india security press...wholly owned by government of india nashik road – 422 101 (maharashtra) tel...

21
Page 1 of 21 INDIA SECURITY PRESS (A Unit of Security Printing and Minting Corporation of India Limited) Wholly owned by Government of India Nashik Road 422 101 (Maharashtra) Tel No 00 91 253 2402200, Fax No 00 91 253 2462718 Website: www.spmcil.com, email: [email protected] Non Transferable Security Classification: UNCLASSIFIED Tender Documents for Supply, Installation and Commissioning of Biometric Attendance Management System in ISP, Nashik. Tender No. 280/NCB/DS-10-05/BAMS/01/2018 Date: 20.03.2018 This Tender Document contains 21 pages. Tender Documents is sold to: Details of Contact person in SPMCIL regarding this tender: Name, Designation: Deepak Verma, Dy. Manager (Tech.Operations) i/c-Purchase Address: India Security Press, Phone: 0253-2402219/2319/2321/2419 Nashik Road-422 101 Fax : 0253-2462718 Maharashtra Email: [email protected] India Note- The word “SPMCIL” in this SBD hereinafter is referred to as “India Security Press, A unit of SPMCIL”. M/s______________________________________________________________ Address___________________________________________________________

Upload: others

Post on 14-Feb-2021

0 views

Category:

Documents


0 download

TRANSCRIPT

  • Page 1 of 21

    INDIA SECURITY PRESS

    (A Unit of Security Printing and Minting Corporation of India Limited) Wholly owned by Government of India

    Nashik Road – 422 101 (Maharashtra) Tel No 00 91 253 2402200, Fax No 00 91 253 2462718

    Website: www.spmcil.com, email: [email protected]

    Non Transferable

    Security Classification: UNCLASSIFIED

    Tender Documents for Supply, Installation and Commissioning of Biometric Attendance Management System in ISP, Nashik. Tender No. 280/NCB/DS-10-05/BAMS/01/2018 Date: 20.03.2018

    This Tender Document contains 21 pages. Tender Documents is sold to:

    Details of Contact person in SPMCIL regarding this tender: Name, Designation: Deepak Verma, Dy. Manager (Tech.Operations) i/c-Purchase Address: India Security Press, Phone: 0253-2402219/2319/2321/2419 Nashik Road-422 101 Fax : 0253-2462718 Maharashtra Email: [email protected] India Note- The word “SPMCIL” in this SBD hereinafter is referred to as “India Security Press, A unit of

    SPMCIL”.

    M/s______________________________________________________________

    Address___________________________________________________________

  • Page 2 of 21

    Section I: Notice Inviting Tender (NIT)

    INDIA SECURITY PRESS (A Unit of Security Printing and Minting Corporation of India Limited)

    Wholly owned by Government of India Nashik Road – 422 101 (Maharashtra) Tel No 00 91 253 2402200, Fax No 00 91 253 2462718

    Website: www.spmcil.com, email: [email protected]

    Tender No. 280/NCB/DS-10-05/BAMS/01/2018 Date: 20.03.2018 1. Sealed tenders are invited from eligible and qualified tenderers for supply of following goods and services:

    Sr. No.

    Brief Description of Goods/ services Quantity

    (with unit) Earnest Money

    (in Rs) Remarks

    1.

    Supply, Installation and commissioning of Biometric Attendance Management System in ISP, Nashik. { As per Section VII }

    As given in Section VII

    Rs. 22900/- (Rs. Twenty Two Thousand Nine Hundred Only) in the form of DD / Bankers cheque / FDR drawn on any Scheduled Commercial Bank in India, in favour of India Security Press, a unit of SPMCIL payable at Nasik.

    Type of Tender (Two Bid/ PQB/ EOI/

    RC/Development/Indigenization/ Disposal of

    Scrap/ Security Item etc)

    Two Bid (OPEN TENDER) Single stage {i.e. Technical and

    Price Bid separately},

    National Competitive Bidding.

    Dates of sale of tender documents From 20.03.2018 to 12.04.2018 during office hours

    Price of the tender document Rs. 112/-

    Place of sale of tender documents Purchase section, India Security Press,

    Nashik Road-422 101, Maharashtra, India

    Closing date and time for receipt of tenders 13.04.2018 at 1430 Hrs.

    Place of receipt of tenders Green Gate, India Security Press, Nashik Road-422 101,

    Maharashtra, India

    Time and date of opening of tenders At 1500 Hrs on 13.04.2018

    Place of opening of tenders Purchase Section, India Security Press,

    Nashik Road-422 101, Maharashtra, India

    Nominated Person/ Designation to Receive

    Bulky Tenders ( Clause 21.21.1 of GIT )

    Manager(HR), India Security Press,

    Nashik Road-422 101, Maharashtra, India

    mailto:[email protected]

  • Page 3 of 21

    2. Interested tenderers may obtain further information about this requirement from the above office selling the documents. They may also visit our website mentioned above for further details. 3. Tender documents may be purchased on payment of non-refundable fee of Rs. 112/- [Rs. One Hundred Twelve Only] per set in the form of account payee demand draft/ cashier’s cheque/ certified cheque, drawn on a scheduled commercial bank in India, in favour of India Security Press, a unit of SPMCIL payable at Nashik. 4. If requested, the tender documents will be mailed by registered post/ speed post to the domestic tenderers, for which extra expenditure per set will be Rs 100 for post. The tenderer is to add the applicable postage cost in the non-refundable fee mentioned in Para 3 above. 5. Tenderers may also download the tender document from the website https://ispnasik.spmcil.com and submit its tender by utilizing the downloaded document along with the required non-refundable fee as mentioned in Para 3 above. 6. Tenderers shall ensure that their tenders, duly sealed and signed, complete in all respects as per instructions contained in the Tender Documents, are dropped in the tender box located at the address given below on or before the closing date and time indicated in the Para 1 above, failing which the tenders will be treated as late and rejected. 7. In the event of any of the above mentioned dates being declared as a holiday/ closed day for the purchase organisation, the tenders will be sold/ received/ opened on the next working day at the appointed time. 8. The tender documents are not transferable. 9. As per Government of India guidelines, participating and qualified MSEs quoting price within price band of L1+15% will be allowed to supply a portion upto 20% of requirement by bringing down their price to L1 price where L1 is non-MSEs. Participating MSEs are also requested to indicate in their offer if their unit is owned by SC/ST Proprietorship.

    Deputy Manager (TO) i/c Purchase

    For General Manager India Security Press,

    Nashik Road Address for dropping the tender documents: Green Gate, India Security Press, Nashik Road-422 101, Maharashtra, India.

    https://ispnasik.spmcil.com/

  • Page 4 of 21

    Section II: GENERAL INSTRUCTIONS TO TENDERERS (GIT)

    PART I & II: GENERAL INSTRUCTIONS Applicable to all Types of Tenders

    Please refer the link Click here or http://ispnasik.spmcil.com/spmcil/UploadDocument/GIT.pdf for

    further details.

    GIT (Total pages: 32)

    BIDDERS ARE REQUESTED TO DOWNLOAD 32 PAGES BY CLICKING THE ABOVE SAID LINK AND SUBMIT

    THE SAME DULY STAMPED AND SIGNED ALONG WITH TENDER DOCUMENT.

    http://ispnasik.spmcil.com/spmcil/UploadDocument/GIT.pdfhttp://ispnasik.spmcil.com/spmcil/UploadDocument/GIT.pdf

  • Page 5 of 21

    Section III: Special Instructions to Tenderers (SIT)

    The following Special Instructions to Tenderers will apply for this purchase. These special instructions will modify/ substitute/ supplement the corresponding General Instructions to Tenderers (GIT) incorporated in Section II. The corresponding GIT clause numbers have also been indicated in the text below:

    In case of any conflict between the provision in the GIT and that in the SIT, the provision contained in the SIT shall prevail.

    Sl

    No

    GIT

    Clause

    No

    Topic SIT Provision

    1 4 Eligible Goods/ Services (Origin of Goods/ Services

    SIT-1 (Mentioned below)

    2 8 Pre-bid Conference SIT-2 (Mentioned below) 3 9 Time Limit for receiving request

    for clarification of Tender Document

    SIT-3 (Mentioned below)

    4 11.2 Tender Currency SIT-4 (Mentioned below) 5 12.11 Applicability of Octroi and local

    Taxes Not Applicable

    6 14 PVC Clause & Formula Not Applicable 7 19 Tender validity SIT-5 (Mentioned below) 8 20.4 Number of copies of Tenders to

    be submitted SIT-6 (Mentioned below)

    9 21 Submission of tender SIT-7 (Mentioned below) 10 33 Evaluation Criteria SIT-8 (Mentioned below)

    11 34 Comparison on FOR destination basis.

    Not Applicable

    12 35.2 Additional Factors for Evaluation

    of offers

    Not Applicable

    13 40 Purchaser’s right to accept tender

    Supplement with the following: SPMCIL reserves the right to accept in part or in full any tender or reject any tender without assigning any reason or to cancel the tendering process and reject all tenders at any time prior to award of contract, without incurring liability, what so ever to the affected tenderer or tenderers.

    14 43 Parallel Contract Not Applicable

    15 50.1,

    50.3

    Tender for Rate Contract Not Applicable

    16 51.1,

    51.2

    Eligibility Criteria As Mentioned in section IX

    17 53.4,

    53.5,

    53.7

    EOI Tenders Not Applicable

    18 54.3.1,

    54.5.2

    Tenders for Disposal of Scrap Not Applicable

    19 55.2,

    55.3,

    55.7,

    55.8

    Development/ Indigenization

    Tenders

    Not Applicable

  • Page 6 of 21

    SIT-1: Eligible Goods/ Services: All goods and related services to be supplied under the contract shall have

    their origin in India or the countries with which India has business relations. The terms “origin” used in this

    clause means the place where the goods are mined, grown, produced, or manufactured or from where the

    related services are arranged and supplied.

    SIT-2: Pre-bid conference: The pre-bid conference will be held on 31.03.2018 at 11.00 hrs. The

    prospective bidders interested to participate in this tender are requested to attend the pre-bid conference

    for clarifications at India Security Press, Nashik. The queries of Pre-bid conference if any, shall reach to GM,

    ISP, Nashik on or before 27.03.2018 in writing by Fax/mail.

    SIT-3: Clarification of Tender Documents: A Tenderer requiring any clarification or elucidation on any

    issue of the tender documents may take up the same with ISP Nashik in writing or by fax/ e-mail/ post. ISP

    Nashik will respond in writing to such request provided the same is received by ISP Nashik not later than 07

    days prior to the prescribed date of submission of tender. In case the clarifications are not given by ISP

    Nashik in stipulated time frame then the bidder must strictly follow the tender terms and conditions. Copies

    of the query and clarification, if any, shall be sent to all prospective bidders who have purchased the bidding

    documents.

    SIT-4: Tender Currencies: The tenderer shall quote only in Indian Rupees. Supplier is requested to quote

    price within 2 decimal place. Quotation with price quote beyond 2 decimal place will be ignored.

    SIT-5: Tender Validity

    (i) The tenders shall remain valid for acceptance for a period of 120 days after the date of tender opening prescribed in the tender document. Any tender valid for a shorter period shall be treated as unresponsive and rejected.

    (ii) In exceptional cases, the tenderers may be requested by ISP Nashik to extend the validity of their tenders’ upto a specified period. Such request(s) and response thereto shall be conveyed by surface mail or by fax/ e-mail followed by surface mail. The tenderers who agree to extend the tender validity, are to extend the same without any change or modification of their original tender and they are also to extend its tender validity period of the EMD (if applicable) accordingly. A tenderer, however, may not agree to extend its tender validity without forfeiting its EMD.

    (iii) In case the day upto which the tenders are to remain valid falls on/ subsequently declared a holiday or closed day for ISP Nashik, the tender valid shall automatically be extended upto the next working day.

    (iv) Compliance with the Clauses of this Tender Document: Tenderer must comply with all the clauses of this Tender Document. In case there are any deviations, these should be listed in a chart form without any ambiguity along with justification.

    SIT-6 :Number of Copies of Tenders to be submitted:

    Tenderer shall submit their tender in “Original” only

    SIT-7 : Submission of Tender:

    Techno-commercial bid and the Price Bid (as described in Part- I, Part- II and Note below) are to be submitted in Two Separate double sealed Envelopes on or before the due date of the submission of the tender as stated below otherwise tender/bid/quotation shall be liable for rejection. The envelope containing these two bids (Techno-commercial bid and the Price Bid) shall be super- scribed “Technical Bid” or “Price Bid” as the case may be for “Tender for Supply, Installation & Commissioning of Biometric Attendance Management System in ISP, Nashik”.

  • Page 7 of 21

    due on 13.04.2018 upto14.30 Hrs (IST). Late tenders shall not be accepted. Tenderers shall submit their offers only on prescribed forms PART I : TECHNO-COMMERCIAL BID (First Envelope)

    (i) Tender Fee: Tender fee of Rs.112/- should be submitted along with the Techno- commercial bid in the form of DD / Cashier’s Cheque / Certified Cheque drawn from any Scheduled Commercial Bank in India, in favour of India Security Press, a unit of SPMCIL payable at Nasik.

    (ii) Earnest Money Deposit of Rs.22900/- (Rs. Twenty Two Thousand Nine Hundred Only). EMD to be submitted in the form of account payee demand draft/Banker’s cheque/FDR and shall be drawn from any ‘Scheduled Commercial Bank” in India, in favour of “India Security Press, a unit of SPMCIL” payable at Nashik having validity at least up to 165 days beyond the tender opening date as mentioned in the tender document in Section I: NIT. The offer/bid with EMD valid for shorter period than specified above shall be liable for rejection.

    The tenderers who are currently registered and, also, will continue to remain registered during the tender validity period with Directorate General of Supplies & Disposals or National Small industries Corporation, New Delhi are exempted from payment of earnest money. In case the tenderer falls in these categories, it should furnish certified copy of its valid registration details (with DGS&D or NSIC, as the case may be).

    (iii) Power of Attorney/ Authorization with the seal of company indicating that authorized signatory is competent and legally authorized to submit the tender and/ or to enter into legally binding contract.

    (iv) The eligibility criteria for the tender are given in Section IX- Qualification/ Eligibility Criteria. The bidders have to submit all the desired documents and relevant documentary proof in support of relevant clauses mentioned in Section IX: Qualification/ Eligibility Criteria. The Qualifying Criteria should be submitted in original.

    (v) The tenderer shall submit detailed techno-commercial offer as per Technical Specifications as per Section-VII and List of Requirement as per Section-VI of the tender document.

    (vi) The tender has to submit sealed and signed tender document by authorized signatory of the tenderer as a token of acceptance of all section/ terms and conditions of this tender document (GIT, SIT, GCC & SCC, List of Requirement, Technical Specification, Quality Control Requirement and Tender Form etc.)

    (vii) A copy of price bid proforma shall be submitted along with Techno-commercial Bid leaving blank the price portion (i.e. showing the unit, currency and total price of the material offered as XXXX) so as to ensure and indicate the goods/ service being offered as per the price bid format. It may be noted that the price is NOT to be quoted with the Techno-commercial Bid otherwise the tender shall be liable for rejection.

    PART-II: PRICE BID (Second Envelope)

    The tenderer shall quote their prices strictly as per the Proforma given in Section-XI of the Tender document. No additional/ extra item with price shall be included other than that of Section XI.

    NOTE:-

    i. The envelopes containing bids (as described in Part- I and Part- II above) shall be super scribed as Techno-commercial Bid and Price Bid separately for “Tender for Supply, Installation & Commissioning of Biometric Attendance Management System in ISP, Nashik” due on 13.04.2018 upto14.30 Hrs (IST). These two sealed envelope shall be again put in an another envelope collectively and this new envelope shall be super-scribed as tender for “Tender for Supply, Installation & Commissioning of Biometric Attendance Management System in ISP, Nashik” due on 13.04.2018 upto14.30 Hrs (IST).

  • Page 8 of 21

    ii. If the tender is not submitted as per above format and in case of conditional offers; offer/ bid/ tender will be liable for rejection.

    iii. Late Tender shall not be accepted. Tenderer shall submit their offer only on prescribed form.

    Tenders by fax / email shall not be accepted. Tender by Post / hand/ courier received on or before the due date and time shall be accepted. Postal delay/ delay by courier services etc. shall not be condoned, what so ever reason may be.

    SIT-8 : Evaluation Criteria:

    Tender Evaluation Process:

    8.1 In the first instance, the Techno-commercial part will be considered for the evaluation. These offers/bids will be scrutinized and evaluated by the committee/authority with reference to the parameters prescribed in the eligibility criteria (Section IX). The technical acceptance of the bids would be scrutinized and evaluated on the basis of Technical Specifications offered by the bidders as per Section –VII: Technical Specification and Section-VI: List of Requirement of the tender document and acceptance of the terms and conditions as per Section-VI, GIT, SIT, GCC, SCC, other conditions of tender submitted by the firms. Conditional offers will be liable for rejection.

    8.2 In the second stage, the Price Bid of only the technical acceptable offers will be opened for further

    scrutiny and evaluation. The evaluation criteria for awarding the contract shall be to L1 bidder

    (consolidated for all components) as per Section-XI Price Bid.

  • Page 9 of 21

    Section IV: GENERAL CONDITION OF CONTRACT(GCC)

    Please refer the link Click here or http://ispnasik.spmcil.com/spmcil/UploadDocument/GCC.pdf for

    further details

    GCC (Total pages: 28)

    BIDDERS ARE REQUESTED TO DOWNLOAD 28 PAGES BY CLICKING THE ABOVE SAID LINK AND SUBMIT THE SAME DULY STAMPED AND SIGNED ALONG WITH TENDER DCOUMENT.

    http://ispnasik.spmcil.com/spmcil/UploadDocument/GCC.pdfhttp://ispnasik.spmcil.com/spmcil/UploadDocument/GCC.pdf

  • Page 10 of 21

    Section V: Special Conditions of Contract (SCC)

    The following Special Conditions of Contract (SCC) will apply for this purchase. The corresponding

    clauses of General Conditions of Contract (GCC) relating to the SCC stipulations have also been incorporated below. These Special Conditions will modify/ substitute/ supplement the corresponding (GCC) clauses.

    Whenever there is any conflict between the provision in the GCC and that in the SCC, the provision contained in the SCC shall prevail.

    Sl. No.

    GCC Clause No.

    Topics SCC Provision

    1 8.2 Packing and Marking As Applicable

    2 9 Inspection and Quality Control

    Not applicable

    3 11.2 Transportation of Domestic goods

    SCC-1 (Mentioned Below)

    4 12.2 Insurance Not Applicable 5 14.1 Incidental Services As applicable

    6 15

    Distribution of dispatch document for clearance/ Receipt of Goods

    SCC-2 (Mentioned Below)

    7 19.3 Option Clause

    The Purchaser reserves the right to increase the ordered quantity by 25% at any time, till final delivery date of contract, by giving reasonable notice even though the quantity ordered initially has been supplied in full before the last date of Delivery Period.

    8 20.1 Price Adjustment Clause Not Applicable 9 21.2 Taxes and Duties SCC-3 (Mentioned Below)

    10 22.22.1, 22.2, 22.4, 22.3, 22.6

    Terms and mode of payments

    SCC-4 (Mentioned Below)

    11 24.1 Quantum of LD SCC-5 (Mentioned Below)

    12 25.1 Bank Guarantee and Insurance for Material Loaned to Contractor

    Not Applicable

    13 16 Warranty As Applicable

    SCC-1: Transportation of Domestic Goods: The transportation of goods to be procured will be done by the

    supplier on FOR ISP Basis. The total cost of the transportation should also be indicated in the price

    bid of the item to be procured.

    SCC-2: Distribution of Despatch Documents for Clearance/ Receipt of Goods: The supplier shall send all

    the relevant despatch documents well in time to ISP Nashik to enable ISP Nashik to clear or receive

    (as the case may be) the goods in terms of the contract.

    SCC-3: Taxes and Duties: If the tenderer fails to include taxes and duties in the tender, no claim thereof will

    be considered by purchaser afterwards.

    SCC-4: Terms and Mode of Payment: The terms of payment would be as follows:

    The payment term is 100% within 30 days on receipt and acceptance of goods by the Purchaser and

    on production of all required documents by the supplier. The payment will be done through RTGS

  • Page 11 of 21

    only. Therefore, the suppliers have to produce all the Bank details such as Name of Bank, Account

    No., IFSC Code No., MICR No. along with the Tender document.

    SCC-5: Quantum of Liquidated damages: If the supplier fails to deliver any or all the goods or fails to

    perform the services within the time frame(s) incorporated in the contract, ISP Nashik shall, without

    prejudice to other rights and remedies available to ISP Nashik under the contract, deduct from the

    contract price, as liquidated damages, a sum equivalent to the ½% (0.5%) (or any other percentage

    prescribed in the SCC) of the delivered price of the delayed goods and/ or services for each week of

    delay or part thereof until actual delivery or performance, subject to a maximum deduction of the

    10% (or any other percentage if prescribed in the SCC) of the delayed goods’ or services’ contract

    price(s). During the above mentioned delayed period of supply and / or performance, the conditions

    incorporated under GCC sub-clause 23.4 shall also apply.

  • Page 12 of 21

    Section VI: List of Requirements

    Sl. No.

    Brief description of goods and services (Related Specifications etc

    are in Section-VII)

    Accounting Unit

    Quantity Amount of

    Earnest Money

    1.

    Supply, Installation and commissioning of Biometric Attendance Management System in ISP, Nashik { As per Section VII }

    As given in Section VII

    As given in Section VII

    Rs. 22900/- (Rs. Twenty Two Thousand Nine Hundred Only) in the form of DD / Bankers cheques / FDR drawn on any Scheduled Commercial Bank in India, in favour of India Security Press, a unit of SPMCIL payable at Nasik.

    1. Required terms of Delivery:

    (a) Required Delivery Schedule : Within 30 days from the date of issue of Purchase Order.

    (b) Required Terms of Delivery : FOR ISP Nashik Road

    (c) Destination : India Security Press, Nashik Road–422 101. Maharashtra, India

    (d) Preferred Mode of Transportation

    : By Road

    2. All the copies of tenders shall be complete in all respects with all their attachments/enclosures duly

    numbered and signed on each and every page. 3. The total cost inclusive of all elements as cited above on FOR India Security Press, Nashik Road

    (Maharashtra), India, basis should be indicated clearly both in words and figures in the price bid. 4. The complete Biometric Attendance Management System in full-fledged working condition shall be

    handed over to the ISP after completion of installation as per required delivery schedule. A Certificate in

    this regard shall be submitted by the bidder after successful installation of the same. The payments will

    be made thereafter on submission of Successful Completion Certificate/Suitability Report duly signed by

    the concerned Officer-in-Charge of ISP.

    5. RISK PURCHASE:

    (a) If the supplier after submission of tender and due acceptance of the same, i.e. after placement of notification of award of contract fails to abide by the terms and conditions of these tender documents, or fails to supply the material as per delivery schedule given or at any time repudiates the contract, the purchaser shall have the right to: (i) Forfeiture of the EMD and

  • Page 13 of 21

    (ii) Invoke the Security-cum-Performance Guarantee if deposited by the supplier and procure stores from other agencies at the risk and consequence of the supplier. The cost difference between the alternative arrangement and supplier tendered value will be recovered from the supplier along with other incidental charges, including excise duty, taxes, insurance, freight etc.

    (b) For all the purpose the Notification of award of contract will be considered acceptance of tender and formal contract pending signing of agreement. Supplier has to abide by all the terms and conditions of tender.

    (c) In case of procurement through alternative sources and if procurement price is lower, no benefit on this account will be passed on to the supplier.

    (d) If the contract holder reduces its price or sells or even offers to sell the contracted good, following condition of sale similar to those of the contract, at a price lower than the contract price, to any person or organization during the currency of contract, the contract price will be automatically reduced with effect from that date for all the subsequent supplies under the contract and the contract amended accordingly. Any violation of the fall clause would be considered a serious misdemeanor under clause of the GIT and action, as appropriate, would be taken as per provision of that clause.

    6. Bidders are requested to submit the following Bank details along with tender documents:

    a) Beneficiary Name: b) Bank Account Number: c) Bank Name: d) Branch and Address: e) IFS Code:

    7. The Bidder has to submit the Check list as per Format given below along with the Technical Bid Documents.

    Sr. No.

    Description Submitted /

    Not Submitted Page No.

    1. All pages of the tender documents (including GIT, GCC,SIT, SCC, List of requirements, Technical specification , quality requirements, qualification/Eligibility criteria etc.) duly sign and stamp by the Authorized signatory of the bidder.

    2. Power of Attorney of the Authorized Signatory duly Authorized by a person not below the Director level of the bidder firm for signing this Tender document.

    3. Adherence to the Delivery Schedule as per Section VI.

    4. Adherence to the Technical Specification as per Section VII.

    5. Adherence to the Quality Control Requirement as per Section VIII.

    6. Documentary evidences towards criteria as per clauses of section IX.

    7. Documentary evidence towards GST Registration of the firm.

    8. Documentary evidence towards Undertaking as per Clause 3.(b) of Section IX i.e. Black Listing Declaration

    9. Documentary evidence towards Undertaking as per Clause 3.(c) of section IX.

  • Page 14 of 21

    Section VII: Technical Specifications Supply, Installation and Commissioning of Biometric Attendance Management System

    I. SCOPE OF WORK:

    1. Complete Supply, Installation and Commissioning of Biometric Attendance Management System at India

    Security Press (ISP), Nasik Road including ISP Hospital and ISP Estate on turnkey basis. Out of 40

    Biometric machines, 37 nos. shall be installed at ISP Factory premises, 01 no. in ISP Hospital and 02 nos.

    in ISP estate. The prescribed numbers are indicative only and the number may vary as per requirement of

    ISP at the time of installation.

    2. Supply, Installation and Commissioning of Time office software (License Copy).

    3. Configuration and Testing of the complete system.

    4. Training of Users viz: Administrators, Power users (HR, Time Office) and Top Management about usages of Biometric Attendance System. This training shall be the part of commissioning; handing over the Biometric Attendance System for operation and no separate training cost shall be paid by ISP.

    II. GENERAL SPECIFICATIONS:

    1. The Bidders may visit the plant to get a fair idea of the locations as well as aspects of SAP Integration

    with respect to the Attendance Management System in order to get an idea for bidding in the tender.

    2. ISP, Nasik shall provide the LAN connectivity up to biometric readers for TCP/IP connectivity with

    LAN. However, any equipment required for interconnection of biometric readers with existing LAN

    shall be provided by the bidder.

    3. ISP shall also provide other infrastructure like Power Sockets for the Biometric Machines.

    4. The complete Biometric Attendance Management System (inclusive of both hardware and software

    including Server etc.) shall be under warranty for a period of one year from the date of issue of

    Installation Completion Certificate.

    5. The Biometric devices should have Biometric Finger Scanner with inbuilt Proximity Card reader (Mifare)

    with Battery Back-Up.

    6. Easy to set up, User friendly and easy to operate.

    7. Easy to register new & additional fingers.

    8. Support up to 3 finger prints for each hand of user ID.

    9. Provision to collect data through USB Port in case of network failure.

    10. Full-Proof security and prevent un-authorized access.

    11. Provision for programmable shift timings with required grace timings.

    12. Appropriate alarm / error message indications in case of acceptance/rejection of finger prints.

    13. Provision for data backup and restoring.

    14. Password protection of Biometric Machines.

    15. The bidder shall be responsible for implementation of Biometric Attendance Management

    System and integration with existing SAP-ERP system.

    16. Accurate and Automatic capture and transfer of real time attendance data to Biometric

    Attendance Server. In case of LAN disconnection, the data should be saved on local biometric

    machine and the data should be ported to server as soon as connectivity is restored.

    17. Necessary software/provision like FTP should be provided for porting the raw data file form

    Biometric Attendance Server to SAP server at predefined intervals (As defined in Para III, Sub-

    para 4)

    18. The complete Biometric Attendance Management System in full-fledged working condition

    shall be handed over to the ISP. The payments will be made afterwards after submission of

    successful completion certificate issued by Officer-in-charge of IT department.

  • Page 15 of 21

    III. BIOMETRIC ATTENDANCE MANAGEMENT SOFTWARE:

    The software should have the following features:

    1. The software should support the RDBMS database like MS SQL 2005/2008/2016 or higher, if any.

    2. Should maintain the complete database of the employees of ISP. Total no. of Employees is approx. 2200

    employees.

    3. Biometric Attendance Management Software should able to generate the following MIS reports on daily,

    weekly, monthly, quarterly and annual basis as and when required :

    a. Daily Attendance Report with first and last IN/OUT time.

    b. Daily Attendance Report with all IN/OUT time.

    c. Machine Wise Attendance Report.

    d. Time Wise/shift wise Attendance Reports.

    e. Summary report of late coming employees.

    f. Reports should be available for all the Masters:

    1. Department

    2. Section

    3. Shift

    4. Designation

    5. Gate pass Issued Report

    6. The software should have the provision of advanced shift scheduling required in the factory

    environment.

    7. Continuous absence report.

    8. Shift Schedule Report.

    9. Early and late punch report.

    4. The bidder has to develop some customized reports required for SAP integration in specific format. The

    sample report format is as below:

    The last column is required to be generated automatically in .txt file on daily basis for uploading the same to

    SAP via FTP.

    5. The software should have the functionality of searching the attendance of the particular employee.

    6. There should be an alternative provision of marking the attendance in time office software in case the

    Biometric device/Employee is not able to mark the attendance through biometric.

    7. The details of the existing AMS (Attendance Management System) server is as below: a. OS: Microsoft Windows server 2003, Standard addition, SP2. b. Hardware: Intel(R) Xenon(R) [email protected],2.00GHZ, 4.00GB RAM c. Database: MS SQL Server 2005

    8. The bidder shall have to register and furnish the master data of all employees i.e. employee details, finger

    prints etc. required for marking the attendance before completion of the job.

    IV. TECHNICAL SPEFICATIONS:

    A. Biometric Devices with Proximity Card Reader (Mifare)

    1. Terminal can be configured for IN, OUT, dual mode.

    mailto:[email protected],2.00GHZ

  • Page 16 of 21

    2. Main CPU: 32 bit Microprocessor, 800 MHz

    3. Display: Minimum 3” Color TFT/LCD

    4. Verification Time/Identification Time: < 0.5 Sec.

    5. Communication

    a. TCP/IP

    b. USB

    c. Optional: Wi-Fi, GPRS

    6. Fingerprint Sensor : 500 DPI Optical Sensor

    7. Card Reader: Inbuilt proximity card reader(Mifare)

    8. FAR:

  • Page 17 of 21

    Section VIII: Quality Control Requirements

    The material supplied by the successful bidder will be inspected / tested as per the parameters

    mentioned in Section VII: Technical Specification of tender document. The purchaser reserves the right to

    get the material supplied tested from in-house laboratory or any other laboratory of repute and in case the

    material is found not meeting the specification the bidder has to replace the rejected / unsuitable quantity

    free of cost or the purchaser shall be entitled to cancel the contract, and if so desired, purchase or otherwise

    the purchase of the stores at the risk and cost of the contractor.

    The complete Biometric Attendance Management System in full-fledged working condition shall be handed over to the ISP after completion of installation as per required delivery schedule. A Certificate in this regard shall be submitted by the bidder after successful installation of the same. The payments will be made thereafter on submission of Successful Completion Certificate/Suitability Report duly countersigned by the concerned Officer-in-Charge of ISP.

  • Page 18 of 21

    Section IX: Qualification/ Eligibility Criteria

    MINIMUM ELGIBILITY CRITERIA

    1. The Bidder firm should meet following eligibility criteria to qualify in the tender:

    Experience and past performance: The bidder firm should have successfully supplied & installed similar type of Biometric Attendance management system to any firm in any one year during last five years ending with 31st December 2017.

    2. All experience and past performance related data must be certified by the authorized signatory of the bidder firm. The bidder has to submit self attested copies of Purchase Orders issued by Customers and corresponding performance certificates.

    3. Other Eligibility requirements for the Bidders:

    (a) The bidder shall indicate/ certify that authorized signatory is competent and legally authorized

    to submit the tender and/ or to enter into legally binding contract.

    (b) The firm should give undertaking that:- “We have not been black-listed/ debarred for dealing with any Gov. Organization in the past”.

    (c) The firm should submit the following undertaking: “We agree to withdraw all the deviations, if any, unconditionally and accept the terms and

    conditions of the tender document including the technical specifications.”

    (d) Goods & Services Tax Registration: The Bidder should be registered with the Goods & Services Tax Department. The bidder firm should submit GST Registration Certificate. Relevant proof in support shall be submitted.

    Note:

    1. Bidders are requested to submit the documentary evidence as required above along with the bid / tender documents and all the pages should be signed and stamped by Authorized signatory along with page numbering.

    2. Bidders have to submit GIT, GCC documents after downloading from the link provided at Section II & IV of this tender document, duly signed and stamped by authorized person along with this tender document, failing which its tender may be liable for rejection.

  • Page 19 of 21

    SECTION X: TENDER FORM

    Date……………….

    To,

    INDIA SECURITY PRESS (A Unit of Security Printing and Minting Corporation of India Limited) Wholly owned by Government of India Nashik Road – 422 101 (Maharashtra)

    Ref: Your Tender document No. …………………………dated …………

    We, the undersigned have examined the above mentioned tender enquiry document, including amendment

    No. --------, dated --------- (if any), the receipt of which is hereby confirmed. We now offer to supply and

    deliver………. (description of goods and services) in conformity with your above referred document for the

    sum of XXXX (total tender amount in figures and words) to be mentioned only in the price schedule(s),

    attached herewith and made part of this tender. (Don’t mention any price component here. Price has

    only to be mentioned in the Price-Bid i.e. ‘Section XI: PRICE SCHEDULE’)

    If our tender is accepted, we undertake to supply the goods and perform the services as mentioned above, in

    accordance with the delivery schedule specified in the List of Requirements.

    We further confirm that, if our tender is accepted, we shall provide you with a performance security of

    required amount in an acceptable form in terms of GCC clause, read with modification, if any, in Section V –

    “Special Conditions of Contract”, for due performance of the contract.

    We agree to keep our tender valid for acceptance for a period upto -------, as required in the GIT clause, read

    with modification, if any in Section-III – “Special Instructions to Tenderers” or for subsequently extended

    period, if any, agreed to by us. We also accordingly confirm to abide by this tender upto the aforesaid period

    and this tender may be accepted any time before the expiry of the aforesaid period. We further confirm that,

    until a formal contract is executed, this tender read with your written acceptance thereof within the

    aforesaid period shall constitute a binding contract between us.

    We further understand that you are not bound to accept the lowest or any tender you may receive against

    your above-referred tender enquiry.

    (Signature with date)

    ………………………..

    (Name and designation)

    Duly authorized to sign tender for and on behalf of Company

  • Page 20 of 21

    SECTION XI: PRICE SCHEDULE

    SUMMARY OF PRICE SCHEDULE: PRICES SHOULD BE ON FOR, ISP, NASHIK ROAD BASIS. Tender No.280 /NCB/DS-10-05/BAMS/01/2018 Date: 20.03.2018

    Schedule No.

    Item description

    HSN Number

    (in 8 digit), if any.

    (to be

    provided by the

    bidder)

    UOM (Unit

    of Measu- rement

    Basic price/

    unit (Rs)

    Packing

    and

    forwarding

    charges

    (Rs), if

    any

    GST @.....%

    as applicable

    please

    specify (Rs)

    Freight, Insurance, and other charges,

    if any, including delivery at

    works (Rs)

    Total rate per unit

    (Rs) (FOR ISP, Nashik Road) inclusive of all taxes, duties, freight and Insurance

    charges

    Offered Quantity

    Total Price for required quantity (Rs) (FOR ISP, Nas

    -hik Road) inclusive of all taxes, duties, freight, and

    Insurance charges

    a b c d e f g h i j k

    1.

    Supply, Installation & Commissioning of Biometric Attendance Management System (as defined in section VII)

    ----------

    a. Biometric Device Numbers 40

    b. Battery Numbers 40

    c. Computer System Numbers 01

    d. SQL Server Numbers 01

    e. BAMS Customization & Integration with existing ERP-SAP system of ISP

    AU 01

    TOTAL

    FOR ISP Nashik Road price in words……………… GST Registration No. of the bidder firm………………………………… 1. We confirm that there would not be any price escalation during the supply period. 2. We confirm that we will abide by all the tender terms and conditions and we do not have any counter conditions 3. Price bids with conditions/ counter conditions are liable to be rejected. 4. Remarks, if any ------------------------------------------------------------------------- The price bid should be submitted only as per the above format. No row/column shall be left blank.

    (Name and Signature with date) Office Seal/Stamp

  • Page 21 of 21

    SECTION XII: QUESTIONNAIRE

    SECTION XIII: BANK GUARANTEE FORM OF EMD

    SECTION XIV: MANUFACTURER’S AUTHORIZATION FORM (NOT APPLICABLE)

    SECTION XV: BANK GUARANTEE FORM FOR PERFORMANCE SECURITY

    SECTION XVI: CONTRACT FORM

    SECTION XVII: LETTER OF AUTHORITY FOR ATTENDING A BID OPENING

    SECTION XVIII: SHIPPING ARRANGEMENT FOR LINER CARGOES

    SECTION XIX: PROFORMA OF BILLS FOR PAYMENTS

    For section XII to XIX please refer the link click here or http://www.spmcil.com/SPMCIL/UploadDocument/Terms%20&%20Conditions.9e08319f-af60-4ed6-8309-f6b5d8510288.pdf

    http://www.spmcil.com/SPMCIL/UploadDocument/Terms%20&%20Conditions.9e08319f-af60-4ed6-8309-f6b5d8510288.pdfhttp://www.spmcil.com/SPMCIL/UploadDocument/Terms%20&%20Conditions.9e08319f-af60-4ed6-8309-f6b5d8510288.pdfhttp://www.spmcil.com/SPMCIL/UploadDocument/Terms%20&%20Conditions.9e08319f-af60-4ed6-8309-f6b5d8510288.pdf