DEPARTMENT OF POSTS, O/O THE CHIEF POSTMATER GENERAL, CIRCLE, -800001 Phone No.0612-2225038 e-mail: [email protected]

Tender No: Estt/Plg-RB&APN/Basic Inf./2015-16 Dated at Patna the 10 .11.2015

NOTICE INVITING E-TENDER

Online tenders are invited on behalf of the President of India for Supply of basic infrastructural equipments to Branch Post office in Bihar Circle to be delivered at Divisional Head quarters falling under the administrative jurisdiction of the Senior Supdt of Post Offices/Supdt of Post Offices in Bihar Circle as per list annexed as specified in the letter communicating of acceptance of tender/Award of supply. The method of submission of tender, amount of Earnest Money/Security Deposit and General Terms & Conditions applicable to contract has been mentioned in Annexure-I. The supply is to be made strictly as per parameters/technical specifications given in part-I for Annexure-II. The Proforma for submission of tender have been given in Annexure-III (Technical Bid) in PDF and Annexure IV (Commercial Bid) in BOQ format to this Notice Inviting Tender. The schedule of tender is given as under:-

SCHEDULE OF TENDER:-

Tender No. Estt/Plg-RB&APN/Basic Inf/2015-16 Scope of work Supply of basic infrastructural equipments to Branch Post Offices falling under the administrative jurisdiction of Senior Supdt. of Post Offices/ Supdt. of Post Offices in Bihar Circle. Tender Value Rs. 36,75,000 Cost of tender documents Rs. 570/- Amount of Earnest Money Deposit @ 5% of tender value Rs 1,83,750.00 Amount of security Deposit @ 10% of tender value Rs 3,67,500.00 Last date and time of uploading the tender Up to 12:00 Hrs on 03.12.2015 Date of time of opening of Tender 12:30 Hrs on 03.12.2015 Venue Conference Hall, 1st Floor, O/o The Chief PMG, Bihar Circle Meghdoot Bhawan, Patna -800 001

2. Complete tender documents may be downloaded from the central Public Procurement Portal (http://eprocure.gov.in) and the fee of Rs.570/-(Rs. Five hundred seventy only) towards this should be credited under UCR in any Post office and the scanned copy of the receipt therefore, must be uploaded accordingly which is not refundable to any category of bidder. One original copy of UCR should be sent in sealed envelope addressed to the Asst. Director(P), O/o the Chief PMG, Bihar Circle, Patna-800001

3. All the documents in support of eligibility criteria are also to be uploaded alongwith Technical bid. The tenderers are advised in their own interest to upload the scanned copies of the desired papers/documents with their bids, failing which their bids may be declared non responsive.

4. The foremost requirement of participation in e-tender is to have a Digital Signature.

5. The terms and conditions of the tender are enclosed (PDF format) and the price bid (Commercial bid) in BOQ (.xls) format.

6. Offline bids will not be entertained for the tenders published in e-procurement platform.

Asstt. Director (P) O/o the Chief PMG, Bihar Circle Patna- 800001

No. Estt/Plg-RB&APN/Basic Inf/2015-16

Annexure – I

GENERAL TERMS AND CONDITIONS

Sub: e-Tender for Supply of Basic Infrastructural equipments in various Rural Branch Post office in Bihar to be delivered at Divisional Head quarters.

1. Parties :

The parties to the contract are the firm (the renderer to whom the work have been awarded) and the Government of India through the Department of Posts 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 tenderer/firm mentioned in the tender shall be the final unless the tenderer/firm notifies a change of address by a separate letter sent by registered post with acknowledgement due to the Chief Postmaster General, Bihar Circle, Patna (Department of Posts). The tenderer shall be solely responsible for the consequences of any omission or error to notify change of address in the aforesaid manner.

3. Earnest Money deposit

3.1 Earnest Money of Rs.1,83,750.00/- (Rupees One Lakh eighty three thousands seven hundred fifty) only must be deposited by the bidders in any Post Office and Original Receipt in form ACG-67 or computerized UCR receipt provided by the Post Office in token of having received the amount. The copy of UCR receipt for EMD should be scanned and uploaded alongwith their tenders. One original receipt should be sent in a sealed envelope to the Assistant Director (Personal), O/o Chief Postmaster General, Bihar Circle, Patna-800001 as per instruction above.

3.2 Firms registered under NSIC/DGS&D/MSME Act 2006 with current validity are exempted from furnishing the Earnest Money deposit (Bid security).

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

3.4 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.

3.5 The tenders without Earnest Money Deposit will be summarily rejected except those registered under NSIC/DGS&D/MSME Act 2006 .

3.6 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.

3.7 EMD of unsuccessful tenderer will be refunded to them only after finalization of tender selection or before the 30th day after the award of the contract.

3.8 EMD of the successful tenders will be refunded only after performance security is credited.

4. Preparation and uploading of Tender :

4.1 Preparation of Bids :

a. Bidders should take into account any corrigendum published on the tender document before uploading their bids.

b. Bidders in advance, should get ready the bid documents to be uploaded as indicated in the tender document/schedule and generally the bid documents may be scanned with clear legibility.

4.2 Uploading of Bids :

a. Bidder should log into the site well in advance for bid submission so that he/she upload the bid in time i.e. on or before the bid submission time.

b. The bidder has to digitally sign and upload the required bid documents owning responsibility for their correctness/authenticity one by one as indicated in the tender document.

c. Bidder has to select the payment option as “offline” to pay the tender fee/EMD as applicable and should enter the details of the instrument.

d. Bidders should prepare the EMD/cost of tender as per the instructions specified in the tender document. The originals should be posted by Speed Post to the undersigned before the date & time of bid submission. The details of the UCR issued by the Post office, physically sent, should tally with the details available in the scanned copy and the data entered during bid submission time, otherwise the uploaded bid will be rejected.

e. The bidder shall authenticate the bid with his/her digital signature certificate for submitting the bid electronically or e-procurement platform and the bids not authenticated by Digital certificate of the bidder will not be accepted on the e- procurement platform.

f. Bidders are required to submit their financial bids in the .BOQ (.xls) format provided in the NIT.

5. Signing of Tender:

Signature should be done electronically with Digital Signature Certificate as per e- procurement system. Individual signing the tender or other documents connected with contract must specify whether he signs as:

5.1 A ‘sole proprietor’ of the concern or constituted attorney of such sole proprietor. If by the constituted attorney, a copy of the power of attorney/ authentication should be uploaded.

5.2 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. A copy of registered Partnership deed and if Power of Attorney is executed in favour of any of the Partner or any authorized officers of the firm, then a copy of the Power of Attorney sworn in before Notary Public should be uploaded.

5.3 Director or a principal officer duly authorized by the Board or Director of the firm/ company, if it is a company. A copy of the board resolution/authority duly signed by all Directors of the company should be uploaded.

5.4 In the case of Co-Operative society, the person who is signing the tender document must have authority to do so and relevant authority letter issued by the competent authority should be uploaded.

NB: i) In case of partnership firms, a copy of the partnership agreement or general power of attorney is executed in favour of any of the partners or any authorized officers of the firm, then copy of 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 uploaded with the tender. ii) 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. iii) 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 on behalf of such other person and if, on enquiry it appears that the persons so signing had no authority to do so, the Chief P.M.G., Bihar Circle, Patna may, without prejudice, cancel the contract and hold the signatory liable for all costs, consequences and damages under the civil and criminal remedies available. iv) In case of Private Ltd/Limited companies, company incorporation certificate alongwith the articles of Association has to be uploaded. v) The tenderer should sign the pre integrity pact submitted in Annexure VI. vi) No page of draft NIT should be left out while uploading after the pages are authenticated with digital signature certificate by the tenderer. vii) It may be ensured that no page of NIT are downloaded, printed and uploaded with the manual signature of the bidders. Such bids with manual signature and seal of the tenderer should be summarily rejected.

6. Technical Bid :

6.1 All documents relating to Technical bids should be uploaded accordingly (refer Part-II of Annexure II and Annexure III of tender document).

6.2 All documents of technical bid should be submitted electronically in PDF format.

6.3 The bidder has to keep track of any changes by viewing Addendum/Corrigendum issued by the tender inviting authority on time to time basis on e-procurement platform. The department will not be responsible for any claims/problems arising out of this.

6.4 Any incorrect information/deviation in uploading the documents will be viewed seriously

apart from cancelling the work duly forfeiting the EMD and the firm will be black listed.

7. Commercial Bid

7.1 The Department shall carry out the Technical Evaluation solely based on the uploaded certificate/documents in the e-procurement system and open the price bids of responsive bidders.

7.2 The commercial bid should be submitted in BOQ (.xls) file provided with NIT. The bidder has to authenticate each page of the bid with digital signature certificate and upload the required bid documents one by one as indicated in the tender document.

7.3 The commercial bids of the tender shortlisted after evaluation of technical bids will be opened on a specified date and time to be intimated to the respective tenderer. A duly constituted Tender Evaluation Committee (TEC) will evaluate the Technical bids and commercial bids.

7.4 A consolidated price should be quoted alongwith its breakup showing various items of charge. The price quoted shall be firm and final.

7.5 Terms of payment as stated in Clause 23 of Annexure-I of tender document shall be final.

7.6 At the time of payment, Income tax, if any shall be deducted at sources as per Government rules and guidelines as may be prevailing at the time of payment.

7.7 No terms and conditions should be entered by the tenderer alongwith commercial bid BOQ (.xls format) and no separate information on any conditions in Commercial bid will be entertained.

7.8 Any conditional bid will not be accepted.

8. Validity of the bids :

8.1 The bids shall be valid for a period of six months from the date of opening of the tenders.

8.2 The approved contract will be in force for a period of one year, from the date mentioned in the formal agreement and may be extended for further period of one year with the consent of both the parties.

8.3 The approved tenderer will supply the equipment and make it functional at the approved rates to the Post offices/units for which supply order has been made. This applies to additional quantity ordered if any.

9. Opening of Tender :

On the date and time indicated in the schedule of tender, Technical bids will be opened first. Commercial bids of the tenderers shortlisted after evaluation of Technical bid will be opened on the same day or on a specific date and time to be intimated to the respective tenderer.

10. Criteria for Evaluation of Tenders :

10.1 The evaluation of the tenders will be done on the basis of certificates/documents uploaded through online only as furnished in form given in Annexure-III, which includes :

a. Payment of transaction fee of Rs.570/- for Tender document. b. Payment of Earnest Money deposit of Rs. 1,83,750/-. c. Submission of documents mentioned in Part-II of Annexure II and Annexure-III

10.2 The bidder shall invariably furnish the original UCR/EMD details to tender inviting authority before opening of price bids through speed post (Not through private couriers/ordinary post or any other mode) and the receipt of the same is the responsibility of the bidder. The department will not take any responsibility for delay or non receipt.

10.3 The commercial bid of such firms found valid based on technical parameters, as per Part-I, Part-II of Annexure-II and Annexure-III will be opened either on the same day or on the date, time and venue to be announced after opening of the Technical bid.

10.4 It must be kept in view that no decision will be given by the Tender Evaluation Committee and any inferences drawn during the meeting of this committee by the Tenderers or their representatives will be their own view and the Department will not be responsible and abide by the same. The reasons for selections or rejections of a particular tender will not be disclosed.

10.5 The award of work will be further subject to any specific terms and conditions of the contract given in Part-II of Annexure II of this NIT.

11. Right of Acceptance :

11.1 The Department of Posts reserves all rights to reject any tender 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.

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

11.3 The decision of Department of Posts in this regard is final and binding.

11.4 Any failure on the part of the tenderer to observe the prescribed procedure and any attempt to canvas for the supply order will prejudice the firm’s quotation.

12. 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.

13. Security Deposit :

13.1 The successful tender will have to deposit in cash in any post office under Unclassified Receipt (UCR) a sum of Rs. 3,67,500/-(Rupees three Lakh sixty seven Thousand five hundred only) in favour of Department of Posts towards Security Deposit within 07 days from the acceptance of the tender and produce the receipt in original to the Department of Posts. Alternatively, the Security Deposit may be form of Bank Demand Draft in favour of The Chief Postmaster, Patna GPO, Patna. The Security Deposit will not be adjusted against any payment due to the firm from the Department of Posts.

13.2 The Security deposit can be forfeited by order of the Chief Postmaster General, Bihar Circle, Patna in the event of any breach or negligence or non-observance of any condition of contract or for unsatisfactory performance or for non-acceptance of the supply order. On expiry of the contract, such portion of the said security deposit as may be considered by the Chief Postmaster General, Bihar Circle, Patna 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 the firms’s bill has been received and examined.

14. 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 supply in good and workmen like manner and to the satisfaction of the officers nominated for the purpose and by the time fixed by the Department of Posts.

(iii) The supply must be completed within a period of 45 days after receiving the supply order. Thereafter a penalty of 01% of the outstanding amount per week of delay will be imposed.

a. It shall be lawful for the Department of Posts in its discretion in the former event to remove or withhold any part of the work until such times 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 work man like manner to the satisfaction of and by the time fixed by the Department of Posts and in both or either of the events aforesaid to make such arrangements as he may think fit for the reproduction of the supply work so removed or supply work in lieu of that so rejected or removed or 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 his to be paid within seven days to the Department of Posts.

b. In the event of any discovery of error or defect due to the fault of the CONTRACTOR at any time after the delivery of goods ordered, the CONTRACTOR shall be bound, 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 Department of Posts. In the event of the delivery of any defective work, which owing to urgency or for any other reason cannot be wholly rejected the Department of Posts shall have the power to deduct from any payment due to the CONTRACTOR such sum as the Department may deem expedient. c. In the event of a supply being wholly rejected, the Department of Posts may at its 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; or (ii) Arrange to get the additional supply 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.

15. Termination of the contract :

The DEPARTMENT reserves the right to reject or modify or cancel the contract subject to the orders of Government of India for not executing / attending / maintenance within a reasonable period.

16. General Provisions :

(a) This agreement shall supersede all previous communications, both oral and written contained shall not be omitted, added to or amended in any manner except in writing and signed by both parties hereof.

(b) This agreement should not be sub-contracted to any other third party other than the CONTRACTOR’s personnel to perform any service work that is required from the CONTRACTOR under this agreement.

(c) The CONTRACTOR should warrant that the repair and maintenance of service/ products hereby sold do not violate or infringe upon any patent, copyright. Trade secret or other property right of any other person or other entity. CONTRACTOR should agree that it will and hereby does, indemnify the DEPARTMENT from and claim, directly or indirectly resulting from or arising out of any breach or claimed breach of this warranty.

(d) All the Batteries supplied by the CONTRACTOR should in working condition at the time closing of contract.

17. Compliance with Laws :

During the performance of the work, the CONTRACTOR shall at his own cost and initiative fully comply with all applicable laws of the land and with all applicable by-laws, rules, regulations and any other provisions having the force of law, made or promulgated or deemed to be made or promulgated by any Government, Government agency, or Department, Municipal board or other regulatory or authorized body of persons and shall provide all certificates of compliance therewith as may be required by such applicable law, by-laws and rules, regulations, orders. The CONTRACTOR shall assume full responsibility for the payment of all contributions and payroll taxes, as to its workforce, servants or agents engaged in the performance of the work specified in the contract documents.

18. Force Majeure/ Natural Calamity, Strike etc :

In case of strike, combination of workmen or natural calamity of any kind, fire accidents of circumstances beyond the control of the firm causing stoppage of work, whereby the supply may be suspended resulting in under delay without penalty, Department of Posts shall have the power during such stoppage to get the supply done elsewhere without charging the contractor.

19. Insolvency :

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.

20. Arbitration :

If a dispute arises out of or in connection with this contract or in respect of any defined legal relationship associated therewith or derived there from, the parties agree to submit that dispute to arbitration under the ICADR Arbitration rules 1996. The authority to appoint the arbitrator(s) shall be the International centre for Alternative Dispute Resolution. The International Centre for Alternative Dispute Resolution will provide Administrative Services in accordance with the ICADR Arbitration Rules 1996 .

a. The number of arbitrator shall be one. b. The language of the arbitration proceedings shall be in English. c. The place of arbitration proceedings shall be at Patna, Bihar.

21. RECORDS :

21.1 The CONTRACTOR shall authenticate his supply by obtaining signature of the officer in charge of the Department and date stamp impression in the installation note. The date of expiry of the warranty shall also be recorded in the installation note.

21.2 For each location, the CONTRACTOR shall maintain a log book containing details of the maintenance calls which include date and time of visit. The CONTRACTOR’s representative and the Officer in charge in that location will sign this record. The CONTRACTOR shall also ensure affixing date stamp on the day of visit in the log book. A copy of this document shall be produced to the Head of the Divisions / Units, when called for.

22. Time Schedule for executing Supply Order :

The supply must be completed within a period of 7 (seven) days from the date of supply order failing which the order is liable to be cancelled forthwith. The supply should be made at destinated post offices/units and the installation must be completed in one week from the date of supply.

23. Terms of payment:

23.1 No payment shall be made in advance nor shall any loan from any bank or financial institution be recommended on the basis of the order of award of work.

23.2 The contractor shall submit the bill in triplicate duly stamped along with the receipts obtained from each Divisional heads, in token of the supply made alongwith a certificate obtained from each Divisional head regarding good condition of the items supplied to the CPMG, Bihar Circle for passing the bill for payment in respect of work done.

23.3 All payments shall be made by cheque only after deducting income tax at source.

23.4 The department shall be at liberty to withhold any of the payments in full or in part subject to recovery of penalties mentioned in preceding para.

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

24. Samples / Demo:

The sample of Item as per specification mentioned in the part I of Annexure II should be produced for inspection by the committee on the date and time fixed by the undersigned at the cost of the tenderer, whose bids are technically qualified after opening of technical bid and before opening of commercial bid.

25. Pre Contract Integrity Pact:

This pre-bid pre-contract Agreement (hereinafter called the integrity Pact) is to be signed between on one hand, the President of India acting through the Assistant Director(P), O/o the CPMG, Patna, Department of Posts, Ministry of Communications & IT, Government of India (hereinafter called the “Buyer”, which expression shall mean and include, unless the context otherwise requires, his successor in office and assigns) of the First Part and Chief Executive Officer (hereinafter called the “BIDDER/Seller” which expression shall mean and include, unless the context otherwise requires, his successor and permitted assigns) of the Second Part. The prescribed proforma is placed at Annexure-VI.

Asstt.Director (P) O/o the Chief PMG, Bihar Circle Patna- 800001

Tender No. Estt/Plg-RB&APN/Basic Inf/2015-16 Government of India Ministry of Communications & IT Department of Posts Office of the Chief Postmaster General, Bihar Circle, Patna – 800 001

ANNEXURE-II

PARAMETERS AND TECHNICAL SPECIFICATION FOR EXECUTING THE WORK

Sub: Tender for supply of Furniture. Part-I

Parameters and Technical Specification for Executing the Work

Parameters and Technical Specification

Sl Particulars Specifications Quantity No. 1 Steel Almirah Steel Shelving Cabinate (Adjustable Type) with 490 punching and bending body of 18 guage without locker/drawer enamelled with light bronze shade No. 222 or in dove gray shade no. 694 in the size as below: Height Wide Depth (excluding Pedestal) 915mm 610mm 380mm 2 Office Table office table with mild steel square section 490 pedestal and table top of 18 mm thick pre- laminated particle board with PVC beading and dimensions as given below: Length Width Height 900mm 600mm 750mm The foot rest shall be made of the same section as that of frame and pedestal. Wooden edging of table top shall be of teak wood.

3 Chair Plastic Chair without arm rest for office purpose 980 and should be from reputed company like Neelkamal, Supreem. (Dimension: 650L x 585W x 875H)

ANNEXURE-II PART – II

TERMS AND CONDITIONS SPECIFIC TO THE CONTRACT

1. The tender must be accompanied with experience certificate for the proficiency in essential or non-essential work certificate for such work done with Govt/Semi Govt/PSU or reputed private organization may be furnished.

2. The tenderer should be registered under firm/company act. Document in support of registration must be accompanied with tender.

3. Earnest Money Deposit of Rs. 1,83,750 (Rupees One Lakh eighty three thousands seven hundred fifty only) must be deposited at any post office and receipt provided by post office in this regard in the form UCR/ACG-67 should be uploaded with tender document otherwise tender will not be considered. No interest will be earned on the earnest money deposit.

4. Earnest money deposit of unsuccessful tenderer will be returned but earnest money deposit of successful tenderer may be refunded on the completion of the supply.

5. Security Deposit @10% of the tender value is required to be credited by successful tender in cash in any post office under Unclassified Receipt (UCR) in favour of Department of Posts towards Security Deposit within 07 days from the acceptance of the tender and produce the receipt in original to the Department of Posts. Alternatively, the Security Deposit may be form of Bank Demand Draft in favour of The Chief Postmaster, Patna GPO, Patna.

6. The security deposit can be forfeited by the order of Department of Posts in the event of any breach or negligence or non observance of any condition of contract or for unsatisfactory performance of for non acceptance of the supply order.

7. In the case of dispute, the decision of the Chief Postmaster General, Bihar will be final.

8. The Proof of similar work done to the value of 25% of tender value during the last three financial years taken together should be uploaded with the tender application. For this purpose, specific document regarding proof of similar work/supply such as sanction memo or Bank Draft/ Bank Cheque/ Treasury Challan/Bank Statement alongwith related work order or work completion certificated issued by the concerned officers showing the cost of supply/work should be uploaded with technical bid.

9. The tenderer will be personally responsible for compliance of the obligations and regulations to laws/Fiscal Law and regulation prevailing and revised from time to time by central government/state government/local body.

10. Rate of the item quoted by the tenderer must be in words and figures also.

11. Rate must be inclusive of all charges including loading, unloading, delivery & any applicable taxes etc. in both word and figure.

12. IT Returns of last two assessment years must be submitted by the tenderer.

13. A certificate should be furnished by the tenderer that no relative of them is working in the department/circle.

14. The tenderer will have to effect delivery of furniture to the office of SSPOs/SPOs of identified Divisions as per Annexure -V.

15. The tenderer must have valid CST/VAT registration certificate for the same type of work.

16. In no case, any conveyance should be allowed.

17. Items should be delivered within 45 days of receipt of supply order or within the period decided by the CPMG, Bihar Circle. The goods to be supplied to the supply point in good condition.

18. The tenderer has to attach authenticated and audited balance sheet by charter accountant for the past two years including 2013-14 alongwith technical bid.

19. The tenderer has to attach a self certificate regarding no blacklisted by any govt/semi- govt organization.

20. The quantity of supply as decided in Part I of this annexure may vary as per requirement for which order will be placed at any time during the validity of the contract in part or full as per demand.

Digital Signature of tenderer Asstt.Director (P) O/o the Chief PMG, Bihar Circle Patna- 800001

ANNEXURE-III Tender No. Estt/Plg-RB&APN/Basic Inf/2015-16 Government of India Ministry of Communications & IT Department of Posts Office of the Chief Postmaster General, Bihar Circle, Patna – 800 001

TENDER FORM-I TECHNICAL INFORMATIONS AND UNDERTAKING

(See Clause 6 of Annexure I of this Tender Document)

(Delete whichever of the following is not applicable before issuing the NIT or prepare a fresh format. Tenderer may use separate sheet wherever required)

Sub: Notice Inviting eTender to for supply of Furniture.

1. Name of the Tenderer/concern:______

2. Nature of the concern:______(i.e. Sole Proprietor or Partnership firm or a Company or a Government or a Public Sector Organization)

3. ACG 67 Receipt No.______Dated______Name of Post Office______(To be uploaded) and amount of Earnest Money Deposit Rs.______(Rupees______only).

4. Proposed date to start service______

5. Time required for completing the supply______

6. Certificate of Experience and List of Important works/supply of the nature stated above under taken during last three years in enclosed (summary may be enclosed on separate sheets)

7. List of Major Customers may be given on a separate sheet as Appendix.

8. Whether the Proof of similar work done to the value of 25% of tender value during the last three financial years taken together uploaded with the tender application. For this purpose, specific document regarding proof of similar work/supply such as sanction memo or Bank Draft/ Bank Cheque/ Treasury Challan/Bank Statement alongwith related work order or work completion certificated issued by the concerned officers showing the cost of supply/work should be uploaded with technical bid.

9. Whether copies of authenticated and audited balance sheet for the past two years enclosed______

10. Whether annual report(s) of the concern is enclosed, if yes, state number and years

11. Whether IT Returns of last two assessment years must be submitted by the tenderer.

12. Whether a certificate should be furnished by the tenderer that no relative of them is working in the department/circle.

14 13. Whether the tenderer have valid CST/VAT registration certificate for the same type of work.

14. Whether the tenderer has uploaded authenticated and audited balance sheet by charter accountant for the past two years including 2013-14 alongwith technical bid.

15. Whether the tenderer has uploaded a self certificate regarding no blacklisted by any govt/semi-govt organization.

16. Any other information important and relevant in the opinion of the tenderer

The Assistant Director (P) Office of the Chief Postmaster General, Bihar Circle, Patna – 800 001

15

UNDERTAKING

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

2. I/We also undertake that I/we have understood “Parameters and Technical Specifications for conducting the Work” mentioned in Annexure II of the Tender No. Tender No. No. Estt/Plg-RB&APN/Basic Inf/2015-16 dated ______and shall conduct the work strictly as per these Parameters and Technical Specifications for conducting the Service.

3. I/We further undertake that the information given in this tender is true, correct and complete in all respects and we hold the responsibility for the same.

4. I/We also undertake that the samples being supplied with Technical Bid are in accordance with specifications given in the Part-I of Annexure-II to the NIT and I/We shall be responsible for rejection/cancellation of contract if the same are not found up to the mark or for civil/criminal proceedings if the material supplied is found sub-standard or not accordance with the sample furnished along with the tender at a future date.

(Digital Signature of Tenderer)

16 APPENDIX TO ANNEXURE-III Tender No. Estt/Plg-RB&APN/Basic Inf/2015-16

CERTIFICATE OF EXPERIENCE

Give list of items supplied satisfactorily in last three years, indicating the amount of tender.

Sl. Name of Items Location of Supply Value of Supply Name of organization No. to whom items were supplied

List of items supplied: (Certificate for satisfactory completion of supply made given above may please be uploaded)

List of major customers in hand:

1.

2.

3.

4.

(Digital Signature of Tenderer)

17

ANNEXURE-IV (Tender No. Estt/Plg-RB&APN/Basic Inf/2015-16

TENDER FORM-2-COMMERCIAL INFORMATIONS (See Clause 7 of Annexure I of this Tender Document)

(In BOQ Format)

Sub: Notice Inviting e Tender to for supply of cash chest.

1. Total Price inclusive of all kinds of incidental charges and all taxes etc. as per details given below will be Rs.______(in words Rupees______only)

2. Details:

Sl. Particulars Number Rate Amount No (in Rs.) In In In In words Figures words Figures 1 Steel Almirah 490 2 Office Table 490 3 Plastic Chair 980

2. Any other information:

(Digital Signature of Tenderer)

18 Annexure –V (Tender No Estt/Plg-RB&APN/Basic Inf/2015-16.)

List of Postal Divisions in Bihar Circle & address of the Divisional offices:

1. Central Region

Sl No. Name of Division Address of the Divisional office 1 Aurangabad O/o SPOs Aurangabad Division, Aurangabad, Bihar 2 O/o SPOs Bhagalpur Division, Bhagalpur, Bihar 3 Bhojpur O/o SPOs Bhojpur Division, Ara, Bihar 4 Gaya O/o SSPOs, Gaya Division, Gaya, Bihar 5 O/o SPOs Munger Division, Munger, Bihar 6 , Biharsarif O/o SPOs Nalanda Division, Biharsarif, Bihar 7 Nawada O/o SPOs Nawada Division, Nawada, Bihar 8 Patna O/o SSPOs Patna Division, Patna, Bihar 9 Rohtas, Sasaram O/o SPOs Rohtas Division, Sasaram, Bihar 10 , O/o SPOs Vaishali Division, Hajipur, Bihar

19 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 ------2014, between, on one hand, the President of India acting through Shri ………………...... , Assistant Director(P), O/o the CPMG, Patna, Department of Posts, Ministry of Communications & IT, Government of India (hereinafter called the “Buyer”, which expression shall mean and include, unless the context otherwise requires, his successor in office and assigns) of the First Part and M/s------represented by Shri------, Chief Executive Officer (hereinafter called the “BIDDER/Seller” which expression shall mean and include, unless the context otherwise requires, his successor and permitted assigns) of the Second Part. WHEREAS the BUYER proposes to procure Cash Chest for Branch Post Offices and the BIDDER/Seller is willing to offer/has offered the stores and WHEREAS the 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 Government of India (Assistant Director(P), O/O the CPMG, Patna, Department of Posts) performing its functions on behalf of the President of India. NOW, THEREFOER, 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 BIDDERSs 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: Commitments of the BUYER 1.1 The BUYER undertakes that no official of the BUYER, connected directly or indirectly with the contract, will demand, take a promise for or accept, directly or through intermediaries, any bribe, consideration, gift, reward, favour or any material or immaterial benefit or any other advantage from the BIDDER, either for themselves or for any person, organization or third party related to the contract in exchange for an advantage in the bidding process, bid evaluation, contracting or implementation process related to the contract. 1.2 The BUYER will, during the pre-contract stage, treat all BIDDERs alike, and will provide to all BIDDERs the same information and will not provide any such information to any particular BIDDER which could afford an advantage to that particular BIDDER in comparison to other BIDDERs. 1.3 All the officials of the BUYER will report to the appropriate Government office any attempted or completed breaches of the above commitments as well as any substantial suspicion of such breach. 2. in case any such preceding misconduct on the part of such official (s) is reported by the BIDDER to the BUYER with full and verifiable facts and the same is prima facie found to be correct by the BUYER, necessary disciplinary proceedings, or any other action as deemed fit, including criminal proceedings may be initiated by the BUYER and such a person shall be debarred from further dealings related to the contract process. In such a case while an enquiry is being conducted by the BUYER the proceedings under the contract would not be stalled.

20 Commitments of BIDDERs

3. The BIDDER commits itself to take all measures necessary to prevent corrupt practices, unfair means and illegal activities during any stage of its bid or during any pre-contract or post-contact stage in order to secure the contract or in furtherance to secure it and in particular commit itself to the following:- 3.1 The BIDDER will not offer, directly or through intermediaries, any bribe, gift, consideration, reward, favour, any material or immaterial benefit or other advantage, commission, fees, brokerage or inducement to any official of the BUYER, connected directly or indirectly with the bidding process, or to any person, organisation or third party relate to the contract in exchange for any advantage in the bidding, evaluation, contracting and implementation of the contract. 3.2 The BIDDER further undertakes that it has not given, offered or promised to give, directly or indirectly any bribe, gift, consideration, reward, favour, any material or immaterial benefit or other advantage, commission, fees, brokerage or inducement 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 contact with the Government for showing or forbearing to show favour or disfavour to any person in relation to the contract or any other contract with the Government. 3.3 BIDDERs shall disclose the name and address of agents and representatives and Indian BIDDERs shall disclose their foreign principals or associates. 3.4 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 BIDDER further confirms and declares to the BUYER that the BIDDER is the original manufacturer/integrator/authorised government sponsored export entity of the defence shores and has not engaged any individual or firm or company whether Indian or foreign to intercede, facilitate or in any way to recommend to the BUYER or any of its functionaries, whether officially or unofficially to the award of the contract to the BIDDER, nor has any amount been paid, promised or intended to be paid to any such individual, firm or company in respect of any such intercession, facilitation or recommendation. 3.6 The BIDDER, either while presenting the bid or during pre-contract negotiations or before signing the contract, shall disclose any payments he has made, is committed to or intends to make to officials of the BUYER or their family members, agents, brokers or any other intermediaries in connection with the contract and the details of services agreed upon for such payments. 3.7 The BIDDER will not collude with other parties interested in the contract to impair the transparency, fairness and progress of the bidding process, bid evaluation, contacting and implementation of the contract. 3.8 The BIDDER will not accept any advantage in exchange for any corrupt practice, unfair means and illegal activities 3.9 The BIDDER shall not use improperly, for purposes of competition or personal gain, or pass on to others, any information provided by the BUYER as part of the business relationship, regarding plans, technical proposals and business details, including information contained in any electronic data carrier. The BIDDER also undertakes to exercise due and adequate care lest any such information is divulged. 3.10 The BIDDER commits to refrain from giving any complaint directly or through any other manner without supporting it with full and verifiable facts. 3.11 The BIDDER shall not instigate or cause to instigate any third person to commit any of the actions mentioned above. 3.12 If the BIDDER or any employee of the BIDDER or any person acting on behalf of the BIDDER, either directly or indirectly, is a relative of any of the officers of the BUYER, or alternatively, if any relative of an officer of the BUYER has financial interest/stake in the BIDDER’s firm, the same shall be disclosed by the BIDDER at the time of filling of tender. The term ‘relative’ for this purpose would be as defined in Section 6 of the Companies Act 1956. 3.13 The BIDDER shall not lend to or borrow any money from or enter into any monetary dealings or transactions, directly or indirectly, with any employee of the BUYER, 21

4. Previous Transgression 4.1 The BIDDER declares that no previous transgression occurred in the last three years immediately before signing of this Integrity Pact, with any other company 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 BIDDER’s exclusion from the tender process. 4.2 The BIDDER agrees that if it makes incorrect statement on this subject, BIDDER can be disqualified from the tender process or the contract, if already awarded, can be terminated for such reason. 5. Earnest Money Deposit 5.1 While submitting bid, the BIDDER shall deposit an amount of Rs. 1,83,750.00/- (Rupees One Lakh eighty three thousand seven hundred fifty only) as Earnest Money Deposit, with the BUYER. For this the said amount must be deposited by the bidders in any Post Office and original receipt in form ACG-67 provided by the Post Office in token of having received the amount. Firms registered under NSIC/DGS&D/SSI with current validity are exempted from furnishing Earnest Money. Such firms should submit a copy of the certificate issued in this regard with current validity for claiming exemption of EMD. Otherwise, such bids without EMD are liable to be rejected. 5.2 The Security Deposit shall be valid up to a period of satisfactory completion of the supplies and settlement of the bills and that to 60 days after completion of agreement period or 60 days beyond the date of all contractual obligations of the tenderer 5.3 In case of the successful BIDER a clause would also be incorporated in the Article pertaining to Security Deposit in the Purchase Contract that the provisions of Sanctions for Violation shall be applicable for forfeiture of Security Deposit in case of a decision by the BUYER to forfeit the same without assigning any reason for imposing sanction for violation of this Pact. 5.4 No interest shall be payable by the BUYER to the BIDDER on Ernest money/Security Deposit for the period of its currency. 6. Sanctions for Violations 6.1 Any breach of the aforesaid provisions by the BIDDER or any one employed by it or acting on its behalf (whether with or without the knowledge of the BIDDER) shall entitle the BUYER to take all or any one of the following actions, wherever required:- (i) To immediately call off the pre contract negotiations without assigning any reason or giving any compensation to the BIDDER. However, the proceedings with the other BIDDER (s) would continue. (ii) The Earnest Money Deposit (in pre-contract stage) and/or Security Deposit/Performance Bond (after the contract is signed) shall stand forted either fully or partially, as decided by the BUYER, and the BUYER shall not be required to assign any reason therefore (iii) To immediately cancel the contract, if already signed, without giving any compensation to the BIDDER. (iv) To recover all sums already paid by the BUYER, and in case of an Indian BIDDER with interest thereon at 2% higher than the prevailing Prime Lending Rate of State Bank of India, while in case of a BIDDER from a country other than India with interest thereon at 2% higher than the LIBOR. If any outstanding payment is due to the BIDDER from the BUYER in connection with any other contract for any other stores, such outstanding payment could also be utilized to recover the aforesaid sum any interest. (v) To cancel all or any other contracts with the BIDDER. The BIDDER shall be liable to pay compensation for any loss or damage to the BUYER resulting from such cancellation/rescission and the BUYER shall be entitled to deduct the amount so payable form the money (s) due to the BIDDER. (vi) To debar the Bidder from participating in future bidding processed of the Government of India for a minimum period of five years, which may be further extended at the discretion of the BUYER. 22 (vii) To recover all sums paid in violation of this pact by BIDDER(s) to any middleman or agent of broker with a view to securing the contract. (viii) In cases where irrevocable Letters of Credit have been received in respect of any contract signed by the BUYER with the BIDDER, the same shall not be opened. (xiv) Forfeiture of security deposit in case of a decision by the BUYYER 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 BIDDERor any one employed by it or action on its behalf (whether with or without the knowledge of the BIDDER) of any offence as 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. 63. The decision of the BUYER to the effect that a breach of the provisions of this Pact has been committed by the BIDDER shall be final and conclusive on the BIDDER. 7. Fall Clause 7.1 The BIDDER undertakes that it has not supplied/ is not supplying similar product 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/stems or sub systems was supplied by the 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 BIDDER to the BUYER, if the contract has already been concluded. 8. Facilitation of Investigation In case of any allegation of violation of any provisions of this Pact or payment of commission, the BUYER or its agencies shall be entitled to examine all the documents including the Books of Accounts of the Bidder and the BIDDER shall provide necessary information and documents in English and shall extend all possible help for the purpose of such examination. 9. Law and Place of Jurisdiction This Pact is subject to Indian Law. The place of jurisdiction of law will be Patna. 10. 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. 11. Validity 11.1 The validity of this Integrity Pact shall be form date of its signing and extend up to 5 years or the complete execution of the contract to the satisfaction of both the BUYER and the BIDDER/Seller, including warranty period, whichever is later. In case BIDDER is unsuccessful, this integrity pact shall expire after six months form the date of the signing of the contract. 11.2 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. 12. The Parties hereby sign this Integrity Pact at ------on------. BIDDER CHIEF EXECUTIVE OFFICER Assistant Director (P) O/o the CPMG Department of Posts, Govt of India Patna-800001 Witness Witness 1.------1.------

2.------2.------* Provisions of these clauses would need to be amended/deleted in line with the polity of the BUYER in regard to involvement of Indian agents of foreign suppliers.