tender document for purchase of: supply, … .d383e272... · tender number: 6000013727 regd....

57
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 9001:2015 & ISO 14001:2015 CERTIFIED) Website:http://spmhoshangabad.spmcil.com E-Mail:[email protected] CIN: U22213DL2006GOI144763 Ph.No:91-7574-255259,Fax No:07574-255170 GSTIN: 23AAJCS6111J3ZE PR Number PR Date Indenter Department Not Transferable Security Classification: TENDER DOCUMENT FOR PURCHASE OF: SUPPLY, INSTALLATION AND COMMISSIONING OF NEW SHEET CUTTER FOR CWBN PAPER ALONG WITH AUTOMATIC REAM PACKING LINE & OTHER ACCESSORIES AT SPM, HOSHANGABAD ON TURNKEY BASIS Tender Number: 6000013727/NEW SHEET CUTTER/27, Dated: 04.05.2020 This Tender Document Contains Pages. Details of Contact person in SPMCIL regarding this tender: Name: KISHOR MANE Designation: Manager (Material) Address: SPM Hoshangabad) India Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001 T01.1

Upload: others

Post on 10-Oct-2020

0 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: TENDER DOCUMENT FOR PURCHASE OF: SUPPLY, … .d383e272... · Tender Number: 6000013727 Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001 Sec03.2 08 Special

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 9001:2015 & ISO 14001:2015 CERTIFIED)

Website:http://spmhoshangabad.spmcil.com

E-Mail:[email protected] CIN: U22213DL2006GOI144763

Ph.No:91-7574-255259,Fax No:07574-255170

GSTIN: 23AAJCS6111J3ZE

PR Number PR Date Indenter Department

Not Transferable

Security Classification:

TENDER DOCUMENT FOR PURCHASE OF: SUPPLY, INSTALLATION AND COMMISSIONING OF NEW SHEET CUTTER FOR CWBN PAPER

ALONG WITH AUTOMATIC REAM PACKING LINE & OTHER ACCESSORIES AT SPM, HOSHANGABAD ON TURNKEY BASIS

Tender Number: 6000013727/NEW SHEET CUTTER/27, Dated: 04.05.2020

This Tender Document Contains Pages.

Details of Contact person in SPMCIL regarding this tender:

Name: KISHOR MANE

Designation: Manager (Material)

Address: SPM Hoshangabad) India

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001

T01.1

Page 2: TENDER DOCUMENT FOR PURCHASE OF: SUPPLY, … .d383e272... · Tender Number: 6000013727 Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001 Sec03.2 08 Special

Tender Number: 6000013727

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001

Sec01.2

Section1: Notice Inviting Tender (NIT) 6000013727 /NEWSHEETCUTTER/ 27 04.05.2020

(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) Total Earnest Money

(In Rs.) Remarks

1 New Sheet cutter Machine 1.000 No. INR 1,41,13,000.00,

EURO 1,78,168.00

USD 1,96,741.00

2

Installation and Commissioning

Charges 1.000 AU

Type of Tender (Two Bid/ PQB/ EOI/ RC/ Development/

Indigenization/ Disposal of Scrap/ Security Item etc.) THREE-BID

International Competitive Bid

Dates of sale of tender documents: From 05.05.2020 to 25.06.2020 during office hours.

Place of sale of tender documents ADMIN OFFICE, SPM, HOSHANGABAD

Date of Pre- Bid Conference 05.06.2020 11:00:00

Place of Pre- Bid Conference ADMIN OFFICE, SPM, HOSHANGABAD

Closing date and time for receipt of tenders 26.06.2020 11:00:00

Place of receipt of tenders ADMIN OFFICE, SPM, HOSHANGABAD

Time and date of opening of tenders 26.06.2020 15:00:00

Place of opening of tenders ADM OFFICE SECURITY PAPER MILL

HOSHANGABAD

Nominated Person/ Designation to Receive Bulky

Tenders (Clause 21.21.1 of GIT) KISHORE MANE .

Manager (Material)

Abbreviation:-"NOS" MEANS "NUMBER"

---------------------------------- 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 INR 5600.00 (Rs.5,000/- + 12% GST)

EURO 71.00 & USD 78.00 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). Bid may liable to be rejected in case of non-submission of tender fees or

submitted not as per SPM' format.

4. If requested, the tender documents will be mailed by registered post/speed post to the domestic

Tenderers and by international air-mail to the foreign Tenderers, for which extra expenditure per set will be Rs. 100/-

(Rupees Hundred) for domestic post and Rs. 2500/- (Rupees Two Thousand Five Hundred only) for international

air-mail. 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.

Page 3: TENDER DOCUMENT FOR PURCHASE OF: SUPPLY, … .d383e272... · Tender Number: 6000013727 Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001 Sec03.2 08 Special

Tender Number: 6000013727

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001

Sec01.3

Address for dropping the Tender Documents:-

-----------------------------------------------------------

The General Manager

Security Paper Mill,

Hoshangabad - 461005 (M.P.)

-----------------------------------------------------------

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.

8. Adoption of Pre Bid / Pre- Contract Integrity Pact separately attached herewith (Ref: Section XX, Total

Pages-5) along with Pre-Qualification Bid, failing which the offer of the firm will not be considered. SPMCIL has appointed following independent external monitors:

a) Shri Ashok Kumar Purwaha, 901, Prithvi Apartment, Plot No.17, Sector-52, Opp. Tau Devilal Botanical and

Biodiversity Park, Gurgaon, Haryana

b) Shri K.K. Mehrotra, Flat No.406, MECON Apartment, Plot No. C 58/10, Sector # 62, NOIDA 201307, UP

9. The tender documents are not transferable.

Note :

(1) Bidder should confirm in their quotation, "Acceptance of all terms and condition with technical specification of

tender document without any deviation".

(2) 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.

(3) "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."

Encl.: Annexure-I (Checklist)

(Kishor Mane)

Manager (Material)

For Chief General Manager

CORRESPONDING ADDRESS

---------------------

THE CHIEF GENERAL MANAGER

SECURITY PAPER MILL

HOSHANGABAD-461 005 (M.P.)

Website: http://spmhoshangabad.spmcil.co m

E-MAIL:- [email protected]

PHONE :- 07574 - 286847, 286776,

FAX :- 07574)-255170

SIGNATURE OF BIDDER WITH NAME,

DESIGNATION & SEAL

Page 4: TENDER DOCUMENT FOR PURCHASE OF: SUPPLY, … .d383e272... · Tender Number: 6000013727 Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001 Sec03.2 08 Special

Tender Number: 6000013727

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).

SIGNATURE OF BIDDER WITH NAME,

DESIGNATION & SEAL

Page 5: TENDER DOCUMENT FOR PURCHASE OF: SUPPLY, … .d383e272... · Tender Number: 6000013727 Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001 Sec03.2 08 Special

Tender Number: 6000013727

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).

SIGNATURE OF BIDDER WITH NAME,

DESIGNATION & SEAL

Page 6: TENDER DOCUMENT FOR PURCHASE OF: SUPPLY, … .d383e272... · Tender Number: 6000013727 Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001 Sec03.2 08 Special

Tender Number: 6000013727

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

01 8 Pre-bid Conference Pre-bid conference will be held on 05.06.2020

(Friday) at 11 AM for this tender at SPM

Hoshangabad. Bidder should send their query if

any before one week of pre-bid conference. 02 11.2 Tender Currency Indian Rupees, Euro or USD where prices are

quoted in any other way shall be treated as unresponsive and rejected.

Supplier is requested to quote price within 2 Decimal place. Quotation with price quote beyond 2 decimal place is ignored.

03 19 Tender Validity 165 DAYS from the date of opening of tender

04 20.4 Number of Copies of Tenders to be

submitted SINGLE COPY

05 28.1 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 total price corrected accordingly,

unless SPMH 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.

06 28.2 Discrepancy in Prices - 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

07 28.3 Discrepancy in Prices - 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 judgement of

SPMH, 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

SPMH, the tender is liable to be ignored.

Page 7: TENDER DOCUMENT FOR PURCHASE OF: SUPPLY, … .d383e272... · Tender Number: 6000013727 Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001 Sec03.2 08 Special

Tender Number: 6000013727

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001

Sec03.2

08 Special GST Return Supplier Should file the GST returns for outward

supplies in time. In case of any Input Credit Loss

to SPM by way of their failure to files GST

Returns in time, SPM reserves the right to

withhold the payment of further supplies till

production of evidence of filling of Returns.

09 34 Comparison on CIF Destination basis Supplement with the following:

Price Bid evaluation:

In case of indigenous offer, the prices quoted

shall be compared on a total price basis (FOR,

SPM, Hoshangabad) including all taxes, duties,

packing and forwarding charges, freight,

insurance, installation, testing, commissioning &

training charges etc. as per the price schedule.

In case of imports, the tenderer will be required to

quote on FOB as well as CIF basis. The bidders

must quote the CIF price as per the price

schedule. The offer without CIF price will be

summarily rejected. The CIF price will be

multiplied by the exchange rate between Indian

Rupees and the quoted Foreign Currency,

prevailing on the date of opening of the tender

(Price Bid). The applicable rate will be “BC selling

rate” of State Bank of India. Customs duty @5%

and Surcharge @10% and GST @ 18% (present

rate), on CIF value will then be added on the CIF

price, thus converted into India Currency. On this

net price 1% will be added towards charges for

port clearance, forwarding charges and inland

freight & insurance upto destination to arrive at

the total price of the machine and its accessories

(landed price). Apart from the above, the other

charges mentioned by the tenderer for

installation, testing, commissioning, training etc.

will be added.

For comparison of import offer with the

indigenous offer, total price of indigenous offer,

shall be compared with the total price of import

offer. The total price is landed cost plus

installation, commissioning, testing & training

charges in Indian Rupees.

The Tenders received and accepted will be

evaluated to ascertain the best and lowest

evaluated tender in the interest of the purchaser,

for the complete supply and installation covered

under the technical specifications and documents.

Page 8: TENDER DOCUMENT FOR PURCHASE OF: SUPPLY, … .d383e272... · Tender Number: 6000013727 Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001 Sec03.2 08 Special

Tender Number: 6000013727

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).

SIGNATURE OF BIDDER WITH NAME,

DESIGNATION & SEAL

Page 9: TENDER DOCUMENT FOR PURCHASE OF: SUPPLY, … .d383e272... · Tender Number: 6000013727 Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001 Sec03.2 08 Special

Tender Number: 6000013727

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

01 8.2 Packing and Marking The quality of packing, the manner of marking

within & outside the packages and provision of

accompanying documentation shall strictly

comply with requirements as provided in

Technical Specifications and Quality Control

Requirements under Section VII and VIII and in

SCC under Section V. In case the packing

requirements are amended due to issue of any

amendment to the contract, the same shall also

be taken care of by the supplier accordingly.

02 11.2 Transportation of Domestic Goods Supplied material only through Registered

Common Carriers. For Inter-state movement of

goods, necessary Road permits are being issued

by SPMH. These road permits must be enclosed

along-with invoices.

03 12.2 Insurance The supplier shall make arrangements for

insuring the goods against loss or damage

incidental to manufacture or acquisition,

transportation, storage and deliver as per clause

no. 12.3, 12.4, 12.5. 04 14.1 Incidental Services Applicable

05 15 Distribution of Dispatch Documents for

clearance/ Receipt of Goods Applicable

06 16.1 Warrantee Clause The supplier warrants that the goods supplied

under the contract is new, unused and

incorporate all recent improvements in design

and materials unless prescribed otherwise by

SPM in the contract. The supplier further

warrants that the goods supplied under the

contract shall have no defect arising from design,

material or workmanship or from any act or

omission of the supplier, that may develop under

normal use of the supplied goods.

07 16.2 Warrantee Clause Warranty shall remain valid for twelve months

after the goods or any portion thereof as the case

may be, have been delivered to the final

destination and installed and commissioned at

the final destination and accepted by SPM in

terms of the contract or for fifteen months from

the date of dispatch, whichever is later.

Page 10: TENDER DOCUMENT FOR PURCHASE OF: SUPPLY, … .d383e272... · Tender Number: 6000013727 Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001 Sec03.2 08 Special

Tender Number: 6000013727

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001

Sec05.2

Sl.No

. GCC Clause

No. Topic SCC Provision

08 16.4 Warrantee Clause If claim arising out of this warranty, supplier shall

repair or replace the defective goods or parts

thereof, free of cost, at the ultimate destination.

The supplier shall take over the replaced

parts/goods after providing their replacement and

no claim, whatsoever shall lie on SPM for such

replaced parts/goods thereafter, within a period

of 60 days from the date of intimation by the

SPM, Hoshangabad.

09 16.6 Warrantee Clause If the supplier, having been notified, fails to

rectify/replace the defects within a reasonable

period, SPM may proceed to take such remedial

action as deemed fit by SPM, at the risk and

expense of the supplier and without prejudice to

other contractual rights and remedies, which

SPM may have against the supplier. For Further

details refer Clause no. 13 of Section VI List of

Requirements.

10 19.3 Option Clause Not Applicable.

12 21.2 Taxes and Duties Applicable (Henceforth, every supplier has to

indicate the break-up of Tax (GST) in price

schedule/bills. In case Tax is not applicable on

supplier, they must enclose relevant Tax

Exemption certificate. It is must for availing input

tax rebate.

13 22, 22.1, 22.2,

22.4, 22.3,

22.6

Terms and Mode of payments As per Point No. 14 of Section-VI: List of Requirements

14 24.1 Quantum of LD If the contractor fails to deliver the goods and/or

services or any installment thereof within the

Delivery Period, SPM Hoshangabad shall,

without prejudice to other rights and remedies

available to SPM, Hoshangabad under the

contract, deduct from the contractor price, as

Liquidated damages, a sum equivalent to the rate

of 0.5 Percent of the delivered price of the

delayed goods and/or services along with

applicable GST of 18%, for each week of delay

or part thereof until actual delivery or

performance, subject to a maximum deduction of

the 10% + GST of the delayed goods or services.

16 33.1 Resolution of Disputes If dispute or difference of any kind shall arise

between SPMH and the supplier in connection

with or relating the contract, the parties shall

make every effort to resolve the same amicably

by mutual consultations. If the parties fail to

resolve their dispute or difference by such mutual

consultation within 21 days of its occurrence,

then, unless otherwise provided in the SCC,

either SPMH or the supplier may seek recourse

to settlement of disputes through arbitration act

33.2.

Page 11: TENDER DOCUMENT FOR PURCHASE OF: SUPPLY, … .d383e272... · Tender Number: 6000013727 Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001 Sec03.2 08 Special

Tender Number: 6000013727

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001

Sec06.1

Section VI: List of Requirements

Schedule

No. Brief Description of goods

and services (Related

Specifications etc. are in

Section-VII)

Accounting Unit Quantity Amount of

Earnest Money Remark

1 New Sheet cutter EA 1.000 INR 1,41,13,000.00,

EURO 1,78,168.00

USD 1,96,741.00

2 Installation and

Commissioning Charges AU 1.000

1. PRE-BID CONFERENCE:

Pre-bid conference will be held on 05.06.2020 (Friday) at 11 AM for this tender at SPM Hoshangabad. Bidder should

send their query if any before one week of pre-bid conference.

2. TENDER CURENCIES:

a) Bidders offering domestic goods shall quote only in Indian Rupees (INR).

b) Bidders offering imported goods shall quote either in Indian Rupees (INR), in Euro or in USD.

c) Tenders, where prices are quoted in any other way shall be treated as unresponsive and rejected.

3. EARNEST MONEY DEPOSIT (EMD)

The earnest money for a total value of INR 1,41,13,000.00 or EURO 1,78,168.00 or USD 1,96,741.00 shall be furnished in one of the following forms:

a) Account Payee Demand Draft or

b) Fixed Deposit Receipt or

c) Bankers cheque or

d) Bank Guarantee

The demand draft, fixed deposit receipt or bankers cheque shall be drawn on any scheduled commercial bank in

India, in favour of Account specified in the Clause 3 of NIT. In case of bank guarantee, the same is to be provided

from/confirmed by any scheduled commercial bank in India as per the format specified under Section XIII in these

documents. The earnest money shall be valid for a period of six months beyond the validity period of the tender.

4. TENDER VALIDITY:

(i) The tender 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 & rejected.

(ii) In exceptional cases, the tenderers may be requested by SPM to extend the validity of their tenders up to a

specified period. Such request (s) and responses thereto shall be conveyed by surface mail/ E-mail/ Telex/ Cable

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 the validity period of the EMD accordingly.

(iii) In case the day up to which the tenders are to remain valid falls on/subsequently declared a holiday or closed

day for SPM, the tender validity shall be extended up to the next working day.

(iv) Compliance with the clauses of this Tender document: Tenderer must comply with all the clauses of this tender

document. No deviations with any of the clauses of this tender are permitted to the bidder.

Page 12: TENDER DOCUMENT FOR PURCHASE OF: SUPPLY, … .d383e272... · Tender Number: 6000013727 Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001 Sec03.2 08 Special

Tender Number: 6000013727

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001

Sec06.2

5. AWARD CRITERIA:

All responsive tenders shall be evaluated as per the terms and conditions of this tender. The basis for arriving at the

lowest responsive bidder shall be as per the total price comparison for deliveries up to SPM, Hoshangabad on F.O.R

basis. However the purchaser reserves the right to place order on the firm for FOB/FCA or CIF basis whichever

would be cheaper and beneficial for the unit organization w.r.t. circular no. SC-18013/1/2013-ASO-I dated 8th

September,2015 of Ministry of Shipping, GoI.

6. SUBMISSION OF TENDERS:

6.1 Pre-Qualification bid, Techno-commercial 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 techno-commercial 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 super

scribed “Pre-qualification bid”, “Techno-Commercial bid”, “Price bid”, as the case may be, for “Supply,

Installation & Commissioning of New Sheet Cutter at SPM, Hoshangabad”. The sealed envelopes shall be again put

in another sealed cover and should be super scribed #Tender for Supply, Installation & Commissioning of New

Sheet Cutter at SPM, Hoshangabad# and due date. 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.

6.2 Tenders shall be submitted in parts as below: -

PART I - PRE-QUALIFICATION BID:

i. One original Tender document shall be submitted. It should not have any price aspects.

ii. Tender document fee Rs. 5,600/- or Euro 71.00 and USD 78.00

iii. Earnest Money Deposit INR 1,41,13,000.00 or EURO 1,78,168.00 or USD 1,96,741.00

iv. Power of Attorney/ Authorization with the seal of the company of person signing the tender documents. vi. Manufacturing/Authorization Certificate :

(1) If the bidder firm is manufacturer then firm has to submit the valid registration certificate.

(2) If the bidder firm is not the manufacturer then firm has to submit the valid manufacturers authorization

certificate/valid dealership certificate of the item supplied as per the standard form duly filled by OEM as per

annexure XIV of this tender document.

vii. Financial Standing of last 3 years i.e. 2016, 2017 & 2018 in case the financial year is maintained calendar year

wise or 2016-17, 2017-18 and 2018-19 in case the financial year is maintained ending 31st March of a year should

be certified by accountants e.g. Chartered Accountants (CA) in India and Certified Public Accountants/ Chartered

Accountants of the other countries.

viii. Duly filled tender form as per Section-X is to be submitted. No price detail is to be given in this bid. In case if any

price detail is given, then the bids are liable to be rejected.

ix. Containing un-priced tender consisting of complete Qualification/ Eligibility of the tenderer as per the format

specified under Section XI in this document.

PART II - TECHNO-COMMERCIAL BID

i. The tenderer shall submit detailed techno-commercial offer as per Technical Specifications as per Section VII

of this tender document.

ii. The tenderer has to submit acceptance of all sections of this tender document (GIT, SIT, SCC, Quality control

Page 13: TENDER DOCUMENT FOR PURCHASE OF: SUPPLY, … .d383e272... · Tender Number: 6000013727 Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001 Sec03.2 08 Special

Tender Number: 6000013727

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001

Sec06.3

requirements, Tender form, Questionnaires, etc.).

iii. The tenderer has to submit acceptance of all the terms and conditions of the tender document without any

deviation.

iv. One original copy of tender shall be submitted.

v. Containing Blank price Bid duly signed (No price detail is to be given in this bid. In case if any price detail is

given, then the bids are liable to be rejected)

PART III - PRICE BID:

The tenderers shall quote the prices as per the proforma given in Section # XI of the tender document. Insertion,

post script, addition and alteration shall not be recognized unless confirmed by the tenderers.

#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.#

7. EVALUATION CRITERIA FOR L1 BIDDER:

The pre-qualification bids are to be opened in the first instance, at the prescribed time and date. These bids shall be

scrutinized and evaluated by the competent committee/authority with reference to the parameters prescribed in the

eligibility criteria. Thereafter, in the second stage, the techno-commercial bids of only pre-qualified bidders (as

decided in the first stage) shall be opened at a later date and time for further scrutiny and further evaluation. These

bids shall be scrutinized and evaluated by the competent committee/authority with reference to the parameters

prescribed in the tender document. Subsequently, in the third stage the financial bids of only the

techno-commercially acceptable offers (as decided in the second stage shall be opened for further scrutiny and

evaluation. Intimation regarding opening of techno-commercial and financial bids shall be given to acceptable

tenderers to enable them to attend the techno-commercial and financial bid opening, if they so desire.

The method of evaluation of L1 bidder for awarding the Contract shall be on consolidated grand total offered by the

bidder and will be decided by taking into consideration the total offered price (I+II) as per Section-XI (Price schedule)

of this tender document.

8. SPECIAL INSTRUCTION FOR MSME:

(I) Micro and Small Enterprises firms are exempted from submitting Tender fees. 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:

(a)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 25 per cent of total tendered value.

(b) In case of more than one such Micro and Small Enterprise, the supply shall be shared proportionately (to

tendered quantity).

(c) In case of tender item have non-split able or non-dividable, etc. MSME quoting price within price band L1+15%

may be awarded for full/ complete supply/service of total tendered value to MSME.

(d) Minimum 3 per cent reservation for Women owned MSMEs within 25 percent mentioned above (i.e. 3 percent

out of 25 percent).

(III) Special provisions for micro and small enterprises owned by SC or ST:

Page 14: TENDER DOCUMENT FOR PURCHASE OF: SUPPLY, … .d383e272... · Tender Number: 6000013727 Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001 Sec03.2 08 Special

Tender Number: 6000013727

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001

Sec06.4

Out of 25 per cent allowed for procurement from Micro and Small Enterprises, a sub-target of 25 per cent (i.e., 4 per

cent out of 25 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.

(IV) Tender Fee and Earnest Money Deposit (EMD) is exempted for firms having DIC/SSI/MSME/NSIC registration

for the tendered stores. A copy of valid DIC/SSI/MSME/NSIC is to be submitted along-with bid.

(V) Relaxation of Norms for startups and Micro & Small Enterprises on prior experience and prior experience an

prior turnover criteria. In exercise of Para 16 of Public Procurement Policy for Micro and Small Enterprises Order

2012. Security Paper Mill, Hoshangabad has relaxed the condition of prior turnover and prior experience with

respect to Micro and Small Enterprises subject to meeting of quality and technical specifications.

(VI) If required SPM may visit the factory during PQB stage, to ascertain the bidder manufacturing capability &

quality control methodology.

Firm should submit the following:-

a) Infrastructure details

b) Machinery list

c) Organization structure 9. E-WAY BILL:

As per Government of India instruction e-Way Bill is mandatory with effect from 01-02-2018 for all inter-State and

intra-State movement of goods. Therefore you are requested to generate the e-Way Bill before booked the material

through common portal of Government and attach e-Way Bill with your invoice. Required GST details of Security

Paper Mill, Hoshangabad is as follows :-

Trade Name : SECURITY PAPER MILL City,

State : Hoshangabad, Madhya Pradesh

State Code : 23

Pin : 461005

GSTIN No. : 23AAJCS6111J3ZE

PAN NO. : AAJCS6111J

10. PERFORMANCE SECURITY: Within twenty-one day after the issue of notification of award of contract or purchase order by SPM, the supplier

shall furnish performance security to SPM for an amount equal to 10% of the total value of the contract.

Performance Security may be furnished in the form of an Account payee Demand Draft from a "Scheduled

Commercial Bank" or Bank Guarantee from a scheduled Commercial bank in an acceptable form safeguarding SPM

interest in all respects. Security is to be furnished by a specified date and it should remain valid for a period of 60

days beyond the date of completion of all contractual obligations of the contractor, including warranty obligations.

11. TERMS OF DELIVERY:

a) FOB Sea port for imported supplies. b) FOR, Security Paper Mill, Hoshangabad (M.P.) duly unloaded for indigenous supply.

12. REQUIRED DELIVERY SCHEDULE:

a) The Sheet cutter must be ready for Pre-dispatch inspection within 12 Months from the date of opening of confirm

Letter of Credit(for Foreign Bidder )/ from the date of issue of PO/NAC(Indian Bidder)

b) The Sheet cutter must be dispatched within 6 weeks from the date of completion of pre-dispatch inspection. If the delivery of any minor part is delayed, but commissioning of the machine is not affected and is completed in due time, the date shall be considered as delivered in due time.

Page 15: TENDER DOCUMENT FOR PURCHASE OF: SUPPLY, … .d383e272... · Tender Number: 6000013727 Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001 Sec03.2 08 Special

Tender Number: 6000013727

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001

Sec06.5

c) Installation, Commissioning to be started within 30 days from the date of receipt of machines at respective stores of SPM, Hoshangabad.

d) The Sheet cutter should be installed, commissioned and tested within 150 days at SPM Hoshangabad from the

date of receipt of machines.

13. WARRANTY:

13.1 The supplier warrants that the goods supplied under the contract is new, unused and incorporate all recent

improvements in design and materials unless prescribed otherwise by SPM in the contract. The supplier further

warrants that the goods supplied under the contract shall have no defect arising from design, materials (except when

the design adopted and / or the material used are as per SPM's specifications) or workmanship or from any act or

omission of the supplier, that may develop under normal use of the supplied goods under the conditions prevailing in

India.

13.2 This warranty shall remain valid for twelve months after the goods or any portion thereof as the case may be,

have been delivered to the final destination and installed and commissioned at the final destination and accepted by

SPM in terms of the contract or for eighteen months from the date of dispatch from the supplier's premises

whichever is later.

13.3 In case of any claim arising out of this warranty, SPM shall promptly notify the same in writing to the supplier.

13.4 Upon receipt of such notice, the supplier shall, with all reasonable speed and time, repair or replace the

defective goods or parts thereof, free of cost, at the ultimate destination. The supplier shall take over the replaced

parts/ goods after providing their replacements and no claim, whatsoever shall lie on SPM for such replaced parts/

goods thereafter, within a period of 60 days from the date of intimation by the SPM, Hoshangabad.

13.5 In the event of any rectification of a defect or replacement of any defective goods during the warranty period,

the warranty for the rectified/ replaced goods shall be extended to a further period of twelve months from the date

such rectified / replaced goods starts functioning to the satisfaction of SPM.

13.6 If the supplier, having been notified, fails to rectify/ replace the defect(s) within a delivery period, SPM may

proceed to take such remedial action(s) as deemed fit by SPM, at the risk and expense of the supplier and without

prejudice to other contractual rights and remedies, which SPM may have against the supplier.

14. PAYMENT:

14.1 All the payment to overseas supplier towards the cost of stores ordered would be made through irrevocable

letter of credit to be opened by purchaser through a scheduled commercial bank in favour of supplier. Such letter of

credit shall be automatic revolving one with limit of covering total value of shipment of stores subject to total ceiling

of value for total ordered quantity. The payment will be arranged as below:-

A. 80% payment (as per part-I of the price schedule section XI of this tender document) will be made through

L.C after dispatch of material and subject to production of documents as listed below:

i. Complete set of clean Bills of Lading/Air way Bill which must show that the goods have been actually shipped

on board.

ii. Signed invoices in four copies stipulating specification of the item indicating cost and quantity.

iii. Certificate of Country of Origin issued by chamber of commerce.

iv. 04 copies of packing list stipulating individual weight and dimensional details of each packing case.

v. Inspection Certificate. If inspection has been waived then quality test certificate.

vi. Two sets of non-negotiable dispatch documents to be sent by courier services to the purchaser immediately

after dispatch.

vii. Catalogue, technical write up/literature for custom purpose.

Page 16: TENDER DOCUMENT FOR PURCHASE OF: SUPPLY, … .d383e272... · Tender Number: 6000013727 Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001 Sec03.2 08 Special

Tender Number: 6000013727

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001

Sec06.6

B. Balance 20% payment (as per part-I of the price schedule section XI of this tender document) and 100%

payment of the cost of installation and commissioning (as per part II of the price schedule section XI of this tender

document) shall be made through L.C. on successful installation, commissioning and after issue of acceptance

certificate from Purchaser.

C. All Bank charges for opening of Letter of Credit in respect of purchaser’s bankers will be borne by Purchaser and

those charged by supplier’s bankers will be borne by the supplier. The Charges of extension of L.C. or any

confirmation if attributable to supplier will be paid by supplier and not by the purchaser.

14.2 All Payment to Indigenous suppliers for the supply of stores would be made as under:

A. 80% payment of the cost of goods (as per part-I of the price schedule section XI of this tender document) shall be made on receipt and acceptance of goods by the consignee at destination and on production of all required documents by the supplier at SPM, Hoshangabad. The mode of payment shall be RTGS / NEFT.

B. Balance 20% payment (as per part-I of the price schedule section XI of this tender document) and 100%

payment of the cost of installation and commissioning (as per part II of the price schedule section XI of this tender

document) shall be made on successful installation, commissioning and after issue of acceptance certificate from

Purchaser.

15. AFTER SALES SERVICE:

It must be clearly indicated in the quotation whether the sales service shall be provided by supplier himself or by their

authorized Indian office after satisfactory installation/commissioning of the machine and expiry of guarantee/warranty

period. All terms and conditions of this tender shall apply to after sales services also.

16. SPARE PARTS:

The bidder shall submit list of recommended spare parts required for trouble free operation of machine for 02 years.

The list should indicate detailed description of item, identification number and quantity. The list should be un-priced

along with techno-commercial bid and priced along with price bid. The price of these spare parts will not be taken into

account for deciding lowest offer. Also the offered unit price of these spares shall remain fixed/unchanged for 03

years after expiry of warranty period. A written confirmation in this regards should be submitted along with technical

bid.

17. AFTER SALES SUPPORT:

The supplier shall provide technical support for the system/machine and make available all required spares and

consumables for a period of at least 10 years from the date of expiry of warranty period. All terms and conditions of

this tender shall apply to after sales/services support also. Written commitment should be submitted in this regard

along with techno-commercial bid.

18. The supplier shall supply commissioning spares, oil and lubricants and consumables as may be required during

installation, erection, testing, start up and initial operation of the machine till completion of successful commissioning

and commencement of regular operations and completion of Final Acceptance test at purchaser site.

19. LICENSES AND PERMITS:

Wherever applicable, the successful bidder shall ensure himself and also satisfy the General Manager, Security

Paper Mill, Hoshangabad that, the successful bidder possesses the legal license/permit to use a particular product/

process/ design/ patent. The successful bidder shall be held responsible for all the civil/criminal and tortuous

consequences arising from any claim from any third party in this regard.

20. PRE-DISPATCH INSPECTION:

At the discretion of SPM, Hoshangabad authorized officials will carry out Pre-dispatch inspection at the

manufacturer’s site for the machines for five working days. The expenditures towards inspection at manufacturing

work site shall be borne by the successful supplier, whereas the other expenses (like traveling, accommodation, etc.)

shall be borne by SPM, Hoshangabad.

Page 17: TENDER DOCUMENT FOR PURCHASE OF: SUPPLY, … .d383e272... · Tender Number: 6000013727 Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001 Sec03.2 08 Special

Tender Number: 6000013727

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001

Sec06.7

21. TRAINING:

The supplier shall provide 10 (Ten) working days training regarding operation, maintenance and software applications

to 06 (six) personnel from SPM, Hoshangabad at the manufacturer’s site for the machines. The expenditures towards

training at manufacturing work site shall be borne by the successful supplier, whereas the other expenses (like

traveling, accommodation, etc.) shall be borne by SPM, Hoshangabad.

The supplier shall also provide 04 weeks training regarding operation, maintenance and software applications to

nominated employees at SPM, Hoshangabad.

22. MANPOWER REQUIREMENT:

The manpower requirement shall be provided from successful bidder to indicate the number of manpower required

for operation of the machine/shift.

23. FALL CLAUSE:

The price quoted for supply, installation, commissioning of one sheet cutter at SPM, Hoshangabad on Turnkey basis

to be supplied against this tender by the prospective seller shall in no event exceed the lowest price at which the

seller sells the supply, installation, commissioning of one sheet cutter on Turnkey basis of identical specification to

any other party. A declaration/ certificate to this effect will have to be furnished along with the Price Bid.

24. RISK PURCHASE:

(a) If the supplier after submission of tender and due acceptance of the same, i.e. after notification of award of

contract/purchase order fails to abide by the terms and conditions of these tender documents, or fails to supply the

deliverables as per delivery schedule given or at any time repudiates the contract, the purchaser shall have the right

to

(i). Forfeiture of the EMD and

(ii). Invoke the Security-cum-Performance Guarantee if deposited by the supplier 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 custom

duty, taxes, insurance, freight etc.

(b) For all the purpose the notification of award of contract/ purchase order will be considered acceptance of tender

and formal contract pending signing of agreement. Supplier has to abide by all 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.

25. ARBITRATION:

(a) In case any dispute or difference arises out of or in connection with or the carrying out of works (whether during

the progress of the works or after their completion and whether before or after the determination, abandonment or

breach of the contract) except as to any of the accepted matters, provided here under, the parties hereto shall first

Endeavour to settle such disputes or differences amicably.

(b) Indian Laws will be applicable in every aspects of the bid/contract/tender. Further, if any dispute arises after the

issue of letter of Intent and during the execution of the project which is not resolved within 30 days of their arising,

they shall be referred to a sole arbitrator to be appointed by the Chairman and Managing Director acting through the

General Manager, Security Paper Mill, Hoshangabad. Provisions of Indian Arbitration Act, 1940 or any statutory

modification or re-enactment thereof and rules framed there under from time to time shall apply to such arbitrations.

(c) Venue of arbitration shall be New Delhi or any other place in India at the choice of the Purchaser.

(d) The arbitrator, appointed under this Article shall have the power to extend the time to make the award with the

consent of parties.

(e) Pending reference to arbitration, the parties shall make all endeavors to complete the contract/work in all respects

and all disputes, if any, will finally be settled in the arbitration.

Page 18: TENDER DOCUMENT FOR PURCHASE OF: SUPPLY, … .d383e272... · Tender Number: 6000013727 Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001 Sec03.2 08 Special

Tender Number: 6000013727

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001

Sec06.80

(f) Upon every or any such reference to the arbitration, as provided herein the cost of any incidental to the reference

and award respectively shall be in the discretion of the Arbitrator as the case may be.

(g) The award of the Arbitrator, as the case may be, shall be final and binding on the parties. It is agreed that the

SELLER shall not delay carrying out of the contract/works by reason of any such matter, question or dispute being

referred to arbitration, but shall proceed with the contract/works with all due diligence. The PURCHASER and the

SELLER hereby also agree that arbitration under this clause shall be a condition precedent to any right of action

under the contract.

26. MAKE IN INDIA (DIPP Clause):

The local manufacturers who fulfill the provisions of the Department of Industrial Policy and Promotion (DIPP) Public Procurement order no. P-45021/2/2017-BE-II dated 15.06.2017 can participate in this tender document with exemption at various sections as applicable.

SIGNATURE OF BIDDER WITH NAME,

DESIGNATION & SEAL

Page 19: TENDER DOCUMENT FOR PURCHASE OF: SUPPLY, … .d383e272... · Tender Number: 6000013727 Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001 Sec03.2 08 Special

Tender Number: 6000013727

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001

Sec7.1

Section VII: Technical Specifications 1. Machine data

Material

Cotton/Rag based paper bank note paper with security thread, holograms and other safety features.

Web width, gross max. 900 mm; min. 400 mm

Reel diameter max. 1525 mm; min. 120 mm

Reel weight max. 2500 kg

Size width (ream) max. 850 mm; min. 400 mm

Size length (ream) max. 850 mm; min. 400 mm

Paper grammage max. 120 g/m²; min. 65 g/m²

Sheeter operation speed max. 350 m/min.

-Cutting frequency max. 650 cuts/min

-Ream collecting height max. 100 mm

Tolerance to tracking line +/-0.2 mm (from pre-adjusted value)

Width tolerance notching position +/-0.2 mm (from pre-adjusted value)

to register bug mark

+/-03 mm

Notching position tolerance to slit web

edge

+/-0.6 mm

Cutting length tolerance to register

bug mark upon constant speed Cut

with CC1

+/-0.3 mm

Cutting length tolerance to register

bug mark upon constant speed Cut

with CC2

+/-0.3 mm

- Cutting tolerance according to

register bug mark during machine

acceleration and deceleration tandem

cut

+/-0.3 mm for 99.5 % of all production

- Cutting tolerance according to

register bug mark during machine

acceleration and deceleration tandem

cut

+/-0.3 mm approx. 0.5 mm for 0.5 % of all production

Cut with CC1 +/-0.4 mm

Cut with CC2 :+/-0.4 mm

Cutting length tolerance according to

register bug mark during machine

acceleration and deceleration tandem

cut

:+/-0.8 mm

Cutting angle tolerance :+/-0.35 mm upon 850 mm

Ream sheet counting tolerance 0

Page 20: TENDER DOCUMENT FOR PURCHASE OF: SUPPLY, … .d383e272... · Tender Number: 6000013727 Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001 Sec03.2 08 Special

Tender Number: 6000013727

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001

Sec7.2

Pile height for not accepted sheets Max. 1200 mm - the pile height depends on paper

quality and auxiliary wedges used for pile formation

Instrument Compressed air min. 6 bar; max. 8 bar cleaned, oil free and water free

accuracy class 4 to DIN ISO 8573-1

Supply of 01 number working & 01 number stand –by

instrument Air Compressor with all auxiliaries will be in the

scope of bidder.

Operating side in paper running

direction

at the right ( i.e. Drive on left seen in paper running direction)

2. General Data

Ambient air temperature min. + 20°C; max. + 24°C

Relative ambient air moisture 50 - 60 %

3. Electrical Data

Rated Voltage 415 V

Voltage deviation +/- 10%

Rated frequency 50Hz

Frequency deviation +/-2 %

Number of Phases: 3

Network configuration: TN

Control Voltage 24 VDC

Neutral conductor connection Yes

Overload protection for main supply

Ethernet connection

Power factor

Battery Limit

Yes

Yes

Supplier has to provide APFC system tp maintain the power factor unity. Power supply shall be provided at single point battery limit is at PCC room of PM#5, which is approximately 300 meter away from finishing end. (i.e. Point of installation).

- All equipment & panel earthen work ( i.e. All earthing copper strips/copper cables, earthing pits, laying of

earthing copper strips/copper cable) shall be in the scope of supplier.

- All the cables are of copper and accessories (cable tray, cable ties, lugs, earthing cable strips etc.) to be in the

scope of supplier along with its laying work.

- All the system to be connected through proper two earthing points.

- Panels should have energy meter and voltmeter for measuring energy consumption.

- All the motors shall be IE3 and above energy efficiency class.

- All panels must be having proper design for protection against dust & having proper cooling system.

- For all critical auxiliary process ( i.e. Blower, chilling, units, suction unit etc.) should have stand by units/system

to avoid stoppage of plant.

4. Inkjet printer/Marking module/with special equipment for Barcode.

A unique barcode mark with sufficient length will be printed on the edge of every paper sheet cut at sheet cutter by inkjet printer/marking module/with special equipment only at the stage of sheet cutting operation with operation speed i.e. 350 MPM. It is a key to print a barcode as a first step in order to keep control for tracking & tracing during the entire production process.

Page 21: TENDER DOCUMENT FOR PURCHASE OF: SUPPLY, … .d383e272... · Tender Number: 6000013727 Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001 Sec03.2 08 Special

Tender Number: 6000013727

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001

Sec07.3

5. Laser Pointer

- Manual adjustment of laser pointer according to scale

- For adjustment of tracking line

6. Unwind Unit

Shaft less hydraulic pick-up unwind

- 2x Mechanical clamping basic core 3” & 5” on both sides, hydraulically activated

- Lowering of support arms to pre-adjusted position

- Manual Reel lifting via push-button

- Mechanical manual quick-adjustment of support arms and individual inserting of clamping chucks

- Manual lateral positioning of reel to end stop according to scale

- Motoric drive and brake generator with energy regeneration

- Vertical linear paper storage with light metal cylinders

- Adjustable web tension

- Automatic detection of reel diameter

- Machine stop upon web break and upon adjustable minimum reel diameter

- NON-STOP reel change up to 60 m/min

- Automatic or manual release of splice procedure

- Adjustable reel diameter for automatic speed reduction for splicing sequence

- Splice unit for reel preparation, motorized retractable to service position

- Fixation of prepared web at vacuum bar and additional clamping via clamp bar.

- Web loading system (i.e. trolley) should be wheel operated.

- Weighing scale (load cell etc.) to be installed at unwind stand.

Reel diameter max. 1525 mm; min. 110 mm

Reel loading diameter min. 350 mm

Web width max. 1210 mm; min. 290 mm

Reel weight max. 2500 kg

Paper grammage max. 120 g/m²; min. 65 g/m²

7. Footboard for single unwind stand

- Hinged footboard after unwind stand.

8. DE-curler, bar type operating on both sides

- Linear moving de-curler - DE-curling effect on both sides of web - DE-curling effect by means of bar. - Motorized adjustment of dive-in depth by push-button.

- DE-curling should be work in auto mode irrespective of web diameter.

- Provision of manual DE curling setting to be provided.

9. Splice Detection

- Non-contactless splices detection by sensor - Arranged in machine center - Automatic fault tracking - Automatic gate control - Adhesive tape area: min. 40 mm; min. 50 g/m² - Speed: min. 60 m/min.

10. Adapter for Basic Chuck of 3” & 5”

- With chuck for inner core diameter of 3”& 5" - Inserting Clamping range: 149 - 160 mm

Page 22: TENDER DOCUMENT FOR PURCHASE OF: SUPPLY, … .d383e272... · Tender Number: 6000013727 Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001 Sec03.2 08 Special

Tender Number: 6000013727

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001

Sec07.4

11. Manual operated Lift truck for reel loading

- For transport of paper reels - Reel diameter: 1200 – 1600 mm - Reel weight: max. 2500 kg - Lifting and lowering of reel by manual operating hydraulic system. - Reel loading trolley wheels should have rail type mechanism.

12. Edges tear out control system

- Only good paper will be accepting. - Faulty paper will be rejecting.

13. Web Edge Control with CCD Camera

- Regulating system with one camera per web edge - Recognition of tracking line or web edge - Positioning of web according to specified position - Servo motor does stop upon web break - Adjustment range +/- 5 mm - Accuracy of web runs +/- 0.2 mm, depending on characteristic and quality of tracking lines - Upon non-recognition of tracking line, machine does stop an audio visual alarm to be generated & manual provision to be provided. - Operator can select either right or left web edge - Symbol size in running direction: max. 10 mm - min. 1 mm - Symbol size in cross direction: max. 2 mm - min. 1 mm - Contrast of track line to paper: min. 50 % higher than paper - Distance tracking line to web edge: max. 25 mm - min. 3 mm - Reading speed: Max. 350 meter/min. or more. Knife cycle - Digital signals for web tear, emptying the machine, roll change and phase correction - Signals to be received by systems. Inspection ready for operation

14. Edge trim

- Central adjustment of top knife holder and bottom knife by hand-wheel - Manual transversal register adjustment with position indicator - Bottom knife shaft driven by frequency-controlled servomotor - Web guiding to cross cutter or to inspection system - Bottom knife as per design. - Top knife as per design. - Trim (both sides): max. 25 mm, each; min. 5 mm, each - Web width tolerance: +/- 0.2 mm - Offset: 0-45 mm. - In line trim waste removal system.

15. Waste Exhaust for Slitting

- High performance blower with Injector and Air return System - Strip cutting with cutting unit - Number of tube bends: max. 3 - Height difference: max. 6 m - Air volume: as per design. - Provision of separate bale press section with auxiliaries (i.e. dust removal system, fire detecting equipment etc.) shall be in the scope of bidder.

16. Noise Protection hood

- Noise protection for blowers, (i.e. below 80 db.) - With openings for supply air and exhaust air

Page 23: TENDER DOCUMENT FOR PURCHASE OF: SUPPLY, … .d383e272... · Tender Number: 6000013727 Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001 Sec03.2 08 Special

Tender Number: 6000013727

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001

Sec07.5

17. Dust Removal

- 2 units, each for 1 top side and reverse side - Automatic swiveling out in case of splices - Vacuum blower - Filter unit - Accessories and fixed piping.

18. Web Guiding and Interface for Inspection system

1. Paper web infeed and web outfeed for inspection system 2. Automatic gate control by systems 3. Automatic data transfer for new paper roll data on paper roll change via OPC to the inspection system (OPC-

software to be on PC of inspection) 4. Signals to be provided by systems. 5. Double-sided full inspection for security and banknote paper. 6. Inspection of top and bottom side by CCD cameras with illumination. (High resolution cameras firm will

submit the camera spec. in detail) 7. Frame to support measuring heads and web guide rollers. 8. Hardware (operator panel, keyboard) and software for data storage and evaluation of continuous error log. 9. Proper database of Statistics, Defect pictures. 10. Camera Pixel Size suitable for accurate and reliable inspection of features. 11. For any changes there must be Logging for all the Parameter & Thresholds in pritable format; also there

should be logging of application ON & OFF. 12. Product detail must be saved in printable format (.txt or .pdf) 13. In defect window - along with Threshold digit, software should also show defect category and threshold % (at

which rejection occurred). 14. Latest Application Software with latest windows and processor of industrial grade PC. 15. Cabinet door opening AUDIO-Visual Alarm with acknowledgment. 16. System must comprise proper CAMERA cooling system (Keeping in mind the ambient temp. 45 degree C.

max.& humidity 90% non-condensing) 17. One no. extra external USB HDD along with Latest Genuine Software for Backup & System Images. 18. There must be proper Mechanism (automatic/ manual) for illumination source movement. 19. In database complete Image dimension as shown in defect window must be stored along with date, time &

type of defect. 20. There should be provision to measure the size of defect at Defect window during online inspection. 21. One extra monitor with cable for online monitoring for remote location. The system should be capable to inspect the following and segregate good and bad sheets accordingly: 1. Registration, Sheet size, sheet square-ness and note size. 2. Bright and light spot, pin holes in paper. 3. Advanced feature for all the watermarks i.e. threshold & inspection like Bright spot, Inclusion, dirt (Top/bottom)

& Correlation of each Water marks should be independent not common. 4. Dirt (TOP/BOTTOM) in Paper. 5. Gloss (TOP/BOTTOM) 6. Detection & rejection of Security Thread for these problems: FLIP, BREAK, NARROW, WIDE PRESENCE/ABSENCE, WITHIN RANGE/OUT OF RANGE, SIZE OF WINDOW, NO. OF WINDOW, etc. 7. ET No. : Inclusion, Presence & Absence, Correlation 8. Watermark orientation, in paper. 9. Paper Wrinkles. 10. Text reading of the security threads.

19. Paper Web Inspection for both sides

- Double-sided full inspection for safety and banknote paper webs - Bank note parameter to be checked by inspections System, as per Indian Bank Note CWBN paper. Every

faulty sheet should be recognize & generate faulty sheet signal. - Inspection of top and bottom side by CCD cameras with highly efficient LED illumination - Frame to support measuring heads and web guide rollers - Hardware and software for data storage and evaluation of continuous error log - Color screen

Page 24: TENDER DOCUMENT FOR PURCHASE OF: SUPPLY, … .d383e272... · Tender Number: 6000013727 Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001 Sec03.2 08 Special

Tender Number: 6000013727

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001

Sec07.6

- Web width: max. 950 mm; min. 400 mm - Paper web speed: max. 350 m/min - Grammge: min. 65; max. 120 g/m² - Inspection System should have In-built cooling system.

20. Bug/Cut Mark Detection:

- Reading head for cut mark - Diagnoses via LED for control - Electronic evaluation - Adjustment of reading head by hand-wheel according to scale with easy adjustment - Storage of cut-off length tolerances - If a fixed number of rejected sheets is reached, machine will stop automatically - In case splice in web, machine speed will be reduced automatically - Automatic adjustment of register to new cut mark - Rejection of all sheets at gate 1 - Bug mark size: min. 12 mm x 1 mm - Reading range in width: 10 mm window in running direction: 20 mm window - Quality of the bug mark: sharp edges with high contrast, high transparency - Reading speed with 1 mm: max. 350 m/min

21. Measuring and evaluation system

- Control and mean value display of bug mark distances - Without storage of cut mark distances.

22. Rotary Notching Station

- Drive via frequency- and variably-controlled A.C. motor - Calculation of punching length between cutting and cutting mark - Lateral movement of unit via motorized according to scale with manual clamping of guides - Notching left or right side adjustable via motorized and clamping - Notching tool for half round holes at right and left web edge - Waste funnel for each Notching tool - Punch tool with die for each Notching tool - Punch tool diameter 16 mm (standard) - In line waste removal system.

23. Punching tool set with lower die plate

- For notching at web edge at left and right side - punching tool + lower die plate - Punching tool diameter 16 mm.

24. Antistatic Device

- Before and after cross cutter for one paper web. - The area of the belts is provided with static electricity neutralization systems, known as anti-static bars; they are strategically placed to prevent unwanted behaviors caused by static electricity. - The locations of the anti-static bars are usually the following:

Reject gate area

Slow belt area

25. Cross Cutter Knife

- For tandem cut “As per suitable design”. - First cross cutter cuts cut-off length - Second cross cutter cuts leading edge according to bug/cut mark - Only predefine sheet size (good sheets) to be go to good delivery. - Miscuts will be rejected - For knife change belt section will be removed manually - Second cross cutter does suck-on waste strips via exchangeable suction system Turning of suction plate according to waste length. Ejection of strip into waste funnel

Page 25: TENDER DOCUMENT FOR PURCHASE OF: SUPPLY, … .d383e272... · Tender Number: 6000013727 Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001 Sec03.2 08 Special

Tender Number: 6000013727

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001

Sec07.7

- Automatic correction of sheet distance depending on size of waste cut - Adjustment of pull-off belts according to scale - Trim: variation from cut to cut - Length of trim waste: max. 70 mm; min. 5 mm

26. Waste Exhaust for Cross Cut Strip

- High performance blower with Injector and Air return piping system. - In line waste removal system for edge trim & back-strip trim.

27. Gate for Switching to Collecting Stations

- Fully-automatic pneumatically/Motorized-controlled sheet-gate for switching between good/accepted delivery 1, 2 & 3.

28. Gate (Reject Sheets) to Belt Transport

- Reject sheets are collected in deep pile by mechanically controlled fingers & system. - Signal by push-button, as well as machine control system and from the inspection system

29. Individual deliveries.

Delivery Station 1(Good/accepted)

Delivery station 2 (Good/accepted) - Function as double delivery station – in addition and together with delivery station 1 Delivery station 3(Good/accepted)

- Function as double delivery station – in addition and together with delivery station 2

30. Ream Counting and Collecting - Guaranteed counting accuracy +/- 0 - In case of a deviation there is no ream stamping - Pneumatic jogging of sheets at both sides - Side joggers for different cutting lengths - Mechanical jogging at ream back end - Size change by hand-wheel according to scale - Ream height is electronically censored at front - Automatic lowering of table as per setting in operating panel - Automatic switching to second station - Lowering down to evacuation position - Ream discharge via belts

31. Deep Pile Delivery

- Deep pile delivery system should be adjacent to reject gate. - For bad/faulty sheets - Pile discharge in paper running direction with hand floor truck - Min. Pile height (incl. pallet) 1200 mm. - Push button for pallet change. The doubtful or bad sheets will go to the reject gate during the time for pile change. Push button for re-starting the normal production. - Height scanning at pile front edge. - Lateral jogging with pneumatic jogger - Mechanical jogging of back edge - Side joggers for different cutting lengths - Size change by hand-wheels - Automatic lowering of table

Page 26: TENDER DOCUMENT FOR PURCHASE OF: SUPPLY, … .d383e272... · Tender Number: 6000013727 Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001 Sec03.2 08 Special

Tender Number: 6000013727

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001

Sec07.8

- Machine stop upon maximum pile height, however before stopping machine an audio & visual alarm should be appear. (I.e. requirement at 1000 mm height) - At 120 mm floor distance, remaining distance lowering by push-button - Pile table with permanent push-button actuation in upper position - Safety contact bars at pile bottom edge - Deep pile delivery height: min. 1200 mm incl. palette – the pile height depends on paper quality and auxiliary wedges used for pile formation

32. Ream stamping

- Only at ream front side with exactly counted ream - Pre-selection of sheet number via key switch 500 - Different color is possible for station 1+2 - Stamp width 40 - 50 mm - Stamp height 20 mm

33. Turn Table Collecting

- Integrated in lifting table for collecting - Turning by 90° to the right or left - to be preset - Product transfer with radius - Automatic lowering after ream infeed - Outer transport belts can be shifted at both sides by 10 mm via hand level valve

34. Noise Protection Main Machine for 85 dB(A)

- With noise protection walls. Closed ceiling for acclimatization capable of being integrated or buffle ceiling - Opening of electrically guarded doors for machine operation - Interior lights for complete housing - Data: Reduction of A-valued noise level at 1m distance from housing Exception: process-related openings - Insulating material at walls and doors mineral wool, non-inflammable fireproof class A 1 according to latest standards.

REAM TRANSPORT LINE

Transport Section line 01

- Ream transport with belts and start-stop via light sensor - Outer transport belts can be shifted at both sides by 10 mm via hand level valve. Transport Section line 02

- Ream transport with belts and start-stop via light sensor - Outer transport belts can be shifted at both sides by 10 mm via hand level valve Transport Section line 03

- Ream transport with belts and start-stop via light sensor - Outer transport belts can be shifted at both sides by 10 mm via hand level valve

Turn Table 90°

- Ream transport over turn table with belts - Direction automatically via machine control system - 90° turning to the right or left or straight-on, start-stop controlled by light sensor - Automatic lifting of previous unit and lowering after ream infeed - Outer transport belts can be shifted at both sides by 10 mm via hand level valve Remark: At this station the reams are divided into accepted and not accepted reams. Not accepted reams are diverted to the re-work station. Accepted reams are sent to the ream wrapping line.

Page 27: TENDER DOCUMENT FOR PURCHASE OF: SUPPLY, … .d383e272... · Tender Number: 6000013727 Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001 Sec03.2 08 Special

Tender Number: 6000013727

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001

Sec07.9

35. Ream transport line for Re-Work station, incl.

Transport line 01 to Re work Station

- Ream transport with belts and start-stop via light sensor - Outer transport belts can be shifted at both sides by 10 mm via hand level valve

Transport line 02 to Re work Station

- Ream transport with belts and start-stop via light sensor - Outer transport belts can be shifted at both sides by 10 mm via hand level valve Transport line 03 to Re work Station

- Ream transport with belts and start-stop via light sensor - Outer transport belts can be shifted at both sides by 10 mm via hand level valve

Turn Table 90°

- Ream transport over turn table with single belts - Direction automatically via machine control system - 90° turning to the right or left or straight-on, start-stop controlled by light sensor - Automatic lifting of previous unit and lowering after ream infeed - Outer transport belts can be shifted at both sides by 10 mm via hand level valve

36. Group of air tables for Rework stations:

- As per design rework station should contain 1 number working and one stand-by blower for each air table.

37. Offline double disc type counting machine capable to count each corner to be interfacing with

Transport line 01 to Re work Station in scope of bidder.

- Supply of double disk type offline counting machine will be in the scope of bidder.

38. Display for Ream Transport Section

- Diagnosis display through LED indicator lamps - Manual data input for ream re-insertion

39. Ream Scale/weighing scale - Installed after the counting machine underneath of a transport unit - With digital indication in control panel - Storage of data in array of roll number

40. Feeder for bottom and cover cardboard - Missing sheet control with fault indication at display - Gripper transport positioned below does bring bottom cardboard beneath ream transport - Jogging of bottom cardboard according to ream leading edge - Ream transport over belts - Product control to feeder - Pressing-down of sheets by blow nozzles - Pushing-up during transport with exactly positioned edges - Changing possibilities:

Bottom and Top cover together Only bottom Only cover Feeder off Size: Min. 400 x 400 mm Max. 850 x 850 mm

- Cardboard feeding system should be suitable for 300 - 500 g/m², irrespective of colour. - Piling height: 600 mm or more

Page 28: TENDER DOCUMENT FOR PURCHASE OF: SUPPLY, … .d383e272... · Tender Number: 6000013727 Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001 Sec03.2 08 Special

Tender Number: 6000013727

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001

Sec07.10

41. Connection to Packaging Line (film wrapping / palletizer) - Packing line to be integrated with sheeter.

42. Film wrapping machine with shrink System. Technical data: - Ream width: min. 400 mm and max. 850 mm - Ream height: max. 150 mm - Film width: max. 1150 mm - Film reel diameter: max. 400 mm

43. Safety Paneling - In the area of ream transport and packaging line - With panels and doors (height 2000 mm) - Panels approx. 2100 mm height - Door handles inside and outside - Panel system doweled into floor - Grid fence elements are in black color where required for inspection - Doors are electrically locked

Final Reams Stacking System/Palletizer

44. Technical data Palletizer Ream delivery with fixed edge: fixed edge on right hand side in ream running direction Ream sizes. : max. 850 mm x 850 mm and min. 400 mm x 400 mm Ream height: max. 150 mm - min. 10 mm Orientation of pallet runners: in running direction or across running direction of pallet.

45. REAM ORIENTATION STATION

Ream orientation station to turn the ream in 0-90-180-270° by means of blowing turning table and two pushers, suitable to work wrapped or lose reams, arranged for the application of a labelling device and top-board inserter. -Max size: 850 mm x 850 mm

46. EMPTY PALLET CONVEYOR for manual placing of pallets - for pallets with any runner orientation- with runners made with blocks- one conveyor for manual loading of pallets by operator- one conveyor incl. pallet alignment system - pushing pallet against fixed edge

47. CONTROL CABINET Electrical cabinet with operator interface.

48. LABELLING UNIT Labelling device to print and apply labels on side of the reams - Printing device - Labelling unit with printer - PC to control labelling unit and to enter print-out data - Data interface to transfer ream data from cross cutter - Printing width: max. 150 mm - Max Label dim. : 150 mm x 50 mm

49. Stretch film wrapper – stand-alone - Automatic packing height detection - Pallet dimensions: max. 1.800 mm x 900 mm - Pallet height: max. 1.850 mm including pallet - Pallet diagonal: max. 2.000 mm - Film width. Max. 500 mm - Wrapping speed & wrapping time to be synchronized machine operation speed.

Page 29: TENDER DOCUMENT FOR PURCHASE OF: SUPPLY, … .d383e272... · Tender Number: 6000013727 Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001 Sec03.2 08 Special

Tender Number: 6000013727

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001

Sec07.11

50. Supplementary Parts/Additional Requirement - Floor fixings to anchor machine - Floor level balance up to 20 mm - Close Steel cabinet for documents 1950x950x420mm - 1 x Mechanical, Electrical, Instrumentation, Production tool kit for machine maintenance - 1 x Belt grinding/cutting device - 2 x Belt press - 2 x Belt glue/finger Joining - 1 x measuring device to adjust prescribed tooth belt tension - 1x Notch mounting & dismounting tool kit.

51. Service-PC - Industrial Notebook completely equipped with all programs & its license software, which are required for the machine - Inclusive complete software and cables with Team Viewer and 2. Ethernet connection - Internet or VPN access with all needed software from IT. Also two no portable back up HDD to be supplied one for sheeter and one for Inspection system.

52. Erection & Commissioning. - Complete package i.e. unloading, shifting, erection, commissioning of electrical, mechanical, &

instrumentation with all spare parts, power cable & cable tray, control cable, piping, structure & man power will be in the scope of bidder.

- Tur key basis project. - Control supply to PLC, field instrument and monitor to be given from UPS - Proper tagging, cross- ferruling and dressing of all electrical connections to be done. - At least 10% extra AI, AO, DI, DO should provide as spare in control panel. - All pneumatic fitting and piping for various pneumatic instruments should be of reputed make. - All control panels and electronic system should be close to avoid the entry of rodents. - All control panels electronic system should be equipped with air condoning system to control the humidity,

temperature etc. - Computer should be of industrial grade equipped with RAID storage Hard Disk Drive

Additional requirement

- System should generate & store shift wise as well as day wise production data (like number of good reams from delivery 1,2,& 3 total sheet cut, rejected sheet, reject by inspection system, rejected due to machine, total sheet to be accepted ) the system should store production data for minimum 6 month or more. DOCUMENTATION:

Supplier must provide hard copy and soft copy of all the relevant documents for operation and maintenance along with drawings and details of various consumable and spares items

- All the documentation to be provided in English. - Two hard copies as well as soft copies of operation manuals including the details of each equipment with

trouble shooting. - Two hard copies as well as soft copies of maintenance procedure including the details drawing of each

equipment. - Two hard copies as well as soft copy of as built circuit diagram, test certificates and manuals of electrical

equipment. - Two hard copies as well as soft copy of complete “control philosophy literature”, electrical drawing, network

architecture, manuals of individual instruments, complete “bill of material”, licenses. - List of all consumable items - List of all spare/wear parts

SPARES:

-Supplier must provide the list of all the consumable and non-consumable spares required for operation. -Critical spares and consumable required for uninterrupted running of machine for one year is required to be supplied with the machine. -Spares with the higher priority to run the plant 24*7*365 days for all sections.

Page 30: TENDER DOCUMENT FOR PURCHASE OF: SUPPLY, … .d383e272... · Tender Number: 6000013727 Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001 Sec03.2 08 Special

Tender Number: 6000013727

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001

Sec07.12

Pre Dispatch Inspection

1. The machine will be accepted after complete functional testing during Pre Dispatch inspection at firm’s worksite. 2. A group of experts from SPM will conduct pre dispatch inspection at the firm’s worksite in terms of the scope of

work.

Factory Acceptance Test/Production Test run

For Cross Cutter:

S. No. Description Parameter

1 Total nos. of Working Days 3

2 Numbers of shifts in a day 3

3 Duration of each shift (In hour) 8

4 Effective Production time (excluding Operator oriented stoppage, splicing time, breakdown etc.)

7 hour 15 Minutes.

5 Speed of machine during FAT 350 MPM

6 Break Down

45 minutes in a shift (Permissible), In case of non-fulfillment the production test run within effective production time for 24 hour, a new test run should be arranged within 1 Day after announcing the end of 1st unsuccessful test run.

7 Special condition.

If the FAT have not been achieved because of reasons attributable to the supplier, the supplier will be responsible to undertake the necessary rectifications and modify the delivered parts, wherever is required. Next test run to be done within 2 weeks after the preceding production test run (FAT).

Packaging Line (i.e. Ream Line):

The packaging line should have the capacity to pack the paper production of one day which will be demonstrated for a period of at least 3 days.

1) Furthermore, the production test run is to be extended until the above mentioned conditions for a successful test run are fulfilled. If it is not possible to run at least half the test run time uninterruptedly due to any circumstance ( interruption in power supply/utilities, breakdown of parts of machine etc.), a new test run should be arranged within 1 weeks after announcing the end of 1st unsuccessful test run.

3) In case of non-fulfillment the production test run can be repeated at least 2 times .Each production test run shall take place at least 2 weeks after the preceding production test run. Each additional test run to this has to be mutual agreed by the purchaser and supplier.

4) In case of fulfillment of acceptance test/warranted production, the acceptance certificate shall be provided by the Purchaser.

SIGNATURE OF BIDDER

(WITH NAME, DESIGNATION AND SEAL)

Page 31: TENDER DOCUMENT FOR PURCHASE OF: SUPPLY, … .d383e272... · Tender Number: 6000013727 Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001 Sec03.2 08 Special

Tender Number: 6000013727

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001

Sec08.1

Section VIII: Quality Control Requirements

As per Section - VII of the tender document

Page 32: TENDER DOCUMENT FOR PURCHASE OF: SUPPLY, … .d383e272... · Tender Number: 6000013727 Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001 Sec03.2 08 Special

Tender Number: 6000013727

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001

Sec09.1

Section IX: Qualification/Eligibility Criteria

QUALIFICATION/ ELIGIBILITY CRITERIA:

1. Experience & Past Performance

Bidder Firm should have Manufactured, Supplied, Installed & Commissioned at least 01 no. of Sheet cutter (cross

cutter) for cutting of Bank note paper in any one year during last five years ending 31st March-2019.

Note: Local suppliers are exempt under the “Make in India” Scheme for experience and past performance criteria.

2. Capability- Equipment & Manufacturing Facilities

The Bidder Firm including the local supplier must have an annual capacity to Manufacture & Supply of at least 01 no. of

Sheet cutter (cross cutter) for cutting of Bank note paper in any one year during last five years ending 31st March-

2019.

3. Financial Standing

a) The average annual turn-over of the Bidder during the last three (3) years, ending 2016, 2017 and 2018 in case

the financial year is maintained calendar year wise or 2016-17, 2017-18 and 2018-19 in case the financial year is

maintained ending 31st March of a year, should be more than Rs. 21,16,90,000.00 or EURO 26,73,000.00 or USD

29,52,000.00

Note: Local Manufacturers are exempted from Average annual turnover requirement under “Make in India” Scheme.

b) The Bidder firm including the local supplier should not have suffered any financial loss for more than one (1) year

during the last three (3) years ending 2016, 2017 and 2018 in case the financial year is maintained calendar year wise

or 2016-17, 2017-18 and 2018-19 in case the financial year is maintained ending 31st March of a year.

c) The net worth of the Bidder firm including the local supplier should not have eroded by more than 30% in the last

three (3) years ending 2016, 2017 & 2018 in case the financial year is maintained calendar year wise or 2016-17,

2017-18 and 2018-19 in case the financial year is maintained ending 31st March of a year.

Note:

a) All experience, past performance and capacity/capability related/ data should be certified by the authorized signatory

of the bidder firm. The credentials regarding experience and past performance to the extent required as per eligibility

criteria submitted by the bidder may be verified from the parties for whom work has been done.

b) All financial standing data should be certified by certified accountants e.g. Chartered Accountants (CA) in

India and Certified Public Accountant/ chartered Accountant in other countries.

c) MSME firms shall be exempted from financial standing and past experience.

==============================================================================

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.

==============================================================================

SIGNATURE OF BIDDER

(WITH NAME, DESIGNATION AND SEAL)

Page 33: TENDER DOCUMENT FOR PURCHASE OF: SUPPLY, … .d383e272... · Tender Number: 6000013727 Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001 Sec03.2 08 Special

Tender Number: 6000013727

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.6000013727/NEWSHEETCUTTER/27 dated 04.05.2019

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 as per price bid (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 165 days, 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

...................................................

...................................................

Page 34: TENDER DOCUMENT FOR PURCHASE OF: SUPPLY, … .d383e272... · Tender Number: 6000013727 Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001 Sec03.2 08 Special

Tender Number: 6000013727

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001

Sec11.13

Section XI: Price Schedule

(Blank Price Bid to be provided along with Techno commercial Bid)

---------------------------------------------------------------------------------------------------------------------------------------------------------- A. PRICE SCHEDULE FOR INDIGENOUS OFFERS

---------------------------------------------------------------------------------------------------------------------------------------------------------- Part-I: PRICES FOR SUPPLY OF ITEM ----------------------------------------------------------------------------------------------------------------------------------------------------------

S. No. Price Break up AMOUNT (RS.)

----------------------------------------------------------------------------------------------------------------------------------------------------------

HSN DESCRIPTION OF ITEM (08 DIGIT NO.)

----------------------------------------------------------------------------------------------------------------------------------------------------------

1. Complete prices of New Sheet Cutter as per Section-VII

of the tender document up to FOR SPM, Hoshangabad, duly unloaded Quoted

----------------------------------------------------------------------------------------------------------------------------------------------------------

2. Supply of Critical Spare parts & consumables for trouble free operation Quoted

& maintenance for 1 year

----------------------------------------------------------------------------------------------------------------------------------------------------------

TOTAL (1+2) = A

----------------------------------------------------------------------------------------------------------------------------------------------------------

3. GST in percentage (%) on A Quoted

----------------------------------------------------------------------------------------------------------------------------------------------------------

TOTAL (A+3) = B

----------------------------------------------------------------------------------------------------------------------------------------------------------

4. Other charges/Taxes (if any) Please specify Quoted

----------------------------------------------------------------------------------------------------------------------------------------------------------

5. Total Price (F.O.R, SPM, HOSHANGABAD) (in figures only) (A+3) Quoted

----------------------------------------------------------------------------------------------------------------------------------------------------------

6. Total Quantity: 01 No.

----------------------------------------------------------------------------------------------------------------------------------------------------------

7. Total Price (F.O.R, SPM, HOSHANGABAD) (in figures only) (4 X 5) Quoted

----------------------------------------------------------------------------------------------------------------------------------------------------------

Part-II: PRICES FOR SERVICES

----------------------------------------------------------------------------------------------------------------------------------------------------------

S. No. Price Break up AMOUNT (RS.)

----------------------------------------------------------------------------------------------------------------------------------------------------------

SAC DESCRIPTION OF ITEM (06 DIGIT NO.)

----------------------------------------------------------------------------------------------------------------------------------------------------------

1. Complete Installation & commissioning charges. Quoted

----------------------------------------------------------------------------------------------------------------------------------------------------------

2. Taxes as applicable (if any) Quoted

------------------------------------------------------------------------------------------------------------------------------------------------------- ---

3. Total price of services (1+2) Quoted

----------------------------------------------------------------------------------------------------------------------------------------------------------

4. Total amount (in words) Quoted

----------------------------------------------------------------------------------------------------------------------------------------------------------

----------------------------------------------------------------------------------------------------------------------------------------------------------

GRAND TOTAL (I+II) (in figures only) Rs. Quoted

----------------------------------------------------------------------------------------------------------------------------------------------------------

GRAND TOTAL (I+II) (in words only) Rs. Quoted

----------------------------------------------------------------------------------------------------------------------------------------------------------

Page 35: TENDER DOCUMENT FOR PURCHASE OF: SUPPLY, … .d383e272... · Tender Number: 6000013727 Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001 Sec03.2 08 Special

Tender Number: 6000013727

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001

Sec11.24

1. Conditional price & Variable Price in Tender are liable to be rejected.

2. Bidder should mention separately regarding Duties/Taxes otherwise tax exemption Certificate may be enclosed.

3. Quote your rates in your quotation as per the given above price schedule format only and accept our 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.

4. The method of evaluation of L1 criteria for awarding the contract shall be on consolidation offer by the bidder and

be decided taking into consideration of total offered price (I+II).

5. Please Provide your GSTIN No.

6. Mode of Payment: Payment will be made through RTGS/ NEFT (Please provide the details as required)

S.no. Details

1. Name of supplier ............................

2. Account No ............................

3. Account Type ............................

4. Name of the Bank ............................ 5. Branch ............................ 6. City ............................ 7. Branch Code ............................ 8. MICR Code ............................ 9. IFSC Code ............................ 10. GSTIN No. ............................

SIGNATURE OF BIDDER

(WITH NAME, DESIGNATION AND SEAL)

Page 36: TENDER DOCUMENT FOR PURCHASE OF: SUPPLY, … .d383e272... · Tender Number: 6000013727 Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001 Sec03.2 08 Special

Tender Number: 6000013727

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001

Sec11.35

B. PRICE SCHEDULE FOR IMPORTED OFFERS

----------------------------------------------------------------------------------------------------------------------------------------------------------

Name of Bidder:

Offer No. & Date:

----------------------------------------------------------------------------------------------------------------------------------------------------------

S.NO. Details of heads Rate (In EURO)

----------------------------------------------------------------------------------------------------------------------------------------------------------

Part- I PRICE FOR SUPPLY ITEMS

----------------------------------------------------------------------------------------------------------------------------------------------------------

1. Complete prices of New Sheet Cutter as per Section-VII

of the tender document Quoted

----------------------------------------------------------------------------------------------------------------------------------------------------------

2. Supply of Critical Spare parts & consumables for trouble free operation Quoted

& maintenance for 1 year

----------------------------------------------------------------------------------------------------------------------------------------------------------

3 Packing Charges Quoted

----------------------------------------------------------------------------------------------------------------------------------------------------------

4 Forwarding charges Quoted

----------------------------------------------------------------------------------------------------------------------------------------------------------

5 Any other charges up to Seaport Quoted

---------------------------------------------------------------------------------------------------------------------------------------------------------

6 Cost of FOB Seaport Quoted

----------------------------------------------------------------------------------------------------------------------------------------------------------

7 Freight Charges by Sea Quoted

----------------------------------------------------------------------------------------------------------------------------------------------------------

8 Insurance charges by Sea Quoted

----------------------------------------------------------------------------------------------------------------------------------------------------------

9 Cost of CIF Mumbai Seaport Quoted

----------------------------------------------------------------------------------------------------------------------------------------------------------

---------------------------------------------------------------------------------------------------------------------------------------------------------- Part-II SERVICES Rate (In EURO)

----------------------------------------------------------------------------------------------------------------------------------------------------------

1. Complete Installation & Commissioning. Quoted

----------------------------------------------------------------------------------------------------------------------------------------------------------

2. Taxes as applicable (if any) Quoted

----------------------------------------------------------------------------------------------------------------------------------------------------------

3. Total price of services (1+2) Quoted

----------------------------------------------------------------------------------------------------------------------------------------------------------

4. Total amount (in words) Quoted

---------------------------------------------------------------------------------------------------------------------------------------------------------- GRAND TOTAL (I+II) (in figures only) Quoted

----------------------------------------------------------------------------------------------------------------------------------------------------------

GRAND TOTAL (I+II) (in words only) Quoted

----------------------------------------------------------------------------------------------------------------------------------------------------------

NOTE:

1. Bidder should mention separately regarding Duties/Taxes etc., whether they are chargeable extra or inclusive in

the price. Otherwise tax exemption certificate shall be enclosed.

2. Price bids are to be given in the above format only. Conditional price bids are liable to be rejected.

3. The method of evaluation of L-1 criteria for awarding the Contract shall be decided taking into consideration the

total landed price up to SPM Hoshangabad.

4. Service Tax/GST - If a foreign consultant/technician comes to India, provides service and goes back, the Indian

recipient of service will be liable to pay Tax as per Act.

SIGNATURE OF BIDDER

(WITH NAME, DESIGNATION AND SEAL)

Page 37: TENDER DOCUMENT FOR PURCHASE OF: SUPPLY, … .d383e272... · Tender Number: 6000013727 Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001 Sec03.2 08 Special

Tender Number: 6000013727

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001

Sec11.46

(To be provided along with Price Bid)

----------------------------------------------------------------------------------------------------------------------------------------------------- ----- A. PRICE SCHEDULE FOR INDIGENOUS OFFERS ---------------------------------------------------------------------------------------------------------------------------------------------------------- Part-I: PRICES FOR SUPPLY OF ITEM ----------------------------------------------------------------------------------------------------------------------------------------------------------

S. No. Price Break up AMOUNT (RS.)

----------------------------------------------------------------------------------------------------------------------------------------------------------

HSN DESCRIPTION OF ITEM (08 DIGIT NO.)

----------------------------------------------------------------------------------------------------------------------------------------------------------

1. Complete prices of New Sheet Cutter as per Section-VII

of the tender document up to FOR SPM, Hoshangabad, duly unloaded

----------------------------------------------------------------------------------------------------------------------------------------------------------

2. Supply of Critical Spare parts & consumables for trouble free operation

& maintenance for 1 year

----------------------------------------------------------------------------------------------------------------------------------------------------------

TOTAL (1+2) = A

----------------------------------------------------------------------------------------------------------------------------------------------------------

3. GST in percentage (%) on A

----------------------------------------------------------------------------------------------------------------------------------------------------------

TOTAL (A+3) = B

----------------------------------------------------------------------------------------------------------------------------------------------------------

4. Other charges/Taxes (if any) Please specify

----------------------------------------------------------------------------------------------------------------------------------------------------------

5. Total Price (F.O.R, SPM, HOSHANGABAD) (in figures only) (A+3)

----------------------------------------------------------------------------------------------------------------------------------------------------------

6. Total Quantity:

----------------------------------------------------------------------------------------------------------------------------------------------------------

7. Total Price (F.O.R, SPM, HOSHANGABAD) (in figures only) (4 X 5)

----------------------------------------------------------------------------------------------------------------------------------------------------------

Part-II: PRICES FOR SERVICES

----------------------------------------------------------------------------------------------------------------------------------------------------------

S. No. Price Break up AMOUNT (RS.)

---------------------------------------------------------------------------------------------------------------------------------------------------- ------

SAC DESCRIPTION OF ITEM (06 DIGIT NO.)

----------------------------------------------------------------------------------------------------------------------------------------------------------

1. Complete Installation & commissioning charges.

----------------------------------------------------------------------------------------------------------------------------------------------------------

2. Taxes as applicable (if any)

----------------------------------------------------------------------------------------------------------------------------------------------------------

3. Total price of services (1+2)

----------------------------------------------------------------------------------------------------------------------------------------------------------

4. Total amount (in words)

----------------------------------------------------------------------------------------------------------------------------------------------------------

----------------------------------------------------------------------------------------------------------------------------------------------------------

GRAND TOTAL (I+II) (in figures only) Rs.

----------------------------------------------------------------------------------------------------------------------------------------------------------

GRAND TOTAL (I+II) (in words only) Rs.

---------------------------------------------------------------------------------------------------------------------------------------------------- ------

Page 38: TENDER DOCUMENT FOR PURCHASE OF: SUPPLY, … .d383e272... · Tender Number: 6000013727 Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001 Sec03.2 08 Special

Tender Number: 6000013727

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001

Sec11.57

1. Conditional price & Variable Price in Tender are liable to be rejected.

2. Bidder should mention separately regarding Duties/Taxes otherwise tax exemption Certificate may be enclosed.

3. Quote your rates in your quotation as per the given above price schedule format only and accept our 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.

4. The method of evaluation of L1 criteria for awarding the contract shall be on consolidation offer by the bidder and

be decided taking into consideration of total offered price (I+II).

5. Please Provide your GSTIN No.

6. Mode of Payment: Payment will be made through RTGS/ NEFT (Please provide the details as required)

S.no. Details

1. Name of supplier ............................

2. Account No ............................

3. Account Type ............................

4. Name of the Bank ............................ 5. Branch ............................ 6. City ............................ 7. Branch Code ............................ 8. MICR Code ............................ 9. IFSC Code ............................ 10. GSTIN No. ............................

SIGNATURE OF BIDDER

(WITH NAME, DESIGNATION AND SEAL)

Page 39: TENDER DOCUMENT FOR PURCHASE OF: SUPPLY, … .d383e272... · Tender Number: 6000013727 Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001 Sec03.2 08 Special

Tender Number: 6000013727

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001

Sec11.68

B. PRICE SCHEDULE FOR IMPORTED OFFERS

----------------------------------------------------------------------------------------------------------------------------------------------------------

Name of Bidder :

Offer No. & Date :

----------------------------------------------------------------------------------------------------------------------------------------------------------

S.NO. Details of heads Rate (In EURO)

----------------------------------------------------------------------------------------------------------------------------------------------------------

Part- I PRICE FOR SUPPLY ITEMS

----------------------------------------------------------------------------------------------------------------------------------------------------------

1. Complete prices of New Sheet Cutter as per Section-VII

of the tender document

----------------------------------------------------------------------------------------------------------------------------------------------------------

2. Supply of Critical Spare parts & consumables for trouble free operation

& maintenance for 1 year

----------------------------------------------------------------------------------------------------------------------------------------------------------

3 Packing Charges

----------------------------------------------------------------------------------------------------------------------------------------------------------

4 Forwarding charges

----------------------------------------------------------------------------------------------------------------------------------------------------------

5 Any other charges up to Seaport

---------------------------------------------------------------------------------------------------------------------------------------------------------

6 Cost of FOB Seaport

----------------------------------------------------------------------------------------------------------------------------------------------------------

7 Freight Charges by Sea

------------------------------------------------------------------------------------------------------------------------------------------------------- ---

8 Insurance charges by Sea

----------------------------------------------------------------------------------------------------------------------------------------------------------

9 Cost of CIF Mumbai Seaport

----------------------------------------------------------------------------------------------------------------------------------------------------------

---------------------------------------------------------------------------------------------------------------------------------------------------------- Part-II SERVICES Rate (In EURO)

----------------------------------------------------------------------------------------------------------------------------------------------------------

1. Complete Installation & Commissioning.

----------------------------------------------------------------------------------------------------------------------------------------------------------

2. Taxes as applicable (if any)

----------------------------------------------------------------------------------------------------------------------------------------------------------

3. Total price of services (1+2)

----------------------------------------------------------------------------------------------------------------------------------------------------------

4. Total amount (in words)

---------------------------------------------------------------------------------------------------------------------------------------------------------- GRAND TOTAL (I+II) (in figures only)

----------------------------------------------------------------------------------------------------------------------------------------------------------

GRAND TOTAL (I+II) (in words only)

----------------------------------------------------------------------------------------------------------------------------------------------------------

NOTE:

1. Bidder should mention separately regarding Duties/Taxes etc., whether they are chargeable extra or inclusive in

the price. Otherwise tax exemption certificate shall be enclosed.

2. Price bids are to be given in the above format only. Conditional price bids are liable to be rejected.

3. The method of evaluation of L-1 criteria for awarding the Contract shall be decided taking into consideration the

total landed price up to SPM Hoshangabad.

4. Service Tax/GST - If a foreign consultant/technician comes to India, provides service and goes back, the Indian

recipient of service will be liable to pay Tax as per Act.

SIGNATURE OF BIDDER

(WITH NAME, DESIGNATION AND SEAL)

Page 40: TENDER DOCUMENT FOR PURCHASE OF: SUPPLY, … .d383e272... · Tender Number: 6000013727 Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001 Sec03.2 08 Special

Tender Number: 6000013727

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)

Page 41: TENDER DOCUMENT FOR PURCHASE OF: SUPPLY, … .d383e272... · Tender Number: 6000013727 Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001 Sec03.2 08 Special

Tender Number: 6000013727

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001

Sec13.1

Section XIII: Bank Guarantee FORM for EMD Whereas............................................................................................................................................ (here in after called the "Tenderer") has submitted its quotation dated.........................for the supply of .....................(herein after called the "tender")

Against SPMCIL's tender enquiry No .....................................................

Know all persons by these present that we ..........................of.....................................................................

(here in after called the "Bank") having our registered office at ...............................................................

are bound unto................................(here in after called the "SPMCIL") in the sum

of..........................................................

for which payment will and truly to be made to the said SPMCIL, the Bank binds itself, its successors and assigns by

these presents.

Sealed with the Common Seal of the said Bank this................ day of ...............20....

The conditions of this obligation are :-

(1) If the Tenderer withdraws or amends, impairs or derogates from the tender in any respect within the period of

validity of this tender.

(2) If the Tenderer having been notified of the acceptance of his tender by SPMCIL during the period of its validity:-

a) fails or refuses to furnish the performance security for the due performance of the contract.

b) fails or refuses to accept/ execute the contract.

We undertake to pay SPMCIL up to the above amount upon receipt of its first written demand, without SPMCIL

having to substantiate its demand, provided that in its demand SPMCIL will note that the amount claimed by it is due

to it owing to the occurrence of one or both the two conditions, specifying the occurred condition(s).

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

Page 42: TENDER DOCUMENT FOR PURCHASE OF: SUPPLY, … .d383e272... · Tender Number: 6000013727 Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001 Sec03.2 08 Special

Tender Number: 6000013727

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.

Page 43: TENDER DOCUMENT FOR PURCHASE OF: SUPPLY, … .d383e272... · Tender Number: 6000013727 Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001 Sec03.2 08 Special

Tender Number: 6000013727

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

Page 44: TENDER DOCUMENT FOR PURCHASE OF: SUPPLY, … .d383e272... · Tender Number: 6000013727 Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001 Sec03.2 08 Special

Tender Number: 6000013727

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:

Page 45: TENDER DOCUMENT FOR PURCHASE OF: SUPPLY, … .d383e272... · Tender Number: 6000013727 Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001 Sec03.2 08 Special

Tender Number: 6000013727

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 21.04.2020 in the Tender of SUPPLY, INSTALLATION AND

COMMISSIONING OF NEW SHEET CUTTER ALONG WITH ACCESSORIES AT SPM, HOSHANGABAD ON

TURNKEY BASIS.

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.

Page 46: TENDER DOCUMENT FOR PURCHASE OF: SUPPLY, … .d383e272... · Tender Number: 6000013727 Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001 Sec03.2 08 Special

Tender Number: 6000013727

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001

Sec18.1

Section XVIII: Shipping Arrangements for Liner Cargoes A: In Respect Of C&F Cif Turnkey/F.O.R. Contracts For Import

1.(a) SHIPMENTS FROM PORTS OF U.K. INCLUDING NORTHERN IRELAND (ALSO EIRE), FROM THE NORTH

CONTINENT OF EUROPE (GERMANY, HOLLAND, BELGIUM, FRANCE, NORWAY, SWEDEN, DENKARK,

FINLAND AND PORTS ON THE CONTINENTAL SEABOARD OF THE MEDITERRANEAN (I.E. FRENCH AND

WESTERN ITALINA PORTS), TO PORTS IN INDIA.

The Seller should arrange shipment of the goods by vessels belonging to the member Lines of the

India-Pakistan-Bangladesh Conference. If the Seller finds that the space on the Conference Lines# vessels is not

available for any specific shipment, he should take up with India-Pakistan- Bangladesh Conference, Conferity

House, East Grinstead, Sussex (U.K.), for providing shipping space and also inform the Shipping Co-ordination

Officer, Ministry of shipping & Transport, New Delhi (Cable: TRANSCHART, NEW DELHI; Telex: VAHAN ND -2312,

2448 & 3104).

The Sellers should arrange shipment through the Government of India#s Forwarding agents, M/ s Schenker & Co.

2000- Hamburg (Cable: SCHENKERCO HAMBURG) or obtain a certificate from them to the effect that shipment

has been arranged in accordance with instructions of the Ministry of Shipping & Transport ( TRANSCHART), New

Delhi

b) SHIPMENTS FROM ADRIATIC PORTS OF EASTERN ITALY AND YUGOSLAVIA

The Seller should arrange shipment of the goods by vessels belonging to the following Indian Member lines;

1. The Shipping Corporation of India Ltd.

2. The Scandia Steam Navigation Co. Ltd.

3. Indian Steamship Co. Ltd.

For the purpose of ascertaining the availability of suitable Indian vessels and granting dispensation in the event of

their non-availability, the Seller should give adequate notice about the readiness of each consignment from time to

time at least six weeks in advance of the required position to M/s Schemer & Co. 2000 HAMBURG

(Cable:SCHENKERCO HAMBURG) and also endorse a copy thereof to the Shipping Co-ordination Officer, Ministry

of Shipping & Transport, New Delhi (Cable: TRANSCHART, NEW DELHI; Telex: VAHAN ND -2312, 2448 & 3104).

The Seller should arrange shipment through the Government of India#s Forwarding Agents, M/s Schenker & Co.,

HAMBURG (Cable:SCHENKERCO HAMBURG) or obtain certificate from them to the effect that shipment has been

arranged in accordance with the instructions of the Ministry of Shipping & Transport, ( TRANSCHART), New Delhi

(c) SHIPMENTS FROM POLAND & CZECHOSLOVAKIA

(i) IMPORTS FROM POLAND

Shipments under this contract would be made by the National flag lines of the two parties and vessels of third flag

conference lines, in accordance with the agreement between the Govt. of the Republic of India and the Govt. of the

Polish People#s Republic regarding shipping co-operation dated 27.6.1960 as amended up-to-date.

(ii) IMPORTS FROM CZECHOSLOVAKIA

Goods under this contract would be shipped by the National flag lines of the two parties and vessels of the third flag

conference lines, in accordance with the Agreement on co-operation in Shipping between India and Czechoslovakia

signed on 3.11.1978 and ratified on 19.12.1979, as amended up-to-date.

Shipping arrangements should be made by the Sellers in consultation with the Resident Representative of the Indian

shipping Lines in Gdynia, C/o Morska Agencja W. Gdyni, Gdyni, ul, Pulaskiego 8, P.O. Box III-10 246; Gdynia

(Po#and) - Telex: MAG, PL. 054301, Tel: 207621), to whom details regarding contract number, nature of cargo,

quantity, port of loading/discharging, name of Government consignee, expected date of readiness of each

consignment etc., should be furnished at least six weeks in advance of the required position, with a copy thereof

endorsed to the Shipping Co-ordination Officer, Ministry of Shipping & Transport (Chartering Wing), New Delhi

Page 47: TENDER DOCUMENT FOR PURCHASE OF: SUPPLY, … .d383e272... · Tender Number: 6000013727 Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001 Sec03.2 08 Special

Tender Number: 6000013727

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001

Sec18.2

(Cable: TRANSCHART, NEW DELHI; Telex: VAHAN ND-2312, 2448 & 3104.).

(d) SHIPMENTS FROM RUSSIA & OTHER MEMBER COUNTRIES OF C.I.S.

Shipment under this contract should be made in accordance with the Agreement between the Government of the

Republic of India and the Government of the Russia & other member countries of C.I.S. on Merchant Shipping, by

vessels of Indo-C.I.S. Shipping Service.

(e) SHIPMENT FROM JAPAN

The shipment of goods should be made by Indian vessels to the maximum extent possible subject to a minimum of

50%.

The Seller should arrange shipment of the goods in consultation with the Embassy of India in Japan, Tokyo, to

whom details regarding contract number, nature of cargo, quantity, port of loading/ discharge, name of the Govt.

consignee, expected date of readiness of each consignment etc. should be furnished at least six weeks in advance

of the required position.

Note: The copies of such contracts are to be endorsed both to the Attaché (Commercial), Embassy of India in

Japan, Tokyo, and the Shipping Co-ordination Officer, Ministry of Shipping & Transport, New D.

(f) SHIPMENTS FROM AUSTRALIA, ALGERIA, BULGARIA, ROMANIA, EGYPT

The Seller shall arrange shipment of the goods by Indian flag vessels to the maximum extent possible subject to a

minimum of 50%. For the purpose of ascertaining the availability of suitable Indian vessels, the Seller shall give

adequate notice of not less than six weeks about the readiness of each consignment to the Shipping Corporation of

India Ltd., SHIPPING HOUSE, 245, Madame Cama Road, Bombay-400 021 (CABLE: SHIPINDIA BOMBAY) and

also endorse a copy thereof to the Shipping Coordination Officer, Ministry of Shipping & Transports, New Delhi

(Cable: TRANSCHART, NEW DELHI; Telex: VAHAN ND-2312, 2448 & 3.

(g) SHIPMENTS FROM PAKISTAN

The shipment of cargoes should be made by Indian vessels to the maximum extent possible subject to a minimum

of 50%.

Shipping arrangements should be made by the Sellers in consultation with M/s Mogul Line Ltd. 16- Bank Street,

Fort, Bombay-400 023 (Cable: MOGUL BOMBAY; Telex011-4049 MOGUL), to whom details regarding contract

number, nature of cargo, quantity, port of loading/discharging, name of Government consignee, expected date of

readiness of each consignment etc. should be furnished at least six weeks in advance of the required position with a

copy thereof endorsed to the Shipping Co-ordination Officer, Ministry of Shipping & Transport(Chartering Wing),

New Delhi (Cable : TRANSCHART, NEW DELHI ; Telex : VAH#N ND - 2312, 2448 & )

(h) SHIPMENTS FROM U.S ATLANTIC & GULF PORTS

The Seller should arrange shipment of the goods by vessels belonging to the member lines of the

India-Pakistan-Bangladesh-Ceylon and Burma Outward Fright Conference. If the Seller finds that the space on the

Conference Lines vessels is not available for any specific shipment, he should take up with

India-Pakistan-Bangladesh-Ceylon and Burma Outward Fright Conference, 19, Rector Street, New York N.Y 10006

U.S.A. for providing shipping space and also inform the Shipping Co-ordination Officer, Ministry of Shipping &

Transport, New Delhi (Cable: TRANSCHART, NEW DELHI; Telex: VAH#N ND - 2312, 2448 & 3.

(i) SHIPMENTS FROM ST. LAWRENCE AND EASTERN CANADIAN PORTS

The Seller should arrange shipment of the goods by vessels belonging to the following shipping lines:-

(1) The Shipping Corporation of India Ltd.

(2) The Scindia Steam Navigation Co. Ltd.

If the Seller finds that the space in vessels of these Lines is not available for any particular consignment, he should

inform the Shipping Co-ordination Officer, Ministry of Shipping & Transport, New Delhi (Cable : TRANSCHART,

NEW DELHI ; Telex : VAH#N ND - 2312, 2448 & 3104) immediately so that dispensation from the shipping lines

Page 48: TENDER DOCUMENT FOR PURCHASE OF: SUPPLY, … .d383e272... · Tender Number: 6000013727 Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001 Sec03.2 08 Special

Tender Number: 6000013727

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001

Sec18.3

concerned to use alternative lifting may be so.

(j) SHIPMENTS FROM WEST COAST PORTS OF U.S.A., CANADA AND OTHER AREAS NOT SPECIFICALLY

MENTIONED ABOVE

The Seller should arrange shipment of the goods by Indian vessels to the maximum extent possible subject to a

minimum of 50%. For the purpose of ascertaining the availability of suitable Indian vessel and granting dispensation

in the event of their non-availability, the Seller should furnish the details regarding contract number, nature of cargo,

quantity, port of loading/discharge, name of the Govt. consignee and expected date of readiness of each

consignment etc. to the Shipping Coordination Officer, Ministry of Shipping & Transport, New Delhi (Cable :

TRANSCHART, NEW DELHI : Telex : VA#ANND - 2312, 2448 & 3104) at least six weeks in advance of the required

position.

2.0 BILLS OF LADING

(i) C.I.F./C&F TURNKEY SHIPMENTS

The Bills of lading should be drawn to indicate #Shipper# and#Consignee# as under:-

SHIPPER: The C.I.F./C&F/TURNKEY SUPPLIERS concerned.

CONSIGNEE: As per Consignee#s particulars in the contract (The name and address of the #Port Consignee# and

#Ultimate Consignee# bothshould be indicated).

(ii) F.O.R. SHIPMENTS

The bills of Lading should be drawn to indicate #Shipper# and #Consignee# as under: - SHIPPER: The F.O.R.

suppliers concerned. CONSIGNEE: Suppliers# Indian Agents on order.

Note:-

1. Moreover the name of the #Purchaser# and #Ultimate Consignee# should appear in the body of the Bills of Lading

as the #Notify Part# or as aremark.

2. Two non-negotiable copies of the Bills of Lading indicating the freight amount and discount, if any allowed, should

be forwarded to the Shipping Co-ordination Officer, Ministry of Shipping and Transport (Chartering Wing), New Delhi

after the Shipment of each consignment is affected.

3. The seller should avoid the use of over-aged vessels for the shipment of the goods under the contract and if so

used, the cost of additional insurance, if any, shall be borne by the Seller.

B: In Respect Of F.O.B./F.A.S Contracts For Imports

1. Shipping arrangements will be made by the Ministry of Shipping and Transport (Chartering Wing), New Delhi

(Cable: TRANSCHART, NEW DELHI: Telex: VA#ANND - 2312, 2448 & 3104) through their respective Forwarding

Agents/Nominees as mentioned below, to whom adequate notice about the readiness of cargo for shipment should

be given by the Sellers from time to time at least six weeks in advance of the required position for finalizing the

shipping arrangements

Area Forwarding Agents/Nominees

(a) U.K. including Northern Ireland (also Eire) the North

Continent of Europe (Germany, Holland, Belgium,

France, Norway, Sweden, Finland and Denmark) and

Ports on the Continental Sea Board of the

Mediterranean, (i.e. French and Western Italian ports)

and also Adriatic Ports.

M/s Schenker Deutschland AG,

Bel den Muehren 5 20457 Hamburg , Germany

Telephone No. +49 40 36135-351

Fax No : +49 40 36135-509

E-mail- kay.buedinger@schenker

(b) U.S.A and Canada M/s OPT, Overseas Project, Transport Inc.

46, Sellers Street, Kearny, N.J. 07032,

USA Tel : 201/998-7771,Tel : 573-3586

Fax : 201/998-78

(c) Japan The First Secretary (Commercial)

Page 49: TENDER DOCUMENT FOR PURCHASE OF: SUPPLY, … .d383e272... · Tender Number: 6000013727 Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001 Sec03.2 08 Special

Tender Number: 6000013727

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001

Sec18.4

Area Forwarding Agents/Nominees

Embassy of India, Tokyo, Japan,

(Cable : INDEMBASSY TOKYO)

Telex : INDEMBASSY J 24850,

Telephone # 262 - 2391

(d) Australia, Algeria, Bulgaria, Romania,

Czechoslovakia, Egypt. The Shipping Corporation of India Ltd., #Shipping

House#

229/232 Madame Cama Road, Bombay - 400021

(Cable : SHIP INDIA BOMBAY)

Telex : 31-2209 SCID IN

Telephone: 232666, 232785.

(e) Russia & other member countries of C.I.S. The Secretaries, Indo-C.I.S. Shipping Service,

C/o The Shipping Corporation of India Ltd., #Shipping

House#

245, Madame Cama Road, Bombay - 400021.

(Cable : SHIP INDIA BOMBAY FOR SOVIND SHIP)

Telex : 31-2209 SCID IN. Telephone : 23

( f ) Poland The Secretaries, Indo-Polish Shipping Service,

C/o The Shipping Corporation of India Ltd., #Shipping

House#

245, Madame Cama Road, Bombay - 400021.

(Cable : SHIP INDIA BOMBAY FOR INDOPOL)

Telex : 31-2209 SCID IN Telephone : 23

(g) Pakistan The Mogul-Line Ltd., 16, Bank Street,

Fort Bombay - 400023 (Cable : MOGUL BOMBAY)

Telex : 011-4049 (MOGUL)

Telephone : 252785 II

(h) Other areas not specifically mentioned above The Shipping Co-ordination Officer,

Ministry of Shipping and Transport, (Chartering Wing),

New Delhi. (Cable : TRANSCHART, NEW DELHI)

Telex : VAHAN ND 2312,2448 & 3104

2. BILLS OF LADING

The Bills of Lading should be drawn to indicate 'Shipper' and 'Consignee' as under :-

SHIPPER: The Government of India.

CONSIGNEE: "As per consignee's particulars in the contract. (The name and address of the 'Port Consignee' and

'Ultimate Consignee' should both be indicated.)

3. Two non-negotiable copies of the Bills of Lading indicating the freight amount and discount, if any allowed, should

be forwarded to the Shipping Co-ordination Officer, Ministry of Shipping and Transport (Chartering Wing), Parivahan

Bhawan, New Delhi after the Shipment of each consignment is affected.

4. The Seller should avoid the use of over-aged vessels for the shipment of the goods under the contract and if so

used, the cost of additional insurance, if any, shall be borne by the Seller.

Page 50: TENDER DOCUMENT FOR PURCHASE OF: SUPPLY, … .d383e272... · Tender Number: 6000013727 Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001 Sec03.2 08 Special

Tender Number: 6000013727

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. G.S.T. Amount and Rate

2. Freight (if applicable)

3. Packing and Forwarding charges (if applicable)

4. Others (Please specify)

5. PVC Amount (with calculation sheet enclosed)

6. (-) deduction/Discount

7. Net amount payable (in words Rs.)

8. GSTIN No.

9. HSN/SAC Code

10. Shipping Address

11. Place of Supply

12. Billing Address

Despatch detail RR No. other proof of despatch...............................................

Dated............................................................(enclosed)

Inspection Certificate No............................................Dated..................(enclosed)

Page 51: TENDER DOCUMENT FOR PURCHASE OF: SUPPLY, … .d383e272... · Tender Number: 6000013727 Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001 Sec03.2 08 Special

Tender Number: 6000013727

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001

Sec19.2

Income Tax Clearance Certificate No...........................Dated..................(enclosed)

Modvat Certificate No...........................................................................(enclosed)

Place and Date

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

Page 52: TENDER DOCUMENT FOR PURCHASE OF: SUPPLY, … .d383e272... · Tender Number: 6000013727 Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001 Sec03.2 08 Special

Tender Number:60000

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001

Sec 20.1

Section XX: PRE-BID/PRE-CONTRACT INTEGRITY PACT

(To be signed on Plain Paper)

This pre-bid pre- contract Agreement (hereinafter called the Integrity pact) is made on day of the month of

2012 at New Delhi, India.

BETWEEN

The President of India, acting through _________________ Designation of the Officer, Ministry/ Department,

Government of India (hereinafter called the “BUYER” which express on shall mean and include, unless the context

otherwise requires, his successors in office and assigns) of the First part.

AND

M/s_____________________________________represented by Shri ________________________ Chief

Executive Officer (hereinafter called the ‘BIDDER/SELLER” which expression shall mean and include, unless the

context otherwise requires, his successors and permitted assigns) of the Second Part.

PREAMBLE

WHEREAS the BUYER proposes to procure Name of the Stores/ Equipment/ Item and the BIDDER/ SELLER is

willing to offer/ has offered the stores, and

WHEREAS THE BIDDER is a private company/ public company/Government undertaking/

partnership/registered export agency, constituted in accordance with the relevant law in the matter and the BUYER is

a Ministry/ Department of the Government of India/ PSU performing its functions on behalf of the President of India.

NOW THEREFORE

To avoid all forms of corruption, by following a system that is fair. Transparent and free from any influence/prejudiced

dealings prior to, during and subsequent to the currency of the contract, to be entered into with a view to:

Enabling the BUYER to obtain the desired said stores/equipment at a completive price, in conformity with the defined

specifications, by avoiding the high cost and the distortionary impact of corruption on public procurement and

Enabling the BIDDERS to obtain the bribing of including in any corrupt practice in order to secure the contract by

providing assurance to them that their competitors will also obtain from bribing and other corrupt practices

and the BUYER will commit to prevent corruption in any form by its officials by following transparent procedures.

The parties hereto hereby agree to enter into this integrity Pact and agree as follows:

Commitments of the BUYER:-

1.1 The BUYER undertakes that no official of the BUYER, connected directly or indirectly with the contract, will

demand, take a promise for or accept, directly or through intermediaries, any bribe, consideration, gift,

reward, favour or any material or immaterial benefit or any other advantage from the BIDDER, either for themselves

or for any person, organization or third party related to the contract in exchanges for any advantage in the bidding

process, bid evaluation, contracting or implantation process related to the contract.

Page 53: TENDER DOCUMENT FOR PURCHASE OF: SUPPLY, … .d383e272... · Tender Number: 6000013727 Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001 Sec03.2 08 Special

Tender Number:60000

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001

Sec 20.2

1.2 The BUYER will, during the pre-contract stage, treat all BIDDERS alike, and will provide to all BIDDERS the

same information and will not provide any such information to any particular BIDDER which could afford an

advantage to that particular BIDDER in comparison to other BIDDERS.

1.3 All the officials of the BUYER will report to the appropriate Government Office any attempted or completed

breached of the above commitments as well as any substantial suspicion of such a breach.

2. In case any such preceding misconduct on the part of such official(s) is reported by the BIDDER to the BUYER

with full and verifiable facts and the same is prima fact found to be correct by the BUYER, necessary disciplinary

proceedings, or any other action as deemed fill, including criminal proceedings may be initiated by the BUYER and

such a person shall be debarred from further dealings related to the contract process. In case while an enquiry is

being conducted by the BUYER the proceedings under the contract would not be stalled.

Commitments of BIDDERS

3. The BIDDER commits itself to take all measures necessary to prevent corrupt practices, unfair means and illegal

activities during and stage of its bid during any pre-contract or post contract stage in order to secure the contract or in

furtherance to secure it and in particular commit itself to the following:-

3.1 The BIDDER will not offer, directly or through intermediaries, any bribe, gift consideration, reward, favour, and

material or immaterial benefit or other advantage, commission, fees, brokerage, or inducement to any official of the

BUYER, connected directly or indirectly with the bibbing process, or any person, organization or third party related to

the contract, in exchange for any advantage in the bidding, evaluation, contracting and implementation of the

contract.

3.2 The BIDDER further undertaken that it has not given, offered or promised to give, directly or indirectly any bribe,

consideration, reward, favour, any material of immaterial benefit or other advantage, commission, fees brokerage of

inducement to any official of the BUYER or otherwise in procuring the Contract of for bearing to do or having done

any act in relation to the obtaining of execution of the contract, or any other contract with the Government for showing

or forbearing to show favour or disfavour to person in relation to the contract or any other contract with the

Government.

3.3 BIDDER shall disclose the name and address of agents and representatives and Indian BIDDERS shall disclose

their foreign principals of associates.

3.4 BIDDER shall disclose the payments to be made by them to agents/ brokers of any other intermediary, in

connection with this bid/ contract.

3.5 DELETED

3.6 The BIDDER, either while presenting the bid or during pre-contract negotiations of before signing the contract,

shall disclose any payments he has made, is committed to or intends to make to officials of the BUYER or their family

members, agents, brokers or any other intermediaries in connection with the contract and the details or services

agreed upon for such payments.

3.7 The BIDDER will not collude with other parties interested in the contract to impair the transparency, fairness and

progress of the bidding process, bid evaluation contraction and implementation of the contract.

3.8 The BIDDER will not accept any advantage in exchange for any corrupt practice, unfair means and illegal

activates.

3.9 The BIDDER shall not use improperly, for purpose of competition or personal gain or pass on to other, any

information provided by the BUYER as part of the business relationship, regarding plans, technical proposals and

business details, including information contained in any electronic data carrier. The BIDDER also undertakes to

exercise due and adequate care lest any such information is divulged.

Page 54: TENDER DOCUMENT FOR PURCHASE OF: SUPPLY, … .d383e272... · Tender Number: 6000013727 Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001 Sec03.2 08 Special

Tender Number:60000

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001

Sec 20.3

3.10 The BIDDER commits to refrain from giving any complaint directly or through any other manner without

supporting it with full and verifiable facts.

3.11 The BIDDER shall not instigate or cause to instigate any third person to commit any of the action mentioned

above.

3.12 If the BIDDER or any employee of the BIDDER or any person action on behalf of the BIDDER either directly or

Indirectly, is a relative of any of the officers of the BUYER or alternatively, it any relative of an officer of the BUYER

has financial interest/ stake in the BIDDER’s firm, the same be disclosed by the BIDDER at the time of filing of

tender. The term relative for this purpose would be as defined in Section 6 of the Companies Act. 1956.

3.13 The BIDDER shall not lend to or borrow any money from or enter into any monetary dealings or transactions,

directly or indirectly, with any employee of the BUYER.

4. Previous Transgression

4.1 The BIDDER declares that no previous transgression occurred in the last three years immediately before signing

of this integrity Pact, with any other company in any country in respect of any corrupt practices envisaged hereunder

or with any Public Sector Enterprise in India or any Government Department in India that could justify BIDDER’s

exclusion form the tender process.

4.2 The BIDDER agrees that if it makes incorrect statement on this subject, BIDDER can be disqualified from the

tender process of the contract, if already awarded, can be terminated for such reason.

5. Earnest Money (Security Deposit)

5.1 While submitting commercial bid, the BIDDER shall deposit an amount specified in section VI: List of

Requirement, as Earnest Money in the mentioned in Clause by Section General Instructions to the Tenderers (GIT)

with the BUYER.

5.2 The Earnest Money shall be valid up to a period of up to six months after the validity of this tender.

5.3 In case of the successful BIDDER a clause would also be incorporated in the Clause pertaining to Security

Deposit/ Performance Bond in the Purchase Contract that the provisions of Sanctions for Violation shall be applicable

for forfeiture of Performance Bond in case of a decision by the BUYER to forfeit the same without assigning any

reason for imposing sanction for violation of this Pact. The Security Deposit/ Performance Bond shall be valid for 60

days after the complete conclusion of the contractual obligations to the complete satisfaction of both the BIDDER and

the BUYER, including warranty period whichever is later.

5.4 No interest shall be payable by the BUYER to the BIDDER on Earnest Money/ Security deposit for the period of

its currency.

6. Sanctions for violations:-

6.1 Any breach of the aforesaid provisions by the BIDDER or any one employed by it or acting on its behalf (whether

with or without the knowledge of the BIDDER shall entitle the BUYER to take all or any one of the following actions

wherever required to be required to assign any reason therefore.

(i) To immediately call off the pre-contract negotiations without assigning any reason or giving any compensation to

the BIDDER. However, the proceedings with the other BIDDER(s) would continue.

(ii) The Earnest Money Deposit (in pre-contract stage) and / or Security Deposit/ Performance Bond (after the

contract is signed) shall stand forfeited either fully or partially as decided by the BUYER and the BUYER shall not be

required to assign any reason therefore.

(iii) To immediately cancel the contract, if already signed, without giving any compensation to the BIDDER.

Page 55: TENDER DOCUMENT FOR PURCHASE OF: SUPPLY, … .d383e272... · Tender Number: 6000013727 Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001 Sec03.2 08 Special

Tender Number:60000

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001

Sec 20.4

(iv) To recover all sums already paid by the BUYER, and in case of an India BIDDER with interest thereon 2%

higher than the prevailing Prime Lending Rate of State Bank of India, while in case of the BIDDER from a country

other than India with interest thereon at 2% higher than the LIBOR. If any outstanding payment is due to the BIDDER

from the BUYER in connection with any other contract for any other stores, such outstanding payment could also be

utilized to recover the aforesaid sum and interest.

(v) To encash the advance bank guarantee and performance bond/warranty bond, if furnished by the BIDDER, In

order to recover the payments, already made by the BUYER, along with interest.

(vi) To cancel all or any other Contracts with the BIDDER. The BIDDER shall be liable to pay compensation for any

loss or damage to the BUYER resulting from such cancellation/ rescission and the BUYER shall be entitled

to deduct the amount so payable from the money(s) due to the BIDDER.

(vii) To debar the BIDDER from participating in future bidding processes of the Government, of India for a minimum

period of five years, which may be further extended at the discretion of the BUYER.

(viii) To recover all sums paid in violation of the Pact by BIDDER(s) to any middleman or agent or broker with a view

to securing the contract.

(ix) In cases where irrevocable Letters of Credit have been received in respect of any contract signed by the BUYER

with the BIDDER, the same shall not be opened.

(x) Forfeiture of Performance Bond in case of a decision by the BUYER to forfeit the same without assigning any

reason for imposing sanction for violation of this pact.

6.2 The BUYER will be entitled to take all or any of the actions mentioned at Para 6.1 (i) to (x) of this Pact also on

the Commission by the BIDDER or any one employed by it on acting on its behalf (whether with or without the

knowledge of the BIDDER) of an offence as defined in Chapter IX of the Indian penal Code, 1860 or prevention of

Corruption Act, 1988 or any other stature enacted for prevention of corruption.

6.3 The decision of the BUYER to the effect that a breach of the provisions of this Pact has been

committed by the BIDDER shall be final and conclusive on the BIDDER, However the BIDDER can approach the

independent Monitor (s) appointed for the purposes of this Pact.

7. Fall Clause

7.1 The BIDDER undertakes that it has not supplied/is not supplying similar product/ systems or

subsystems at a price lower than that offered in the present bid in respect of any other Ministry/ Department of the

Government of India of PSU and if it is found at any stage that similar product/ systems or sub-systems was supplied

by the BIDDER to any other Ministry / Departmental of the Government of India or a PSU at a lower price, then that

very price, with due allowance for elapsed time will be applicable to the present case and the difference in the cost

would be refunded by the BIDDER to the BUYER, if the contract has already been concluded.

8. Independent Monitors:-

8.1 The BUYER has appointed independent Monitors (hereinafter referred to as Monitors) for this Pact in

consultation with the Central Vigilance Commission. Names and Addresses of the Monitors are listed in NIT.

8.2 The task of the Monitors shall be to review independently and objectively, whether and to what extent the parties

comply with the obligation under this Pact.

8.3 The Monitors shall not be subject to instructions by the representative of the parties and perform their functions

neutrally and independently.

8.4 Both the parties accept that the Monitors have the right to access all documents relating to the

project/procurement, including minutes of the meeting.

8.5 As soon as the Monitors notices or has reason to believe a violation this Pact, he will so inform the Authority

designated by the BUYER.

Page 56: TENDER DOCUMENT FOR PURCHASE OF: SUPPLY, … .d383e272... · Tender Number: 6000013727 Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001 Sec03.2 08 Special

Tender Number:60000

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001

Sec 20.5

8.6 The BIDDER(s) accepts that the Monitor has the right to access without restriction to all Project

documentation of the BUYER including that provided by the BIDDER. The Bidder will also grant the Monitor, upon his

request and demonstration of a valid interest, unrestricted and unconditional access to his project documentation.

The same is applicable to Subcontractor. The Monitor shall be under contractual obligation to treat the information

and documents of the BIDDER/ Subcontractor(s) with confidentiality.

8.7 The BUYER will provide to the Monitor sufficient information about all meetings among the parties related to the

Project provide subcontractor meeting could have an impact on the contractual relations between the parties. The

parties will offer to the Monitor the option to participate in such meetings.

8.8 The Monitor will submit a written report to the designated Authority of BUYER/Secretary in the Department /

within 8 to 10 weeks from the date of reference or intimation to him by the BUYER / BIDDER and should the occasion

arise submit proposals for correcting problematic situations.

9. Facilitation of Investigation

In case of any allegation of violation of any provision of this Pact or payment of commission, the BUYER or its

agencies shall be entitled to examine all the documents including the Books of Accounts of the BIDDER and the

BIDDER shall provide necessary information and documents in English and shall extend all possible help for the

purpose of such examination.

10. Law and Place of Jurisdiction:- This Pact is subject to Indian Law. The Place of performance and jurisdiction

is the seat of the BUYER.

11. Other Legal Actions:- The action stipulated in this integrity Pact are without prejudice to any other legal action

that may follow lin accordance with the provision of the extant law in force relating to any civil or criminal proceedings.

12. Validity:-

12.1 The validity of this integrity Pact shall be from date of its signing and extend up to the complete execution of the

contract to the satisfaction of both the BUYER and the BIDDER/Seller including warranty period, whichever is later. In

case BIDDER is unsuccessful, this integrity Pact shall expire after six month from the date of the signing of the

contract.

12.2 Should one or several provision of this Pact turn out to be invalid; the remainder of this Pact shall remain valid.

In this case, the parties will strive to come to an agreement to their original intentions.

13. The parties hereby sign this integrity Pact at _______________ on _________________.

BUYER BIDDER

(Name of the Officer) (Name of the Officer)

For and Behalf of the President of India Chief Executive Officer

Designation:

Deptt. / Ministry/ PSU

Witness: - Witness:-

1. -------------------------------------- 1. --------------------------------------

2. -------------------------------------- 2. --------------------------------------

Page 57: TENDER DOCUMENT FOR PURCHASE OF: SUPPLY, … .d383e272... · Tender Number: 6000013727 Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001 Sec03.2 08 Special

Tender Number – 60000013727

ANNEXURE - I THREE BID,SINGLE STAGE ( THREE PACKET ) TENDER BIDDER’S CHECK LIST BEFORE TENDER SUBMISSION

Part I : - PRE-QUALIFICATION BID S. No.

Tender Submission Check Points Check before submission

( )

(A) For MSME Firms:

1 Firm has submit the valid MSME certificate and the tendered item must be listed in the MSME certificate store list.

2 One original copy shall be submitted. It should not have any price aspects.

3 Power of Attorney/ Authorization with the seal of the company of person signing the tender documents.

4 Duly filled tender form as per Section-X is to be submitted. No price detail is to be given in this bid. In case if any price detail is given, then the bids are liable to be rejected.

5 Firm shall accept and submit the documents as per qualification criteria of section-IX for MSME Firm

(B) For Non MSME Firms:

1 One original copy shall be submitted. It should not have any price aspects.

2 Tender Document fee Rs. 5600/- or Euro 71 or USD 78.

3 Earnest Money Deposit Rs. 1,41,13,000/- or Euro 1,78,168.00 or USD 1,96,741.00

4 Containing un-priced tender consisting of complete Qualification/Eligibility of the tenderer as per the format specified under Section IX in this document.

5 Power of Attorney/ Authorization with the seal of the company of person signing the tender documents.

6 Manufacturer Authorization Form, if the bidder is not a manufacturer.

7 Financial Standing of last 3 years i.e. 2016-17, 2017-18 & 2018-19 should be certified by accountants e.g. Chartered Accounts (CA).

8 Duly filled tender form as per Section-X is to be submitted. No price detail is to be given in this bid. In case if any price detail is given, then the bids are liable to be rejected.

Part II : - TECHNO-COMMERCIAL BID S. No.

Tender Submission Check Points Check before submission

( )

1 The tenderer shall submit detailed technical offer as per as per Section VII of this tender document.

2 The tenderer has to submit acceptance of all sections of this tender document (GIT, SIT, SCC, Quality control requirements, Tender form, Questionnaire, etc.)

3 Submit a document stating "unconditional accepting all the terms and conditions of tender enquiry without any deviations."

4 One original copy of tender shall be submitted along with confirm the delivery schedule, terms of delivery, payment terms and tender validity as per tender document

5 Containing Blank price Bid (No price details to be given in this tender).Confirm the delivery schedule, terms of delivery, payment terms and tender validity as per tender document

Part III : - PRICE BID S. No.

Tender Submission Check Points Check before submission

( )

1 Price Bid as per Section XI (Price including all taxes & other charges ).

………………………….

(Bidder’s Seal & Sign)