PR Number PR Date Indenter Department Sr.Sup.(HR) H.R. Not Transferable. Security Classification:

Similar documents
TENDER NOTICE FOR ENGAGEMENT OF REPUTED AGENCY FOR PROVIDING NURSING & PARAMEDICAL STAFF ON CONTRACT BASIS

TENDER FOR EMPANELMENT OF MANUFACTURERS/SUPPLIERS FOR SUPPLY & INSTALLATION OF MODULAR FURNITURE AT BANK S VARIOUS OFFICES/BRANCHES PAN INDIA

SITC of RFID Car Parking System including Manpower support and CAMC भ रत य वम नपत तन प र धकरण AIRPORTS AUTHORITY OF INDIA CHENNAI AIRPORT, CHENNAI

Indian Institute of Information Technology, Design and Manufacturing, Kurnool (IIITDM Kancheepuram Campus) Chennai Tender Document.

NOTICE INVITING TENDERS FOR

NATIONAL ZOOLOGICAL PARK MATHURA ROAD, NEW DELHI

Request For Proposal for Deployment of Hardware, Software and Manpower for OPD Management at District Head Quarter Hospital, Puri.

RFP FOR ENGAGMENT OF CHARTERED ACCOUNT

: 2018_AAI_9051_1) NOTICE INVITING

NATIONAL ZOOLOGICAL PARK MATHURA ROAD, NEW DELHI

NOTICE FOR THE EXPRESSION OF INTEREST (EOI) : (REVISED)

THE INSTITUTE OF CHARTERED ACCOUNTANTS OF INDIA (ICAI) APPLICATION FOR

ITEM RATE TENDER TENDER No. 14 / / ELDB

AIRPORTS AUTHORITY OF INDIA. NIT No. : AAI/AT/AGM(EE)/e-NIT-07/ Dt. 14/09/2017 NOTICE INVITING e-tender (3 Covers Open Tender)

West Bengal State University

Department of Civil Engineering - CHENNAI

Office of The Chief District Medical & Public Health Officer, Puri.

APPLICATION FORM FOR ENLISTMENT OF VENDORS

STATE BANK OF INDIA PREMISES & ESTATE DEPARTMENT 3 RD FLOOR, LOCAL HEAD OFFICE BHADRA, AHMEDABAD PH : (079)

Food Safety and Standards Authority of India

REQUEST FOR REGISTRATION AS SUPPLIER FOR THE PERIOD STARTING 1 ST JULY 2016 AND ENDING 30 TH JUNE 2018

SOFTWARE TECHNOLOGY PARKS OF INDIA

TENDER DOCUMENT. For Selection of Surveyor Agency for Survey works at Panagarh Industrial Park of WBIDC

FOR SUPPLY & PROVIDING LOCKER CABINETS OF DIFFERENT CONFIGURATION FOR STATE BANK OF INDIA BRANCHES AT DIFFERENT LOCATIONS IN THE STATE OF TELANGANA

REQUEST FOR PROPOSAL OF EMPANELMENT & ANNUAL RATE CONTRACT OF SUPPLIERS FOR STATIONERY ITEMS

NCC Infrastructure Holdings Limited

Advertisement/ Bid Inviting Notice

AIRPORTS AUTHORITY OF INDIA ENGINEERING WING(ELECTRICAL) SILCHAR AIRPORT

Creation of Corporate Film for India Brand Equity Foundation (IBEF)

Tamil Virtual Academy Anna University Campus, Gandhi Mandapam Road, Near Govt. Data Centre, Guindy, Chennai

Government of Bihar. STATE HORTICULTURE MISSION Barrack No. 13, Main Secretariat, Patna

Faculty of Engineering and Technology Jadavpur University NATIONAL COMPETITIVE BIDDING FOR PROCUREMENT OF EQUIPMENT

ISO 9001:2008 TENDER FOR SUPPLY, INSTALLATION, CONFIGURATION & TESTING RACK SERVER. Tender No. - NTSC/WST/Software Purchase/ /92

Empanelment of Consultancy Firms

RFP for Export Reports generation and maintenance for India Brand Equity Foundation (IBEF)

Request for Proposal. For. Selection of Architectural Consultants. For IT CAPACITY BUILDING & TRAINING CENTRES. Madhya Pradesh

Guidelines for implementing Research Projects SCIENCE AND ENGINEERING RESEARCH COUNCIL

WEBEL TECHNOLOGY LIMITED

PREQUALIFICATION DOCUMENT

Telecommunications Consultants India Ltd. (A Government of India Enterprise)

HOOGHLY COCHIN SHIPYARD LIMITED (JOINT VENTURE OF COCHIN SHIPYARD LIMITED AND HOOGHLY DOCK & PORT ENGINEERS LTD) KOLKATA

Establishment of Computer Labs in Government Girl s Institutions of Islamabad Capital Territory Phase 2

SURAT SMART CITY DEVELOPMENT LTD.

PRE-QUALIFICATION NOTICE FOR EMPANELMENT OF ARCHITECTS/CONSULTANTS

COCHIN SHIPYARD LIMITED KOCHI-15 (P&A DEPARTMENT) No.P&A/2(260)/18 02 April 2018 SELECTION OF PROJECT ASSISTANTS ON CONTRACT BASIS

RFP for Empanelment of Interior Furnishing Contractors

RFP for Designing Branding Creatives for India s participation at MSV Brno as Partner Country for India Brand Equity Foundation

TENDER DOCUMENT FOR PREPARATION & INSTALLATION OF POLE KIOSKS FOR VIBRANT GUJARAT 2017 SUMMIT

COCHIN SHIPYARD LIMITED KOCHI-15 (P&A DEPARTMENT) No.P&A/2(230)/16-Pt 22 November 2017 SELECTION OF SAFETY ASSISTANTS ON CONTRACT BASIS

Tender Inviting Quotation For Interpretation Services of Foreign Languages

Institute of Leadership Development

Central Bank Of India Regional Office,

IICA-Centre of Business Innovation REQUEST FOR PROPOSAL STUDY OF INCUBATION BY CORPORATE IN INDIA. Indian Institute of Corporate Affairs

Contractors who are desirous of tendering for above work and fulfills the Following requirements shall be eligible to apply:

COCHIN SHIPYARD LIMITED KOCHI-15 (P&A DEPARTMENT) No.P&A/6(90)/02-VI 07 March 2018

For Information, Issuance and Submission of EOI, please contact as follows:

NOTICE INVITING EXPRESSION OF INTEREST

Notice Inviting Tender

Expression of Interest (EoI) Notice

NATIONAL RESEARCH DEVELOPMENT CORPORATION TECHNO-COMMERCIAL SUPPORT FOR PROMISING INVENTIONS / INNOVATIONS GUIDELINES

EXPRESSION OF INTEREST FOR FNGO PROCUREMENT OF OPELIP

Expression of Interest (EOI) For LEARNING MANAGEMENT SYSTEM

Pre-Qualification Application for A Class Contractors

a) For Electrical Safety Audit

ENLISTMENT OF CONTRACTORS FOR CIVIL, ELECTRICAL AND INTERIOR WORKS

COCHIN SHIPYARD LIMITED KOCHI No.P&A/Admn/98/01/14 20 Aug 2018

INDIAN INSTITUTE OF TECHNOLOGY, BOMBAY ESTATE OFFICE. Annexure I (Terms & Conditions)

EXPORT PROMOTION COUNCIL FOR HANDICRAFTS Tender no. EPCH/IHGF-2017/4 Tender for Architect for preparation of Exhibition Layouts

Aliah University. along with signed Application and Declaration (Annexure III).

BHARAT HEAVY ELECTRICALS LIMITED

The Request for Proposal consists of the following documents, and should be read in conjunction with any Addenda issued:

Request for Proposals (RFP) The provision of transport law specialist services for subsidised public transport contracts for the CSIR

Empanelment of Event Management and Public Relations (PR) Organisations

COCHIN SHIPYARD LIMITED KOCHI (P&A Department) No.P&A/2(239)/14 25 Sep 2017 SELECTION OF CSR PROJECTS MANAGER ON CONTRACT BASIS

ADMINISTRATION DEPARTMENT

ADMINISTRATION DEPARTMENT

NOTICE INVITING TENDER FOR ISO CERTIFICATION

Guidelines for Selection of Vocational Training Providers under Skill Development Initiative Scheme

Empanelment of Graphic Design House and Printing Agency

COCHIN SHIPYARD LIMITED KOCHI-15 (P&A DEPARTMENT)

Request for Expression of Interest

STATE BANK OF INDIA EMPANELMENT OF AUDITORS FIRE SAFETY AUDITOR ELECTRICAL SAFETY AUDITOR TABLE OF CONTENTS: IMPORTANT DATES:

Inviting Expression of Interest

INDIAN ASSOCIATION FOR THE CULTIVATION OF SCIENCE 2A & 2B Raja S.C.Mullick Road Jadavpur, Kolkata

Expression of Interest (EOI)

SALARIES AND REMUNERATION COMMISSION STANDARD PROCUREMENT

Computer Centre, DAVV, Indore Khandwa Road Indore

HOOGHLY COCHIN SHIPYARD LIMITED (JOINT VENTURE OF COCHIN SHIPYARD LIMITED AND HOOGHLY DOCK & PORT ENGINEERS LTD) KOLKATA

Solar Energy Corporation of India Limited New Delhi

EXPRESSION OF INTEREST

to up to 16:00 hrs up to 16:00 hrs. Downloading of the documents Last date of submission of the bid

REQEUEST FOR EXPRESSION OF INTEREST (REOI) FOR OIL, CENTRE OF EXCELLENCE FOR ENERGY STUDIES (COEES) BUILDING AT GUWAHATI IN ASSAM

Department of Science & Technology Terms & Conditions of the Grant

SELECTION OF JOINT VENTURE PARTNER NAGAPATINAM DISTRICT REQUEST FOR PROPOSAL

PAKISTAN CIVIL AVIATION AUTHORITY REQUEST FOR PROPOSAL ENERGY PERFORMANCE CONTRACT AT JINNAH INTERNATIONAL AIRPORT

On Turnkey Basis. Bid Reference: 8F/QC-739/6560 Dated: Directorate General of Medical & Health Services, U.P.

Trust Fund Grant Agreement

CORRIGENDUM 1. Request for Proposal (RFP) for Project Management Consultancy Services

Request for Proposal (RFP) For. Selection of Vendor for Maintenance of Computer Systems under Annual Maintenance Contracts for Delhi and NCR Area

RFP for Production of video films on India for India Brand Equity Foundation (IBEF)

Transcription:

CURRENCY NOTE PRESS (A UNIT OF Security Printing and Minting Corporation of India Limited) Wholly owned by Government of India Nashik Road # 422101 (Maharashtra) (ISO : 9001 & ISO 14001 Certified Unit) Tel. No 00-91-253-2463730-39, 2461471 Fax No:00-91-2532464100 CIN: U22213DL2006GOI144763 Web: www.cnpnashik.spmcil.com E-mail: gmcnp@spmcil.com GSTIN : 27AAJCS6111J3Z6 PR Number PR Date Indenter Department 11006203 17.05.2018 Sr.Sup.(HR) H.R. Not Transferable Security Classification: TENDER DOCUMENT FOR PURCHASE OF: ENGAGING CONTRACTOR/AGENCY TO PROVIDE 02 NOS MALE NURSES(SKILLED) FOR A PERIOD OF 12 MONTHS IN CNP AMBULANCE ROOM Tender Number: 6000011184/, Dated: 30.08.2018 This Tender Document Contains Pages. Details of Contact person in SPMCIL regarding this tender: Name: Designation: Address: V KIRAN KUMAR Manager (Material) CNPN (Currency Note Press, Nashik) India Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001 T01.1

Tender Number:6000011184 Section1: Notice Inviting Tender (NIT) 6000011184 / 30.08.2018 (SPMCIL's Tender SI No.) (Date) 1. Sealed tenders are invited from eligible and qualified tenderers for supply of following goods & services: Sch d. No. 1 Brief Description of Goods/services 1 Quantity (with unit) Earnest Money (In Rupee) Engaging of 02 Male Nurse 1.000 AU 12000.00INR RUPEES TWELVE THOUSAND ONLY 0.00 Highring of male nurse 24.000AU (contract labour) Type of Tender (Two Bid/ PQB/ EOI/ RC/ Development/ Indigenization/ Disposal of Scrap/ Security Item etc.) Dates of sale of tender documents: Place of sale of tender documents Remarks TWO-BID National Competetive Bid From 30.08.2018 to 04.10.2018 during office hours. PURCHASE SECTION, ADMN. BLDG. CNP, NASHIK ROAD Closing date and time for receipt of tenders 05.10.2018 14:55:00 Place of receipt of tenders CISF GATE, ADMN.BLDG.NASHIK ROAD Time and date of opening of tenders 05.10.2018 15:00:00 Place of opening of tenders PURCHASE CELL, ADMN. BLDG., CNP, NASHIK ROAD Nominated Person/ Designation to Receive Bulky V KIRAN KUMAR Tenders (Clause 21.21.1 of GIT) Manager (Material) 2. Interested tenderers may obtain further information about this requirement from the above office. They may also visit our website mentioned above for further details. 3. Tenderer has to 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 of Rs. 500 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 CNP, payable at Nashik. 4. If requested, the tender documents will be mailed by registered post/ speed post to the domestic tenderers and by International air-mail to the foreign tenderers, for which extra expenditure per set will be Rs 100 for domestic post and Rs 200 for international air-mail. The tenderer is to add the applicable postage cost in the non-refundable fee mentioned in Para 3 above. 5. 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. 6.In the event of any of the above mentioned dates being declared as a holiday/ closed day for the purchase organization, the tenders will be received/ opened on the next working day at the appointed time. 7. SUBMISSION OF TENDER: The bid is to be submitted in two parts:- (i) The bid is to be submitted in two parts i.e. Part A: TECHNO-COMMERCIAL BID and Part-B: PRICE BID separately in 02 sealed envelopes duly super scribed as Techno-commercial and Price Bid with our NIT reference No. and date. The aforesaid two envelopes should be put inside an Outer big size envelope duly sealed and this outer envelope again should be super scribed with words Techno-Commercial Bid & Price Bid against our Tender Document / NIT No., NIT Date & Due date and be addressed to the General Manager, Currency Note Press, Nashik road-422101(maharashtra) Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001 Sec01.1

Tender Number:6000011184 (ii)quotation will be accepted by INDIA POST/COURIER SERVICE/DROP BOX only. Quotation sent by FAX/E-Mail will not be considered. (iii) EARNEST MONEY DEPOSIT (EMD) shall be submitted in the form as given below: (a) Account Payee Demand Draft (b) Fixed Deposit Receipt (c) Banker#s cheque. The demand draft, fixed deposit receipt or banker#s cheque shall be drawn on any scheduled commercial bank in India, in favour of SPMCIL, Unit CNP, payable at Nashik. The earnest money shall be valid for a period of forty five days beyond the validity period of the tender i.e. 165 days from due date. EMD should be sent along with your quotation. Quotation without EMD will summarily be rejected. The Earnest Money Deposit of un-successful bidders will be returned. Only one D.D./F.D.R./ Banker's Cheque should be given of adding all the item wise EMD amount as per tender quoted by you. 8. In case of order material in your favour for Rs. 1,50,000/- or above, the supplier shall furnish the performance security amount/ Security Deposit(S.D) (10% of the ordered value) after issue of Purchase order by CNP, Nashik Road in favour of SPMCIL, Unit CNP, payable at Nashik. The performance security will be return back without any interest to successful tenderer after the completion of all contractual obligations. 9. NO EXEMPTION WILL BE GIVEN FOR DEPOSITING OF SECURITY DEPOSIT (S.D.) TO ANY DIC/SSI/MSME/NSIC REGISTERED FIRM. 10. EXEMPTION WILL BE GIVEN FOR DEPOSITING OF ONLY TENDER FEE & EMD TO DIC/SSI/MSME/NSIC REGISTERED FIRM FOR TENDERED STORE. 11. EMD of a bidder will be forfeited, if the bidder withdraws or amends its tender or impairs or derogates from the tender in any respect with in the period of validity of its tender. Future, if the successful bidder fails to furnish the required performance security within the specified period, its EMD will be forfeited. 12. If the bidder or any representative of the bidder wants to attend the Bid opening then that person should carry with him /her letter of Authority (Section XVII of SBD) in the same format to be produced at the time of Bid opening and before the bids are opened. 13. Any dispute in the matter will be under Nashik (Maharashtra) Jurisdiction only. 14. Right of acceptance: - The General Manager, Currency Note Press reserves the right to reject any or all tenders without assigning any reason thereof. 15. Clarification of Tender Documents: A Tenderer requiring any clarification or elucidation on any issue of the tender documents may take up the same with SPMCIL in writing or by fax / e-mail/ telex not later than twenty one days (unless otherwise specified in the SIT) prior to the prescribed date of submission of tender. SPECIAL INSTRUCTIONS FOR MSME/SSI/NSIC/DIC Registered bidders: A) Micro and Small Enterprises firm are exempted from submitting Tender fees and Earnest Money deposit. Please send the copy of valid registration certificate of Micro and Small Enterprises along with your bid / quotation otherwise your offer will not be considered for above exemption. B)Relaxation of Norms for Startups and Micro & Small Enterprises in Public Procurement on Prior Experience-Prior Turnover criteria will be given as per Policy Circular No.1(2)(1)2016-MA Dtd. 10th March 2018, issued by Govt. of India, Ministry of Micro, Small & Medium Enterprises, O/o the Development Commissioner(MSME), New Delhi. C)NO EXEMPTION WILL BE GIVEN FOR DEPOSITING OF SECURITY DEPOSIT (S.D.) TO ANY DIC/SSI/MSME/NSIC REGISTERED FIRM. 15. For any queries regarding the tender, you may please contact at 0253-2454493 and 2461318. E-mail purchase.cnpnashik@spmcil. com, Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001 Sec01.2

Tender Number:6000011184...... (Name Designation, Adress telephone number etc of the officer signing the document) For and on behalf of... Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001 Sec01.3

Tender Number:6000011184 Section II: General Instructions to Tenderers (GIT) Part 1: General Instructions Applicable to all type of Tenderers http://www.spmcil.com/spmcil/uploaddocument/git.pdf SUPPLIERS ARE REQUESTED TO DOWNLOAD 32 PAGES BY CLICKING THE ABOVE SAID LINK AND SUBMIT THE SAME DULY STAMPED AND SIGNED ALONG WITH TENDER DOCUMENT. PRINTOUT OF THIS PAGE IS NOT ACCEPTABLE. Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001 Sec02.1

Tender Number:6000011184 Section III: Specific 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. (Clauses of GIT listed below include a possibility for variation in their provisions through SIT. There could be other clauses in SIT as deemed fit.) Sr No GIT Clause No. Topic SIT Provision 04 11.2 Tender Currency INR 07 19 Tender Validity 120 DAYS FROM THE DATE OF TENDER OPENING 08 20.4 Number of Copies of Tenders to be SINGLE submitted 09 20.9 E-Procurement NOT PERMITTED Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001 Sec03.1

Tender Number:6000011184 Section IV: General Conditions of Contract (GCC) http://www.spmcil.com/spmcil/uploaddocument/gcc.pdf SUPPLIERS ARE REQUESTED TO DOWNLOAD 28 PAGES BY CLICKING THE ABOVE SAID LINK AND SUBMIT THE SAME DULY STAMPED AND SIGNED ALONG WITH TENDER DCOUMENT. PRINTOUT OF THIS PAGE IS NOT ACCEPTABLE. Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001 Sec04.1

Tender Number:6000011184 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. (Clauses of GCC listed below include a possibility for variation in their provisions through SCC. There could be other clauses in SCC as deemed fit) Sl.No. GCC Clause No. Topic SCC Provision 06 16.2, 16.4 Warrantee Clause NOT APPLICABLE 07 19.3 Option Clause THE PURCHASER RESERVE THE RIGHT TO INCREASE THE ORDERED QUANTITY/VALUE OF ORDER BY 25% AT ANY TIME, TILL FINAL COMPLETION OF ORDER 09 21.2 Taxes and Duties IF THE TENDERER FAILS TO INCLUDE TAXES AND DUTIES IN TENDER, NO CLAIM THEREOF WILL BE CONSIDERED BY PURCHASER AFTERWARDS 10 22, 22.1, 22.2, 22.4, 22.3, 22.6 Terms and Mode of payments 11 24.1 Quantum of LD NO CHANGE PAYMENT WILL BE DONE ON MONTLY BASIS AFTER SATISFACTORY COMPLETION OF WORK Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001 Sec05.1

Tender Number:6000011184 Section VI: List of Requirements Schedule No. Breif Description of goods and services (Related Specifications etc.are in Section-VII) Accounting Unit Quantity Amount of Earnest Money 1 Engaging of 02 Male Nurse AU 1.000 12000.00 INR RUPEES TWELVE THOUSAND ONLY 0.00 Remark 1. Tender Validity: 120 days from bid due date. 2. Bidders to open the link provided in section II & IV take print out of all the documents available and then sign & stamp each and every paper and submit along with the technical tenders. 3. Required terms of Delivery: (a) Duration of Contract : ONE years from the date of order/deployment. 4. All the copies of tenders shall be complete in all respects with all their attachments/enclosures duly numbered. Incomplete documents may be ignored. 5. The total cost inclusive of all elements as cited above on FOR Currency Note Press, Nashik Road (Maharashtra), India, basis should be indicated clearly both in words and figures in the price bid. 6.Bidders should submit offer as per price schedule (Section XI)in their sealed commercial bid separately. 7. RISK PURCHASE: (a) If the supplier after submission of tender and due acceptance of the same, i.e. after placement of contract fails to abide by the terms & conditions of these tender documents, or fails to supply the deliverables 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 & procure stores from other agencies at the risk & 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 custom duty, excise duty, taxes, insurance, freight etc., (b) For all the purpose the 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. 8. Bidders has to submit Bank details i.e. a] Account Number : b] Bank Name : c] Branch : d] IFSC Code : Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001 Sec06.1

SECTION VII: TECHNICAL SPECIFICATIONS Engaging a Contractor / Agency for providing 02 Nos.(skilled) Male Nurse for a period of 12 months for Ambulance Room at CNP premises. TERMS AND CONDITIONS FOR THIS CONTRACT ANNEXURE - A 1. The manpower supplier firm must fulfill all the conditions required under Contract Labour Act, must have a valid PF code & ESI code in its name and copy of the same must be submitted along with the tender. 2. Hours of work: The working hours shall be 09 hours with One hour lunch break. The deployed Male Nurses will be posted in Day & night shifts as per requirement. However, the timing may be changed at the discretion of the management from time to time. In case of urgency/ emergency, the Male Nurses can be deployed beyond normal duty hours. At present CNP is working in 2 shifts i.e. Day shift- 7 am to 5 pm & Night shift 6.45 pm to 4.45 am, accordingly the make nurses will be deployed Day & Nightshift on rotation basis. 3. The required strength of manpower shall be 02 (Two) Nos. for a period of 12 months, which may be extended for further 01 year after satisfactory services provided by the firm. 4. The eligibility criterion for Male Nurse is Should have completed 10+2 with "A" Grade Nursing Diploma or Certificate in Nursing or regular degree in Nursing with age between 20 to 40 years only. The deployed Male Nurse s resume must be evaluated by the Firm to get satisfied about their credentials. They may preferably have Six months experience in minimum 50 bedded hospitals after acquiring educational qualifications mentioned above. 5. Agency should provide Police Verification/Antecedent & Character Certificate of the manpower. The clearance of the local police with regards the antecedents of the persons deployed by it will be obtained by the agency before deployment of the personnel or within three months of award of contract. 6. The manpower supplier firm shall in no case pay its employees less than the minimum mandatory rates per month in accordance with the Minimum Wages fixed by Central /State Govt whichever is higher and a record of that should be kept in a register, which may be made available for examination as and when demanded. 7. The names of the workers to be supplied by the agency shall be made known to the authorities with their identity card / employment number, before commencing

service. The frequent changes in the manpower will not be allowed. 8. The rates quoted shall be for the entire period of the contract. Any amendment there to shall be at the sole option of Currency Note Press. The said rate shall be quoted keeping in the mind that the statutory compliance of all labour laws / regulations must be compliance by the contractor/agency. 9. In case of increase in minimum wages of state/central Govt subsequent to opening of the tender, then the increase amount of the wages including the corresponding PF / ESI share shall be revised in the contract at the sole discretion by Currency Note Press, Nashik. 10.Payment, The payment(s) to be made to the contractor are subject to deduction of tax (s) Cess leviable by any Government as per rules from time to time and will be made after the completion of every month on completion of the assigned work and after certification by user department. The bill must be submitted in duplicate. Further, the agency shall furnish a copy deposition of monthly EPF/ESIC challans /returns etc. with next bill, failing which amount as deemed fit by Currency Note Press, Nashik shall be withheld in the next subsequent bill. The payment to the Male Nurse should be made in presence of authorised representative of CNP which should be duly authenticated by them. 11. The manpower supplier firm should make suitable arrangement for supervision of the manpower supplied, timely completion of work allocated and other related works. 12. The agency shall ensure that their staff/male Nurse supplied for service in Currency Note Press, Nashik premises shall be available during their duty hours as per the roster and they shall not leave their place of duty without authorization. 13. The agency staff shall be responsible to provide immediate replacement for personnel who are not available on duty at the place of posting for any emergency and pressing reasons. 14. Currency Note Press, Nashik authorities shall have the right to seek replacement of any staff of the agency by any other suitable person in case the staff is not discharging its services properly. The decision by Currency Note Press, Nashik shall be final and the agency shall comply with the same at the earliest. 15. The agency staff shall carry out such other legitimate duties as are entrusted to them from time to time. 16. Currency Note Press, Nashik is not responsible for any dispute of manpower supplied, and the manpower so provided shall not be in any way is the employees of Currency Note Press, Nashik

17. The manpower supplier firm will be responsible for making the payment through Bank Transfer in presence of representative of CNP to the supplied manpower by 10th day after the last day of the wage period in respect of which the wages are payable. Contractor also has to issue wage slips to the labours before wages disbursement. Contactor need to maintain separate records for our establishment and need to file separate challan and returns in respect of ESI and EPF to the contract labour engaged with our organization and subsequently raise the bill for reimbursement which will be verified on the basis of actual amount disbursed and attendance etc. And will pay within 7 days after payment of wages & statutory payment. Manpower supplier liable for penalty as decided by the CNP management for not making timely payment to its manpower as per above schedule. 18. The manpower supplier firm shall have to engage the required number of manpower and in case required number is not available on any day without proper and acceptable reason Currency Note Press, Nashik can impose penalty of Rs. 500/- per day on manpower supplier firm as it thinks fit. 19. The manpower supplier firm shall not appoint any sub company/agency to carry out any obligation under the contract. 20. If the contractor repeatedly violates the terms and conditions of the contract or fails to supply required number of Male Nurses, despite Currency Note Press, Nashik, having served him proper notices, the contract shall be liable to be terminated and security deposited shall be forfeited. 21. In case of disputes for non-payment of wages to the supplied manpower or any other disputes, the payment due to the manpower supplier firm can be withheld till settlement of the disputes by the board or on the orders of the court of law. 22. The contractor shall abide by all the law of land including Labour Laws (PF, ESI, Income Tax, Service Tax or any other extra taxes levied by the Government) 23. The contract can be terminated by the Currency Note Press, Nashik by giving a month notice. The contractor/agency can terminate the contract by giving three months notice. 24. In case the contractor/ Agency leaves the job before completion of the period of contract, Currency Note Press, Nashik, shall be entitled to forfeit the security money deposited by the contractor/agency for the execution of this contract. The same shall be over and above the liquidated damages suffered on such account by Currency Note Press, Nashik. 25. Price Escalation clause: Price escalation may be applicable at the sole discretion of CNP management in case of any change in statutory payment of

Minimum Wages applicable by amendments issued from time to time by State Govt. in this regard. 26. The contractor shall have to fulfill all the statutory requirement like PF/ESI as per the provisions of law i.e. Contract Labour R & A Act 1970 & Contract Labour R&A Rules 1971., Minimum wages Act 1948 applicable in Nashik region excluding taxes, Payment of Wages Act 1936 and other related labour Legislations etc., and shall indemnify the Company from any claims in future or due to any breach of the statutory requirements. The company, as a principle employer, shall enforce the provisions of these Acts. 27. It is the responsibility of the contractor to obtain license under the Contract Labour Act from the Concerned Labour Commissioner if engages more than 20 workmen. The Contractor/ agency should quote the Service Charges as per O.M. No.31/14/1000/2014-GA Dtd.17.09.2014 of Govt. of India, Ministry of Commerce & Industry, Department of Commerce, New Delhi which states that the bidder should quote Service Charges/Administrative Charges over and above zero percentage. Further Zero percent includes all derivatives of zero upto 0.999% and thereof. Any Service Charge not adhering to the above guidelines will be considered unresponsive and such bid should not be considered

ANNEXURE "B" Scope and Eligibility :- Post - Staff Nurse / Male Nurse Eligibility :- 1. Should have completed 10+2 with "A" Grade Nursing Diploma or Certificate in Nursing or regular degree in Nursing. 2. Registered at Nurse or Nurse and Midwife with State Nursing Council. 3. And, Six months experience in minimum 50 bedded hospitals after acquiring educational qualifications mentioned above. 4. Age: 20 to 40 years. Scope of work :- Typical duties of the job includes :- 1. Assessing and planning nursing care requirements. 2. Assisting Medical Officers in day to day medical work. 3. Providing patient care at dispensary or ambulance room. 4. Monitoring and administering medication and intravenous infusions. 5. Taking patient pulses, temperatures and blood pressures. 6. Writing Records. 7. Supervising junior staff. 8. Organizing workloads. 9. Providing emotional support to patients and relatives. 10.Any other related work pertaining to medical area.

Section VIII : Quality Control Requirement NIL

Section IX: Qualification / Eligibility Criteria MINIMUM ELGIBILITY CRITERIA The following shall be the minimum eligibility criteria for selection of bidders technically. 1) The firm must be having experience of supplying Male Nurse for any Government Hospital/reputed Hospital/Pvt. Hospital or any Industrial Unit having First Aid/Ambulance Room, for at least 1 year out of last 5 years. Relevant proof of the same is to be attached along with the tender. 2) The contractor must have a valid PF & ESI code number in its name and copy of the same to be submitted along with the tender. 3) The bidders shall enclose attested copy of GST Registration & attested copy of PAN. 4) The bidders shall enclose copies of balance sheet Profit and loss account/trading account certified by Chartered Accountant for the Completed three financial year i.e. for 2014-2015, 2015-16, 2016-2017 and the bidder should not have suffered any financial loss more than one year out of last three years. 5) The firm should give a declaration that they have not been blacklisted/debarred for dealing by Government of India in the past. 6) The bidder should submit Power of Attorney of the Authorized Signatory for signing the bid, entering in to contract, if awarded and for any other correspondences. 7) The bidder should give undertaking/declaration that they have read and understood all the terms & conditions of tender documents and submitting unconditional acceptance to all terms & conditions. Note : A. All financial standing data should be certified by certified accountants e.g. Chartered Accountants (CA) in India. B. Bidder to furnish stipulated documents in support of fulfillment of qualifying criteria. Non submission or incomplete submission of documents may lead to rejection of offer. Bidder to furnish stipulated documents in support of fulfilment of qualifying criteria. Non submission or incomplete submission of documents may lead to rejection of offer.

Section X: Tender Form Date :- To, Currency Note Press, Nasik A Unit of Security Printing & Minting Corporation of India Limited Wholly Owned by Govt. of India Nasik Ref.: Your Tender Document No.6000011184/CNP HR Section dated We, the undersigned have examined the above mentioned tender enquiry document, including amendment No. XXX dated XXX (if any), the receipt of which is hereby confirmed. We now offer to supply and deliver in conformity with your above referred document for the sum of XXX as shown 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 out 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, of any, in Section V Special Conditions of Contract for due performance of the contract. We agree to keep out 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 TABLE No. 1(b) SUMMARY OF PRICE SCHEDULE (FOR INDIAN BIDDERS) : PRICES SHOULD BE ON FOR, CNP, NASHIK ROAD BASIS. SUMMARY OF PRICE SCHEDULE (FOR INDIAN BIDDERS ONLY) SR.NO. Description Unit Amount for Male Nurse per month for Skilled/Clerical A B C Minimum Wages for Male Nurse - Grade B City (Rs ) X 26 days. EPF (13 %) Rs. ESI (4.75%) Rs. Each Category- Grade B City D E F G H Total (A+B+C) Other Charges if any for, please specify @...% on (A) only (Rs.) Contractor Service Charges(@...%) on (A) only Total (D+E+F) GST @...(Rs.) on Sr. No. G I Grand total for deployment of 01 Male Nurse per 01 month(g+h) in Rs. J Grand total for deployment of 02 Male Nurse Per 02 Twelve Months (01 X 2 X 12 months) in Rs. Note :- 1. Male Nurse are to be deployed with Minimum wages as per Notification of Chief Labour Commissioner, New Delhi from time to time for Grade - B City for Skilled category. At present, Notification No. F.No.1/13(3)/2017-LS.II Dtd.17.03.2017 w.e.f. 01.04.2017 is applicable. The minimum wage rates(@sr.no. A) will be applicable as per notification issued by Govt. from time to time and revision to be made that effect. 2. Bidder firm shall quote strictly as per Price bid format above failing to which the offer shall be summarily been rejected. 3. Bidder firm should quote the Service Charges as per O.M. No.31/14/1000/2014-GA Dtd.17.09.2014 of Govt. of India, Ministry of Commerce & Industry, Department of Commerce, New Delhi which states that the bidder should quote Service Charges/Administrative Charges over and above zero percentage. Further Zero percent includes all derivatives of zero upto 0.999% and thereof. Any Service Charge not adhering to the above guidelines will be considered unresponsive and such bid should not be considered. 4. We confirm that we will abide by all the tender terms and conditions as we do not have any counter conditions. 5. The said rate shall be quoted keeping in mind that the minimum wages of Central Govt. and statutory compliance of all labour laws/regulations must be compliance by the Contractor/agency. Seal & Signature of the tenders Date: Address:

SECTION XII: QUESTIONNAIRE SECTION XIII: BANK GUARANTEE FORM OF EMD SECTION XIV: MANUFACTURER S AUTHORIZATION FORM 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 Please CLICK the link for further details http://cnpnashik.spmcil.com/spmcil/uploaddocument/sbdtemplate1.pdf TWO BID, SINGLE STAGE (TWO PACKETS) TENDER BIDDER S CHECK LIST BEFORE TENDER SUBMISSION Part I: - TECHNO-COMMERCIAL BID Sr. No. Tender Submission Check Points 1 Tender Fee 2 Earnest Money Deposit 3 Tender Document duly Seal & Signed 4 Term of Delivery :- FOR, CNP Nashik road, duly unloaded 5 Tender Validity 120 days as per the tender 6 Technical Specification Section VII as per tender 7 Submit Manufacturer s Authorization form (As Applicable) 8 Accept the Warranty clause as per tender (As Applicable) 9 Submit the documents as per Qualification / Eligibility criteria Check before submission Tick ( ) Section IX (As Applicable) 10 Fill Tender Form Section X duly seal & sign (Without mentioning price) 11 Delivery Period: Acceptance of delivery period as per Section VI of tender Document. 12 Blank price schedule format as per Section XI indicating 'XXXX' 13 Power of Attorney for signing the bid document and contract, if awarded. Part II: - PRICE BID Sr. No. Tender Submission Check Points 1 Price Bid as per Section XI (Price including all taxes & other charges ) Check before submission Tick ( ). (Bidder s Seal & Sign)