offices, Aluva Division, Aluva-683101

Page 13 of 31

DEPATMENT OF POSTS, INDIA ANNEXURE–III

TENDER FORM –I -TECHNICAL INFORMATION AND UNDERTAKING. (SEE

CLAUSE – 4 OF ANNEXURE-I OF THIS TENDER DOCUMENT)

Tender No. J/IPPB Branding/2018 dtd at Aluva - 683101 the 22.01.2019

Sub: Notice Inviting Tender to Supply of IPPB Signage Boards, Comprehensive Notice Boards and Common counter Hanging Boards to various Post offices in Aluva Division

The bidder should fulfill the following qualifying criteria. They should upload copies of documents to substantiate/support the claims submitted below:

1 Name of the Tenderer/Concern 2 Nature of the concern & documents for proof of them (i.e., Sole Proprietor or Partnership firm or Company or a Government Department or Public Sector Organization)

3 Particulars relating to Earnest Money deposit: UCR Credit Receipt No Date- PO Name Amount- (Original UCR Receipt should be submitted through speed/regd post 3.1 Supporting documents if bidder is claiming exemption for EMD 4 Particulars of tender fee: UCR Credit Receipt No- Date- PO Name- Amount- (Original UCR Receipt should be submitted through speed/regd post)

4.1 Supporting documents if bidder is claiming exemption for Tender Fees 5 Whether each page of NIT and its annexure have been signed and stamped 6 Time required for completing the supply /work order- (30 days) 7 List of important Government/Semi Government concerns whose works were carried out during the last three years 8 Select list of other major customers (may be given on a separate sheet, if more in number) 9 Whether the tenderer is black listed for supplying any item by any Government concern or otherwise penalized during the last one year. If yes, give details showing reason thereof. Page 14 of 31

10 Whether the tenderer meets all eligibility criteria prescribed in Annexure- II Part II of the tender notification. Please upload copies of documents to substantiate the qualifications. 11 Whether copy of PAN card uploaded

12 Whether copy of GST certificate uploaded 13 Vendor needs to upload scanned copy of atleast 1 (one) photograph of each of the above 3 works completed as verification of work completion and installation. 14 Vendor participating for prequalification must have process of offering applicable warranty as Matched component system warranty to IPPB. In this case applicable warranty is of 3 years on signages. Please mention Yes or NO. 15 Any other information important in the opinion of the tenderer.

“Cost of work” shall mean actual gross value of completed “similar’ work including all the components (of signage, Comprehensive Notice Board and common counter Hanging Boards) executed under the contract. The applicant shall submit a copy of final Bill / certificate of each project executed by them, during the said period duly supported by performance certificates of clients.

“Applicant” means proprietary concern, partnership firm, private or public limited company applying for pre- qualification.

Note: Only such vendors who fulfill the aforesaid eligibility criteria need to apply. Joint ventures and/or consortium are not allowed and not accepted.

Dated at …………….. (Dated Signature of Tenderer with stamp of the firm)

Page 15 of 31

Undertaking:

1. I/We undertake that I/We have carefully studied all the terms and conditions and understood the parameters of the proposed item of requirement by the Department of Posts and shall abide by them.

2. I/We also undertake that I/We have understood “Parameters and Technical Specification” mentioned in Annexure-II and shall conduct the work strictly as per those “Parameters and Technical Specifications for conducting the work”

3. I/We further undertake that the information given in this tender are true and correct in all respect and I/we hold the responsibility for the same.

4. I/We also undertake the specifications mentioned in technical bid are in accordance with specifications given in the Part–I and Part-II of Annexure–II to the NIT and I/We shall be responsible for rejection of contract if the specifications are not found up to the mark or for civil/criminal proceedings and blacklisting if the material supplied is found sub- standard or not in accordance with the specifications furnished along with the tender at a future date.

5. I/We also under that no near relatives are employed in the Department of Posts.

Dated at…………….. (Dated Signature of Tenderer with stamp of the firm)

Page 16 of 31

Tender No. J/IPPB Branding/2018 dtd at Aluva - 683101 the 22.01.2019

DEPARTMENT OF POSTS

ANNEXURE –IV

TENDER FORM 2 – COMMERCIAL INFORMATION FINANCIAL/ PRICE BID.

Sr.No. Description of items Qty (a) GST TOTAL Amount (a x b + Rate c) (in (c) quoted words (Rs.) Amount and (b) (a x b) figures) 1 B. SUB POST OFFICE 66 EXTERNAL BRANDING Specifications for 6 Feet x 2 Feet External Signage board. ( 1. Signage Type : Glow Sign Board i. Signage Printing : Both sides of the flex (obverse & reverse) of the signage to be printed before mounting to make it back-lit ii. Material Specs : Star Flex iii. Fabrication Specs – i. Cabinet: a. Powder coated 24 guage GI sheets on Top, Bottom & Sides. b. Pre coated GI Sheet of 26 gauges for back cover. c. Aluminum extruded L Angle system for flex tensioning & Edge lighting d. The depth of the box not to be greater than 6 inches. 2. Illumination : Tubes.) 2 C. BRANCH POST OFFICE 164 EXTERNAL BRANDING:

Specifications for 2 Feet x 1 Feet External Signage board.

(1. Signage Type : Non-lit Sign Board i. Signage Printing : One sided printing to be done on the signage to make it front-lit ii. Material Specs : Star Flex iii. Fabrication Specs – MS Square Pipe 20mm X 20 mm (18 gauge) for framing with one coat of red oxide & 2 coats of oil paint to avoid rusting.)

Page 17 of 31

3 E. SUB POST OFFICE 66 COMPREHENSIVE NOTICE BOARD:

(1 Size of the Comprehensive Notice Boards at SO Access Points : 2 feet (W) x 2 feet (H). (Vernacular/Hindi/English as applicable). 2. Comprehensive Notice Boards to be printed on vinyl and pasted between two 3mm acrylic sheets for access points at all Access Points.) 4 F. BRANCH POST OFFICE 164 COMPREHENSIVE NOTICE BOARD:

(1. Size of the Comprehensive Notice Boards at BO Access Points : 2 feet (W) x 2 feet (H). 2. Language: Malayalam 3. Comprehensive Notice Boards to be printed on star flex material with four eyelets at each corner and to be pinned on the wall at all BO Access Points) 8 H. SUB POST OFFICE 66 COMMON COUNTER HANGING BOARDS:

(1. Size of the Common counter Hanging Boards : 4 inch (H) x 18 inch (W) 2. Common Counter Hanging Boards to be printed on film/vinyl and pasted between acrylic sheets)

Execution Time:

Note: a. Amount should be in Words and in figures. b. The price quoted should include the cost of material, cost of art/design work, Labour cost and inclusive of all taxes, freight, insurance, transportation, delivery, installation, incidental charges etc. c. The commercial bid should be submitted in above proforma only and price quoted in any other proforma will not be accepted and liable for rejection, d. The breakup of taxes should be shown separately in the invoice or bill e. Conditional tenders will be rejected.

Place:

Date: Signature of tenderer with seal

Page 18 of 31

ANNEXURE V

LETTER OF AUTHORISATION FOR ATTENDING BID OPENING

Tender No. J/IPPB Branding/2018 dtd at Aluva - 683101 the 22.01.2019

To,

The Senior Superintendent of Post offices, Aluva Dn, Aluva-683101

Subject : Authorization for attending bid opening on 12.02.2019 at 11.00 Hrs in

Tender No. J/IPPB Branding/2018 dtd at Aluva - 683101 the 22.01.2019

Following person* is hereby authorized to attend the bid opening for the tender mentioned above on behalf of (Bidder).

Name of the person Specimen Signature

Signature of bidder

Or

Officer authorized to sign the bid

Documents on behalf of the bidder.

Dated ……………………………..

* Only one representative for any bidder shall be authorized and permitted to attend the Bid Opening. Such person shall carry this authorization letter along with him to participate in the bid opening.

Page 19 of 31

ANNEXURE- VI

PRE CONTRACT INTEGRITY PACT

General

This pre-bid pre-contract Agreement (hereinafter called the Integrity Pact) is made on ……..……. day of the month ………………….. of 2019, between on one hand, the President of India acting through Shri N R Giri, Senior Superintendent of Post offices, Aluva Dn, Aluva-683101, Ministry of Communication & IT, Department of Posts, Government of India (hereinafter called the "BUYER", which expression shall mean & include unless the context otherwise requires, his successors in office and assigns) of the First Part and M/s …………………………………………………………………………………………. represented by Shri ………………………………………………..………………., (hereinafter called the "SELLER/BIDDER/Seller" which expression shall mean and include, unless the context otherwise requires, his successors and permitted assigns) of the Second Part.

WHEREAS the BUYER proposes to procure Signage Boards, Comprehensive Notice Boards and Common Counter Hanging Boards of IPPB for various Post offices located at Aluva Division. and the SELLER/BIDDER is willing to offer/has offered the stores; and

WHEREAS the SELLER/BIDDER is a private company/public company/ Government undertaking/ partnership/registered export agency, constituted in accordance with the relevant law in the matter and the BUYER is a Ministry/Department of the Govt. of India/PSU performing its functions on behalf of the President of India.

NOW, THEREFORE, To avoid all forms of corruption by following a system that is fair, transparent and free from any influence/prejudiced dealings prior to, during and subsequent to the currency of the contract to be entered into with a view to:-

Enabling the BUYER to obtain the desired said stores/equipment at a competitive price in conformity with the defined specifications by avoiding the high cost and the distortionary impact of corruption on public procurement, and

Enabling SELLER/BIDDERs to abstain from bribing or indulging in any corrupt practice in order to secure the contract by providing assurance to them that their competitors will also abstain from bribing and other corrupt practices and the BUYER will commit to prevent corruption, in any form, by its officials by following transparent procedures.

The parties hereto hereby agree to enter into this Integrity Pact and agree as follows:-

1. Commitments of the BUYER

1.1 The BUYER undertakes that no official of the BUYER, connect directly or indirectly with the contract, will demand, take a promise for or accept, directly or through intermediaries, any bribe, consideration, gift, reward, favour or any material or immaterial benefit or any other advantage from the SELLER/BIDDER, either for themselves or for any person, organization or third party related to the contract in exchange for an advantage in the bidding process, bid evaluation, contracting or implementation process related to the contract.

1.2 The BUYER will, during the pre-contract stage, treat all SELLER/BIDDERs alike, and will provide to all SELLER/BIDDERs the same information and will not provide any such information to any particular SELLER/BIDDER which could afford an advantage to that particular SELLER/BIDDER in comparison to other SELLER/BIDDERs.

1.3 All the officials of the BUYER will report to the appropriate Govt. office any attempted or breaches of the above commitments as well as any substantial suspicion of such a breach.

2. In case any such preceding misconduct on the part of such officials(s) is reported by the SELLER/BIDDER to the BUYER with full and verifiable facts and the same is prima facie found to

Page 20 of 31 including criminal proceedings may be initiated by the BUYER and such a person shall be debarred from further dealings related to the contract process. In such a case while an enquiry is being conducted by the BUYER the proceedings under the contract would not be stalled.

3. Commitments of SELLER/BIDDERs

The SELLER/BIDDER commits itself to take all measures necessary to prevent corrupt practices, unfair means and illegal activities during any stage of its bid or during any pre-contract or post- contract stage in order to secure the contract or in furtherance to secure it and in particular commit itself to the following:-

3.1 The SELLER/BIDDER will not offer, directly or through intermediaries, any bribe, gift, consideration, reward, favour, any material or immaterial benefit or other advantage, commission, fees, brokerage or inducement to any official of the BUYER, connected directly or indirectly with the bidding process, or to any person, organization or third party related to the contract in exchange for any advantage in the bidding, evaluation contracting and implementation of the contract.

3.2 The SELLER/BIDDER further undertakes that it has not given, offered, promised to give, directly or indirectly any bribe, gift, consideration, reward favour, any material or immaterial benefit or other advantage, commission, fees, brokerage or inducement to any official of the BUYER or otherwise in procuring the Contract or forbearing to do or having done any act in relation to the obtaining or execution of the contract or any other contract with the Government for showing or forbearing to show favour or disfavor to any person in relation to the contract or any other contract with the Government.

3.3* SELLER/BIDDERs shall disclose the name and address of agents and representatives and Indian SELLER/BIDDERs shall disclose their foreign principals or associates.

3.4* SELLER/BIDDERs shall disclose the payments to be made by them to agents/brokers or any other intermediary, in connection with this bid/contract.

3.5* The SELLER/BIDDER further confirms and declares to the BUYER that the SELLER/BIDDER is the original manufacturer/integrator/authorized government sponsored export entity of the defence stores and has not engaged any individual or firm or company whether Indian or foreign to intercede, facilitate or in any way to recommend for to the BUYER or any of its functionaries, whether officially or unofficially to the award of the contract to the SELLER/BIDDER, nor has any amount been paid, promised or intended to be paid to any such individual, firm or company in respect of any such intercession, facilitation or recommendation.

3.6 The SELLER/BIDDER, either while presenting the bid or during precontract negotiations or before signing the contract, shall disclose any payments he has made, is committed to or intends to make to officials of the BUYER or their family members, agents, brokers or any other intermediaries in connection with the contract and the details of services agreed upon for such payments.

3.7 The SELLER/BIDDER will not collude with other parties interested in the contract to impair the transparency, fairness and progress of the bidding process, bid evaluation, contracting and implementation of the contract.

3.8 The SELLER/BIDDER will not accept any advantage in exchange for any corrupt practice, unfair means and illegal activities.

3.9 The SELLER/BIDDER shall not use improperly, for purposes of competition or personal gain, or pass on to others, any information provided by the BUYER as part of the business relationship, regarding plans, technical proposals and business details, including information contained in any electronic data carrier. The SELLER/BIDDER also undertakes to exercise due and adequate care lest any such information is divulged.

3.10 The SELLER/BIDDER commits to refrain from giving any complaint directly or through any other manner without supporting it with full and verifiable facts.

Page 21 of 31

3.11 The SELLER/BIDDER shall not instigate or cause to instigate any third person to commit any of the actions mentioned above.

3.12 If the SELLER/BIDDER or any employees of the SELLER/BIDDER or any person acting on behalf of the SELLER/BIDDER, either directly or indirectly, is a relative of any of the officers of the BUYER, or alternatively, if any relative of an officer the BUYER has financial interest/stake in the SELLER/BIDDER's firm; the same shall be disclosed by the SELLER/BIDDER at the time of filing of tender. The term 'relative' for this purpose would be as defined in Section 6 of the Companies Act 1956.

3.13 The SELLER/BIDDER shall not lend to or borrow any money from or enter into any monetary dealings or transactions, directly or indirectly, with any employee of the BUYER.

4. Previous Transgression

4.1 The SELLER/BIDDER declares that no previous transgression occurred in the last three years immediately before signing of this Integrity Pact, with any other company in any country in respect of any corrupt practices envisaged hereunder or with any public Sector Enterprise in India or any Government Department in India that could justify SELLER/BIDDER's exclusion from the tender process.

4.2 The SELLER/BIDDER agrees that if it makes incorrect statement on this subject, SELLER/BIDDER can be disqualified from the tender process or the contract, if already awarded, can be terminated for such reason.

5. Earnest Money/Bid Security and Performance Security

5.1 While submitting commercial bid, the SELLER/BIDDER shall deposit an amount Rs 17,600/- (Rs Seventeen thousand Six hundred only) {as mentioned in NIT} as Earnest Money/Bid Security, with the BUYER in the UCR:

Bidder/Seller shall not be permitted to withdraw his offer or modify the terms and conditions as called for in the tender. In case the Bidder/Seller fails to observe and comply with the stipulations as per the tender or backs out after quoting the rates, the aforesaid amount of earnest money will be forfeited to the Government.

EMD of unsuccessful tenderers will be refunded after the finalization of tender or within 30 days from the date of last date for receipt of tenders whichever is earlier.

5.2 Successful tenderer will have to submit performance security for the amount and the form mentioned in NIT, which will be retained for a period of 60 days after the expiry of the warranty period from the date of last supply and installation of the unit towards obligation to fulfill the terms of agreement or the complete conclusion of the contractual obligations to the complete satisfaction of both the SELLER/BIDDER and the BUYER, including warranty period, whichever is later.

5.3 The Security Deposit can be forfeited by order of the Department of Posts in the event of any breach or negligence or non-observance of any conditions of contract or for unsatisfactory performance or for non-acceptance of the work order.

5.4 No interest shall be payable by the BUYER to the SELLER/BIDDER on Earnest Money/ Performance Security Deposit for the period of its currency.

6. Sanction for Violations

6.1 Any breach of the aforesaid provisions by the SELLER/BIDDER or anyone employed by it or acting on its behalf (whether with or without the knowledge of the SELLER/BIDDER) shall entitle the BUYER to take all or any one of the following actions, wherever required:- be correct by the BUYER, necessary disciplinary proceedings, or any other action as deemed fit,

(i) To immediately call off the pre contract negotiations without assigning any reason or giving any compensation to the SELLER/BIDDER. However, the proceedings with the other SELLER/BIDDER(S) would continue.

(ii) The Earnest Money Deposit (in pre-contract stage) and/or Security Deposit/Performance Bond (after the contract is signed) shall stand forfeited either fully or partially, as decided by the BUYER and the BUYER shall not be required to assign any reason therefore.

Page 22 of 31

(iii) To immediately cancel the contract, if already signed, without giving any compensation to the SELLER/BIDDER.

(iv) To recover all sums already paid by the BUYER, and in case of an Indian SELLER/BIDDER with interest thereon at 2% higher than the prevailing Prime Lending Rate of State Bank of India, while in case of a SELLER/BIDDER from a country other than India with interest thereon at 2% higher than the LlBOR. If any outstanding payment is due to the SELLER/BIDDER from the BUYER in connection with any other contract for any other stores, such outstanding payment could also be utilized to recover the aforesaid sum and interest.

(v) To encash the advance bank guarantee and performance bond/warranty bond, if furnished by the SELLER/BIDDER, in order to recover the payments, already made by the BUYER, along with interest.

(vi) To cancel all or any other Contracts with the SELLER/BIDDER. The SELLER/BIDDER shall be liable to pay compensation for any loss or damage to the BUYER resulting from such cancellation/rescission and the BUYER shall be entitled to deduct the amount so payable from the money(s) due to the SELLER/BIDDER.

(vii) To debar the SELLER/BIDDER from participating in future bidding processes of the Government of India for a minimum period of five years, which may be further extended at the discretion of the BUYER.

(viii) To recover all sums paid in violation of this Pact by SELLER/BIDDER(s) to any middleman or agent or broker with a view to securing the contract.

(ix) In cases where irrevocable Letters of Credit have been received in respect of any contract signed by the BUYER with the SELLER/BIDDER, the same shall not be opened.

(x) Forfeiture of Performance Bond in case of a decision by the BUYER to forfeit the same without assigning any reason for imposing sanction for violation of this Pact.

6.2 The BUYER will be entitled to take all or any of the actions mentioned at para 6.1 (i) to (x) of this Pact also on the Commission by the SELLER/BIDDER or anyone employed by it or acting on its behalf (whether with or without the knowledge of the SELLER/BIDDER), of an offence as defined in Chapter IX of the Indian Penal code, 1860 or Prevention of Corruption Act, 1988 or any other statute enacted for prevention of corruption.

6.3 The decision of the BUYER to the effect that a breach of the provisions of this Pact has been committed by the SELLER/BIDDER shall be final and conclusive on the SELLER/BIDDER. However, the SELLER/BIDDER can approach the independent Monitor(s) appointed for the purposes of this Pact.

7. Fall Clause

7.1 The SELLER/BIDDER undertakes that it has not supplied/is not supplying similar product/systems or subsystems at a price lower than that offered in the present bid in respect of any other Ministry/Department of the Government of India or PSU and if it is found at any stage that similar product/systems or sub systems was supplied by the SELLER/BIDDER to any other Ministry/Department of the Government of India or a PSU at a lower price, then that very price, with due allowance for elapsed time, will be applicable to the present case and the difference in the cost would be refunded by the SELLER/BIDDER to the BUYER, if the contract has already been concluded.

8. Independent Monitors

8.1 The independent Monitors are appointed (hereinafter referred to as Monitors) by BUYER for this Pact in consultation with the Central Vigilance Commission.

8.2 The task of the Monitors shall be to review independently and objectively, whether and to what extent the parties comply with the obligations under this Pact.

8.3 The Monitors shall not be subject to instructions by the representatives of the parties and perform their functions neutrally and independently.

8.4 Both the parties accept that the Monitors have the right to access all the documents relating to the project/procurement, including minutes of meetings.

Page 23 of 31

8.5 As soon as the Monitor notices, or has reason to believe, a violation of this Pact, he will so inform the Authority designated by the BUYER.

8.6 The SELLER/BIDDER(S) accepts that the Monitor has the right to access without restriction to all Project documentation of the BUYER including that provided by the SELLER/BIDDER. The SELLER/BIDDER will also grant the Monitor upon his request and demonstration of a valid interest, unrestricted and unconditional access to his project documentation. The same is applicable to Subcontractors. The Monitor shall be under contractual obligation to treat the information and documents of the SELLER/BIDDER/Subcontractor(s) with confidentiality.

8.7 The BUYER will provide to the Monitor sufficient information about all meetings among the parties related to the Project provided such meetings could have an impact on the contractual relations between the parties. The parties will offer to the Monitor the option to participate in such meetings.

8.8 The Monitor will submit a written report to the designated Authority of BUYER/Secretary in the Department/ within 8 to 10 weeks from the date of reference or intimation to him by the BUYER/SELLER/BIDDER and, should the occasion arise, submit proposals for correcting problematic situations.

9. Facilitation of Investigation

In case of any allegation of violation of any provisions of this Pact or payment of commission, the BUYER or its agencies shall be entitled to examine all the documents including the Books of Accounts of the SELLER/BIDDER and the SELLER/BIDDER shall provide necessary information and documents in English and shall extend all possible help for the purpose of such examination.

10. Law and Place of Jurisdiction

This Pact is subject to Indian Law. The place of performance and jurisdiction is the seat of the BUYER.

11. Other Legal Actions

The actions stipulated in this Integrity Pact are without prejudice to any other legal action that may follow in accordance with the provisions of the extant law in force relating to any civil or criminal proceedings.

12. Validity

12.1 The validity of this Integrity Pact shall be from date of its signing and extend upto 5 years or the complete execution of the contract to the satisfaction of both the BUYER and the SELLER/BIDDER, including warranty period, whichever is later. In case SELLER/BIDDER is unsuccessful, this Integrity Pact shall expire after six months from the date of the signing of the contract.

12.2 Should one or several provisions of this Pact turn out to be invalid, the remainder of this Pact shall remain valid. In this case, the parties will strive to come to an agreement to their original intentions.

13. The parties hereby sign this Integrity Pact at ……………………….on …………. BUYER SELLER/BIDDER Name of the Officer: Shri N R Giri, Senior Superintendent of Post offices, Aluva Dn, Aluva-683101, Ministry of Communication & IT, Department of Posts, Government of India Witness Witness

1. 1.

2. 2.

Provisions of these Clauses would need to be amended/ deleted in line with the policy of the BUYER in regard to involvement of Indian agents of foreign suppliers.

Page 24 of 31

CERTIFICATE OF SAMPLE

I / We ______, hereby certify that, the sample and the material supplied / Provided with this proposal is in accordance with specifications given and not inferior to the terms specified in Annexure I of NIT. I / We will be responsible for rejection / cancellation of contract. If samples are not found up to the mark or if the material supplied is substandard or for civil / criminal proceedings or not accordance with the specification given in Annexure I of NIT at the future date.

Dated at (Dated signature of the tenderer with stamp of the company)

Page 25 of 31

ANNEXURE-VII

List of Sub Post offices. The number and offices may vary depending upon various circumstances and administrative reasons.

Sl. No. Office Class Pincode 1 Alangad I 683511 2 I 682311 3 Piravom I 686664 4 Vazhakulam I 686670 5 Kuruppampady I 683545 6 Angamally South II 683573 7 Chendamangalam II 683512 8 Chengamanad II 683578 9 Cherai II 683514 10 Edathala II 683561 11 Kaitharam II 683519 12 Kanjoor II 683575 13 Karukutty II 683576 14 Koonammavu II 683518 15 Kurumassery II 683579 16 Manjapra II 683581 17 Mookkannur II 683577 18 Moothakunnam II 683516 19 Palliport II 683515 20 Union Christian College II 683102 21 Vadakkekara II 683522 22 Varapuzha II 683517 23 Kalloorkad II 686668 24 Pampakuda II 686667 25 Pothanicaud II 686671 26 Ramamangalam II 686663 27 Chelad Junction II 686681 28 Keezhillam II 683541 29 Koovappady II 683544 30 Nellimattom II 686693 31 Thrikkariyoor II 686692 32 Valayanchirangara II 683556 33 Vengoor II 683546 34 Aluva Town Bus Stand III 683101 35 Athani III 683585 36 Binanipuram III 683502 37 Chowara III 683571 38 Erumathala III 683112 39 III 683562 40 Kochi Airport III 683111 41 Kumarapuram III 683565 42 Malayattoor III 683587 43 Mekkad III 683589 44 Muppathadam III 683110 Naval Armament Depot- III 683563 45 Aluva 46 Paravur Market III 683513 47 Paravur Town III 683513 48 Puthenvelikara III 683594 49 Sreemoolanagaram III 683580 50 Thaikattukara III 683106 51 Thottumughom III 683105 52 Vadakkumpuram III 683521 53 Arakuzha III 686672 54 Elanji III 686665 55 Kunnakkal III 682316 Page 26 of 31

56 Mudavoor III 686669 57 Asamannoor III 683549 58 Iringole III 683548 59 Kothamangalam College III 686666 60 Mudikkal III 683547 61 Okkal III 683550 62 Rayonpuram III 683543 63 Aluva Bazar III 683101 64 Kalady MDG MDG 683574 65 Koothattukulam MDG MDG 686662 66 Muvattupuzha Market PM Grade-I 686673

Senior Superintendent of Post offices, Aluva Division, Aluva-683101

Page 27 of 31

ANNEXURE-VIII

List of Branch Post offices. The number and offices may vary depending upon various circumstances and administrative reasons.

SL NO Office Name Class Pincode Karumalloor 1 BO 683511 Neericode 2 BO 683511 Panaikulam 3 BO 683511 4 West Veliyathunadu BO 683511 5 Aluva Asokapuram BO 683101 6 Nedumbassery BO 683585 South Aduvassery 7 BO 683578 Kunnukara 8 BO 683578 Malayidamthuruth 9 BO 683561 10 Vilangu BO 683561 11 Edathala North BO 683561 12 Kottuvally BO 683519 Manickamangalam 13 BO 683574 Mattoor 14 BO 683574 Naduvattam 15 BO 683574 16 Piraroor BO 683574 17 Yordhanapuram BO 683574 18 Neeleswaram BO 683574 Thuravumkara 19 BO 683575 Parappuram 20 BO 683575 Paduvapuram 21 BO 683576 22 Pattimattom BO 683562 23 Kongorppilly BO 683518 24 Pazhamthottam BO 683565 Peringala 25 BO 683565 Vempilly 26 BO 683565 Airoor 27 BO 683579 28 Parakkadavu BO 683579 29 Vattaparambu BO 683579 30 Anappara-Kalady BO 683581 Ayyampuzha 31 BO 683581 Chully 32 BO 683581 Kalady Plantation 33 BO 683581 34 Azhakam BO 683577 35 Ezhattumugham BO 683577 36 Thabore BO 683577 Gothuruthy 37 BO 683516 Maliankara 38 BO 683516 West Kadungallur 39 BO 683110 40 Nanthiattukunnam BO 683513 41 Elanthikara BO 683594 Page 28 of 31

42 Kuthiathode-Ekm BO 683594 43 Vellarappilly South BO 683580 44 BO 683105 45 BO 683105 Desom P.O 46 BO 683102 47 Kunjithai BO 683522 48 Varapuzha Landing BO 683517 49 Meenkunnam BO 686672 50 Memadangu BO 686672 Pandapilly 51 BO 686672 Mutholapuram 52 BO 686665 53 Perumbadavam BO 686665 54 Kaloor BO 686668 55 Kavakkad BO 686668 56 Nagapuzha BO 686668 Thazhavankunnam 57 BO 686668 Ayavana 58 BO 686668 59 Kadakkanad BO 682311 60 Kadamattam BO 682311 61 Kadayirippu BO 682311 62 Kinginimattom BO 682311 Karukappilly 63 BO 682311 Edayar 64 BO 686662 65 Kakkoor BO 686662 66 Karamala BO 686662 67 Karimpana BO 686662 68 Kizhakompu BO 686662 Marika 69 BO 686662 Oliyappuram 70 BO 686662 71 Palakuzha BO 686662 72 Thirumarady BO 686662 73 Mekkadambu BO 682316 74 Mazhuvannur South BO 686669 Mazhuvannur 75 BO 686669 Nellad 76 BO 686669 77 Muvattupuzha Bazar BO 686673 78 Enanalloor BO 686673 79 Manary BO 686673 80 Mulavoor BO 686673 Marady East 81 BO 686673 Nirmala 82 BO 686673 83 Perumballoor BO 686673 84 Puthuppady BO 686673 85 Randar BO 686673 86 Thekkenmarady BO 686673 Vazhappilly East 87 BO 686673 Pezhakkappilly 88 BO 686673

Page 29 of 31

89 Anchelpetty BO 686667 90 North Piramadam BO 686667 91 Onakkoor BO 686667 Periapuram 92 BO 686667 Mannathur 93 BO 686667 94 Kakkad BO 686664 95 Kalampoor BO 686664 96 Mulakulam BO 686664 97 Nechoor BO 686664 Pazhoor 98 BO 686664 Manidu 99 BO 686664 100 Chathamattom BO 686671 101 Kadavoor BO 686671 102 Koovallor BO 686671 103 Paingottoor BO 686671 Pulinthanam 104 BO 686671 Pallarimangalam 105 BO 686671 106 Kizhmuri BO 686663 107 Mamalassery BO 686663 108 Ooramana BO 686663 109 Kadalikkad BO 686670 Madakathanam 110 BO 686670 Vadacode Vazhakulam 111 BO 686670 112 Mullapuzhachal BO 686670 113 Avoli BO 686670 114 Vaikkara BO 683549 115 Bhoothathankettu BO 686681 Idamalayar 116 BO 686681 Inchathotty 117 BO 686681 118 Keerampara BO 686681 119 Koovapara BO 686681 120 Kuttampuzha BO 686681 121 Malipara BO 686681 Mamalakandam 122 BO 686681 Njayappilly 123 BO 686681 124 Pooyamkutty BO 686681 125 Thattekkad BO 686681 126 Urulanthanny BO 686681 127 Vadattupara BO 686681 Vettampara 128 BO 686681 Airapuram 129 BO 683541 130 Pulluvazhi BO 683541 131 Thrikkalathoor BO 683541 132 Edavoor BO 683544 133 Aimurikara BO 683544 Alattuchira 134 BO 683544 Cheranalloor-PBR 135 BO 683544

Page 30 of 31

136 Illambakapally BO 683544 137 Kodanad BO 683544 138 Karukadam BO 686691 Kuthukuzhy 139 BO 686691 Aruvapara 140 BO 683545 141 Methala BO 683545 142 Nedungapra BO 683545 143 Rayamangalam BO 683545 144 Thuruthy BO 683545 Ponjassery 145 BO 683547 Manikinar 146 BO 686693 147 Neendapara BO 686693 148 Neriamangalam BO 686693 149 Oonnukal BO 686693 150 Pareekanni BO 686693 Perumannoor 151 BO 686693 Thalakkode 152 BO 686693 153 Airoopadam BO 686692 154 Panipra BO 686692 155 Plamudy BO 686692 156 Kottapady BO 686692 Pindimana 157 BO 686692 West 158 BO 683556 159 BO 683556 160 Vengola BO 683556 161 Choondakuzhy BO 683546 162 Kombanad BO 683546 Mudakuzha 163 BO 683546 164 Panieli BO 683546

Senior Superintendent of Post offices, Aluva Division, Aluva-683101

Page 31 of 31