SECURITY PAPER MILL,
HOSHANGABAD - 461005 (M.P), INDIA
(A Unit of Security Printing and Minting Corporation of India Limited)(Wholly
owned by Government of India)
(Miniratna Category-I CPSE & ISO 9001:2008 & ISO 14001:2004 CERTIFIED)
Website:http://spmhoshangabad.spmcil.com
E-Mail:[email protected] CIN: U22213DL2006GOI144763
Ph.No:91-7574-255259,Fax No:07574-255170
VAT/TIN No:23134202419&Excise Asse.Code:AAKCS4610BXM001
PR Number PR Date Indenter Department
12001238 22.09.2015 GARRAGE A.C (FIRE)
Not Transferable
Security Classification:NON SECURITY
TENDER DOCUMENT FOR PURCHASE OF: FABRICATION OF
WATER TENDER
Tender Number: 6000007859/CISF/W.T./689, Dated: 29.07.2016 This Tender Document Contains Pages.
Details of Contact person in SPMCIL regarding this tender:
Name: SHAILENDRA SINGH RAJPUT
Designation: Dy.Manager (Tech.Operatio
Address: SPMH (Security Paper Mill,Hoshangabd)
India
Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001
T01.1
Tender Number:6000007859
Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001
Sec01.1
Section1: Notice Inviting Tender (NIT) 6000007859 /CISF/W.T./689 29.07.2016
(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.
Brief Description
of Goods/services Quantity
(with unit) Earnest Money
(In Rs.) Remarks
1
Fabrication of water tender 1.000 AU 60000.00INR
0.00 VISIT OUR WEBSITE
FOR DETAIL
DESCRIPTION OF
ITEM & TERMS &
CONDITION
Type of Tender (Two Bid/ PQB/ EOI/ RC/ Development/
Indigenization/ Disposal of Scrap/ Security Item etc.) THREE-BID
National Competetive Bid
Dates of sale of tender documents: From 01.08.2016 to 01.09.2016 during office hours.
Place of sale of tender documents ADMN. OFFICE, S.P.M., HOSHANGABAD
Closing date and time for receipt of tenders 02.09.2016 11:00:00
Place of receipt of tenders ADMN. OFFICE, S.P.M., HOSHANGABAD
Time and date of opening of tenders 02.09.2016 15:00:00
Place of opening of tenders ADMN. OFFICE, S.P.M., HOSHANGABAD
Nominated Person/ Designation to Receive Bulky
Tenders (Clause 21.21.1 of GIT) SHAILENDRA SINGH RAJPUT
Dy.Manager (Tech.Operatio
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 500/- (amount) 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 SECURITY PAPER MILL payable at HOSHANGABAD(name of the place ).
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 domestic post. The tenderer is to add the applicable postage
cost in the non-refundable fee mentioned in Para 3 above.
5.Tenderer may also download the tender documents from the web site http://spmhoshangabad.spmcil.co m and
http://eprocure.gov.in and submit its tender by utilizing the downloaded document, along with the required
non-refundable fee as mentioned in Para 3 above.
6.Tenderers shall ensure that their tenders, duly sealed and signed, complete in all respects as per instructions
contained in the Tender Documents, are dropped in the tender box located at the address given below on or before
the closing date and time indicated in the Para 1 above, failing which the tenders will be treated as late and rejected.
7.In the event of any of the above mentioned dates being declared as a holiday/ closed day for the purchase
organization, the tenders will be sold/ received/ opened on the next working day at the appointed time.
Tender Number:6000007859
Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001
Sec01.2
8.The tender documents are not transferable.
(S.S. Rajput)
Deputy Manager(Purchase)
For General Manager
CORRESPONDING ADDRESS
---------------------
THE GENERAL MANAGER
SECURITY PAPER MILL
HOSHANGABAD-461 005 (M.P.)
Website: http://spmhoshangabad.spmcil.co m
E-MAIL:- [email protected], [email protected]
PHONE :- 07574 - 279041-60, Extension 6847,6588, 6776
FAX :- 07574)-255170
COPY TO : SK(E) / DM(T) / AC(FIRE)
..........................................
..........................................
(Name Designation, Adress telephone number etc
of the officer signing the document)
For and on behalf of
...........................................
Tender Number:6000007859
Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001
Sec02.1
Section II: General Instructions to Tenderers (GIT) Part 1: General Instructions Applicable to all type of Tenderers
Kindly refer http://spmhoshangabad.spmcil.co m/spmcil/uploaddocument/GIT.pd f
for further details (GIT contains 32 pages).
Tender Number:6000007859
Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001
Sec02.2
Section II: General Instructions to Tenderers (GIT) Part II: Additional General Instructions Applicable to Specific type of Tenderers
Kindly refer http://spmhoshangabad.spmcil.co m/spmcil/uploaddocument/GIT.pd f
for further details (GIT contains 32 pages).
Tender Number:6000007859
Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001
Sec03.1
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 Supplier is requested to quote price within 2
Decimal place.Quotation with price quote beyond 2
decimal place is ignored.
07 19 Tender Validity 165 DAYS FROM THE DATE OF OPENING OF
QUOTATION
08 20.4 Number of Copies of Tenders to be
submitted ONE
Tender Number:6000007859
Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001
Sec4.1
Section IV: General Conditions of Contract (GCC)
Kindly refer http://spmhoshangabad.spmcil.co m/spmcil/uploaddocument/GCC.pd f
for further details (GCC contains 28 pages).
Tender Number:6000007859
Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001
Sec5.1
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 APPLICABLE (AS PER GCC)
07 19.3 Option Clause NOT APPLICABLE
09 21.2 Taxes and Duties APPLICABLE (AS PER GCC)
10 22, 22.1, 22.2,
22.4, 22.3, 22.6 Terms and Mode of payments 100% ON RECEIPT AND SUITABILITY OF
FABRICATE CHASSIS AT SPM HOSHANGABAD
AND PAYMENTS ARE MADE THROUGH
RTGS/NEFT ONLY.
11 24.1 Quantum of LD APPLICABLE (AS PER GCC)
13 33.1 Resolution of Disputes APPLICABLE (AS PER GCC)
Tender Number:6000007859
Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001
Sec6.1
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
00010 Fabrication of water tender AU 1.000 60000.00 INR
0.00
(1) Special Instruction : -
(i) 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.
(ii)Price quotation in tenders:
(iii)In tender, participating Micro and Small Enterprises quoting price within price band of L1 + 15 per cent shall also
be allowed to supply a portion of requirement by bringing down their price to L1 price in a situation where L1 price is
from someone other than a Micro and Small Enterprise and such Micro and Small Enterprise shall be allowed to
supply up to 20 per cent of total tendered value.
(iv) In case of more than one such Micro and Small Enterprise, the supply shall be shared proportionately (to
tendered quantity).
(v) Special provisions for micro and small enterprises owned by SC or ST:
Out of 20 per cent allowed for procurement from Micro and Small Enterprises, a sub-target of 20 per cent (i.e., 4 per
cent out of 20 per cent) shall be allowed for procurement from Micro and Small Enterprises owned by the Scheduled
Caste or the Scheduled Tribe entrepreneurs. Provided that, in event of failure of such Micro and Small Enterprises
to participate in tender process or meet tender requirements and L1 price, 4 per cent sub-target for procurement
earmarked for Micro and Small Enterprises owned by Scheduled Caste or Scheduled Tribe entrepreneurs shall be
met from other Micro and Small Enterprises.
--------------------------------------------------------
SALIENT FEATURES OF TENDER :-
--------------------------------
NOTE: Strictly confirm or accept the following conditions in your quotation/offer. Otherwise your quotation/ offer will
out rightly be rejected without further correspondence.
(1)Required Fabrication / Delivery Schedule : Within 08(Eight)
Months From the date of reaching of chassis at supplier works.
(2)Required Destination of chassis : Ex-Works of supplier.
(3)Destination/ Delivery of Fabricated chassis : F.O.R/F.O.T. SPM, Hoshangabad (Door delivery basis)
(4)Payment term: 100% payment shall be made after receipt and acceptance of fabricate chassis at S.P.M.
Hoshangbad and on production of all required documents by the supplier.
(5)Mode of Payment: Payment shall be done through RTGS/NEFT facility.
(6) Please provide the bank details for RTGS payment as per format along with their Bid. (GCC Clause No. 22.1)
S.No. Details
---------------------------------------------------
01 Name of the supplier
02 Account No
03 Account Type
04 Name of the bank
Tender Number:6000007859
Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001
Sec06.2
05 Branch
06 City
07 Branch code
08 MICR code
09 IFSC code
--------------------------------------------------
(7) Tender Validity:-
The tenders shall remain valid for acceptance for a period of 165 days. Any tender valid for a shorter period shall be
treated as un-responsive and rejected. (GIT Clause No. 19.1)
(8)Tenderers shall ensure that their tenders/ quotation/offer, duly sealed and signed, complete in all respects, reach
at the SPM, Hoshangabad address on or before the closing date and time indicated in the Para1 of NIT, failing
which the tenders will be treated as late and rejected.
(9)Quotation will be accepted by INDIA POST/COURIER SERVICE/ DROP BOX only. Quotation sent by FAX/E-Mail
will not be considered.
(10)Please quote our tender enquiry no., dated and date of opening of tenders on the top of the sealed envelope
containing the signed quotation failing which the quotation treat as ignored and rejected.
(11)Any dispute, arising out of the supply order/ contract will be subject to the exclusive jurisdiction of the competent
court at Hoshangabad.
(12)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) within 21 days after issue of Notification of Award
of Contract (NAC)by SPM, Hoshangabad in favour of The Security Paper Mill payable at Hoshangabad. The
performance security will be return back without any interest to successful tenderer after the completion of all
contractual obligations.
(13)If the tenderer desires to ask for excise duty, sales tax, custom duty, etc. to paid extra, the same must be
specified stated and should be shown separately. In the absence of any such stipulation the price will be taken
inclusive of such duties and taxes and no claim for the same will be entertained later. Sales Tax may be issued, if
any applicable, with concessional form - C. For work/ service contract, TDS or any other applicable taxes shall be
deducted from the firms bill.
(14) Prices quoted by the tenderer shall remain firm and fixed during the currency of the contract and not subject to
variation on any account.
(15)Discrepancy in prices:-
a.If, in the price structure quoted by a tenderer , there is discrepancy between the unit price and the total price
(which is obtained by multiplying the unit price by the quantity),the unit price shall prevail and the to total price
corrected accordingly ,unless SPM feels that the tenderer has made a mistake in placing the decimal point in the
unit price, in which case the total price as quoted shall prevail over the unit price and the unit price corrected
accordingly.
b. If there is an error in a total price, which has been worked out through addition and/or subtraction of subtotals, the
subtotals shall prevail and the total corrected
c. If there is a discrepancy between the amount ex pressed in words and figures , the amount in words shall prevail
If , as per the judgment of SPM , there is any such arithmetical discrepancy in a tender, the same will be suitably
conveyed to the tenderer by registered /speed post .If the tenderer does not agree to the observation of SPMCIL,
the tender is liable to be ignored.
Tender Number:6000007859
Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001
Sec06.3
(16)SPMs Right to Accept any Tender and to Reject any or All Tenders SPM reserves the right to accept in part or in
full any tender or reject any tender without assigning any reason or to cancel the tendering process and reject all
tenders at any time prior to award of contract, without incurring any liability, what so ever to the affected tenderer or
tenderers .
(17)Authorized representatives of the tenderers, who have submitted tenders on time may attend the tender
opening, provided they bring with them letters of authority through firm as per section - XVII of tender enquiry.
(18) The supplier shall be responsible till the entire stores contracted for arrive in good condition at SPM,
Hoshangabad. The transit risk in this respect shall be covered by the Supplier by getting the stores duly insured.
(19) The supplier shall repair or replace the defective goods or parts thereof, free of cost, at the ultimate destination
i.e. SPM, Hoshangabad, if the material is rejected by SPM, Hoshangabad . The supplier shall take over the replaced
parts/ goods after providing their replacements and no claim, whatsoever shall lie on SPM, Hoshangabad for such
replaced parts/ goods thereafter.
(20) If the supplier fails to deliver any or all of the goods or fails to perform the services within the time frame(s)
incorporated in the contract, SPM shall, without prejudice to other rights and remedies available to SPM under the
contract, deduct from the contract price, as liquidated damages, a sum equivalent to the 0.5 % percent 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% of the delayed goods# or services contract price(s).
(21) EARNEST MONEY DEPOSIT (EMD)
The Earnest money for a total value of INR 60,000/-(Sixty Thousand only) shall be furnished in one of the following
forms.
a) Account Payee Demand Draft or
b) Fixed Deposit Receipt or
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 Account specified in the Clause 3 of NIT. The earnest money shall be valid for a period of forty
five days beyond the validity period of the tender. EMD should be sent along with your Techno-Commercial
quotation. Quotation without EMD will summarily be rejected. The Earnest Money Deposit of un-successful bidders
will be returned.
(22) TENDER SUBMISSION:-
Pre-Qualification bid, Technical bid and financial bid are to be submitted in three separate doubled sealed
envelopes on or before the due date of submission of tenders. It may be noted that the price is not to be quoted
either in the pre-qualification or in technical bid. It shall only be quoted in price bid. Non-adherence to this shall be
making tender liable for rejection. The envelopes containing bids shall be superscribed Pre-qualification bid
Technical bid and Price bid. The sealed envelopes shall be again put in another sealed cover and should be
superscribed The sealed envelopes shall be again put in another sealed cover and should be superscribed with
words # Pre-Qualification bid, Techno- Commercial Bid & Price Bid# against our Tender Document / NIT No., NIT
Date & Due date and be addressed to the General Manager, Security Paper Mill, Hoshangabad# 461 005 (M.P.).
Late tenders shall not be accepted. Tenderers shall submit their offers only on prescribed forms. Tender by
Telegram/Fax/E-mail 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 service etc. shall not be condoned.
Tender Number:6000007859
Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001
Sec06.4
Tenders shall be submitted in parts as below:-
(1)PART # I: PRE-QUALIFICATION BID:-
-----------------------------------------
i) Tender document fee of Rs. 500/- (Rupees Five hundred only) as given in Section-I of clause No. 3 of this tender
document.
ii) Earnest money deposit of Rs.60,000/- as given in Section-VII of clause No. 21 of this tender document.
iii) One original copy shall be submitted. It should not have any price aspects.
iv)Power of Attorney / Authorization with the seal of the company of person signing the tender documents.
v)Containing un-priced tender consisting of complete Qualification/Eligibility of the tenderer as per the format
specified under Section IX in this document.
vi) All financial standing data should be certified by certified accountants# e.g. Chartered Accountants (CA) in India
and Certified Public Accountant/ Chartered Accountant of other countries. However for FY 2015-16, CA certified
unaudited / provisional documents may be submitted in case audited CA certified documents are not finalized during
the tender submission time. Subsequently audited CA certified documents needs to be submit once the same are
finalized.
vi) Containing unpriced tender consisting commercial package including all terms and conditions. No price details to
be given in this tender (as per Section-X).
(2) PART # II: TECHNO-COMMERCIAL BID:-
---------------------------------------------
i)Confirm the technical specification as per section VII and commercial conditions of this Tender document with seal
and sign.
ii) Confirm the delivery period as per section VI of condition No. 01 of this Tender document with seal and sign.
iii) Confirm the delivery of Fabricated Chassis as per section VI of condition No.03 of this Tender document with seal
and sign.
iv) Confirm the Tender validity as per section VI of condition No.07 of this Tender document with seal and sign.
v) Confirm the payment terms as per section VI of condition No.04 of this Tender document with seal and sign.
vi) Accept the Warranty clause as per Section-vii of SL. No.-65
vii)One format of blank Price bid to be furnished without price/ price elements to know whether the firm furnished
clearly all charges as required in our Price Schedule shown at Section: XI of this document.
viii)It should not have any price /price elements of the item being offered, otherwise offer shall liable to rejection.
ix) Submit a documents on your letterhead with seal and sign stating ##unconditional accepting all the terms and
conditions of tender enquiry without any deviations with acceptance of all section of this tender documents (GIT,
SIT, SCC, Quality control requirements, Tender form, Questionnaire, etc.
Tender Number:6000007859
Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001
Sec06.5
(3) PART- III: PRICE BID:-
-------------------------------------
i)The bidders shall quote the price and other elements of price as per the format given as Section XI of this tender
document. Insertion, post script, addition and alteration shall not be entertained with signing and sealing of the
bidder firm.
ii)Price quoted by the tender shall remain firm and fixed during the currency of the contract and not subject to
variation on any account (As per clause 14.1 of GIT)
iii)Conditional offer shall liable to rejection.
iv)All the details should be clearly mentioned in the price bid.
(23) NOTE : #BIDDER TO FURNISH STIPULATED DOCUMENTS ALONG WITH TENDER IN SUPPORT OF
FULFILLMENT OF TENDER CRITERIA. FURTHER CORRESPONDENCE IN THIS REGARD WILL NOT BE
ENTERTAINED FOR ANY REASON. NON-SUBMISSION OR INCOMPLETE SUBMISSION OF DOCUMENTS MAY
LEAD TO REJECTION OF OFFER
(24) EVALUATION CRITERIA FOR L1 BIDDER:-
The method of evaluation of L1 bidder for awarding the Contract shall be on item wise price quoted by the bidder as
per Section-XI(Price Schedule)of this tender documents by adding Entry Tax Liability @ 2% on total price for
supplies to be received from out of State of MP.
IMPORTANT NOTE:-
(25) General instructions to tenderer (GIT) and General conditions of contract (GCC) shall also form a part of this
tender document .For details regarding GIT and GCC please refer links as below:
http://spmhoshangabad.spmcil.co m/spmcil/uploaddocument/GIT.pd f
http://spmhoshangabad.spmcil.co m/spmcil/uploaddocument/GCC.pd f
SECTION -XIII BANK GUARANTEE FORM FOR EMD : NOT APPLICABLE
SECTION XVIII SHIPPING ARRANGEMENTS FOR LINER CARGOES : NOT APPLICABLE
Tender Number:6000007859
Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001
Sec07.1
Section VII: Technical Specifications FABRICATION OF WATER TENDER TYPE-B WITH AERODYNAMIC DESIGN GENERALLY, CONFIRMING TO
IS:950
1. SCOPE :
This specification lays down the requirements regarding material, design and construction, workmanship and finish,
accessories an equipment of water tender, type B for fire brigade use.
2. GENERAL REQUIREMENTS
1.CHASSIS:-
The appliance shall be fabricated on TATA Make Chassis, Model No. LPT 1613 TC 42 TRUCK Chassis With Cowl
BS III, new chassis. The chassis shall be provided to the fabricator by S.P.M. Hoshangabad.
The chassis shall be brand new with the following specifications.
1.1 Engine Diesel engine developing not less than 150 bhp and
conforming to prevalent emission norms.
1.2 Clutch Single plate dry friction type hydraulically actuated.
1.4 Front Axle Heavy duty, forged, I beam.
1.5 Rear Axle Single reduction, hypoid gears, fully floating
axle shaft.
1.6 Steering Integral hydraulic power assisted steering.
1.7.Brakes Dual circuit fully air braking system with
pneumatically operated brakes on rear wheels.
1.8 Suspension Semi-elliptical leaf spring at front and rear
with hydraulic double acting shock absorber on front.
1.9 Frame Ladder type heavy duty frame with riveted/bolted
cross members.
1.10 Wheels and Tyres Suitable size available in local
market with minimum 16 PR # 7 Nos. (including spare wheel)
1.11 Fuel Tank Minimum 160 litres capacity.
1.12 Electrical System 12/24 volts. 120 Ah capacity battery with
Alternator.
1.13 Cowl Standard cowl duly painted in RED colour with
instrument cluster, rear view mirrors, Wiper system,
original driver seat, safety belts.
1.14 GVW Not less than 16000 Kgs.
Note : Water Tender shall be fabricated on 16 G.V.N. Chassis.
2. PUMP:
2.1 The pump shall be centrifugal type, multi pressure, having out put capacity of 2000 LPM at 7 kg/cm² and 300
LPM at 35Kg/cm² at 3 mtrs. suction lift at NTP condition. The low-pressure side will be of single stage and the
high-pressure side also with single stage having regenerative type impeller.
2.2 The pump shall comply to the following performance parameters.
(a) Normal Pressure output : 2000 LPM at 7 kgs/cm²
(b) High pressure output : 300 LPM at 35 kgs./cm²
(c) Max.pressure in normal pressure mode. : 14 kg/cm²(shut off pressure)
(d) Maximum pressure in High pressure mode. : 45 kgs/cm²
(e) Deep lifting capacity of pump : 30 com/sec. max. up to 7 Mtrs
Tender Number:6000007859
Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001
Sec07.2
in 30 sec. at NTP condition.
2.3 The overall pump shall be constructed from gunmetal. The normal (low) pressure impeller, volute, and impeller
wearing shall be made from gunmetal confirming to Gr II of IS 318/1981 and the regenerative type high pressure
impeller shall be of Aluminum, Bronze (AB-2). The pump shaft shall be made form stainless steel confirming to IS
6603/1972. The bearing housing will be made of C.I. and all the studs and bolts coming in contract with water shall
be of stainless steel. The bearing used in the pump shall be of reputed make.
2.4 The normal and high-pressure impeller shall be mounted on a single shaft and normal (low) pressure impeller
shall be dynamically balanced.
2.5 The pump shall be provided with self-adjusting mechanical carbon seal with interface plate. The mechanical seal
assembly shall with stand dry running of pump upto 2 minutes without any damages.
2.6 The pump shall be provided with an inbuilt filter of easily removable type, which shall filter the water before
entering into the high-pressure stage impeller.
2.7 Operation of low pressure to high pressure of vice-a-versa shall be possible by actuation of single lever.
2.8 The pump shall have facility to operate low pressure and high-pressure mode simultaneously or individually.
While high pressure mode is in operation and delivering 300 LPM at 35 kg/cm2, the pressure in low pressure side
shall not exceed 8.5 kg/cm2.
2.9 The size of high-pressure outlet shall be of 25 mm connected to high-pressure hose reel.
2.10 The pump shall be provided with one suction inlet of 100 mm dia. having round threads confirming to IS:902
and TWO numbers of 63 mm delivery outlets having screw down type valves fitted with instantaneous couplings as
per IS : 903. The delivery valve spindle sealing shall not be of gland type. The high-pressure outlet shall not be less
than 25 mm and shall either be flange on screw type.
2.11 The efficiency of the pump shall be such that the power and RPM required shall not be more than available
with the engine.
2.12 The pump housing shall have provision to connect to internal cooling system.
2.13 The pump shall be mounted at the rear of the vehicle connected to P.T.O. by propeller shafts and universal and
slip joints with sufficient number of bearing supports.
2.14 Pump Primer : The priming system shall be Reciprocating type or fully automatic water ring type which shall not
require any operation whatever from the pump operator other than throttling the engine to the required RPM. The
primer shall get automatically disengaged once the pump registers the pressure. The primer shall be capable of
lifting the water in 30 seconds from the depth of 7 mtrs. (up to pump inlet) at NTP condition.
2.15 In addition Exhaust ejector type primer capable of lifting water from 7 mtrs within 30 seconds shall also be
provided.
3. PUMP TEST :
The pump fitted on the vehicle shall be subjected to various tests aredetailed below:
3.1 The pump with its all fitments will be subjected to Hydrostatic testing on a pressure of 21 kgs./cm2.
3.2 The pump shall be run dry for a period of minimum two minutes at 2000 RPM to check the integrity of
mechanical carbon seal. After this test there shall not be any leakage of water through carbon seal.
3.3 The pump performance test will be carried out by running the pump at constant RPM at 2600 and measuring the
discharge at various pressures.
3.4 The pump will be subjected to Endurance test for a period of FOUR hours continuous running. The first Three
hours the pump shall deliver rated out put of 2000 LPM at 7 kg/cm²
and next one hour will be 300 LPM at 35 Kg/cm²
3.5 During the endurance test the water shall not be replenished in the cooling system and the temperature of the
cooling water and engine oil should not exceed the manufacturer#s standard recommendations for the continuous
operation and engine should not show any sign of temperature increase.
4. POWER TAKE OFF : The P.T.O. shall be Heavy duty type of suitable ratio capable of transmitting the full torque
of the engine in first gear. The lever for engaging the P.T.O. shall be provided in the Driver#s cabin with proper
locking arrangement. The PTO shall be mounted on heavy duty cross members and support brackets between the
longitudinal members of the chassis frame. Means shall be provided to check the oil level in the PTO and suitable
drain plug shall be provided at the bottom. A cooling coil made of copper tubes shall be provided inside the PTO at
the bottom to prevent the oil of the PTO form heating.
Tender Number:6000007859
Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001
Sec07.3
5. WATER TANK - The capacity shall not be less than 4500 litres. The tank body and baffles shall be of minimum 5
mm thick MS plates confirming to IS 2062. The sides of the tank shall have DIE PRESSED reinforced webs for
better strength and rigidity. The design of the tank should be such that the complete width of the vehicle is utilized
and the height of the tank is to be kept as low as possible for better stability.
5.1 A tank of required capacity constructed out of mild steel treated for anti-corrosion shall be suitably mounted on
the chassis in a manner keeping in view the proper load distribution on the axles.
5.2 A full length runner from behind the driver cabin till end of chassis frame shall be provided and made out M.S.
Channel of 100 x 50 x 5 mm suitably fixed to the chassis, frame with 6 mm thick M.S. plate and bolted to chassis
frame wherever holes are available in the chassis frame and also with 5/8" 'U' bolts and nuts shall be nylock nuts
only.
5.3 The tank shall be suitably baffled with minimum 2 nos of baffles fitted longitudinally and 2 nos baffles fitted
transversely to prevent surge when the vehicle is braking, cornering or accelerating.
5.4 The baffles shall be arranged in a manner to facilitate the passage of a man throughout the tank for cleaning
purpose.
5.5 The tank shall be mounted on minimum three cross members to counter act the stresses caused by chassis
flexion and shall be so secured that it can be easily removed. The water tank shall be provided with six chairs, three
on either side for mounting the tank on the runner and chassis frame.
5.6 The water tank shall be fixed to the chassis frame and runner with "U' clamps and aluminum packing block and
self-locking nuts.
5.7 Suitable eyes shall be provided on the shell of the tank to enable it to be lifted from the vehicle for repairs /
replacement as and when required.
5.8 The tank shall be fitted with a 50 mm bore overflow pipe. Two 63 mm instantaneous hydrant connection,
incorporating a strainer with NRV, shall be provided close to the pump control panel for filling the tank through 75
mm bore pipe. Minimum 125 mm bore pipe line shall be taken from the tank to the suction inlet of the pump
incorporating minimum 125 mm internal dia butterfly type valve. Drain valve shall be provided at the bottom of the
tank.
5.9 The MS plates used for the tank shall be ZINC PLATED or galvanized and shall be given adequate
anti-corrosive treatment of epoxy treatment consisting of one coat of primer with two coats of finish after preparing
the surface by sand or shot blasting from inside and outside after fabrication if it is not galvanized. The open end of
the overflow pipe should be taken down to a point well below the chassis without affecting the effective ground
clearance when fully loaded and shall discharge away from the wheels.
5.10 Visual level gauge of the glass / acrylic tube shall be provided at the control panel calibrated 1/4, 1/2, 3/4 and
full (preferably calibrated in litres).
5.11 The tank shall have a bolted manhole of 60 cm dia minimum and should have a gun metal threaded ring and
gun metal cap of 30 cm dia for filling the water tank from the top. The manhole cover shall be made from 5 mm thick
M.S. plate and epoxy coated from inside and outside. A cleaning hole of at least 25 cm dia shall also be provided at
the bottom.
5.12 The tank shall be connected with the pump and hose reel and valve(s) shall be provided in such a way that any
of the following operations are possible:
a) Hydrant - tank<.
b) Hydrant - reel.
c) Tank - pump - high and low pressure hose reels.
d) Hydrant - pump - low pressure hose reel, and
e) Tank - Pump - Monitor (Foam/Water)
f) Off.
8. DELIVERY OUTLETS: There will be 2 Nos. delivery outlets having standard GM inst. female coupling with screw
down type delivery valves with blank caps. It will have twist type lugs made of gun metal.
9. HIGH PRESSURE HOSE REEL: Two high pressure hose reel to facilitate operation of the high pressure section
of the Fire Pump will be provided and mounted so as to be accessible for use from either side of the appliance. The
hose should be prevented from kinking. The hose shall be light weight PVC nylon braided hose and the working
pressure of hose will not be less than 40 Kg/cm².
The high pressure Hose reels will hold not less than 30 M of hose in one length, terminating in High pressure fog/jet
trigger type gun connected by quick connect couplings. The fog gun shall be made of Aluminium alloy or stainless
Tender Number:6000007859
Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001
Sec07.4
steel (SS 304)
The inlet connection shall have a leak proof rotating type hose connector. The gun shall be of constant flow type and
shall have a discharge capacity of 150 LPM approximately. Provision shall be made in the gun controls to achieve
combat mode (straight jet) or a fog shield in split second. The gun shall have the ability to work on pressure from 20
kg/cm² to 40kg/cm² without affecting discharge pattern. The weight of the gun assembly shall not be more than 3 kg.
10. WATER/FOAM MONITOR: One water cum foam self aspirating type monitor will be provided on the top at
suitable location, with cap. of 2000 LPM of water @ 7 Kg/cm². The monitor will be capable of traversing through
360° in horizontal plane, +75° & -15° in vertical plane with discharge range of 70 M (water). The detailed
specification of the Monitor is as under:
(a) Size : 75 mm
(b) Body : Barrel of SS, GM swivel joint for horizontal and
vertical motion manual operation
(c) Rotation : 360°
(d) Elevation : 90° (+75° - 15°)
10.1 CONSTUCTION DETAILS
(a) Working pressure : 7 Kg/cm²
(b) Painting : As per IS:5 (2 coats of red enamel paint)
10.2 SELF INDUCTION NOZZLE
(a) Material of construction : Aluminium alloy to IS:617 or
GM LTB Gr.2 of IS:318
(b) Type of Foam used : AFF Foam
(c) Discharge capacity : 2000 LPM
(d) Throw horizontal : Water : min.60 mtrs., Foam : 50 mtrs.
(e) Foam Expansion : Min. 1:6
(f) Fog (curtain) : 160°
(g) K Factor : 100.
A suitable pick up tube of min 5 mtrs long with perforated piercing tube shall be provided alongwith the monitor.
11. PIPELINES AND VALVES
11.1 All pipelines and pipe fittings shall be Stainless steel (SS 304) and all valves upto 50mm size shall be 3 piece
design SS 304 ball valves. All valves above 50mm size shall be standard butterfly valves.
11.2 All piping shall be sized so as to have minimum pressure drop and achieve the required pressure and flow at
various locations.
11.3 All piping shall be designed for 10% over the maximum pressures encountered in the pipe.
11.4 The piping shall be flanged for ease of maintenance. However, flange joints shall be kept to minimum.
11.5 All lines shall be hydraulically tested at 1.5 times of the design pressure and pressure shall be held for two
hours. In no case4 the lines shall be tested below 25 kg/sq.cm. (g).
11.6 All lines shall be suitably supported so as to provide rigidity and avoid vibrations.
11.7 All lines less than 50mm NB size can be socket welded to matching rating fittings.
11.8 All lines above 50mm NB size shall be butts welded with full penetration welds.
11.9 All bolts, nuts and washers used shall be of SS-304.
11.10 COOLING SYSTEM: An indirect cooling system of open circuit type heat exchanger shall be provided for
cooling the radiator water and engine. The heat exchanger tank shall be made from minimum 1.22 mm thick brass
sheets and the coil in the coolant tank shall be of copper for effective cooling. The design of the heat exchanger
shall be such that the temperature of the engine shall not exceed the operating temperature specified by the
chassis manufacturer when the vehicle is being used in stationary conditions.
12. CONTROL PANEL :
12.1 Adequately illuminated control panel shall be provided near the pump.
Tender Number:6000007859
Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001
Sec07.5
12.2 The control panel(s) shall include the following:
a) Throttle control for engine:
b) Pressure gauge - 0 to 17.5 kgf/cm²: for low pressure (glycerine filled)
Pressure gauge - 0 to 50 kgf/cm²: for high pressure (glycerine filled)
c) Compound gauge (glycerin filled) calibrated as under:
Vacuum - 0 to 75 cm Hg, preferably in black;
Pressure - 0 to 15 kgf/cm², preferably in black;
d) Primer control for exhaust primer
e) Temperature gauge and glow lamp for lubricating system
f) Cooling water circuit control
g) Water tank valve
h) Monitor valve
i) Delivery valves
j) Suction inlet
k) Hose reel valves
l) Water level indicator
13. BODY WORK AND STORAGE
13.1 Enclosed accommodation for six persons shall be provided in the driver cab-cum-crew compartment including
the driver and the in-charge of the crew. Bothe the seats should be independent. The driver's seat should be
adjustable and comfortable. The rear compartment of driver's cabin should have one removable seat full width of
cab for 5 (five) crew members. The cab floor should be covered with 3 mm thick Aluminium chequered plate rigidly
fixed to the under frame cross members by means of nuts and bolts or riveting except the mudguard arches which
shall be covered with 1.60 mm Aluminium chequered plates. Trap doors for topping up oil etc wherever necessary
shall be provided.
13.2 Grand light system should be provided in the driver's cabin dwell vision and external rear view mirrors should
be fitted to the cab.
13.3 The driver cum crew cabin shall be provided with full four doors, one for driver, one for officer and two at the
crew compartment. The doors shall be generously sized for easy embarking / disembarking of crew members. All
the doors shall be fitted on the super structural members, each hung upon three invisible coach type M.S. stout
hinges and fitted with best quality handles.
13.4 The door handle on out side of driver seat shall have a locking arrangement. Other doors shall be lockable from
inside. In addition to the doors locks, aluminum tower bolt shall be provided for all the doors from inside. Adequate
grab rails shall be provided for easily boarding and alighting from the appliance.
13.5 The windscreen glass shall be provided in the two halves and shall be semi curved type. Each glass shall be
fitted in E.P.D.M. rubber beading. The glasses shall be 5 mm thick toughened safety glass.
13.6 The rubber beading used for fitting glasses and window frame shall be E.P.D.M. rubber.
13.7 The driver seat shall be adjustable type vertically, forward and backward. The officer seat shall be fixed type.
Bothe the seats shall be rigidly fixed to the flooring by means of nuts and bolts.
13.8 The seat cushion shall be of latex foam rubber 75 mm thick upholstered in good quality foam leather cloth. The
back seat shall be latex foam rubber 50 mm thick upholstered in good quality foam leather cloth.
13.9 Below the crew seat, two lockers shall be provided One for battery box and another for keeping accessories.
The extra length of battery cable if required shall be provided.
13.10 The crew seat shall be rigidly fixed to floor by means of nuts and bolts, running full width of the vehicle
suitable for sitting five fireman, covered with 75 mm x 50 mm cushion latex foam rubber upholstered in good quality
foam leather of approved shade.
13.11 The rear body shall be fabricated in continuation and in line. The under frame cross members shall be
fabricated from the rolled M.S. channel of 100 x 50 x 5 mm size.
13.12 The M.S. runner of 100 x 50 x 5 mm size shall be provided over the full length of the chassis member for the
Tender Number:6000007859
Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001
Sec07.6
uniform distribution of load over the chassis.
13.13 Each cross members shall be secured to the chassis frame by 16 mm dia 'U' Bolts with aluminum packing
block and self locking unit.
13.14 Balata packing of thickness 6 mm shall be provided in between the chassis frame and across members.
13.15 The structure/frame work shall be of welded constructions and made from 2mm thick MS pressed sections
and square tubes. The Angles and channels used shall be of min. 3mm thickness. The complete structure material
shall be treated for anti corrosion by ZINC PLATING. The plating thickness shall not be less than 20 microns. Two
coats of Epoxy paint shall be applied to the completely welded structure.
The structure shall be designed so as to avoid any vibration / rattling / deformation in the intended usage of the
vehicles.
13.16 The detail of super structure are as follows:
a. Under frame cross members : 100 x 50 x 5 mm (Min.)
b. Floor longitudinal members : 50 x 50 x 6 mm (Min.)
The cab and lockers should be of composite construction with sufficient rigidity and reinforcement and shall be kept
as light as possible.
The interior paneling shall be done from 1.22mm thick aluminium sheets & the exterior paneling shall be done form
1.60mm thick aluminium sheets.
The roof on the cabin of the vehicle shall be covered with min 1.60mm thick aluminium chequered plates. All the
lockers sides & complete rear of the vehicle shall be covered with min. 1.22mm thick aluminium chequered plates.
The complete rear deck and all lockers floors and the rear foot boards shall be covered with minimum 3 mm thick
aluminium chequered plate.
Sufficient number of Lockers with suitable shelves, partitions and roll in roll out type drawers/trays shall be provided
on both sides of the vehicle for secure stowage of all equipment given in annexure. One through and through locker
shall be provided immediately behind the drivers cab. All space available below the chassis frame level shall be
utilized by providing lockers with proper doors. These doors shall be fitted with suitable chains and hooks on both
sides so that the same can be used as foot board.
All lockers shall be provided with internal automatic lighting arrangement with the master switch in the cab.
All lockers above chassis floor shall be covered with Aluminium roller shutters. The roller shutters shall be of reputed
makes like FIRECO of MCD and shall be made from extruded aluminium sections with suitable roller, spring, guide
channels etc. All aluminium sections used be properly anodized.
The Roller shutters shall be rolled inwards underneath the roof giving unobstructed access to the equipment lockers
and the fire fighting materials.
These roller shutters should open in every position of the vehicle even in rough terrain. Guide rails shall support the
shutters over entire length on both sides to make them absolutely torsion free. The roller shutters should have a
sturdy lock, preventing accidental opening during movement of vehicle.
Roller shutters shall be made of hollow rectangular shaped aluminium links which shall be inter connected with
rubber/plastic/PVC profiles sealing the roller shutter watertight when closed. These roller shutters should be durable,
maintenance free, weather and corrosion resistant.
Suitable storage space shall be provided to store four 2.5-m lengths of suction hoses with couplings at convenient
location.
SPECIAL PROVISION FOR STORAGE OF EQUIPMENTS:
For all hose fittings like branch pipes etc. quick release Heavy duty type couplings are provided fitted with M.S. angle
below the plate for proper support which enables the operator to locate the desired equipment instantly and thereby
save valuable time at the time of fire. These couplings also ensure that none of the items damage the internal
paneling & thereby increase the life of vehicle. Suitable clamps, brackets, holders etc. are provided for all other
items.
14. MISCELLANEOUS
a. A suitable bumper shall be provided at the rear rigidly fixed to the super structural members by means of nuts and
bolts which is supplied along with the chassis.
b. Two cat ladders made out of S.S. round or square pipe of 25mm dia shall be provided.
c. 2 nos. of 25mm dia aluminum pipe railing with sufficient number of aluminum double socket brackets shall be
Tender Number:6000007859
Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001
Sec07.7
provided to the rear body over the deck.
d. A heavy duty towing hook shall be provided and fitted the rear bumper by means of nuts and bolts
e. Quick removable type wire mesh guard made from 25x25mm size MS wire mesh of 1.60mm covered in MS angle
frame shall be provided to all the glasses of driver #cum-crew cabin.
15. ELECTRICAL SYSTEM :
15.1 All the important electrical circuit shall have separate fuses suitably indicated and grouped into a common fuse
box located at an accessible position. The wiring shall be single pole with negative earth.
15.2 The suitable size wire shall be selected for different circuits considering the current consumption for the circuit.
15.3 Electrical siren of 1.6 Kms range 12/24 volts D.C. shall be provided and fitted at suitable place with two
controlling push buttons on one officer side and another at driver side.
15.4 Two rotating beacon lights with Amber lens shall be provided over the top of driver#s cabin.
15.5 The other light, pump cabin light, locker lights shall be of approved make.
15.6 All the controlling switches of lights on dashboards shall be approved make.
15.7 Two fog lamps of approved make shall be provided and fitted on front-bumper with controlling switch on
dashboard.
15.8 New wiper motor assembly of 17 watts with new blades and arms shall be provided if not provided with
chassis. The location of wiper motor shall be such that it shall be easily accessible for repairs.
15.9 Adjustable search light assembly shall be provided at a convenient position on the top of rear body deck with
30 mtrs Cable drum with Rexene cover.
15.10 Hooter cum P.A. system shall be provided with a speaker mounted on the tope of Drivers. Cabin with Rexene
cover. The output shall be 25 watts.
15.11 Adjustable spot light, mounted in convenient position to give flood or beam of light at the rear of driver cabin
shall be provided.
16. PAINTING
16.1 The complete structure material shall be treated for anti corrosion by Zinc Plating. The plating thickness shall
not be less than 20 microns. Two coats of Epoxy paint shall be applied to the completely welded structure.
16.2 The complete external and internal aluminum paneling of driver cum crew cabin and rear body shall be painted
with two coats of Zinc Chromate paint.
16.3 The complete exterior of the vehicle shall be painted with two finish coats of #POST OFFICE RED#
polyurethane paint manufactured by ICI Dulux /Neoralc / Dupont.
16.4 The Internal painting of cabin locker etc. shall be done with two coats of Grey Synthetic enamel paint made by
ICI Dulux / Nerolac Dupont.
16.5 The name of the fire service/ organization shall be painted on both sides of vehicle in letter of suitable in size in
golden yellow paint with black colour shading.
16.6 The EMBLEM of the department shall be painted on both sides of vehicle in natural colours at suitable place.
17. LADDERS WITH GALLOWS :
An aluminum extension ladder of trussed type 10.5 mtrs height shall be provided with the vehicle and mounted on
suitable ladder gallows. It shall be as per latest Indian Standards.
The design of the gallows shall be such that the ladder can be released without difficulty from a reasonably
accessible position. Means shall be provide for locking the ladder when stowed.
18. B.A. Set Brackets :
B.A. set brackets for fixing with its fitments shall be provided just behind the crew seat. The mounting of B.A. set
bracket shall be such that, it can allow fireman to wear B.A. set while vehicle is approaching to fire scene. Proper
padding and harnessing arrangement shall be made in the bracket to avoid damages to the critical parts of the BA
set.
19. ACCESSORIES:
The following accessories shall be provided.
19.1 Fire Bell : (Bell Carillon) : One Gun metal fire bells of 250 mm size confirming to IS: 1928 shall be mounted
externally on the top of crew compartment and shall be operated within the crew compartment by firemen is seating
position.
Tender Number:6000007859
Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001
Sec07.8
19.2 Six aluminum hooks for keeping the uniform clothing shall be provided in crew compartment.
20. WIRELESS SET BOX:
Box made from 2mm gauge aluminum sheet with lid shall be provided just behind the officer seat with 13mm
wooden plank for fitting the wireless set bracket. The design and mounting will be shown at the time of fabrication
work.
21. WORKMANSHIP and FINISH : The GVW of appliance will not cross the GVW of chassis mfgrs. Specification
with all equipments & Crew. The weight distribution diagram should be submitted for approval. The entire appliance
will be painted fire red on the outside. The user name will be written on both-side with yellow colour. Before final
painting of Fire Tender two coats of anti corrosion and primer coat will be applied.
The appliance will clearly have the following markings at suitable locations.
* Manufacturers name and Trade mark
* Engine and Chassis No.
* Pump No. and capacity of the pump
* Capacity of Water tank, Foam tank
* All instruments control will be identified with nameplates
22. ACCEPTANCE TESTS : The following acceptance tests shall be carried out to the complete satisfaction of the
user. The design of vehicle to be such that it shall not affect the Chassis Characteristic as specified by the chassis
manufacturer such as speed, turning circle, acceleration, braking distance etc.
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 to either side, the point at which over turning occurs is not passed at an angle of 27º
from horizontal. This test should be carried out at the vendor#s factory/premises in front of all the inspecting officers.
(i) The pump with its all fitments will be subjected to Hydrostatic testing on a pressure of 21 kgs./cm2
(ii) The pump shall be run dry for a period of minimum two minutes at 2000 RPM to check the integrity of mechanical
carbon seal. After this test there shall not be any leakage of water through carbon seal.
(iii) The pump will be subjected to Endurance test for a period of FOUR hours continuous running. The first three
hours the pump shall deliver rated out put of 2000 LPM at 7 kg/cm2 and next one hour will be 300 LPM at 35
kg/cm2.
(iv) During the endurance test the water shall not be replenished in the cooling system and the temperature of the
cooling water and engine oil should not exceed the manufacturer#s standard recommendations for the continuous
operation and engine should not show any sign of stresses.
(v) The other test shall be as per detailed performance parameters given for chassis, superstructure, firefighting
system which include monitor output & throw, foam induction & expansion, load etc. Accessories shall also be
subjected to relevant tests as per the specification indicated above.
23. APPROVALS:
(i) All equipment being quoted by vendor shall confirm to the latest version of relevant Indian/International standard.
(ii) Vendor shall mentioned the relevant standard reference against each items governed by the Indian/overseas
International standard.
(iii) Vendor shall agree to provide certificates in original of all necessary or mandatory approvals in respect of the fire
Tender before dispatch.
(iv) On placement of order, Fire Tender is to be delivered at Plant premises. Transit insurance shall be included in
vendor#s scope.
v)Vendor shall agree to offer stage inspection of the fire tender in two stages. Second stage inspection shall be final
pre-dispatch inspection.
vi) After supply vendor shall provide training in operation of their system free of cost to CISF personnel.
vii)ON final supply, operation & maintenance manual, any electrical system manual etc., shall be handed over to
indenter of plant. All guarantee certificate for any/all accessories installed on the fire tender shall be handed over to
indenter of plant.
(viii)Along with techno-commercial offer, vendor shall submit a separate sheet listing all items (installed on Water
Tender) that shall be supplied i.e. scope of supply shall be mentioned.
Tender Number:6000007859
Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001
Sec07.9
Qualifying Conditions :
24. STAGE INSPECTIONS:
Two stage wise inspections /test of the above Water Fire Tender to be carried out at fabricator#s works by the
inspecting officers.
First Stage :-
Inspection of structure, mounting of subframe with metacones and proper foundation. Fitment of PTO, Hydraulic
testing of water tank before mounting. Inside/outside paneling of sheets. Hydraulic testing of pump before mounting.
Testing of pipeline, inspection of fabrication work cooling by pass valve and pipeline leading to heat exchanger, and
suitable connection for its outlet, preliminary test of pump, working of PTO, fitment of primer, while checking all
relevant parameters.
Second/Final Stage :
Testing of accessories/equipments mentioned Annexure # A, four hours (three hours for NP & 1 hour for HP section)
acceptance test of pump of rated output at normal and high pressure, maximum rotation of the monitor, angle of
elevation and depression. Testing of all other normal items of equipment, fitments, appurtenances, light, fog lamps,
search lights, revolving, blinker, spot light, rear warming light, as per specified standard.
Testing of duty points of the pump, including deep lift test, road test, braking test, when the vehicle is fully loaded
output and throw of monitor, throw of side line with water, separately testing of priming device while working from
open source of water supply.
Note : The fabricated vehicle shall meet all the regulations with respect to Motor Vehicle Act/RTO regulation enforce.
ANNEXURE "A"
LIST OF ACCESSORIES
S.No. DESCRIPTION OF ITEM AND QUANTITY
1. 100 mm rubber suction hose in 2.5 mtrs length with 100 mm
suction hose with GM couplings as per IS: 3549 : 04 nos.
2. Suction collecting head - 100 mm suction inlet, GM two way as per IS: 904 - 1 no.
3. Suction strainer for 100 mm suction hose - brass as per IS: 907-1 no.
4. Dividing breeching with control 63 mm instantaneous pattern - GM as per IS: 5131 - 1 no.
5. Collecting breeching 63 mm instantaneous pattern - GM as per IS: 905 - 1 no.
6. Suction wrenches for 100 mm suction hose couplings as per IS: 4643 - 2 nos.
7. Combined key for hydrant cover and lower valve as per IS: 910- 2 Nos.
8. Hose straps as per IS: 5612 Part I - 6 nos.
9. Branch with revolving head, GM, 63 mm size as per IS: 906 - 1 no.
10. Nozzle plain of various sizes for 63 mm (12, 9mm) IS: 903 - 1 each
11. Torch electric with 4 cells water proof - 2 nos.
12. Flame proof torch as per approved specs. - 2 nos.
13. Foam branch -FB5X type with pick up tube, GM as per IS: 2097 - 2 nos
14. Rope polyamide 32 mm dia for lowering line of 30mtr long with sealed ends - 1 no.
15. Rope polyamide 12 mm dia for guy line of 30 mtr long with sealed ends - 1 no.
16. Rope polyamide 24 mm dia for long line of 30mtr long with sealed ends - 1 no.
17. Rope polyamide 22 mm dia for short line of 20 mtr long with sealed ends - 1 no.
18. Hose bandages as per IS: 5612 Part 2 - 4 nos.
19. Hose slings as per existing IS specification - 2 nos.
20. Rubber gloves as per IS: 4770 for 5000 Volts - 4 pairs.
21. Leather gloves as per IS: 6994 Part 1 - 2 pairs
22. Canvas gloves with anti skid palm - 2 pairs
23. Axe Large as Per IS:963 - 2 nos.
24. Pick axe as per IS: 703 - 1 no.
25. Firemen Axe as per IS: 926 - 1 no.
26. Spade with wooden handle - 1 no.
27. Crow bar of 6 ft. long 25 mm dia as per IS: 704 - 2 nos.
28. Spanner adjustable, 30 cm long - 1 no.
29. Jack Hydraulic for 20 ton capacity with handle - 1 no.
Tender Number:6000007859
Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001
Sec07.10
30. Oil feeder standard capacity - 1 no.
31. Funnel 300 mm dia made from GI 18SWG sheet - 1 no.
32. Hammer sledge with wooden handle - 10 kg - 1 no.
33. Hammer sledge with wooden handle - 5 kg - 1 no.
34. Suction adaptor GM 100 mm female x 63 mm male with lugs - 1 no.
35. Adaptor 63 mm male to 38 mm female GM - 2 nos.
36. Adaptor 63 mm female to 63 mm female GM - 1 no.
37. Tool kit - Paratech or equivalent (Hand held forcible entry tool kit) - 2 nos.
38. Belt hook - 1 no.
39. Selectable flow nozzle, made of Aluminium alloy (hard anodized), light weight and easy handling ball valve with
shut-off handle having 63 mm size male instantaneous inlet. Nozzle shall have rubber moulded bumper and pistol
grip handle. Selectable flow capacity, nozzle flow rate settings of approx. 200-250-350-475-600 lpm at 7 kg/cm2,
with good range hollow jet and dense fog/spray position and having a arrangement of low and medium expansion
foam attachment. - 3 nos.
40. Branch pipe GM 63 mm male inlet as per IS: 903 - 1 no.
41. Sand bag canvas, round shape, 300 mm dia, 450 mm length with cotton rope for closing mouth 02 nos.
42. Cap hydrant spindle - 1 no.
43. Cap hydrant spindle new pattern - 1 no.
44. Chisel cold - 2 nos.
45. Hose clamp as per IS specification - 4 nos.
46. Bolt cutter - 600 mm long - 1 no.
47. Hammer ball type - 500 gms - 1 no.
48. Hook ceiling (preventor) with 3mtr. long wooden handle - 1 no.
49. Hook anchor - 1 no.
50. Knife salvage - 1 no.
51. Tyre lever - 1 no.
52. Plier cutting - 1 no.
53. Plier insulated - 1 no.
54. Rake three prong - 1 no.
55. Hose ramp (rubber) as per IS specification 20 ton capacity suitable for 2 lines - 4 nos.
56. Saw carpenter - 300mm - 1 no.
57. Shovel with handle - 1 no.
58. Nozzle spanner as per IS specification - 1 no.
59. Strainer wicker with canvas hood - 1 no.
60. Canvas bucket - 2 nos.
61. Crow Bar 4 feet - 1 no.
62. Crow Bar 6 feet - 1 no.
63. Delivery hose 63 mm dia confirming to IS: 636 Type A in 30 mtrs length with SS male and female couplings. the
hose and the couplings should be ISI market. - 10 nos.
64. B A Set as per BIS/EN specifications - 2 nos.
65. Warranty one year from the date of receipt and suitability of fabricated chassis.
Tender Number:6000007859
Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001
Sec8.1
Section VIII: Quality Control Requirements
As per Section-VII (Technical Specification)
Tender Number:6000007859
Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001
Sec9.1
Section IX: Qualification/Eligibility Criteria 1. Experience & Past Performance:-
Bidder Firm should have fabricated and delivered at least one similar Water tender with water tank of at least 4500
liters, Pump capacity of at least 2000 LPM at 7 kgs./cm², confirming to IS : 950 or latest version in any one year
during last five (5) financial years ending 31st March 2016. Documentary proof to be submitted along with the tender
document.
2. Capability- Equipment & Manufacturing Facilities Bidder must have an annual capacity to manufacture and
supply at least one similar Water tender with water tank.
3. Financial Standing:-
The average annual turn-over of the Bidder during the last three (3) financial years, ending 31st March 2016, should
be more than 8,93,100.00 INR
4. The Bidder firm should not have suffered any financial loss for more than one (1) year during the last three (3)
financial years ending 31st March 2016.
5. The net worth of the Bidder firm should not have eroded by more than 30% in the last three(3) financial years
ending 31st March 2016.
NOTE:-
1. All experience, past performance and capacity/capability related data should be certified by the authorized
signatory of the Bidder firm. The credentials regarding experience and past performance to the extent required as
per the above eligibility criteria as submitted by the Bidder may be verified from the parties for whom work has been
done.
2. All financial standing data should be certified by certified accountants# e.g. Chartered Accountants (CA) in India
and Certified Public Accountant/ Chartered Accountant of other countries. However for FY 2015-16, CA certified
unaudited / provisional documents may be submitted in case audited CA certified documents are not finalized during
the tender submission time. Subsequently audited CA certified documents needs to be submit once the same are
finalized.
3. MOST IMPORTANT NOTE:
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.
---------------------------------------------------------------------------------------------------------------------
Tender Number:6000007859
Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001
Sec10.1
To,
Security Paper Mill, Hoshangabad
A Unit of Security Printing & Minting
Corporation of India Limited
(Wholly Owned by Govt. of India)
Hoshangabad
Section X: Tender Form Date:
Ref: Your Tender document No.6000007859 /CISF/W.T./689 dated 29.07.2016
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.
If our tender is accepted, we undertake to supply the goods and perform the services as mentioned above, in
accordance with the delivery schedule specified in the List of Requirements.
We further confirm that, if our tender is accepted, we shall provide you with a performance security of required
amount in an acceptable form in terms of GCC clause 6, read with modification, if any, in Section V - 'Special
Conditions of Contract', for due performance of the contract.
We agree to keep our tender valid for acceptance for a period up to ................, 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 up to 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
...................................................
...................................................
Tender Number:6000007859
Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001
Sec11.1
Section XI: Price Schedule The Price bid should clearly indicate the break-up of the price as under:-
--------------------------------------------------------------------------------------------------------------------------------------
S. No. Price Break Up RATE
--------------------------------------------------------------------------------------------------------------------------------------
1. Basic Price for fabrication of Water Tender
with all Accessories on chassis provided
by SPM Hoshangabad
--------------------------------------------------------------------------------------------------------------------------------------
2. Packing and Forwarding charges
--------------------------------------------------------------------------------------------------------------------------------------
3. Ex. Duty in percentage(%)only
--------------------------------------------------------------------------------------------------------------------------------------
4. CST (with/with out #C# form)/VAT
in percentage (%) only
--------------------------------------------------------------------------------------------------------------------------------------
5. Freight charges (Please specify)
(Works of supplier to SPM Hoshangabad)
--------------------------------------------------------------------------------------------------------------------------------------
6. Total Price (F.O.R, SPM, HOSHANGABAD)
(in figures only) per unit Rs.--------
-------------------------------------------------------------------------------------------------------------------------------------
7. Total Quantity
-------------------------------------------------------------------------------------------------------------------------------------
8. Total Price (F.O.R, SPM, HOSHANGABAD)
(in figures only) Rs. --------
-------------------------------------------------------------------------------------------------------------------------------------
9. Total Price (in words only) Rupees ----------
-------------------------------------------------------------------------------------------------------------------------------------
SPECIAL CONDITION:-
(1) F.O.R. FOR FABRICATED CHASSIS : S.P.M. HOSHANGABAD (ONLY)
(2) VALIDITY OF QUOTATION : 165 DAYS FROM THE DATE OF OPENING OF QUOTATION.
(3) PAYMENT TERMS : FULL PAYMENT WILL BE MADE AFTER RECEIPT AND ACCEPTANCE OF CHASSIS BY
RTGS/NEFT
(4) DELIVERY / FABRICATION PERIOD : Within 08(Eight) Months From the date of reaching of chassis at suppliers
work.
NOTE:1.Levies/Taxes would not be paid on Forwarding & Freight charges.
2.The basic price/ Rate of the material/service is not indicated anywhere in Techno-Commercial
3.Bidder should mention separately regarding Duties/Taxes etc., whether they are chargeable extra or inclusive in
the price.
4. Price are to be given in the above format only. Conditional price & Variable Price in Tender are liable to be
rejected.
5. Note: Quote your rates in your quotation as per the given above price schedule format only and accept above
special condition i.e. F.O.R., VALIDITY, DELIVERY PERIOD, PAYMENT TERMS AND ALL OTHER TERMS AND
CONDITION INCLUDING G.C.C. & G.I.T. OF TENDER without any deviation otherwise your offer will be rejected
without any communication.
(6)EVALUATION CRITERIA FOR L1 BIDDER :-
The method of evaluation of L1 criteria for awarding the contract shall be on consolidation offer by the bidder by item
wise and be decided taking into consideration of total offered price by adding entry tax liability @ 2% on the total
price for the supplies to be received from outside of MP state.
SIGNATURE OF BIDDER
(WITH NAME, DESIGNATION AND SEAL)
SIGNATURE OF BIDDER (WITH NAME, DESIGNATION AND SEAL
Tender Number:6000007859
Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001
Sec12.1
Section XII: Questionnaire The tenderer should furnish specific answers to all the questions / issues mentioned below. In case a question /
issue does not apply to a tenderer, the same should be answered with the remark "not applicable".
Wherever necessary and applicable, the tenderer shall enclose certified copy as documentary proof / evidence to
substantiate the corresponding statement.
In case a tenderer furnishes a wrong or evasive answer against any of the under mentioned question/ issues, its
tender will be liable to be ignored.
1. Brief description and of goods and services offered:
2. Offer is valid for acceptance up to .....................................................
3. Your permanent Income Tax A/ C No. as allotted by the Income Tax Authority of Government of India:
Please attach certified copy of your latest/ current Income Tax clearance certificate issued by the above authority.
4. Status :
a) Are you currently registered with the Directorate General of Supplies & Disposals (DGS&D), New Delhi, and / or
the National Small Industries Corporation (NSIC), New Delhi, and / or the present SPMCIL and / or the Directorate of
Industries of the concerned State Government for the goods quoted ? If so, indicate the date up to which you are
registered and whether there is any monetary limit imposed on your registration.
b) Are you currently registered under the Indian Companies Act, 1956 or any other similar Act?
Please attach certified copy(s) of your registration status etc. in case your answer(s) to above queries is in
affirmative.
5. Please indicate name & full address of your Banker(s) :
6. Please state whether business dealings with you currently stand suspended/ banned by any Ministry/ Deptt. of
Government of India or by any State Govt.
................................
(Signature with date)
..............................
..............................
(Full name, designation & address of the
Person duly authorized sign on behalf of the tenderer)
For and on behalf of
...............................
................................
(Name, address and stamp of the tendering firm)
Tender Number:6000007859
Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001
Sec14.1
To,
Section XIV: Manufacturer's Authorization FORM
Security Paper Mill, Hoshangabad
A Unit of Security Printing & Minting
Corporation of India Limited
(Wholly Owned by Govt. of India)
Hoshangabad
Dear Sirs,
Ref.: Your Tender document No..................................................... dated..............
We..................................................................... who are proven and reputable manufacturers of
................................... (name and description of the goods offered in the tender) having factories at
......................................... here by authorize Messrs........................................... (name and address of the agent) to
submit a
tender, process the same further and enter into a contract with you against your requirement as contained in the
above referred tender enquiry documents for the above goods manufactured by us.
We further confirm that no supplier or firm or individual other than Messrs................................. (name and address
of the above agent) is authorized to submit a tender, process the same further and enter into a contract with you
against your requirement as contained in the above referred tender enquiry documents for the above goods
manufactured by us.
We also hereby extend our full warranty, as applicable as per clause 16 of the General Conditions of Contract read
with modification, if any, in the Special Conditions of Contract for the goods and services offered for supply by the
above firm against this tender document.
Yours faithfully,
.............................................
..............................................
[Signature with date, name and designation]
Note: This letter of authorization should be on the letter head of the manufacturing firm and should be signed by a
person competent and having the power of attorney to legally bind the manufacturer.
Tender Number:6000007859
Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001
Sec15.1
Section XV: Bank Guarantee Form for Performance Security ....................................................[insert: Bank's Name, and Address of issuing Branch or Office]
Beneficiary: .............................. [insert: Name and Address of SPMCIL]
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 thereunder 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 SPCMIL up to the above amount upon receipt of its first written demand, without SPMCIL
having to substantiate its demand.
This guarantee will remain in force for a period of forty five days after the currency of this contract and any demand
inrespect thereof should reach the bank note later than the above date.
.........................................................................
(Signature with date 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
Tender Number:6000007859
Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001
Sec16.1
Section XVI: Contract Form Contract No..............dated.............
This is in continuation to this office' Notification of Award No................... dated ....................
1. Name & address of the Supplier: ..........................................
2. SPMCIL's Tender document No........... dated...........and subsequent Amendment No............ dated........... (If any),
issued by SPMCIL
3. Supplier's Tender No............. dated...........and subsequent communication(s) No.............. dated......... (If any),
exchanged between the supplier and SPMCIL in connection with this tender.
4. In addition to this Contract Form, the following documents etc, which are included in the documents mentioned
under paragraphs 2 and 3 above, shall also be deemed to form and be read and construed as part of this contract:
(i) General Conditions of Contract;
(ii) Special Conditions of Contract;
(iii) List of Requirements;
(iv) Technical Specifications;
(v) Quality Control Requirements;
(vi) Tender Form furnished by the supplier;
(vii) Price Schedule(s) furnished by the supplier in its tender;
(viii) Manufacturers' Authorization Form (if applicable for this tender);
(ix) SPMCIL's Notification of Award
Note: The words and expressions used in this contract shall have the same meanings as are respectively assigned
to them in the conditions of contract referred to above. Further, the definitions and abbreviations incorporated under
clause 0 of Section - V - 'General Conditions of Contract' of SPMCIL's Tender document shall also apply to this
contract.
5. Some terms, conditions, stipulations etc. out of the above-referred documents are reproduced below for ready
reference:
(i) Brief particulars of the goods and services which shall be supplied/provided by the supplier are as under:
(ii) Delivery schedule
(iii) Details of Performance Security
(iv) Quality Control
(a) Mode(s), stage(s) and place(s) of conducting inspections and tests.
(b) Designation and address of SPMCIL's inspecting officer
(v) Destination and dispatch instructions
(vi) Consignee, including port consignee, if any
(vii) Warranty clause
(viii) Payment terms
(ix) Paying authority
......................................
(Signature, name and address of SPMCIL's authorized official)
For and on behalf of..............
Received and accepted this contract..................................................
(Signature, name and address of the supplier's executive duly authorized to sign on behalf of the supplier)
For and on behalf of
...........................................
(Name and address of the supplier)
..................................
(Seal of the supplier)
Date:
Place:
Tender Number:6000007859
Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001
Sec17.1
Section XVII: Letter of authority for attending a Bid opening The General Manger,
Security Paper Mill, Hoshangabad.
Subject: Authorization for attending bid opening on 02.09.2016 in the Tender of FABRICATION OF WATER
TENDER.
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
1.
1.
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.
Tender Number:6000007859
Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001
Sec19.1
Section XIX: Proforma of Bills for Payments (Refer to Clause 22.6 of GCC)
Name and Address of the Firm.................................................................................................
Bill No....................................................................Dated.......................................................
Purchase order..................................................No...................................Dated......................
Name and address of the consignee.........................................................................................
S.No Authority for Purchase Description of Stores No.or
qty. Rate Rs.
P. Price
per Rs.
P
Amount
1. C.S.T./Sales Tax Amount
2. Freight (if applicable)
3. Excise Duty (if applicable)
4. Packing and Forwarding charges (if applicable)
5. Others (Please specify)
6. PVC Amount (with calculation sheet enclosed)
7. (-) deduction/Discount
8. Net amount payable (in words Rs.)
Despatch detail RR No. other proof of despatch...............................................
Dated............................................................(enclosed)
Inspection Certificate No............................................Dated..................(enclosed)
Income Tax Clearance Certificate No...........................Dated..................(enclosed)
Modvat Certificate No...........................................................................(enclosed)
Excise Duty Gate pass........................................................................(enclosed)
Place and Date
Tender Number:6000007859
Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001
Sec19.2
Received Rs..............................(Rupees).........................................................
I hereby certify that the payment being claimed is strictly in terms of the contract and all the obligations on the part of
the supplier for claiming that payment has been fulfilled as required under the contract.
Revenue stamp Signature and of Stamp Supplier
ANNEXURE - I
THREE BID, SINGLE STAGE (THREE PACKETS) TENDER
BIDDE R’S CHECK LIST BEFORE TENDER SUBMISSION
Part I : - PRE-QUALIFICATION BID NIT N o. 6000007859
S.No. Tender Submission Check Points Check before
submission
Tick ( )
1 Tender document fee of Rs. 500/- (Rupees Five hundred only) as given in Section-I of clause No. 3 of this tender document.
2 Earnest money deposit of Rs.60,000/- as given in Section-VII of clause No. 21 of this tender document.
3 One original copy shall be submitted. It should not have any price aspects. 4 Power of Attorney / Authorization with the seal of the company of person signing the
tender documents.
5 Submit the documents as per Qualification / Eligibility criteria – Section IX 6 Containing unpriced tender consisting commercial package including all terms and
conditions. No price details to be given in this form (as per Section-X).
Part II : - TECHNO-COMMERCIAL BID
S.No. Tender Submission Check Points Check before
submission
Tick ( ) 1 Confirm the technical specification as per section VII and commercial conditions of this
Tender document with seal and sign.
2 Confirm the delivery period as per section VI of condition No. 01 of this Tender document with seal and sign.
3 Confirm the delivery of Fabricated Chassis as per section VI of condition No.03 of this Tender document with seal and sign.
4 Confirm the Tender validity as per section VI of condition No.07 of this Tender document
with seal and sign.
5 Confirm the payment terms as per section VI of condition No.04 of this Tender document
with seal and sign.
6 One format of blank Price bid to be furnished without price
7 Accept the Warranty clause as per Section-vii of SL. No.-65
8 Submit a documents on your letterhead with seal and sign stating ‘’unconditional
accepting all the terms and conditions of tender enquiry without any deviations with
acceptance of all section of this tender documents (GIT, SIT, SCC, Quality control
requirements, Tender form, Questionnaire, etc.
Part III : - PRICE BID
S.No. Tender Submission Check Points Check before
submission
Tick ( ) 1 Price Bid as per Section XI (Price including all taxes & other charges )
(Bidder’ s S eal & Sign)
Top Related