Combined Quality-cum-Costbasedselection (CQCCBS) · layout/graphic, artwork forwall calendar...

15
No. RT-25013/16/2019-RS Tender document for Printing & Supply of Road Safety Wall Calendar 2020 on Combined Quality-cum-Cost based selection (CQCCBS) Road Safety Cell, Ministry of Road Transport & Highways, 1, Transport Bhawan, Parliament Street, New Delhi - 110001. D" ,. 1115

Transcript of Combined Quality-cum-Costbasedselection (CQCCBS) · layout/graphic, artwork forwall calendar...

Page 1: Combined Quality-cum-Costbasedselection (CQCCBS) · layout/graphic, artwork forwall calendar mentioned inthe S.No.10fortechnical evaluation. • The proposed layout has to be in actual

No. RT-25013/16/2019-RS

Tender document for

Printing & Supply of

Road Safety

Wall Calendar 2020

on

Combined Quality-cum-Cost based selection

(CQCCBS)

Road Safety Cell,Ministry of Road Transport & Highways,1, Transport Bhawan, Parliament Street,

New Delhi - 110001.

D" ,. 1115

Page 2: Combined Quality-cum-Costbasedselection (CQCCBS) · layout/graphic, artwork forwall calendar mentioned inthe S.No.10fortechnical evaluation. • The proposed layout has to be in actual

No. RT-25013/16/2019-RS

Tender document for Printing & Supply of Road Safety Wall Calendar 2020

1. Name of work Tender for Printing & Supply of Road Safety WallCalendar 2020

2. Name of client Ministry of Road Transport & Highways, TransportBhawan, New Delhi-O'l

3. trender No. No. RT-25013/16/2019-RS4 trender document Rs.10,000/ - (Rupees ten thousand only) through DD in

and evaluation fee aour of Pay and Account Officer, MoRT&H, New DelhiNon-refundable)

5 Last date & time Till 1500 hrs on 19.12.2019 through CPP Portal. Any bidleor receipt of received after the stipulated time of tender would betrender rejected.

6 [Time, date & Place At 1030 hrs on 20.12.2019of opening of the Transport Bhawan, Parliament Street, New Delhi -Technical Bids 110001.

7 Tender Validity IValidity of bid should be up to 31.03.2020. A bid valid fora shorter period shall be rejected.

8 Earnest Money a. Bank Guarantee from a nationalized Bank ofDeposit (EMD) Rs.5,00,000/ - (Rupees five lakh only) drawn in

favour of Pay & Accounts Officer, Ministry of RoadTransport & Highways, New Delhi valid for sixmonths from the date of issue of Tender.

b. Bidder seeking exemption for submission of EMD,must have to submit valid MSME/NSICregistration certificate.

c. A Bid which is not accompanied with EMD will besummarily rejected.

d. The EMD is refundable.

9 Financial a. The bidder should have a minimum average annual&Technical turnover (printing and related works) of Rs.2.50Standing of the crore (Rupees two crore and fifty thousand only)!bidder for the last three years 2016-17 to 2018-19. Submit

copy of Balance sheet/Turnover certificate issuedby CA for F.Y.2016-17, 2017-18 & 2018-19.

b. Bidder should have worked with Ministries/Department of central govt. for printing work,submit copies of relevant orders/ certificates.

P age 2 115

Page 3: Combined Quality-cum-Costbasedselection (CQCCBS) · layout/graphic, artwork forwall calendar mentioned inthe S.No.10fortechnical evaluation. • The proposed layout has to be in actual

10 Address fork=ommunication

11 s;,pe of Work

No. RT-25013/16/2019-RS

c. The bidder should have completed satisfactorily atleast 1 jobs of similar nature (i.e. printing andsupply of wall calendars) for any Center/StateGovt. Ministries/ Department/PSUs of minimumvalue of Rs. 75.00 lakh in single work order in thelast 10 years (i.e. 01.04.2009 to till date), submitcopies of relevant orders/ certificates along withcopv of valid GSTN & PAN.

The Under Secretary (Road Safety),Ministry of Road Transport & Highways,1, Transport Bhawan, Parliament Street, New Delhi -01.The bidder will be responsible for Graphic,/illustration,printing of Wall Calendar and its delivery. The conceptand design of wall calendar will be provided by theMinistry

The work broadly includes Graphic/ illustration,printing, binding, labeling, packing, Dispatch to thePresident, Vice-president, Prime Minister, all council ofministers, MP's, Secretaries/ DG's/ Chairman's/CEO's ofministries/ departments/ comrrussions of center,Transport Ministers/ Secretaries/ Commissioners of all6tates/ UTs etc.

12 Items withf;pecifications

I - Wall Calendar 2020:

1. Size 17" x 24" (finished)2. Pages 12 Leaves (both side printing) + 1 Fly

leaf3. [Paper 130 GSM Indian Art Paper (Fly leaf)

170 GSM Indian Art Paper (Main leafs)4. Printing Four colour both sides5. Binding Wiro on 17" side with 16" metal hanger

and 2" card board strip at the back.6. Packing Flat packing of 100/200 wall calendars

in suitable size corrugated box made upof 7 Ply and roll packing of 25/50 wallcalendars in craft paper tied withIplastic rope as per requirement.

?" 3 I 15

Page 4: Combined Quality-cum-Costbasedselection (CQCCBS) · layout/graphic, artwork forwall calendar mentioned inthe S.No.10fortechnical evaluation. • The proposed layout has to be in actual

No. RT-25013/16/2019-RS

13

• All inclusive rates/prices (excluding GST) shouldbe quoted covering the cost of size, paper quality,printing, binding, packing, etc. as mentioned in thePoint No. 10 above.

• Bidders are requested to quote their rates in thefinancial bid format attached in Annexure - Bthrough CCP Portal only. Any mention of

lSubmission ofProposed layout!~ample & dummy

• Bidders have to submit their proposedlayout/graphic, artwork for wall calendar mentionedin the S.No.10 for technical evaluation.

• The proposed layout has to be in actual size asmentioned in the specifications for each item(s)mentioned in the S.No.ll for technical evaluation.layout which is not as per specified size will not beevaluated and will be rejected.

• One exact dummy (blank) in actual size, paper quality,binding, etc. mentioned in the specifications of eachquoted item(s) has to be submitted by the bidder fortechnical evaluation. Any alteration in specificationsshould invite rejection of tendered item.

• Bidder shall submit one dummy of wall calendar but itis necessary that dummy is in exact size as mentionedin the specifications for technical evaluation.

• Ministry reserves the right to alter or add somechanges in selected items.

• The proposed dummy submitted by the firm shall beproperty of the Ministry and will not be returned.

• All submitted items of every firm will be scrutinized bythe Official Committee. The methodology of evaluationis annexed. If committee finds that any particular itemis not appropriate or at par with its specification, theCommittee can reject that particular item and the samewill not be considered in technical evaluation. In thatcase, the decision of the Committee will be firm andfinal and bound to all the bidders.

14 lOuantity Quantity of the wall calendar will be 1,50,000,however theMinistry reserve the right to decrease or increase thequantity. Therefore, bidders are requested to quote theirper thousand wall calendar in the financial bid formatattached in Annexure - C.

15 Rates/Prices

P a g (' 4 I 15

Page 5: Combined Quality-cum-Costbasedselection (CQCCBS) · layout/graphic, artwork forwall calendar mentioned inthe S.No.10fortechnical evaluation. • The proposed layout has to be in actual

No. RT-25013/16/2019-RS

Rates/Prices In the technical bid IS liable torejection.

16 ~upplies and [The supplies of the above materials is meant for various~onsignee !consignees i.e. President, Vice-president, Prime Minister,

all council of ministers, MP's, Secretaries/ DG's/Chairman's/ CEO's of ministries /departments/ commissions of center, TransportMinisters/Secretaries/Conunissioners of all States/VI'setc. and to any other consignees as directed by theMinistry from time to time.

The complete list of consignee with address and quantityto be dispatched will be provided by the department.

17 [Transportation All the material should be sent/ dispatched only through~harges India Posts.

Transportation charges for delivery of the materials to[various consignees will be paid to the firm on actual basis.Booking receipts/bills/ certificate issued by India Post toIbesubmitted as proof of delivery.

8 Pre-dispatch ~uccessful bidder has to take approvals/ clearance for theInspection of the jouality & Quantity of material before the commencementMaterial of bulk dispatch/ delivery.

19 Estimated value 0 Estimated value of work will depend on availability of[Work Budget. Government reserves the right to split the

components / items of work.20 Payment Payment will be processed within 45 days of submission

p:hedule/Terms of bills, supported by Booking receipts/ certificate/billsissued by India Post and other required documents.

21 Performance ~uccessful bidder have to submit 5% of the total value of~curity the order to be deposited as security deposit in form of

Bank Guarantee from any National Bank drawn in favourof Pay & Accounts Officer, Ministry of Road Transport &Highways, New Delhi, within 15 days after placing theorder and valid up to six months after complete executionof the order.

22 ILiquidated [Theapplicable rate for delay in supply is 0.3% per day andDamages the maximum deduction is 5% of the contract price.

5115

Page 6: Combined Quality-cum-Costbasedselection (CQCCBS) · layout/graphic, artwork forwall calendar mentioned inthe S.No.10fortechnical evaluation. • The proposed layout has to be in actual

24 Evaluation of Bids A Combined Quality Cum Cost Based System (CQCCBS)evaluation method will be followed, wherein a weightedcomposite success score will be calculated based onseparate evaluations of the Technical Bid (60%weightage)and the Financial Bid (40% weizhtaze) as mentioned in

23

No. RT-25013/16/2019-RS

~ubmission ofBids

• Separate Technical Bid & Financial Bid are to besubmitted through CPP Portal.

• Technical Bid should contain details of Earnest MoneyDeposit, Balance Sheet! CA's Certificate of last 3 years,proposed layout! dummy, work orders, pastexperience, GSTN, PAN and confirmation of otherterms and conditions as contained in Tenderdocument.

• Financial Bid should contain only rates! price of thequoted items as per Para No.10 above (excluding GST).The bidders are requested to quote their rates neatlyand clearly in the given format in Annexure - B.

• Bidders are required to submit their Tender fee, EMD& proposed layout! dummy in separate sealedenvelopes physically by 19.12.2019 at 1700 hrs.

Annexure' A'.

25 Force Majeure a. Neither party (Ministry or bidder) shall be liable for anyclaim on account of any loss, damage or compensation,!whatsoever, arising out of any failure to carry out theterms of this Contract where such failure is caused due to[war, rebellion, mutiny, civil commotion, fire, riot,earthquake, drought, floods, crop failure, strike, lock-out,major break-down of the plant, or act of God, or due to anyrestraint or regulation of the State or Central Government,or a local authority! authorities provided a notice of suchoccurrence is given to the other party in writing within 10days from the date of the occurrence of the force-majeurekondition, furnishing there with a documentary evidencesupporting the invoking of the force-majeure clause.

b. On cessation of the force-majeure, the party invokingILorce-majeure shall inform the other party of the period for[which the force-majeure condition continued and shallalso give documentary evidence thereof to this effect.

P a is e 6 I 15

Page 7: Combined Quality-cum-Costbasedselection (CQCCBS) · layout/graphic, artwork forwall calendar mentioned inthe S.No.10fortechnical evaluation. • The proposed layout has to be in actual

No. RT-25013/16/2019-RS

26 ncomplete bid in any respect or bid mentioning that relevantdocuments/ data will be submitted later on and not agreeing to any of theterms & conditions contained in Tender Enquiry shall not be considered andInor~resentation at a later date shall be entertained.

27 [TheMinistry reserves the right of rejectingany bid found deficient in respectof artyformalities cited abovewithout giving any reasons.

28 TheMinistry reserves the right to extend the contract further for the next yeari.e. for the year 2020-21to the successfulbidders, if bidder agrees on samerates and terms & conditions after successful& satisfactorycompletionof the~ork.

29 The successful bidder should ensure immediate supplies within a period of\45days from the date of supply order if supply order is placed on them andthey are bound to supply material strictly as per the conditions of the tenderdocument. No dispatch/ delivery would be accepted beyond 60 days of thedate of issue of work order except otherwise allowed by the Ministry inwritting. Any undelivered store of wall calendar with the bidder beyond 60days ofwork order will be the responsibilityof the bidder. If at any stage it isfound that material supplied by the firms is not according to the tenderconditions action as deemed fitwill be taken against the Firmby theMinistry.

30 Any effort by a Bidder to influence the Purchaser in its decision on bidevaluation, bid comparison or contract award may result in rejectionof theBidder's bid.

31 TheBidder cannot be an associatesor consortium.32 No conditional tender shall be accepted.33 Before final printing, a proof copy in final form has to be shown to the

Ministry of Road Transport & Highways and approval obtained in writing,failingwhich the Ministry is not bound to acceptdelivery of the Calendars incase there is/ are printing mistake(s)of the same.

34 In the event of failure to supply the wall calendar within stipulated time/ dateconfirming to the approved specificationor refusal to undertake the workallotted the Earnest Money which is retained as Security Deposit shall beforfeited and work order will be cancelled.

35 Bidderhas to sign and stamp a copy of this tender documents as a prof thatthe bidder has understand all the terms and conditions of tender documentand acceptsit and also acceptingthe period ofdelivery for supply of the sameand the standard rate for a year.

36 All the stores supplied shall be of the best quality, specification and inaccordance with the approved standards/ samples. In case of any articlessupplied not being approved standards, same shall be liable to be rejectedorreplaced and any expenses as a result of rejectionor replacement of supplies,shall be entirely at the cost of the bidder.

; 2.• 7 115

Page 8: Combined Quality-cum-Costbasedselection (CQCCBS) · layout/graphic, artwork forwall calendar mentioned inthe S.No.10fortechnical evaluation. • The proposed layout has to be in actual

No. RT-25013/16/2019-RS

Annexure 'A'1. Evaluation of bids

Preliminary scrutiny of the tender document will be done by an Official Committee todetermine whether the documents have been properly signed, tender fee, Earnest MoneyDeposit (EMD), pre-qualification, and all relevant papers submitted. Tenders notconforming to such requirements will be prima facie rejected.

For evaluation, a Combined Quality Cum Cost Based System (CQCCBS) evaluationmethod will be followed, wherein a weighted composite success score will be calculatedbased on separate evaluations of the Technical Bid (60%weightagel and the Financial Bid(40%weightage). Further, financial Bids of only successful bidders i.e. bidders who scoremore than or equal to 60%marks in technical bids will be opened. The OfficialCommitteewill oversee the evaluation process through CPP Portal.

Technical Bid Criterion & Weightage: The technical bids will be accorded marksbetween 0 to 100 based on the following parameters, based on the weightages indicatedagainst each parameter:

S.N. Criteria Guidelines for scoring/ Maximum Max.evaluation iInarks Marks

1. Experience: 20 marks for one work of 20 60minimum value of Rs.75.00

me bidder should have lakh in singlework order10 additional mark for every 20~ompleted satisfactorilyat least 1additional work of minimumlobsof similarnature (i.e.printing value of Rs.75.00 lakh inand supply of wall calendars) forsinglework order (maximumany Center/State Govt. 20marks).Ministries/ Department /PSUs of10marks for average annual 10minimum value of Rs.75.00lakh

including taxes in single work turnover (printing andorder in the last 10 years (i.e. FY related works)more than Rs.2009-10to till date). 2.50 crores and less than or

equal to Rs. 5.00 crores inthe last three years.Additional 10 marks for 10flverageannual turnover morethan Rs. 5.00crores ill lastthree years.

f· Layout/colourscheme: Graphic/ iIlustration/ 20 140Evaluation will be done on the Layout/ artworkcreativtty of layout, artwork, Colourscheme& finishing 10photographs, colour scheme, jgtt_alityof Paper,Bindingetc. 10

p . (. 8 I 15

Page 9: Combined Quality-cum-Costbasedselection (CQCCBS) · layout/graphic, artwork forwall calendar mentioned inthe S.No.10fortechnical evaluation. • The proposed layout has to be in actual

No. RT-25013/16/2019-RS

jQuality of Paper Binding etc. (inIblank dummy) of wall calendarsubmitted as mentioned in the S.No.10of the tender document.

Total Marks 1100Note:

1. The marks/scoreswill be calculatedup to 2 decimalplaces.2. Minimum qualifying marksfor Technicalbid are 60 marks.3. Biddersare requested to provide detaileddocuments for each of the above technical

parameters along with the bid.4. Technicalevaluation will bedone separatelyfor each item submitted by the bidderas

mentioned in the S.No.lO of the tender document.

1.2 Financial Bid Criterion &Weightage: 40%

For evaluation of the financial bid (excluding postal dispatch charges), the lowest bidderwill be given a marks of 100. The marks of other bidders will be proportionately scaleddown as per the following: -

(Lowest bidder price / Quoted price of the bidder) x 100

For example, if the lowest bid price is Rs.5, the lowest bidder will get a score of 100. If thesecond lowest bid is Rs.7.5, the bidder will get a score of (5 / 7.5) x 100 = 66.66. The scoreswill be calculated up to 2 decimal places.

1.3 Calculating the composite final Marks

The composite final marks will be calculated from the technical and financialscores as shown in the illustrative example below. The short-listed firms will be rankedas L1, L2 etc. (marks calculated up to 2 decimal points), based on decreasing order ofcomposite final marks and L1 (highest composite final marks) will be declared as theLowest Bidder.

1.4 In case the highest composite mark is the same for more than one bidder, thebidder whose marks are the highest mark in financial bid will be awarded the contract.

Illustrative Example (for any 1item):

Bidders A, Band C with technical bid marks of 80, 85 and 90 respectively, The financialbids of the 3 bidder are as follows: A= Rs. 5 lakh, B= Rs. 7.5 lakh and C= Rs. 10 lakh. The

P a g" 9 I 15

Page 10: Combined Quality-cum-Costbasedselection (CQCCBS) · layout/graphic, artwork forwall calendar mentioned inthe S.No.10fortechnical evaluation. • The proposed layout has to be in actual

No. RT-25013/16/2019-RS

composite final marks for A, Band C will be calculated in the following manner:

1 2 ~ ~ 5 6 7Bidder Technical lW'eighted Financial IProportionate Weighted Final

marks technical Bid quote inancial financial kornposiremarks (Rs. Lakh) marks (lowest marks marks(column 2 quote/bidder's (column 5 x =colurnn3+x60%) quote) x 100 40%) colurnn6)

A 80 148.00 5 ~OO.OO 40 ~8.00B 85 51.00 7.5 66.67 26.67 77.67~ 90 54.00 10 50.00 20 74.00

The work will be awarded to bidder A as it has obtained the Highest Final Marks (88.00)as per CQCCBS.

P is e 10 115

Page 11: Combined Quality-cum-Costbasedselection (CQCCBS) · layout/graphic, artwork forwall calendar mentioned inthe S.No.10fortechnical evaluation. • The proposed layout has to be in actual

No. RT-25013/16/2019-RS

Annexure- B

A. BIDDER INFORMATION

IShortResponses can be placed within the cells provided in the tables below. AdditionalInformation can be attached as appendices, but should be explicitly referenced frorrwithin the appropriate cells.

BIDDER INFORMATION FORM

GENERAL INFORMATION

BIDDERName

Address

Web

E-mail

[Ielephone

Fax

Commercial information

PAN

L;5T

Primary bidder contact or sales representative

Name and Title

Address

E-mail

Telephone/Mobile

Fax

1Person(s)authorized to negotiate and make commitment

11 115

Page 12: Combined Quality-cum-Costbasedselection (CQCCBS) · layout/graphic, artwork forwall calendar mentioned inthe S.No.10fortechnical evaluation. • The proposed layout has to be in actual

No. RT-25013/16/2019-RS

Name and Title

Address

E-mail

Telephone/Mobile

Fax

INFORMATION ITEM Bidder response1. Date your organization was

incorporated2. Bidder's revenues for the last 2016-17 Rs. lakh

three fiscal years. 2017-18 Rs.............. lakh2018-19 Rs.-------------Iakh

3. Number of similar worksdone in the last threefinancial years.

14. Provide any otherinformation about yourorganization that theMoRT&H would find usefulin its deliberations.

B. Customers references:

Provide references for whom you have provided similar work. Please use this format foyour response.

ITEM BIDDER/COMPANY RESPONSEREFERENCEInstitution NameAddress!scope of ProjectDates of EngagementContact Name and TitleE-mail~elephone

P age 12 I 15

Page 13: Combined Quality-cum-Costbasedselection (CQCCBS) · layout/graphic, artwork forwall calendar mentioned inthe S.No.10fortechnical evaluation. • The proposed layout has to be in actual

No. RT-25013/16/2019-RS

Annexure- C

Financial Bid (Format)(For Printing & Supply of Road Safety Wall Calendar 2020)

S.No. Item Quantity Rate in (Rs.) per thousandwall calendar(All inclusive)

(Excluding GST)1. Iwall calendar work includ 1,50,000Nos. Rs............

les:Concept, designing, ph (Rupees .........................fotographs sourcing, photo .......)!editing, graphic/ illustration, printing, binding, labeling, packing etc.

Note:

1.(a) The client shall reimburse GST payable in India as per Applicable Law. The consultantshall register itself for GST with appropriate authority in India& shall provide theregistration Number to the clients.

b) DTS will be deducted at source as per the prevailing Income Tax rule.c) All the material should be sent/dispatched only through India Posts. Transportationchargesfor delivery of the materials to various consignees will bepaid to thefirm on actualbasis. Booking receipts/bills/certificate issued by India Post to be submitted as proof ofdelivery

2. Also quote rates for additional quantities (if required).

Bidder's authorized signatory:Signatory Name & DesignationBidder StampBidder AddressDate

13 115

Page 14: Combined Quality-cum-Costbasedselection (CQCCBS) · layout/graphic, artwork forwall calendar mentioned inthe S.No.10fortechnical evaluation. • The proposed layout has to be in actual

No. RT-25013/16/2019-RS

Annexure-D

Format for Blacklisting Undertaking

To,

The Under SecretaryRoad Safety CellMinistry of Road Transport & HighwaysTransport Bhawan1, Parliament Street,New Delhi-ll0001

Subject: Undertaking for the Blacklisting.

Sir,This is with reference to Tender No, Dated : we the

<bidder organization full name> have registered office at <office address> undertakethat we were not blacklisted or debarred by any Central government/ state government/PSU till the date of bidding in the referred Tender.

Yours Sincerely

<Name of Bidder><Designation of the bidder><Name and address of the organization>

v." 14 I 15

Page 15: Combined Quality-cum-Costbasedselection (CQCCBS) · layout/graphic, artwork forwall calendar mentioned inthe S.No.10fortechnical evaluation. • The proposed layout has to be in actual

No. RT-25013/16/2019-RS

Annexure-E

CHECKLIST

Please ensure that following documents have been enclosed along with thebid proposal.

1. Tender fee of Rs.I0,000 / - in favour of Pay&Account Officer,MoRT&H.

2 EMD as Bank draft or BG for Rs.5,00,000/- towards Earnest MoneyDeposit or MSME/NSICregistrationcertificate.

3 Work orders/documentary proof of the similar works executedsuccessfully from the concerned organization(s).

4 The copy of certificate of PANNo.,GSTshould be enclosed.

5 Acopy of the audited balance sheet for last three FY2016-17 to 2018-19.

6 Undertaking to dispatch the wall calendar through Indian Post to variousconsignees as per list to be provided to the Ministry of Road Transport &Highways.

7 Singedand stampedcopyof this tenderdocumentsas a prof that the bidder hasunderstandall the terms and conditionsof tender documentand acceptsall thetermsand conditionsand alsoacceptingthe periodof deliveryfor supplyof thesameand the standard rate fora year.

8 Organization's details in Annexure-B

9 No cost details are to be included in the technical bid under anycircumstances. The technical bid containing requisite documents signedand stamped copies is to be submitted through CPPPortal of the Ministry.

10Both technical & financial bids (in prescribed format Annexure-C) are tosubmitted through CPPPortal only and no physical copywill accept.

11Undertaking regarding blacklisting in the attached format Annexure-D.

12 Anycorrespondence regarding this Tender has to be addressed to

TheUnder Secretary (RoadSafety),Ministry of RoadTransport and HighwaysTransport Bhawan1, Parliament Street, NewDelhi-Ll0001

c 15 I 15