Tender Documents for “BODY BUILDING / FABRICATION ... Building...Dates of sale of tender documents...

29
1 INDIA SECURITY PRESS (A Unit of Security Printing and Minting Corporation of India Limited) Wholly owned by Government of India Nashik Road 422 101 (Maharashtra) Tel No 00 91 253 2402200, Fax No 00 91 253 2462718 Website: www.spmcil.com, email: [email protected] Non Transferable Security Classification: UNCLASSIFIED Tender Documents for “BODY BUILDING / FABRICATION OF SMALL FIRE TENDER WITH HIGH PRESSURE SIX PLUNGER PUMP”. Tender No. 270 / NCB / SY-16-6( FT ) /2018. Date: 13 / 03 / 2018. This Tender Document contains 29 pages. Tender Documents is sold to: Details of Contact person in SPMCIL regarding this Tender: Name, Designation: DEEPAK VERMA, Dy. MANAGER (T.O.) {Purchase}-I/c Address: India Security Press, Phone : 0253-2402219 Nashik Road-422 101 Fax : 0253-2462718 Maharashtra Email: [email protected] India Note- The word “SPMCIL” in this SBD hereinafter is referred to as “India Security Press, A unit of SPMCIL”. M/s______________________________________________________________ Address___________________________________________________________

Transcript of Tender Documents for “BODY BUILDING / FABRICATION ... Building...Dates of sale of tender documents...

Page 1: Tender Documents for “BODY BUILDING / FABRICATION ... Building...Dates of sale of tender documents From 14.03.2018 to 26.04.2018 during office hours Price of the tender document

1

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

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

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

Non Transferable

Security Classification: UNCLASSIFIED

Tender Documents for “BODY BUILDING / FABRICATION OF SMALL FIRE

TENDER WITH HIGH PRESSURE SIX PLUNGER PUMP”.

Tender No. 270 / NCB / SY-16-6( FT ) /2018. Date: 13 / 03 / 2018.

This Tender Document contains 29 pages.

Tender Documents is sold to:

Details of Contact person in SPMCIL regarding this Tender: Name, Designation: DEEPAK VERMA, Dy. MANAGER (T.O.) {Purchase}-I/c Address: India Security Press, Phone : 0253-2402219 Nashik Road-422 101 Fax : 0253-2462718 Maharashtra Email: [email protected] India Note- The word “SPMCIL” in this SBD hereinafter is referred to as “India Security Press, A unit of SPMCIL”.

M/s______________________________________________________________

Address___________________________________________________________

Page 2: Tender Documents for “BODY BUILDING / FABRICATION ... Building...Dates of sale of tender documents From 14.03.2018 to 26.04.2018 during office hours Price of the tender document

2

INDEX

Sr. No Particulars Page No

1 Section I: Notice Inviting Tender (NIT)

3

2 Section II: General Instructions To

Tenderer 5

3 Section III : Special Instructions To

Tenderer 6

4 Section IV: General Conditions of Contract

11

5 Section V: Special Conditions of Contract

12

6 Section VI: List of Requirement

14

7 Section VII: Technical specifications

17

8 Section VIII: Quality Control Requirements

23

9 Section IX : Qualification / Eligibility Criteria

24

10 Section X Tender Form

25

11 Section XI: Price schedule

26

12 Section XII: Bank Guarantee form for

performance Security 27

13 Section XVII: Letter of authority for

attending a bid Opening 29

Page 3: Tender Documents for “BODY BUILDING / FABRICATION ... Building...Dates of sale of tender documents From 14.03.2018 to 26.04.2018 during office hours Price of the tender document

3

Section I: Notice Inviting Tender (NIT)

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

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

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

Tender No. 270 / NCB / SY-16-6( FT ) /2018. Date: 13 / 03 / 2018.

1. Sealed tenders are invited from eligible and qualified tenderers for supply of following goods and services:

Sr. No. Brief Description of Goods/ services Quantity

(with unit) Earnest Money

(in Rs)

1.

Body Building / Fabrication of “Small Fire Tender” with High Pressure Six Plunger Pump ( 150 LPM ) on TATA LPT 407 EX2-34 BS-IV CAB Chasis. { As per Section VII }

As given in

Section VII

Rs 36,000/- (Rupees Thirty Six Thousand Only)

Type of Tender (Two Bid/ PQB/ EOI/ RC/Development/ Indigenization/ Disposal of Scrap/ Security Item etc)

Open Tender (Two Bid) i.e. single stage {Technical and Price Bid separately}, (National Competitive Bidding) NCB

Dates of sale of tender documents From 14.03.2018 to 26.04.2018 during office hours

Price of the tender document Rs 112.00

Place of sale of tender documents

Purchase section, India Security Press, Nashik Road-422 101 Maharashtra, India.

Closing date and time for receipt of tenders

27.04.2018 at 14:30 Hours

Place of receipt of tenders

Green Gate, India Security Press, Nashik Road-422 101, Maharashtra, India.

Time and date of opening of tenders At 15:00 Hours on 27.04.2018

Place of opening of tenders Purchase Section, India Security Press, Nashik Road-422 101, Maharashtra, India.

Nominated Person/ Designation to Receive Bulky Tenders ( Clause 21.21.1 of GIT )

Manager(HR), India Security Press, Nashik Road-422 101, Maharashtra, India.

Page 4: Tender Documents for “BODY BUILDING / FABRICATION ... Building...Dates of sale of tender documents From 14.03.2018 to 26.04.2018 during office hours Price of the tender document

4

2. Interested tenderers may obtain further information about this requirement from the above office selling the documents. They may also visit our website mentioned above for further details.

3. Tender documents may be purchased on payment of non-refundable fee of Rs. 112/- [Rs. One Hundred Twelve Only] per set in the form of account payee demand draft/ cashier’s cheque/ certified cheque, drawn on a scheduled commercial bank in India, in favour of 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. 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 organisation, the tenders will be sold/ received/ opened on the next working day at the appointed time. 7. 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 can only participate.

8. 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.

9. The tender documents are not transferable.

Sd/-

DEPUTY MANAGER (T.O.){PURCHASE} 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, India.

Page 5: Tender Documents for “BODY BUILDING / FABRICATION ... Building...Dates of sale of tender documents From 14.03.2018 to 26.04.2018 during office hours Price of the tender document

5

Section II: GENERAL INSTRUCTIONS TO TENDERERS (GIT)

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

further details.

GIT (Total pages: 32)

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

THE SAME DULY STAMPED AND SIGNED ALONG WITH TENDER DOCUMENT. ONLY PRINTOUT OF THIS

PAGE IS NOT ACCEPTABLE.

Page 6: Tender Documents for “BODY BUILDING / FABRICATION ... Building...Dates of sale of tender documents From 14.03.2018 to 26.04.2018 during office hours Price of the tender document

6

Section III: Special Instructions to Tenderers (SIT)

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

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

Sl

No

GIT Clause

No

Topic SIT Provision

1 8 Pre-bid Conference SIT-1 (Mentioned below) 2 9 Time Limit for receiving request for

clarification of Tender Document

SIT- 2 (Mentioned below)

3 11.2 Tender Currency SIT-3 (Mentioned below)

4 12.10 Applicability of GST SIT-4 (Mentioned below)

5 14 PVC Clause & Formula Not Applicable

6 18.1 Earnest Money Deposit SIT-5 (Mentioned below)

7 19 Tender validity SIT-6 (Mentioned below)

8 20.4 Number of copies of Tenders to be

submitted

SIT-7 (Mentioned below)

9 20.8 Submission of Tender SIT-8 (Mentioned below)

10 20.9 E-Procurement Not Contemplated

11 24.4 Opening of Tender SIT-9 (Mentioned below)

12 32 Conversion of Tender Currencies in

Indian Rupee

Not Applicable

13 33 Evaluation Criteria SIT-10 (Mentioned below)

14 34 Comparison on CIF destination basis Not Applicable

15 35.2 Additional Factors for Evaluation of

offers

Not Applicable

16 43 Parallel Contract Not Applicable

17 50.1, 50.3 Tender for Rate Contract Not Applicable

18 51.1, 51.2 PQB Tenders Not Applicable

19 52.1, 52.3,

52.5

Tender involving pre-production

samples

Not Applicable

20 53.4, 53.5,

53.7

EOI Tenders Not Applicable

21 54.3.1,

54.5.2

Tenders for Disposal of Scrap Not Applicable

22 55.2, 55.3,

55.7, 55.8

Development/ Indigenization Tenders Not Applicable

23 Language of Tenders The tenders are to be

submitted in English

Language only

24 21.1 Correction in GIT Clause SIT-11 (Mentioned below)

Page 7: Tender Documents for “BODY BUILDING / FABRICATION ... Building...Dates of sale of tender documents From 14.03.2018 to 26.04.2018 during office hours Price of the tender document

7

SIT-1: Pre-bid conference: The pre-bid conference will be held on 04.04.2018 at 11.00 hrs. The prospective bidders interested to participate in this tender are requested to attend the pre-bid conference for clarifications on PQB and Technical issues, at India Security Press, Nashik. The queries of Pre-bid conference if any, shall reach to GM, ISP, Nashik on or before 27.03.2018 in writing by Fax/mail. SIT 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 GST is applicable, the following may be noted:

(i) The tenderer should quote the exact percentage of GST 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 GST from the existing system of GST, 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 GST 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. XXXXX (to be filled while claiming the payment) 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 : Earnest Money Deposit:

The required EMD as mentioned in Section VI, List of requirements submitted along with the tender in techno-commercial offer. The EMD shall be valid for a period of 60 days beyond Bid Validity. Any short validity, the tender shall be treated as unresponsive. The EMD should in the Indian Rupees only.

Page 8: Tender Documents for “BODY BUILDING / FABRICATION ... Building...Dates of sale of tender documents From 14.03.2018 to 26.04.2018 during office hours Price of the tender document

8

SIT 6 : Tender Validity

(i) The tenders shall remain valid for acceptance for a period of 165 days after the date of tender opening prescribed in the tender document. Any tender valid for a shorter period shall be treated as unresponsive and rejected. (ii) In exceptional cases, the tenderers may be requested by ISP Nashik to extend the validity of their tenders upto a specified period. Such request(s) and response thereto shall be conveyed by surface mail or by fax/ e-mail followed by surface mail. The tenderers who agree to extend the tender validity, are to extend the same without any change or modification of their original tender and they are also to extend its tender validity period of the EMD (if applicable) accordingly. A tenderer, however, may not agree to extend its tender validity without forfeiting its EMD.

(iii) In case the day upto which the tenders are to remain valid falls on/ subsequently declared a holiday or closed day for ISP Nashik, the tender valid shall automatically be extended upto the next working day. (iv) Compliance with the Clauses of this Tender Document: Tenderer must comply with all the clauses of this Tender Document. In case there are any deviations, these should be listed in a chart form without any ambiguity along with justification.

SIT 7 : Number of Copies of Tenders to be submitted:

Tenderer shall submit their tender in “Original” only

SIT 8 : 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. 112/- should be submitted along with 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. Rs. 36,000/- EMD must be submitted along with the tender in form of DD/ Bankers cheque/ FDR drawn from any Scheduled Commercial Bank in India only in favour of SPMCIL unit ISP payable at Nashik. 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 indicates the stores details similar to India Security Press requirement and the validity of the certificate (Valid upto XXXXXX ) otherwise, certificate will not be considered for exemption of EMD. (iii) Power of Attorney/ Authorisation with the seal of company indicating that authorized signatory is competent and legally authorized to submit the tender and/ or to enter into legally binding contract.

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

Page 9: Tender Documents for “BODY BUILDING / FABRICATION ... Building...Dates of sale of tender documents From 14.03.2018 to 26.04.2018 during office hours Price of the tender document

9

Qualification/ Eligibility Criteria. The Qualifying Criteria should be submitted in original.

(v) The tenderer shall submit detailed techno-commercial offer as per Technical Specifications as per Section-VII and List of Requirement as per Section-VI of the tender document. (vi) The tender has to submit sealed and signed tender document by authorized signatory of the tenderer as a token of acceptance of all section/ terms and conditions of this tender document (GIT, SIT, GCC & SCC, Quality Control Requirement, List of Requirement, Technical Specification, Tender form etc.)

PART-II: PRICE BID (Second Envelope)

The Tenderer shall quote their prices strictly only in Price bid only and as per the proforma given in Section-XI of the Tender document, if prices are quoted in Technical Bid its Tender will be liable for rejection. No additional/ extra item with price shall be included other than that of Section XI.

NOTE:-

i. The envelopes containing bids shall be super scribed as Techno-commercial Bid and Price Bid

separately for “Body Building / Fabrication of Small Fire Tender with High Pressure Six Plunger Pump ( 150 LPM ) on TATA LPT 407 EX2-34 Cab Chasis BS-IV”. The sealed envelope shall be again put in another envelope and super scribed as

tender for “Body Building / Fabrication of Small Water Tender with High Pressure Six Plunger Pump ( 150 LPM ) on TATA LPT 407 EX2-34 Cab Chasis BS-IV”, due on 27 / 04 / 2018.

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 9 : Opening of Tender: The Techno-commercial bids are to be opened in the first instance, at the prescribed time and date. These bids shall be scrutinized and evaluated with reference to the parameters prescribed in the Eligibility criteria and parameters prescribed in the tender document by the competent committee/ authority. Subsequently, in the 2nd stage the Price bids of only the technically acceptable offers shall be opened for further scrutiny and evaluation. Intimation regarding opening of price bids shall be given to qualified tenderers to enable them to attend the price bid/ financial bid opening, if they so desire.

SIT 10 : Evaluation Criteria

Tender Evaluation Process:

9.1 In the first instance, the Qualifying Criteria of the Techno-commercial part of Tender document 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).Conditional offers will be liable for rejection. The technical

Page 10: Tender Documents for “BODY BUILDING / FABRICATION ... Building...Dates of sale of tender documents From 14.03.2018 to 26.04.2018 during office hours Price of the tender document

10

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.

9.2 Price bid evaluation: In the second stage, the price bid of only the technical offers will be opened for further scrutiny and evaluation. The price quoted shall be compared on a total price basis (FOR ISP Nashik Road), including all taxes, duties, packing and forwarding charges, freight, insurance, etc. The evaluation criteria for awarding the contract shall be to L1 bidder schedule mentioned in Section XI Price Bid.

SIT 11 : Corrections in GIT Clauses:

GIT CLAUSE WRITTEN AS IN GIT CORRECTED AS IN SIT

21.1 In 3rd line of procurement manual the words “para 11 of NIT”

“Para 1 of NIT”

21.1 In 6th line of procurement manual the words “Clause 11 of NIT”

“Clause 1 of NIT”

24.1 In 2nd line of procurement manual the words” Clause 11 of NIT”

“Clause 1 of NIT”

18.4 In third line of last para of procurement manual the words “Clause 33 of NIT”

“Clause 3 of NIT”

10.1 10.1(a) second line “clause no.19.19”

“Clause 19.4 of GIT”

Page 11: Tender Documents for “BODY BUILDING / FABRICATION ... Building...Dates of sale of tender documents From 14.03.2018 to 26.04.2018 during office hours Price of the tender document

11

Section IV: GENERAL CONDITION OF CONTRACT

Part I: General Conditions of Contract applicable to all types of Tenders

Please refer the link Click here or

http://ispnasik.spmcil.com/spmcil/UploadDocument/GCC.pdf for further details.

GCC (Total pages: 28)

BIDDERS ARE REQUESTED TO DOWNLOAD 28 PAGES BY CLICKING THE ABOVE SAID LINK AND SUBMIT THE SAME DULY STAMPED AND SIGNED ALONG WITH TENDER DCOUMENT. ONLY PRINTOUT OF THIS PAGE IS NOT ACCEPTABLE.

Page 12: Tender Documents for “BODY BUILDING / FABRICATION ... Building...Dates of sale of tender documents From 14.03.2018 to 26.04.2018 during office hours Price of the tender document

12

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.

No.

GCC Clause

No.

Topics SCC Provision

1 11.2 Transportation of Goods SCC-1 (Mentioned below)

2 12.2 Insurance SCC-2 (Mentioned below)

3 14.1 Incidental services Not Applicable

4 15

Distribution of dispatch

document for clearance/

receipt of goods

SCC-3 (Mentioned below)

5 16.2, 16.4 Warranty SCC-4 (Mentioned Below)

6 19.3 Option Clause Not Applicable.

7 20.1 Price Adjustment Clause Not Applicable

8 21.2 Taxes and Duties SCC-5 (Mentioned Below)

9

22.22.1, 22.2,

22.4, 22.3,

22.6

Terms and mode of payments SCC-6 (Mentioned Below)

10 24.1 Quantum of LD SCC-7 (Mentioned Below)

11 25.1

Bank Guarantee and Insurance

for Material Loaned to

Contractor

Not Applicable

12 36.3.2,36.3.9 Disposal/ Sale of Scrap by

Tender Not Applicable

Page 13: Tender Documents for “BODY BUILDING / FABRICATION ... Building...Dates of sale of tender documents From 14.03.2018 to 26.04.2018 during office hours Price of the tender document

13

SCC 1: Transportation of Domestic Goods: The transportation of goods to be procured will be done by the supplier on FOR ISP

Basis. The total cost of the transportation should also be indicated in the price bid of the item to be procured.

SCC 2: 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 born by the supplier. The insurance charges should also be indicated in the price bid of the material/ Item.

SCC 3: Distribution of Dispatch of Documents for clearance/ Receipt of Goods: The supplier shall send all the relevant dispatch documents well in time to ISP Nashik

to enable ISP Nashik to clear or receive (as the case may be) the goods in terms of the contract.

SCC 4: Warranty Clause :

Warranty will be applicable for 01 (one) Year from the date of completion of job work at ISP, Nashik.

SCC 5: Taxes and Duties: If the tenderer fails to include the taxes and duties as per law of the land in the

tender, no claim thereof will be considered by purchaser at a later stage. The applicable TDS on Installation, commissioning and training in India, shall be borne by the tenderer.

SCC 6: Terms and Mode of Payment: The payment terms is 100% within 30 days after receipt, inspection 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.

SCC 7: Quantum of Liquidated damages: If the supplier fails to deliver any or all the goods or fails to perform the services

within the time frame(s) incorporated in the contract, ISP Nashik shall, without prejudice to other rights and remedies available to ISP Nashik under the contract, deduct from the contract price, as liquidated damages, a sum equivalent to the ½% (0.5%) (or any other percentage prescribed in the SCC) of the delivered price of the delayed goods and/ or services for each week of delay or part thereof until actual delivery or performance, subject to a maximum deduction of the 10% (or any other percentage if prescribed in the SCC) of the delayed goods’ or services’ contract price(s). During the above mentioned delayed period of supply and / or performance, the conditions incorporated under GCC sub-clause 23.4 shall also apply.

Page 14: Tender Documents for “BODY BUILDING / FABRICATION ... Building...Dates of sale of tender documents From 14.03.2018 to 26.04.2018 during office hours Price of the tender document

14

Section VI: List of Requirements

Sl

No. Brief description of goods and services

(Related Specifications etc are in Section-VII)

Accounting

Unit

Quantity Amount of

Earnest

Money

“Body Building / Fabrication of Small Fire Tender with High Pressure Six Plunger Pump ( 150 LPM ) on TATA LPT 407 EX2-34 Cab Chasis BS-IV”. { As mentioned in Section VII }

As mentioned As mentioned

Rs. 36000/- (Rupees Thirty

Six Thousand

Only)

1. Required terms of Delivery:

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.

(a) Required Delivery Schedule

: 1) The successful Tendered shall collect the Chasis from India Security Press, Nashik Road. The sole responsibility of the Vehicle will be upon the Tenderer while the Vehicle is being transported to-&-fro. 2) Delivery of the Vehicle shall be at ISP Nashik Road, after Final Inspection of the Vehicle at the Firm’s works. 3) The Delivery of the completed Vehicle will be within 120 days from receipt of the Chasis at works.

(b) Required Terms of Delivery

: FOR ISP Nashik Road

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

(d) Preferred Mode of Transportation : By Road

Page 15: Tender Documents for “BODY BUILDING / FABRICATION ... Building...Dates of sale of tender documents From 14.03.2018 to 26.04.2018 during office hours Price of the tender document

15

4. 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.

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

5. Bidders are requested to submit the following Bank details along with tender documents: a) Beneficiary Name:

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

Page 16: Tender Documents for “BODY BUILDING / FABRICATION ... Building...Dates of sale of tender documents From 14.03.2018 to 26.04.2018 during office hours Price of the tender document

16

6. The Bidder has to submit the Check list as per Format given below along with the Techno-commercial bid.

Sr.No Description Submitted /Not Submitted

Page No.

1. Tender form fee Rs. 112/-

2. EMD Rs.36,000/-

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 adherence of Delivery Schedule as per section VI: List of Requirement on firms letter head

6. Documentary evidence towards adherence of Technical specification as per Section VII: Technical Specification on firms letter head.

7. Documentary evidence towards adherence of Quality Control Requirement Section VIII: Quality Control Requirement on firms letter head.

8. Copy of PAN/ GST number of bidder and Manufacturer as per clause 2 (iv) of Section IX.

9. Documentary evidence towards Non Black Listing Declaration.

10. Undertaking as per clause No. 2(vi) of Section VI: List of Requirement on firms letter head

Page 17: Tender Documents for “BODY BUILDING / FABRICATION ... Building...Dates of sale of tender documents From 14.03.2018 to 26.04.2018 during office hours Price of the tender document

17

Section VII: Technical Specifications

TECHNICAL SPECIFICATION FOR FABRICATION OF SMALL FIRE TENDER WITH

HIGH PRESSURE SIX PLUNGER PUMP (150 LPM) ON TATA LPT 407 EX2-34 BS-IV

CAB CHASSIS.

1.CHASSIS : The appliance shall be fabricated on TATA 407 EX2 BS-IV Cab Chassis. (Chassis will be

supplied by department)

2.CABIN: There will be two cabins- The first cabin will be the original cabin supplied by the chassis

manufacturer. This will accommodate 1 driver & 1 officer.

The second cabin will be manufactured by the manufacturer & will accommodate 3 firemen. Each cabin

shall have 2 doors. The seats shall be properly cushioned & upholstered with good quality rexine.

The body shall be made of 2 mm thick M.S. pressed sections square/ tubes angles etc. The complete

structure shall be epoxy coated for corrosion resistance.

The body shall be externally paneled with 1.6mm aluminium sheets & internally paneled with 1.2 mm

Aluminium Sheets. 25mm Thick Thermocol should be sandwiched between Internal & External panels for

better insulation.

Flooring shall be of 2 mm thick Aluminium Chequered Plate. The rear cabin floor should be covered with

washable vinyl material.

The doors on both sides of the rear cabin should have sliding type windows. The Aluminium Panels

should be powder coated. On both sides of the driver, rear view mirrors should be installed.

3.WATER TANK: The Water Tank shall be of 2000 Ltrs. made of 4 mm MS Sheets. A 450 mm diameter

manhole shall be provided on the top with 200mm threaded water inlet with blank cap.

A male coupling shall be provided near the pump for water replenishment from an outside source, fitted

with a ball valve. The tank should have a drain pipe of 50 mm dia. A 50 mm line will also be provided for

the over flow line. This pipe should discharge away from the wheels. All the piping & flanges of the pump

and tank should be of M.S. All valves used should be of investment casting Stainless Sheet.

Two baffle plates of 3 mm shall be provided. The tank side plates shall be die-pressed for added strength

and torsion resistance.

The tank shall be rigidly mounted on the chassis frame. The tank shall be provided with min. 2 nos. lifting

eyes for maintenance and repairing purposes.

Page 18: Tender Documents for “BODY BUILDING / FABRICATION ... Building...Dates of sale of tender documents From 14.03.2018 to 26.04.2018 during office hours Price of the tender document

18

4.PUMP: The Pump shall be of 140 to 150 LPM @ 100 bar pressure. It shall be a six plunger positive

displacement type pump working to its capacity at not more than 1800 RPM.

A by-pass for letting the water back to the tank shall be provided to release excess pressure generated due

to shutting of the hand lines or while discharging from only one of the two outlets (140 LPM @ 35 bar or

75 LPM @ 100 bar) individually.

The pump shall be guaranteed for a min. life of 5000 hours of operation. The pump shall have double „V‟

Packing self lubricating system in nitrile buna for maximizing seallife. Interlocking “Self-aligning”

connecting rods in superior quality hyper 328T alloy or in bronze.

The pump suction line shall have inline mesh filters. The pump shall deliver water to the hose reels and

cooling system.

The main components of the construction should be manufactured by the pump manufacturer only.

The Pump shall be reputed European / USA Make.

5.HOSE REEL: There will be two Hose Reels of 60m length each. These will be provided at a suitable

place on the appliance. The hose used for the hose reels would be rated for 130 bar working pressure (200

bar test pressure) & will be of minimum 16mm ID.

These will be provided with a geared winding mechanism. At the discharge end of both hose reels, a high-

pressure gun capable of discharging 75 LPM@ 100 bar and another of 140 LPM @ 35 bar in jet or fog

patterns will be connected.

The jet range will not be less than 15 to 20 Mtrs. & the water droplets in the spray from will be of

approximately 150 microns at an angle of 450

6.PTO UNIT: A full torque drive line PTO shall be installed for operating the pump. This PTO should be

of a proper gear ratio to drive the pump at the required RPM without loss of power from the engine & also

prevent the engine from overheating.

7.INSTRUMENTS & CONTROLS: Adequately illuminated pump control panel shall be provided on

the appliance housing the RPM meter & panel light. The panel shall be compact and have the following

additional controls and gauges.

A) Auxiliary throttle control for engine

B) Pump pressure gauge

C) Plastic tube type level gauge

D) Pressure regulator

Page 19: Tender Documents for “BODY BUILDING / FABRICATION ... Building...Dates of sale of tender documents From 14.03.2018 to 26.04.2018 during office hours Price of the tender document

19

8.COOLING SYSTEM: An appropriate closed circuit indirect cooling system to cool the engine with

return back to the tank shall be provided. The schematic for the same will be submitted with the offer.

Material used for the cooling system should also be elaborated.

9.LADDER & GALLOWS: The Gallows shall carry Aluminium Trussed type Triple Extension Ladder

of 7.5 Mtrs.

10.ACCESSORIES: The vehicle shall be equipped with following accessories:

DESCRIPTION QUNTITY

1) Light bar. 01 SET

2) Two reverse lights connected with the gear box. 01 SET

3) Single plate mudguard shall be provided on rear wheels. 01 SET

4) Space for automobile battery to be provided. 01 Nos.

5) Platforms shall be provided at the rear of the tender. 01 Nos.

6) Fog lamps (Fitted on the vehicle) 02 Nos.

7) First Aid box with lock and key. 01 Nos.

8) Trafficators (Fitted on vehicle) 01 Nos.

9) Box with lid in front in front of officer‟s seat (Fitted on vehicle) 01 Nos.

10) Blinkering trafficators(Front and rear- Fitted on vehicle) 01 Nos.

11) Revolving light in red colour (Fitted on vehicle) 01 Nos.

12) Spot Light (on rear side of the driving compartment) (Fitted on

vehicle)

01 Nos.

13) Tail lamps (at rear) (Fitted on vehicle) 01 Nos.

14) Rear reflectors (Fitted on vehicle) 02 Nos.

15) Wind screen wipers (Fitted on vehicle) 02 Nos.

16) Head lamps (Fitted on vehicle) 02 Nos.

17) Tool box with tool kit and accessories (as required for the

maintenance)

01 SET

Page 20: Tender Documents for “BODY BUILDING / FABRICATION ... Building...Dates of sale of tender documents From 14.03.2018 to 26.04.2018 during office hours Price of the tender document

20

11.MISCELLANEOUS REQUIREMENTS: The vehicles shall conform in all respect of the provisions

contained in the M.V. Act 1988 and M.V. Rules 1989 or to any other statute modifications or re-

enactments thereon from time to time. All the equipment necessary for R.T.O. clearance shall be provided.

12.DATA, INFORMATION & DRAWING: Full detailed information of the body shall be submitted for

approval before fabrication. The detailed drawing of the body, showing the details of construction, water

tank drawing showing baffle arrangement, mounting arrangement of all fitments on the appliance. PTO

mounting drawing etc. Full detailed drawing of the tender showing details of construction, technical data

sheets of the pump etc. shall be submitted along with the tender.

13.WORKMANSHIP AND MATERIAL: Workmanship executed shall be the highest order. All rivets

and bolt holes shall have a coat of approved paint on both surface before riveting or bolting or welding.

All steel screws, bolts, nuts, rivets etc. shall be zinc coated or shall have rust proof coats by a recognized

process. The roof joints shall be subjected to rigid water test at vendor‟s workshop in presence of

purchaser‟s representatives. All directions & instructions on all points related to the fabrication shall be

executed whenever given by the purchaser‟s representative for quality and workmanship. All the material

used in the fabrication of the body work shall be of good quality or approved make & type. All equipment

& material shall comply with the requirements of the latest relevant is specifications.

14.PAINTING AND MARKING : The basic structure material should be applied with two coats of

Epoxy Primer followed by Epoxy paint. Once the paneling is completed all the outside surfaces should be

painted with a good quality paint system, preferably Du-Pont, PPG, Standox etc. The user name will be

written on both – sides with yellow color and shadowed with black borders. Before final painting of Fire

Tender two coats of anti corrosion and primer coat will be applied.

15.ACCEPTANCE TEST: The following acceptance test will be given to the complete satisfaction of the

user without any extra cost. The design of tender will be such that it will not affect the Chassis

Characteristic as specified by the chassis manufacturer such as speed, turning circle, acceleration etc. All

the testing parameters should be carried out at the manufacturer‟s premises and the details of the testing

infrastructure should be provided along with the offer. The bidder will offer proof of having these facilities

at his workshop with the bid.

16.STABILITY: The stability of the appliance will be such that when under fully equipped & laden

condition, if the surface on which the appliance stands is titled, the point at which over turning occurs is

not passed at an angle of 270 from horizontal.

Page 21: Tender Documents for “BODY BUILDING / FABRICATION ... Building...Dates of sale of tender documents From 14.03.2018 to 26.04.2018 during office hours Price of the tender document

21

17.GRADIENT: The vehicle will be tested on a test ramp which has an angle of 1 Mtrs. in every 4 meters

of distance traveled. This test will be done as per the Indian standards.

18.LONG RUNNING TEST: The rating of pump would be min. 2 hrs. The pump will be tested for a

continuous period of two hours and the water will not be replenished in the radiator during this test. The

engine will not show signs of overheating during this test.

19.ARTICULATION TEST: The vehicles will be test for articulation and will not show any signs of

stress during this test. Also the clearances in the wheel wells will be checked for tolerances.

20.SHOWER TEST: After completion of the fabrication, the vehicle will be subjected shower test as per

the norms laid down under BIS. The appliance will not show any signs of leakages during this test.

21.INSPECTION: The successful tenderer shall have the work inspected and approved at the following

stages:-

1. Structure work.

2. Panel work.

3. Painting work, pump endurance, primer test and hydrostatic test of water tank.

4. Stability and road test of vehicle.

5. Operation and performance test.

The inspection will be carried out by the ISP Official twice as follows

a) During the work in progress, for quality assurance and

b) After the final completion of the work, for performance test of the vehicle.

22.GUARANTEE PERIOD: The successful tenderer will have to furnish minimum one guarantee

against any manufacturing defects in the material used in body construction, pump, PTO, accessories etc.

from the date of acceptance of the vehicle.

23. DELIVERY:

1. The successful tenderer shall collect the chassis from INDIA SECURITY PRESS, NASHIK ROAD.

The sole responsibility of the vehicle will be upon the tenderer while the vehicle is being transported to

and fro, the firm shall give bank guarantee to the cost of chassis.

2. Delivery of the vehicle shall be at India Security Press, Nashik Road after final inspection of the vehicle

at firm‟s works.

Page 22: Tender Documents for “BODY BUILDING / FABRICATION ... Building...Dates of sale of tender documents From 14.03.2018 to 26.04.2018 during office hours Price of the tender document

22

3. The delivery of the completed vehicle will be within 120 days from receipt of chassis at works.

24. GENERAL TERMS & CONDITION:

A. Two years operational maintenance spares may be provided.

B. The workmanship executed shall be of highest order. All rivets and bolts shall be have a coat of

approved paint on both surfaces before riveting, bolting or welding. All screws, bolts bulbs, rivets etc.

shall be zinc coated.

C. The roof joints shall be subjected to rigid water test at the tenders workshop.

D. All the material used in fabrication of bodywork shall be of good quality. All equipment and materials

shall comply with the requirements of latest relevant Bureau of India Standards specification. The

structure of the vehicle shall be rattling free and noisless while in motion.

E. The firm shall hand-over the receipt of vehicle chassis complete with all accessories to ISP. They will

also insure the vehicle for damages due to fire & natural calamities for the period of possession of the

vehicle by them and handover the insurance policy to the General Manager, India security press for

claiming the damages in case of mishap.

F. The firm shall carryout minor modifications and suggestions if any pointed out by the Inspecting

Officer at the various stages without any additional charges. However, this will not be applicable for major

changes since that will amount to deviation from the specifications given above.

G. List and addresses of the manufacturers/ suppliers of bought out items may also be provided for further

convenience.

25. INSTRUCTION BOOKS:

The instruction books for the guidance of the user including operation and maintenance manuals, spare

part catalogue and electrical wiring diagram in original for the pump, PTO etc. shall be provided. The

books shall include itemized and illustrated spare parts list giving reference numbers of all the parts.

******************************

Note: Tenderer’s attention is drawn to GIT clause 17 and GIT sub-clause 10.1. The tenderer is to

provide the required details, information, confirmations etc accordingly, failing which it’s tender is liable to be ignored.

Page 23: Tender Documents for “BODY BUILDING / FABRICATION ... Building...Dates of sale of tender documents From 14.03.2018 to 26.04.2018 during office hours Price of the tender document

23

Section VIII: Quality Control Requirements

The material and services supplied by the successful bidder will be accepted based on all parameters as per specification as stated above. The purchaser reserves the right to reject the material in case the material is found not meeting the specification, the purchaser shall be entitled to cancel the contract, and if so desired, purchase or otherwise the purchase of the stores at the risk and cost of the contractor.

Page 24: Tender Documents for “BODY BUILDING / FABRICATION ... Building...Dates of sale of tender documents From 14.03.2018 to 26.04.2018 during office hours Price of the tender document

24

Section IX: Qualification/ Eligibility Criteria

MINIMUM ELGIBILITY CRITERIA

1. The following shall be the minimum eligibility criteria for selection of bidders techno commercially.

(a) Experience:

The Bidder should have experience in “Body Building / Fabrication of Truck Chasis in any one year during last five years ending 31st December, 2017. In proof of having fully

adhered to minimum eligibility criteria at 1(c), attested copy of experience certificate / Copy of purchase order issued by the parties to whom the material has been supplied.

(b) The bidder should not be blacklisted / debarred for dealing by Government of India in the past. In proof of having fully adhered to minimum eligibility criteria Undertaking : - i). Bidder firm has not been blacklisted / debarred for dealing by Government of India in the past. ii). We agree to withdraw all the deviation s, if any, unconditionally and accept all the

Terms and Conditions of the tender document including the technical specifications. (c) Legal Valid Entity: - The Bidders shall necessarily be a legally valid entity. In proof of having fully adhered to the

minimum eligibility criteria, attested copy of GST Registration. (e) PAN: The Bidder should be registered with the Income tax. In proof of having fully adhered to

minimum eligibility criteria, attested copy of PAN.

Note:

1). Interested firms are requested to submit the above required documents sealed and signed on all pages along with tender.

2). No further correspondence will be made with the bidders for shortfall of documents, if any,

such offers with partial submission of documents will be summarily rejected. 3). the tender should be completed in all the respect including submission of all the required

documents so that further clarification may not be called for.

4). Bidders have to submit GIT, GCC documents after downloading from the link provided at

Section II & IV of this tender document, duly signed and stamped by authorized person along with this tender document, failing which its tender may be liable for rejection.

Page 25: Tender Documents for “BODY BUILDING / FABRICATION ... Building...Dates of sale of tender documents From 14.03.2018 to 26.04.2018 during office hours Price of the tender document

25

SECTION X: TENDER FORM

Date……….

To

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

(complete address of SPMCIL)

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

_____________ (total tender amount in figures and words), as shown in the price schedule(s), attached herewith

and made part of this tender. (Do Not Mention Price component here). Price components shall be mentioned

in the Section-XI :- Price Schedule)

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

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

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

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

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

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

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

agreed to by us. We also accordingly confirm to abide by this tender upto the aforesaid period and this tender may

be accepted any time before the expiry of the aforesaid period. We further confirm that, until a formal contract is

executed, this tender read with your written acceptance thereof within the aforesaid period shall constitute a

binding contract between us.

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

above-referred tender enquiry.

(Signature with date)

………………………..

(Name and designation)

Duly authorized to sign tender for and on behalf of Company

Page 26: Tender Documents for “BODY BUILDING / FABRICATION ... Building...Dates of sale of tender documents From 14.03.2018 to 26.04.2018 during office hours Price of the tender document

SECTION XI: PRICE SCHEDULE

SUMMARY OF PRICE SCHEDULE: PRICES SHOULD BE ON FOR, ISP, NASHIK ROAD BASIS.

Tender No. 270 / NCB / SY-16-6( FT ) /2018. Date: 13 / 03 / 2018.

Sr No

Item description UOM (Unit of Measure-ment

HSN as applicable (to be given by bidder

Basic price/ unit (Rs)

Packing and forwarding charges (Rs), if any

Goods & Service Tax (GST) @.....% as applicable please specify (Rs)

Freight, Insurance and other charges, if any, including delivery at works (Rs)

Total rate per unit (Rs) (FOR ISP, Nashik Road) inclusive of all taxes, duties, freight and Insurance charges

Offered Quantity

Total Price for required quantity (Rs) (FOR ISP, Nashik Road) inclusive of all taxes, duties, freight and Insurance charges

1 2 3 4 5 6 7 8 9 10 11

1. Body Building / Fabrication of “Small Fire Tender” with High Pressure Six Plunger Pump ( 150 LPM ) on TATA LPT 407 EX2-34 BS-IV CAB Chasis.

{ As per Section VII }

As given in

Section VII

1.00

GST Regn. Number* of the bidder firm :- Grand Total Price in figures Rs.

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. Remarks, if any :…………………………………………………………………….

4. Price bids with conditions/ counter conditions are liable to be rejected.

5. The price bid should be submitted only as per the above format.

6. The firm must have registered with GST and a GST regn. number shall be provided by the bidder firm, as applicable.

(Name and Signature with date)

Office Seal/Stamp

Page 27: Tender Documents for “BODY BUILDING / FABRICATION ... Building...Dates of sale of tender documents From 14.03.2018 to 26.04.2018 during office hours Price of the tender document

27

Section XII: Bank Guarantee Form for Performance Security

______________________ [insert: Bank’s Name, and Address of Issuing Branch or Office]

Beneficiary: ___________________ [insert: Name and Address of ISP]

Date: ________________

PERFORMANCE GUARANTEE No.: _________________

WHEREAS ………………………………………………………………………………. (name and address of the

supplier) (hereinafter called “the supplier”) has undertaken, in pursuance of contract

no……………………………. dated …………. to supply (description of goods and services) (herein

after called “the contract”).

AND WHEREAS it has been stipulated by you in the said contract that the supplier shall

furnish you with a bank guarantee by a scheduled commercial bank recognized by you for

the sum specified therein as security for compliance with its obligations in accordance

with the contract;

AND WHEREAS we have agreed to give the supplier such a bank guarantee; NOW

THEREFORE we hereby affirm that we are guarantors and responsible to you, on behalf of

the supplier, up to a total of ……………… …… ……… …… …………………. (amount of the

guarantee in words and figures), and we undertake to pay you, upon your first written

demand declaring the Supplier to be in default under the contract and without cavil or

argument, any sum or sums within the limits of (amount of guarantee) as aforesaid,

without your needing to prove or to show grounds or reasons for your demand or the sum

specified therein.

We hereby waive the necessity of your demanding the said debt from the supplier before

presenting us with the demand. We further agree that no change or addition to or other

modification of the terms of the contract to be performed there under or of any of the

contract documents which may be made between you and the supplier shall in any way

release us from any liability under this guarantee and we hereby waive notice of any such

change, addition or modification.

We undertake to pay up to the above amount upon receipt of its first written demand,

without ISP having to substantiate its demand.

This guarantee will remain in force for a period of forty five days after the period of

tender validity and any demand in respect thereof should reach the Bank not later than

the above date.

(Signature of the authorized officer of the Bank)

………………………………………………………….

Name and designation of the officer

Seal, name & address of the Bank and address of the Branch

………………………………………………………..

Name and designation of the officer

…………………………………………………………

Seal, name & address of the Bank and address of the Branch

……………………………………………………………….

Page 28: Tender Documents for “BODY BUILDING / FABRICATION ... Building...Dates of sale of tender documents From 14.03.2018 to 26.04.2018 during office hours Price of the tender document

28

SECTION XII: QUESTIONNAIRE

SECTION XIII: BANK GUARANTEE FORM OF EMD

SECTION XIV: MANUFACTURER’S AUTHORIZATION FORM….Not applicable

SECTION XV: BANK GUARANTEE FORM FOR PERFORMANCE SECURITY

SECTION XVI: CONTRACT FORM

SECTION XVII: LETTER OF AUTHORITY FOR ATTENDING A BID OPENING

SECTION XVIII: SHIPPING ARRANGEMENT FOR LINER CARGOES……… Not Applicable

SECTION XIX: PROFORMA OF BILLS FOR PAYMENTS

For section XII to XIX please refer the link click here or

http://www.spmcil.com/SPMCIL/UploadDocument/Terms%20&%20Conditions.9e08319

f-af60-4ed6-8309-f6b5d8510288.pdf

Page 29: Tender Documents for “BODY BUILDING / FABRICATION ... Building...Dates of sale of tender documents From 14.03.2018 to 26.04.2018 during office hours Price of the tender document

29

SECTION XVII: LETTER OF AUTHORITY FOR ATTENDING A BID OPENING

(Refer to clause 24.2 of GIT) The General Manager, India Security Press, (A unit of Security Printing and Minting Corporation of India Limited) Nashik (Maharashtra)- INDIA Subject: Authorization for attending bid opening on ____________________ (date) in the Tender of

___________________________________________________.

Following persons are hereby authorized to attend the bid opening for the tender mentioned above on behalf of_____________________________________________ (Bidder) in order of preference given below.

Order of Preference Name Specimen Signatures

I.

II.

Alternate Representative

Signatures of bidder or

Officer authorized to sign the bid

Documents on behalf of the bidder.

Note: 1. Maximum of two representatives will be permitted to attend bid opening. In cases where it is

restricted to one, first preference will be allowed. Alternate representative will be permitted when regular representatives are not able to attend.

2. Permission for entry to the hall where bids are opened may be refused in case authorization as

prescribed above is not recovered.