INDIA SECURITY PRESS

Similar documents
TENDER DOCUMENT FOR PROCUREMENT OF ORDINARY PORTLAND CEMENT 43 GRADE. Tender No. 49/LTE/SY-13-30(11)/2017 Date: 08/05/2017.

Tender Document for Procurement of Plumbing Material for ISP. Tender No. 218/NCB/ SY-13-30(12)/2017 Date: 08 /01/ 2018

Tender documents for supply of Lithium Inorganic Battery cell 3.6 volts. Tender No. 130 /2011 Dated 28 /02/2012. M/s. Address

INDIA SECURITY PRESS. Tender No. 256/NCB/SM-5-16(01)/ Dated:

TENDER DOCUMENT FOR PURCHASE OF: SAFETY TRAINING PROGRAMME Tender Number: /, Dated:

TENDER DOCUMENT FOR PURCHASE OF: POLYCARBONATE INSERTS OF RS. 10 Tender Number: /COINING, Dated:

TENDER DOCUMENT FOR PURCHASE OF: DIFFERENT TYPES OF CONVEYOR BELT. Tender Number: /COINING, Dated:

TENDER DOCUMENT FOR PURCHASE OF: TIMING UNIT CARD(ABB 35 TP 90 R1) Tender Number: /ELECTRICSHOP, Dated:

TENDER DOCUMENT FOR PURCHASE OF: PROCUREMENT OF BESAN Tender Number: /205/DS-10-05/CAN07/18, Dated:

TENDER DOCUMENTS FOR PROCUREMENT OF MISCELLENEOUS CONSUMABLES & RAW MATERIALS. Tender No. 273/NCB/SY-15-23(37)/2017 Date:

Tender Number: /NCB/SY-15-23(76)/2019,Dated:

TENDER DOCUMENT FOR PURCHASE OF: VARIOUS TYPES OF FILES Tender Number: /PURCHASE, Dated:

INDIA SECURITY PRESS

Tender No. 150 / Express NCB / SY-16-6 ( Polyolefin )/ Date: M/s. Address

TENDER DOCUMENT FOR PURCHASE OF: HOSE PIPES. Tender Number: /OSM, Dated:

TENDER DOCUMENT FOR PURCHASE OF: ARCNET CARD,8 BIT,XT/AT AIS BUS Tender Number: /ELE,WORKSHOP, Dated:

Tender Documents for Job work of Repairing of 33 KV, 1250A SF6 Circuit Breaker. Tender No. 116 /(NCB)/SY-13-30(14)/2015 Date: 30 / 08 /2017

TENDER DOCUMENT FOR PURCHASE OF: ELECTRICAL SAFETY AUDIT OF CURRENCY NOTE PRESS Tender Number: /, Dated:

SECURITY PAPER MILL, HOSHANGABAD TENDER DOCUMENT FOR PROCUREMENT OF KRAFT PAPER GRADE I

TENDER DOCUMENT FOR PURCHASE OF: ULTRASONIC SENSOR Tender Number: /ELECTRIC, Dated:

भ रत प रततभ तत म द रण ऱय INDIA SECURITY PRESS

TENDER DOCUMENT FOR PURCHASE OF: PROCUREMENT OF SAGO(SABUDANA) Tender Number: /234/DS-10-05/CAN01/19, Dated:

TENDER DOCUMENT FOR PURCHASE OF: AMC OF ACE BATTERY OPERATED FORKLIFT Tender Number: /ERS, Dated:

भ रत प रततभ तत म द रण ऱय INDIA SECURITY PRESS

TENDER DOCUMENT FOR PURCHASE OF: SUPPLY AND INSTALLATION OF UPS Tender Number: /63/ELECTRICAL, Dated:

TENDER DOCUMENT FOR PURCHASE OF: PILZ SAFETY DEVICE (INCLUDING PLUG CONNECTOR AND PROGRAMMING) Tender Number: /ELECTRIC, Dated:

TENDER DOCUMENT FOR PURCHASE OF: L&T MAKE DOL STARTER Tender Number: /124/ELECTRICAL, Dated:

INDIA SECURITY PRESS

TENDER DOCUMENT FOR PURCHASE OF: INDUCTIVE PROXIMITY SENSORS Tender Number: /73/ESTATE, Dated:

TENDER DOCUMENT FOR PURCHASE OF: AMC FOR DATA RECOVERY CENTER D.G SET Tender Number: /13/ESTATE, Dated:

Tender Number: /NCB/SY-15-23(79)/2019, Dated:

TENDER DOCUMENT FOR PURCHASE OF: DIES & PUNCHES Tender Number: /31/BLANKING, Dated:

Security Classification: NON SECURITY

TENDER DOCUMENT FOR PURCHASE OF: S S PERFORATED SHEET Tender Number: /391/GWS, Dated:

Tender No. 120 / NCB / SY-16-1 ( PFC) / Date: M/s. Address. Name, Designation: - Shri Deepak Verma, Deputy Manager (T.O.) Purchase.

TENDER DOCUMENT FOR PURCHASE OF: COMPREHENSIVE AMC OF EPABX Tender Number: /ELECTRIC, Dated:

TENDER DOCUMENT FOR PURCHASE OF: TELEPHONE CABLE ETC. Tender Number: /130/ELECTRIC, Dated:

TENDER DOCUMENT FOR PURCHASE OF: AMC FOR 2 HARDNESS TESTING ROCKWELL MACHINES Tender Number: /376/DIE, Dated:

भ रत प रततभ तत म द रण लय INDIA SECURITY PRESS

TENDER DOCUMENT FOR PURCHASE OF: AMC OF AIR DRYER AND CHILLER UNIT. Tender Number: /OSM, Dated:

TENDER DOCUMENT FOR PURCHASE OF: INCREMENTAL ENCODER. Tender Number: /COUNTING, Dated:

TENDER DOCUMENTS FOR RATE CONTRACT FOR RE-RUBBERISATION AND EBONITE COATING OF VARIOUS INKING ROLLERS. Tender No.121/NCB/SY-15-13(141)/

TENDER DOCUMENT FOR PURCHASE OF: CYBEROAM (FIREWALL HARDWARE) Tender Number: /349/IT, Dated:

Tender Number: /NCB/SY-15-23(67)/2018,Dated:

TENDER DOCUMENT FOR PURCHASE OF: ELECTRICAL AND INDUSTRIAL SAFETY SHOES Tender Number: /351/STORES, Dated:

TENDER DOCUMENT FOR PURCHASE OF: CUTTER BLADES & SERRATED KNIFES Tender Number: /338/ESTATE, Dated:

TENDER DOCUMENT FOR PURCHASE OF: TURNING TOOLS Tender Number: /75/DIE, Dated:

TENDER DOCUMENT FOR PURCHASE OF: SUPPLY OF REWINDING OF BURNT MAIN MOTOR Tender Number: /WORKSHOP,ELECTRICAL, Dated:22.02.

TENDER DOCUMENT FOR PURCHASE OF: MOTOTRBO WITH DISPLAY. Tender Number: /ERS, Dated:

TENDER DOCUMENT FOR PURCHASE OF: AMC OF OTIS ELEVATOR AT RBI BUILDING Tender Number: /ELECTRIC, Dated:

TENDER DOCUMENT FOR PURCHASE OF: SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF BRAKE SYSTEM Tender Number: /ELECTRIC, Dated:

TENDER ENQUIRY FOR ENGAGING AN ADVERTISING AGENCY FOR PUBLISHING TENDERS AND OTHER ADVERTISEMENTS OF SPM HOSHANGABAD IN NEWS PAPERS

TENDER DOCUMENT FOR PURCHASE OF: AMC OF AIR DRYER AND CHILLER UNIT. Tender Number: /OSM, Dated:

TENDER DOCUMENT FOR PURCHASE OF: SPARE PARTS FOR SPECTRO LAB MACHINE Tender Number: /R&D, Dated:

TENDER DOCUMENT FOR HIRING OF: JOB WORK FOR UNLOADING OF DRUMS Tender Number: /BULLION, Dated:

भ रत प रततभ तत म द रण ऱय INDIA SECURITY PRESS

TENDER DOCUMENT FOR PURCHASE OF: CHEMICALS & ACIDS Tender Number: /346/PPL, Dated:

TENDER DOCUMENT FOR PURCHASE OF: ADHESIVE TAPE (BOPP) PRINTED WITH CSD MONOGRAM Tender Number: /56/SY-16-1(BOPP)/2018, Dated:21.05.

TENDER DOCUMENT FOR PURCHASE OF: REXROTH MAKE PNEUMATIC SPARES ALONG WITH REPAIR KIT Tender Number: /NEWNUMEROPAK, Dated:25.01.

TENDER DOCUMENT FOR PURCHASE OF: SCAN COIN PRINTER DATA FLEX Tender Number: /ELECTRIC, Dated:

TENDER DOCUMENT FOR PURCHASE OF: THREE JAW CHUCK FOR CNC LATHE MACHINE Tender Number: /292/DIE, Dated:

SECURITY PAPER MILL, HOSHANGABAD. SINGLE BID TENDER DOCUMENT FOR SUPPLY OF Submersible Pump

TENDER DOCUMENT FOR PURCHASE OF: CARBIDE INSERTS & HSS SQUARE. Tender Number: /SAFETY, Dated:

TENDER DOCUMENTS FOR PROCUREMENT OF INK TRANSFER CARBON RIBBON BLACK IN COLOUR FOR BARCODE LABEL PRININTING 01 KIT (24 NOS/ ROLLS.

INDIA SECURITY PRESS

TENDER DOCUMENT FOR PURCHASE OF: AIR BREAK POWER CONTACTORS AND CONTACTOR COILS Tender Number: /ELECTRICSHOP, Dated:

TENDER DOCUMENT FOR PURCHASE OF: SPARES FOR KIRLOSKAR MAKE COMPRESSOR ON PAC BASIS Tender Number: /OSM, Dated:

PR Number PR Date Indenter Department TRM ELE Not Transferable. Security Classification:

PR Number PR Date Indenter Department W.E.(E) ELECTRICSH Not Transferable. Security Classification:

Tender. for. Indian Institute of Technology Jodhpur

SECURITY PAPER MILL, HOSHANGABAD

TENDER DOCUMENT FOR PURCHASE OF: STATIONERY ITEMS Tender Number: /386/1, Dated:

Tender Number: /NCB/SY-15-23(76)/2019,Dated:

TENDER DOCUMENT FOR PURCHASE OF: ENGAGEMENT OF ADVERTISING AGENCY Tender Number: /PURCHASE, Dated:

MANDATORY CHECKLIST (To be submitted along with Techno-commercial Bid) S. No. Description Yes/No 1. Tender submitted in two bids.

SECURITY PAPER MILL, HOSHANGABAD TENDER DOCUMENT FOR PROCUREMENT

TENDER DOCUMENT FOR PURCHASE OF: PROCUREMENT OF GRAPHITE CARBON VANES Tender Number: /, Dated:

भ रत प रततभ तत म द रण ऱय INDIA SECURITY PRESS

TENDER DOCUMENT FOR PURCHASE OF: REPAIRING OF BT ROAD IN FACTORY AND TOWNSHIP Tender Number: /01/DM(TO), Dated:

CENTRAL BOARD OF SECONDARY EDUCATION SHIKSHA KENDRA, 2, COMMUNITY CENTRE, PREET VIHAR, DELHI TENDER NOTICE

TENDER NO. BCL/RD/ 4000 MS Scrap Cutting/2019 March 19, 2019

PR Number PR Date Indenter Department GAPatil ESTATE Not Transferable. Security Classification:UNCLASIFIED

TENDER DOCUMENT FOR PURCHASE OF: AMC FOR GAS BURNER SERVICING Tender Number: /CANTEEN, Dated:

Tender. for. Supply and Installation of. Indian Institute of Technology Jodhpur

Re-Tender. for. Supply & Installation of the Water Chiller. Indian Institute of Technology Jodhpur

Tender Enquiry No: BCL/PUR/ CO2 Gas/SS/CW/VW/18-19/Rehab Dated:

TENDER DOCUMENT FOR PURCHASE OF: TWO SIDED TISSUE TAPES (DIE CUT) Tender Number: /32/SY-16-6(TSTT)/2018, Dated:28.04.

TENDER DOCUMENT FOR PURCHASE OF: ACTI 9 DISTRIBUTION BOARD FOR VARANDA Tender Number: /ELECTRIC, Dated:

Tender. for. Supply & Installation of the Xenon-Arc Lamp. Indian Institute of Technology Jodhpur

PR Number PR Date Indenter Department RITESH MCMP Not Transferable. Security Classification:

SECURITY PAPER MILL, HOSHANGABAD TWO BID TENDER DOCUMENT FOR SUPPLY, INSTALLATION & COMMISSIONING OF ECO FRIENDLY SPLIT TYPE AIR CONDITIONERS

Re-Tender. for. Supply & Installation of Low Current Dual Channel Source Meter at. Indian Institute of Technology Jodhpur

WEBSITE : igmmumbai.spmcil.com NATIONAL COMPETITIVE BIDDING NO DATED: ANNUAL CONTRACT FOR PUBLISHING ADVERTISEMENTS.

EXPRESS NATIONAL COMPETITIVE BIDDING NO DATED: FOR HIRING OF SERVICES FOR TAX CONSULTANCY

TENDER DOCUMENTS FOR RODENT PEST CONTROL TREATMENT IN ISP FACTORY. Tender No. 23 /NCB / SY-13-30(14) /2016 Date: 19/04/2017.

TENDER DOCUMENT FOR PURCHASE OF: SUPPLY OF DC GEARED MOTOR AND SPARE CARBON BRUSHES Tender Number: /ELECTRICSHOP, Dated:23.05.

MECON LIMITED A Government of India Enterprise

THE MUNICIPAL CO-OP. BANK LTD. MUMBAI TENDER NOTICE. Tender Document for 2 years Support of Routers and Manageable Switch

UV-Visible Spectrophotometer

TENDER DOCUMENT FOR PURCHASE OF: COIN & BLANK CONTAINER Tender Number: /ANNEALING, Dated:

Transcription:

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 EPABX: 00 91 253 2402200 Email:purchase.isp@spmcil.com Website: www.spmcil.com Not Transferable Security Classification: UNCLASSIFIED TENDER DOCUMENTS FOR MANUFACTURE, SUPPLY, INSTALLATION, COMMISSIONING, TESTING AND TRAINING OF HOLOGRAM LABEL APPLICATION MACHINE: QTY: 01 NO. Tender No. 105/NCB/2015-16 Dated: 05.10.2015 This Tender Document contains 95 Tender Documents is sold to: pages. M/s Address Details of Contact person in SPMCIL regarding this tender: Name, Designation: Dy. MANAGER (MATERIALS) I/c Address: India Security Press, Phone : 0253-2402219 Nashik Road-422 101 Fax : 0253-2462718 Maharashtra Email:purchase.isp@spmcil.com India Note- The word SPMCIL in this SBD hereinafter is referred to as India Security Press, a unit of SPMCIL.

,, 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 Email:purchase.isp@spmcil.com Website: www.spmcil.com Tender SR. No. 105/NCB/2015-16 Date: 05.10.2015 1. Sealed tenders are invited from eligible and qualified tenderers for supply of following goods and services: Sched Brief Description of Quantity Earnest Money (in Rs) Remarks ule No. Goods/ services (with unit) 1 Supply, Installation, Commissioning, Testing And Training Of Hologram Label Application Machine 01 No. Type of Tender (Two Bid/ PQB/ EOI/ RC/Development/ Indigenization/ Disposal of Scrap/ Security Item etc) Dates of sale of tender documents Price of the tender document Rs 105.00 Place of sale of tender documents Closing date and time for receipt of tenders Place of receipt of tenders Rs. 26,000/- In the form of DD/ Bankers cheque Drawn on any Scheduled Commercial Bank in India, in favour of SPMCIL Unit, ISP Nashik As per section VI List of Requirement and detailed Technical Specification mentioned in Section VII Two bid i.e. single stage (two packet), National Competitive Bidding (Open Tender). From 07.10.2015 to 09.11.2015 during office hours Purchase section, India Security Press, Nashik Road-422 101 Maharashtra, India. 10.11.2015 at 14:30 Hours Green Gate, India Security Press, Nashik Road-422 101, Maharashtra, India. Time and date of opening of tenders At 15:00 Hours on 10.11.2015 Place of opening of tenders Nominated Person/ Designation to Receive Bulky Tenders ( Clause 21.21.1 of GIT ) Purchase Section, India Security Press, Nashik Road-422 101, Maharashtra, India. Manager(HR), India Security Press, Nashik Road-422 101, Maharashtra, India.

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. 105/- (Rs. One Hundred five 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 SPMCIL, Unit ISP, 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. Tenderer may also download the tender documents from the web site www.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. As per Government of India guidelines, a 20% quantity of the tendered requirement shall be procured from participating and qualified MSME registered firms quoting price within the price band of L1 + 15% by bringing down their price to L1 price, where L1 is a Non MSME registered firm. MSME firms are also requested to indicate clearly in their offer if their company is owned by SC/ST proprietorship. 8. The essence of this tender is Price, delivery and adherence to Technical Specification. This tender is not a Development Tender. Bidders having proven track record of having manufactured and supplied similar material for printing purpose can only participate. 9. 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. 10. No correspondence beyond bid due date will be made for shortfall of documentary evidence. Such offers received with shortfall of documentary evidence will be summarily rejected. 11. The tender documents are not transferable. Dy Manager (Materials) I/c For General Manager India Security Press, Nashik Road Phone No 0253 2402219 Address for dropping the tender documents Green Gate, India Security Press, Nashik Road-422 101, Maharashtra,

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 GIT Clause Topic SIT Provision No No 1 4 Eligible Goods/ Services (Origin of SIT-1 (Mentioned below) Goods/ Services 2 8 Pre-bid Conference Not Applicable 3 9 Time Limit for receiving request for SIT-2 (Mentioned below) clarification of Tender Document 4 11.2 Tender Currency SIT-3 (Mentioned below) 5 12.10 Applicability of Octroi and local Taxes SIT-4 (Mentioned below) 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 SIT-6 (Mentioned below) submitted 9 21 Submission of tender SIT-7 (Mentioned below) 10 33 Evaluation Criteria SIT-8 (Mentioned below) 11 35.2 Additional Factors for Evaluation of Not Applicable offers 12 43 Parallel Contract Not Applicable 13 50.1, 50.3 Tender for Rate Contract Not Applicable 14 51.1, 51.2 Eligibility Criteria As Mentioned in section IX 15 52.1, 52.3, Tender involving pre-production Not Applicable 52.5 samples 16 53.4, 53.5, EOI Tenders Not Applicable 53.7 17 54.3.1, Tenders for Disposal of Scrap Not Applicable 54.5.2 18 55.2, 55.3, Development/ Indigenization Tenders Not Applicable 55.7, 55.8 19 21.1, 24.1 Correction in GIT Clause SIT-9 (Mentioned below) SIT 1 : Eligible Goods/ Services: All goods and related services to be supplied under the contract shall have their origin in India. 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 :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 14 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 3 :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 4 :Wherever Value Added Tax is applicable, the following may be noted: (i) The tenderer should quote the exact percentage of VAT that they will be charging extra. (ii) While quoting the rates, tenderer should pass on (by way of reduction in prices) the set off/ input tax credit that would become available to them by switching over the system of VAT from the existing system of sales tax, duly stating the quantum of such credit per unit of the item quoted for. (iii) The tenderer while quoting for tenders should give the following declaration: We agree to pass on such additional set off/ input tax credit as may become available in future in respect of all the inputs used in the manufacture of the final product on the date of supply under the VAT scheme by way of reduction in price and advise the purchaser accordingly. (iv) The supplier by while claiming the payment shall furnish the following certificate to the paying authorities: We hereby declare that additional set offs/ input tax credit to the tune of Rs. XXXXXXX Has accrued and accordingly the same is being passed on to the purchaser and to that effect the payable amount may be adjusted. SIT 5 :Tender Validity (i) The tenders shall remain valid for acceptance for a period of 120 days after the date of tender 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 tenderes 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 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. PART I : TECHNO COMMERCIAL BID First Envelope (i) Tender Fee: Tender fee of Rs. 105/- should be submitted along with the Techno commercial bid in form of DD/ Bankers Cheque drawn from any Schedule Commercial Bank in India, in favour of SPMCIL, unit ISP payable at Nashik (ii) Earnest Money Deposit of Rs.26,000/-. EMD must be submitted along with the tender in form of DD/ Bankers cheque drawn from any Scheduled Commercial Bank in India only in favour of SPMCIL unit ISP payable at Nashik, failing which the offer will be ignored. The firm who are registered under NSIC, DGS&D, Micro & Small Enterprises (MSE) for manufacturing/ selling/ Trading of similar item may be exempted from submitting the EMD on producing valid certificate. The certificate should clearly indicate the stores details similar to India Security Press requirement and the validity of the certificate (Valid upto xxxxxxx) otherwise, certificate will not be considered for exemption of EMD. (iii) (iv) (v) (vi) Power of Attorney/ Authorisation with the seal of company indicting that authorized signatory is competent and legally authorized to submit the tender and/ or to enter into legally binding contract. The eligibility criteria for the tender are given in Section IX- Qualification/ Eligibility Criteria. The bidder 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. 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. 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, Quality Control Requirement, List of Requirement, Technical Specification, Tender form etc.) (vii) A copy of price bid proforma shall be submitted along with Technocommercial 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) NOTE:- 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. i. The envelopes containing bids shall be super scribed as Techno-commercial Bid and Price Bid separately for Supply, Installation, Commissioning, Testing and Training of Hologram Applicator Machine: 01 No. The sealed envelope shall be again put in another envelope and superscribed as tender for Supply, Installation, Commissioning, Testing and Training of Hologram Applicator Machine: 01 No. ii. If the tender is not submitted as per above format, 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/ bid 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 is 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 within seven days by fax/ email/ courier/ speed post accordingly the offers submitted by the firms would be scrutinized and evaluated. 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 as per Section-XI Price Bid. SIT9: Corrections in GIT Clauses: GIT CLAUSE WRITTEN AS IN GIT CORRECTED AS IN SIT 21.1 In 3 rd line of procurement Para 1 of NIT manual the words para 11 of NIT 21.1 In 6 th line of procurement Clause 1 of NIT manual the words Clause 11 of NIT 24.1 In 2 nd line of procurement Clause 1 of NIT manual the words Clause 11 of NIT 18.4 In third line of last para of Clause 3 of NIT procurement manual the words Clause 33 of NIT 10.1 10.1(a) second line clause no.19.19 Clause 19.4 of GIT

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. S. GCC Clause Topics SCC Provision No. No. 1 8.2 Packing and Marking As Applicable 2 9 Inspection and Quality Control SCC-1 (Mentioned Below) 3 11.2 Transportation of Domestic SCC-2 (Mentioned Below) goods 4 12.2 Insurance SCC-3 (Mentioned Below) 14.1 Incidental Services As applicable 6 15 Distribution of dispatch SCC-4 (Mentioned Below) document for clearance/ Receipt of Goods 7 16.2,16.4 Warrantee Clause As applicable as per clause 12 of Section VII of this tender document. 8 19.3 Option Clause Not Applicable 9 20.1 Price Adjustment Clause Not Applicable 10 21.2 Taxes and Duties SCC-5 (Mentioned Below) 11 22.22.1, 22.2, Terms and mode of payments SCC-6 (Mentioned Below) 22.4, 22.3, 22.6 12 24.1 Quantum of LD SCC-7 (Mentioned Below) 13 25.1 Bank Guarantee and Insurance for Material Loaned to Not Applicable Contractor 14 33.1 Resolution of Disputes SCC-8 (Mentioned Below) 15 36.3.2,36.3.9 Disposal/ Sale of Scrap by Not Applicable Tender 16 Arbitration Clause SCC-9 (Mentioned Below) 17 Failure & Termination SCC-10 (Mentioned Below)

SCC-1: SCC-2: SCC-3: SCC-4: SCC-5: SCC-6: SCC-7 Inspection and Quality Control: At the discretion of the General Manager, Security Printing and Minting Corporation of India Limited Unit India Security Press, Nashik, authorized official(s) will carry out Pre-despatch inspection at manufacturer s site. All expensed towards the travel, boarding, lodging, miscellaneous expenditure and daily allowance shall be borne by the purchaser. In the event that the purchaser is not able to depute its representative it shall issue specific authorisation to the supplier to dispatch the said machine with waiver certificate. Transportation of Domestic Goods: The transportation of goods to be procured will be done by the supplier of FOR ISP Basis. The total cost of the transportation should also be indicated in the price bid of the item to be procured. Insurance: As the supplier has to deliver the material on FOR ISP, Nashik basis therefore the cost of the insurance will also the part of the cost of the material borne by the supplier. The insurance charges should also be indicated in the price bid of the material/ item. 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. Taxes and Duties: If the tenderer fails to include taxes and duties in the tender, no claim thereof will be considered by purchaser afterwards. Terms and Mode of Payment: The terms of payment would be as follows: The payment terms is 100% within 30 days after receipt, installation, commissioning, testing and training and acceptance of goods by the Purchaser and on production of all required documents by the supplier. The payment will be done through RTGS 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. 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. SCC-8: SCC-9: SCC-10: Resolution of disputes: If dispute or difference of any kind shall arise between ISP Nashik and the supplier in connection with or relating to the contract, the parties shall make every effort to resolve the same amicably by mutual consultations. If the parties fail to resolve their dispute or difference by such mutual consultation within twenty one days of its occurrence, then, unless otherwise provided in the SCC, either ISP Nashik or the supplier may seek recourse to settlement of disputes through arbitration as per The Arbitration and conciliation Act 1996 as per following clause. Arbitration Clause: All disputes & differences arising out of or in any way touching or concerning this agreement (except those for which specific provision has been made therein) shall be referred to Sole Arbitrator to be appointed by CMD, SPMCIL. This contract has to be interpreted in accordance with the laws of the Union of India and arbitration proceedings shall be conducted in India under the Arbitration and conciliation Act 1996. The Arbitrator so appointed shall be an SPMCIL Officer who had not dealt with matters to which this agreement relates and in course of his duties and not expressed views on all or any of the matter in dispute or differences. The Award of the Sole Arbitrator shall be final and binding on the parties. FAILURE & TERMINATION (A) Cancellation of contract for Default: Without prejudice to any other remedy for breach of contract, like removal from the list of registered Vendors, by written notice of default sent to the Vendor, the contract may be terminated in whole or in part: (i) (ii) If the Vendor fails to provide any or all the material within the time period(s) specified in the contract, or any extension thereof granted. If the Vendor fails to perform any other obligation under the contract within the period(s) specified in the contract or any extension thereof granted. (B) Termination of Contract for convenience: India Security Press, Nashik may at any time terminate the Contract by giving you month s prior notice in writing to that effect and shall have the liberty to appoint any other agency to carry out your obligation under this contract.

Section VI: List of Requirements Schedule No. Brief description of goods and services (Related Specifications etc are in Section-VII) 01 Manufacture, supply, installation, testing and training of Hologram Application Machine. Accounting Unit No 01 Quantity Amount of Earnest Money Rs. 26,000/- (Rs. Twenty Six Thousand Only) In form of DD/ Bankers Cheuqe drawn from any schedule commercial bank in India, in favour of SPMCIL Unit ISP Payable at Nashik 1. Required terms of Delivery: (a) Required Delivery Schedule : The Successful bidder shall supply the machine within 02 months from the date of issue of Letter of Intent. After receipt of machine at ISP, the supplier shall complete the work of installation, commissioning, testing and training within a week. (b) Required Terms of Delivery (c) Destination (d) Preferred mode of transportation : FOR ISP Nashik Road : India Security Press, Nashik Road 422 101. Maharashtra, India : 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. Price bid should be submitted as per section XI of this tender document. Rate quoted should be on firm price basis. Vague offers like duties as applicable shall not be considered.

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 (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. 6. FALL CLAUSE: If the contract holder reduces its price or sells or even offers to sell the contracted goods, following conditions 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 the 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. 7. Bank Details : The bidder has to give Bank details as per format given as below: a) Beneficiary Name: b) Bank Account Number: c) Bank Name: d) Branch and Address: e) IFS Code:

8. The Bidder has to submit the Check list as per Format given below along with the Techno-commercial Tender. Sr.No Description Submitted /Not Submitted Page No. 1. Tender form fee Rs. 105/- 2. EMD Rs. 26,000/- 3. 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. 4. Documentary evidence towards Experience as per clause 1(a) of section IX 5. Documentary evidence towards capability as per clause 1(b) of section IX 6. Documentary evidence towards Financial data as per clause 1 (c) (i), (ii) & (iii) of section IX 7. List of Customers as per clause 2 (i) of Section IX. 8. Copy of PAN/ TAN /VAT number of bidder and Manufacturer as per clause 2 (iv) of Section IX. 9. Documentary evidence towards Non-Black Listing Declaration as per clause 2 (v) of section IX 10. Documentary evidence towards Manufacturer s authorization letter as per clause 2 (vii) of section IX, if applicable 11. Undertaking that the firm will provide spare parts support for minimum 7 (seven) years. 12. Documentary evidence towards adherence of Technical specification as per Section VII: Technical Specification on firms letter head. 13 Documentary evidence towards adherence of Delivery Schedule as per section VI: List of Requirement on firms letter head 14 All tender Documents duly signed and stamped by authorize representative of bidder. 15 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.

Section VII: Technical Specifications NOMENCLATURE OF THE MACHINE: HOLOGRAM LABEL APPLICATION MACHINE Specifications 1. Basic Features of the Machine: 1.1. The Applicator shall be capable of applying Hologram Stickers on printed paper sheets of substrates in the range of 70-220 GSM 1.2. The machine shall possess a fool-proof system for precise positioning on printed sheets with ± 2 mm tolerance. 2. Speed: The machine shall be capable of applying Holograms at the rate of 100 labels per minute in either A3 (6 Up) or A4 (3 UP). 3. Label Width : 8-25 mm (Circular or Rectangular) 4. Label Spool Roll (Dia) : 300 mm 5. Core Dia of Label Roll : 75 mm 6. Application Range : On A4 sheet in 3 Up On A3 sheet in 6 Up and Shall have provision to fix in 1 Up also i.e. one (1) Hologram in one sheet. 7. Sheet size: The machine shall be compatible for feeding sizes ranging from Min. 80 X 180 mm upto 330 X 420 mm. 8. Automation features: The machine shall be equipped with automation features as follows: 8.1 Missing label detection with auto rejection system. 8.2 Hologram roll ending alarm in synchronization with machine stop. 8.3 Roll-diameter upto 300 mm with motorized unwinding and rewinding 8.4 The machine shall have a sheet feeder for loading stocks min. 1000 sheets in the GSM range of 70 to 220 GSM of size mentioned at Sr. No.7. 8.5 The machine shall have a stacker to collect labeled sheets, with capacity to stack min. 1000 sheets in the GSM range of 70 to 220 GSM of size mentioned at Sr. No.7.

9. Installation, Commissioning and Acceptance: The supplier will carry out installation and commissioning work at India Security Press by deputing their Engineers. The machine will be accepted after completion of erection and commissioning and thereafter 6 (six) working days trial conforming to the machine configuration i.e. machine speed, output etc as per the tender specification. The Acceptance Certificate will be issued after getting successful machine output, as per the tender specifications. 10. Training: The supplier shall impart training to Supervisory staff and Industrial Workmen of Technical, Electrical, Mechanical and Instrumentation in the technique and skills required to operate and to repair the Hologram Applicator machine, for three working days at the worksite of India Security Press, Nashik Road. 11. Others: 11.1 Machine shall be equipped with all required accessories. 11.2 The requirement of power supply, ambient temperature, humidity and other working conditions must be mentioned in the offer keeping in view that India Security Press has 50 Hz, 3 phase, 440 V.A.C. supply with variation, as per Indian Electricity Rules. 11.3 Two copies each of complete technical literature viz., Operational and Maintenance manual, trouble-shooting instructions, description of machine function, spare parts catalogue in hard copy shall be supplied in English language only. 11.4 The firm shall provide spare parts for minimum 7 (seven) years. 11.5 The machine shall be provided with all safety devices, both for the Operators and machine itself. 11.6 The machine shall be environment-friendly. 12. Warranty Period: The warranty period of the machine starts from the date of issue of the Final Acceptance Certificate. The warranty period is valid for a period of 24 (twenty four) months. If any breakdown during warranty, the warranty period shall be extended those many breakdown days.

Section VIII: Quality Control Requirements FAT (FINAL ACCEPTANCE TEST) AND FAC (FINAL ACCEPTANCE CERTIFICATE) (a) FAT (Final Acceptance TEST) Upon completion of erection and commissioning work at the purchaser s premises, purchaser will conduct testing of the system in presence of supplier s staff. The FAT will be carried out for a period of 6 (Six) full working days, consisting of eight hours per day, conforming to the machine configuration i.e. machine speed, output etc. as per tender specification. (b) If any of the parameters is not achieved due to any reason not attributed to purchaser. The acceptance test will be conducted abinitio. For not meeting the machine output, as per the tender specifications. Other parameters of machine, if not met. Specific committed machine speed, if not met. A fresh trial will be conducted for a period of another 6 (six) days. FAC shall be issued after successful trial. FINAL ACCEPTANCE CERTIFICATE (FAC) Upon satisfactory completion of FAT, purchase shall issue FAC (Final Acceptance Certificate), which will be mutually certified by the supplier and purchaser. (c) The material will be accepted on manufacturers guarantee certificate and successful erection and commissioning of the machine.

Section IX: Qualification/ Eligibility Criteria 1. The Bidder firm should meet following eligibility criteria to qualify in the pre-qualification bid: (a) Experience and past performance: (i) The Bidder firm should have successfully designed, supplied, installed and, commissioned at least one similar type of Hologram Label Application Machine in any one year during the last five years i.e. starting with 1 st October 2010 and ending with 30th September 2015 to any other organization. (b) Capability, equipment and manufacturing facilities: The Bidder firm must have an annual capacity to manufacture and supply at least one similar type of Hologram Label Application Machine. (c) Financial standing: (i) Average Annual Turnover of the Bidder firm during last three financial years i.e. 2012-2013, 2013-2014, and 2014-2015 should be more than Rs. 3,90,000/- (ii) Bidder firm should not have suffered any financial loss for more than one year during last three financial years 2012-2013, 2013-2014, and 2014-2015. (iii) The net worth of the bidder firm should not have eroded by more than 30% in last three financial years i.e. 2012-2013, 2013-2014, and 2014-2015. 2. Other Requirement for the Bidders: i. The bidder shall provide names of Organisation(s)/ Firm(s) with Addresses and Telephone numbers, Fax numbers, E-mail addresses to which manufacturer has supplied similar type of Hologram Label Application Machine during the last five years. ii. The Tender should be submitted in English Language. The authenticated copies of the documents in support of applicant s claims may be submitted in English Language. iii. iv. The bidder has to submit Power of Attorney/ Authorisation indicating that authorized signatory is competent and legally authorized to submit the tender and / or enter into legally binding contract. The bidder must have enclosed the copy of PAN/ TAN number/ VAT/TIN number

Note: v. Bidder firm and Manufacturer should not been blacklisted from any Govt./ PSU/Reputed organization in the past. Undertaking regarding the same has to be provided. vi. vii. Manufacturers/ manufacturers under license or their authorized dealers who are exclusively appointed by the principal manufacturer to represent them in the country shall be eligible to apply or to take part in the bid. One manufacturer can participate through one authorized agent or one agent can participate on behalf of one Principal Manufacturer only. Manufacturer s authorization letter: In case the bidder firm/ tenderer offers to supply Hologram Label Application Machine, which is manufactured by some other firm, the tenderer has to be duly authorized by the manufacturer of the stated material to quote for and supply the same to India Security Press, a unit of SPMCIL. The tenderer shall submit the manufacturer s authorization letter to this effect as per the standard form provided under section XIV in this document. Also the letter of authorisation should be on the letter head of the manufacturing firm and should be signed by a person competent and having the power of attorney to legally bind the manufacturer. i. All experience, past performance and capacity/ capability related/ data should be certified by the authorized signatory of the bidder firm. The credentials regarding experience and past performance to the extent required as per eligibility criteria submitted by bidder should be verified from the parties for whom material have been supplied. ii. Bidders have to furnish stipulated documents in support of fulfillment of the above mentioned points at (a) (b) and (c). iii. iv. In Support of above all financial standings, the Bidder should submit the audited financial accounts for the last three financial years i.e. 2012-2013, 2013-2014, and 2014-2015 duly signed and stamped by Auditor failing which offers shall be liable for rejection. The tender is for manufacturers and suppliers who has proven capacity, capability and experience. This is not a Development Tender. v. Bidders who submit tender on behalf of Manufacturer has to submit all the relevant & required documentary evidence as per para 1 (a), 1 (b) and 1 (c) of the Manufacturer only. vi. Bidders are requested to submit the documentary evidence as required above from para 1 and 2 along with the bid documents, Bid/ Tender documents and all the pages should be signed and stamped by Authorized signatory along with page numbering.

SECTION X: TENDER FORM ACCEPTANCE OF TERMS & CONDITIONS Date. To The General Manager, India Security Press, (A unit of Security Printing and Minting Corporation of India Limited) Nashik (Maharashtra) INDIA 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 XXXXX (total tender amount in figures and words), to be mentioned only in the price schedule(s), attached herewith and made part of this tender. 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 6, 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 19, 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.

SECTION XI: PRICE SCHEDULE SUMMARY OF PRICE SCHEDULE: PRICES SHOULD BE ON FOR, ISP, NASHIK ROAD BASIS. Tender No: 105/NCB/2015-16 Dated: 05.10.2015. Sr No Item description UOM (Unit of Measure -ment Basic price/ unit (Rs) Packing and forwarding charges (Rs), if any Excise duty (Rs), if any CST against Form-C/ VAT @... 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 1 2 3 4 5 6 7 8 9 10 11 1 Supply of Hologram Label Application Machine No 01 No Total Price for required quantity (Rs) (FOR ISP, Nashik Road) inclusive of all taxes, duties, freight and Insurance charges 2 Description Basic Price (Rs.) Service Tax/ other taxes, if any (Rs) Total charges (Rs.) (i) (ii) (iii) (a) Installation, commissioning, testing, charges, if any. (b) Training charges, if any Total (installation, commissioning, testing and training charges) 3 Grand Total (including price of machine and installation, commissioning, testing and training charges (1+2) FOR ISP Nashik Road price in words 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. LBT or any other local taxes applicable to Nashik City will be borne by ISP. 4. Remarks:.. 5. The service Tax and TDS (Tax deduction at source) will be applicable for installation, commissioning and training charges. 6. Price bids with conditions/ counter conditions are liable to be rejected. 7. The price bid should be submitted only as per the above format. No row/ column shall be left blank. Please indicate NA, in case the row/ column is Not Applicable. Reason to be recorded in remarks at Sr. No. 4 above. If the above format is not used or any row/column is left blank, then the bid will be liable for rejection without assigning any reason. (Name and Signature with date) Office Seal/Stamp