INDIA SECURITY PRESSispnasik.spmcil.com/UploadDocument/SY-13-30(17)2016 (Open) LED... · INDIA...

22
1 INDIA SECURITY PRESS (A Unit of Security Printing and Minting Corporation of India Limited) Wholly owned by Government of India Nashik Road 422 101 (Maharashtra) Tel No 00 91 253 2402200, Fax No 00 91 253 2462718 Website: www.spmcil.com, email: [email protected] Non Transferable Security Classification: UNCLASSIFIED Tender Document for Supply, Installation, Testing & Commissioning of 56W LED Street Light Luminaries in place of existing pole mounted 70W/150W HPSV Luminaries in the Township/factory premises at ISP. Tender No. 167/NCB/SY-13-30(17)/2016 Date: 06/12/2016 This Tender Document contains………………pages. Tender Documents is sold to: Details of Contact person in SPMCIL regarding this tender: Name, Designation: V. KIRAN KUMAR, Dy. MANAGER (Material) Address: India Security Press, Phone : 0253-2402219/2402319/2402435 Nashik Road-422 101 Fax : 0253-2462718 Maharashtra Email: [email protected] India Note- The word “SPMCIL” in this SBD hereinafter is referred to as “India Security Press, A unit of SPMCIL”. M/s______________________________________________________________ Address___________________________________________________________

Transcript of INDIA SECURITY PRESSispnasik.spmcil.com/UploadDocument/SY-13-30(17)2016 (Open) LED... · INDIA...

1

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

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

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

Non Transferable

Security Classification: UNCLASSIFIED

Tender Document for Supply, Installation, Testing & Commissioning of 56W LED

Street Light Luminaries in place of existing pole mounted 70W/150W HPSV Luminaries

in the Township/factory premises at ISP.

Tender No. 167/NCB/SY-13-30(17)/2016 Date: 06/12/2016

This Tender Document contains………………pages. Tender Documents is sold to:

Details of Contact person in SPMCIL regarding this tender:

Name, Designation: V. KIRAN KUMAR, Dy. MANAGER (Material) Address: India Security Press, Phone : 0253-2402219/2402319/2402435 Nashik Road-422 101 Fax : 0253-2462718 Maharashtra Email: [email protected] India Note- The word “SPMCIL” in this SBD hereinafter is referred to as “India Security Press, A unit of SPMCIL”.

M/s______________________________________________________________

Address___________________________________________________________

2

INDEX

Sr. No Particulars Page No

1 Section I: Notice Inviting Tender (NIT)

3

2 Section II: General Instructions To

Tenderer 5

3 Section III : Special Instructions To

Tenderer 6

4 Section IV: General Conditions of Contract

10

5 Section V: Special Conditions of Contract

11

6 Section VI: List of Requirement

12

7 Section VII: Technical specifications

14

8 Section VIII: Quality Control Requirements

16

9 Section IX : Qualification / Eligibility Criteria

17

10 Section X Tender Form

18

11 Section XI: Price schedule

19

12 Section XII: Bank Guarantee form for

performance Security 20

13 Section XVII: Letter of authority for

attending a bid Opening 22

3

Section I: Notice Inviting Tender (NIT)

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

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

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

Tender No. 167/NCB/SY-13-30(17)/2016 Date: 06/12/2016.

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

Sr. No.

Brief Description of Goods/ services Quantity (with

unit) Earnest Money

(in Rs)

1.

Supply, Installation, Testing &

Commissioning of 56W LED Street Light

Luminaries in place of existing pole

mounted 70W/150W HPSV Luminaries in

the Township/factory premises at ISP. Make: Syska / Havells/Philips/ Goldwyn

OR Equivalent

60 Nos.

Rs. 16200/-

(Rs. Sixteen Thousand Two Hundred Only)

Type of Tender (Two Bid/ PQB/ EOI/

RC/Development/Indigenization/

Disposal of Scrap/ Security Item etc)

Two Bid (Open Tender) National Competitive Bidding

Dates of sale of tender documents From 08/12/2016 to 12/01/2017 during office hours

Price of the tender document Rs. 106/-

Place of sale of tender documents Purchase section, India Security Press,

Nashik Road-422 101, Maharashtra, India

Closing date and time for receipt of

tenders

13- 01 - 2017 at 1430 Hrs.

Place of receipt of tenders Green Gate, India Security Press, Nashik Road-422 101,

Maharashtra, India

Time and date of opening of tenders At 1500 Hrs on 13 - 01 - 2017

Place of opening of tenders Purchase Section, India Security Press,

Nashik Road-422 101, Maharashtra, India

Nominated Person/ Designation to

Receive Bulky Tenders ( Clause 21.21.1

of GIT )

Manager(HR), India Security Press,

Nashik Road-422 101, Maharashtra, India

4

2. Interested tenderers may obtain further information about this requirement from the

above office selling the documents. They may also visit our website mentioned above for further details.

3. Tender documents may be purchased on payment of non-refundable fee of Rs. 106/-

[Rupees One Hundred & Six Only ] per set in the form of account payee demand draft/ cashier‟s cheque/ certified cheque, drawn on a scheduled commercial bank in India, in favor of SPMCIL, Unit ISP, payable at Nashik.

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

domestic tenderers, for which extra expenditure per set will be Rs 100 for post. The tenderer is to add the applicable postage cost in the non-refundable fee mentioned in Para 3 above.

5. Tenderers shall ensure that their tenders, duly sealed and signed, complete in all respects

as per instructions contained in the Tender Documents, are dropped in the tender box located at the address given below on or before the closing date and time indicated in the Para 1 above, failing which the tenders will be treated as late and rejected.

6. In the event of any of the above mentioned dates being declared as a holiday/ closed day

for the purchase organization, the tenders will be sold/ received/ opened on the next working day at the appointed time.

7. The tender documents are not transferable.

8. MSME firms are also requested to indicate clearly in their offer if their company is owned by SC/ST proprietorship.

Sd/- DY. MANAGER [MATERIAL] FOR GENERAL MANAGER

INDIA SECURITY PRESS, NASHIK ROAD

Phone No 0253 2402219/2319/2435 Address for dropping the tender documents Green Gate, India Security Press, Nashik Road-422 101, Maharashtra, India.

5

Section II: GENERAL INSTRUCTIONS TO TENDERERS (GIT)

PART I & II: GENERAL INSTRUCTIONS Applicable to all Types of Tenders

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

for further details.

GIT (Total pages: 32)

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

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

THIS PAGE IS NOT ACCEPTABLE.

6

Section III: Special Instructions to Tenderers (SIT)

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

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

Sl.No. GIT Clause

No. Topic SIT Provision

1 8 Pre-bid Conference Not contemplated

2 12.11 Applicability of LBT and Local taxes

The applicable LBT at Nashik Municipal Corporation shall be borne by the purchaser.

3 18.4

Earnest Money Deposit

EMD to be submitted in the form of account payee demand draft or Banker‟s cheque /F.D.R. shall be drawn on „Schedule Commercial Bank” in India in favor of SPMCIL a unit I.S.P. Nashik.

4 19 Tender Validity

The tender shall remain valid for acceptance for a period of 120 days from the date of opening. Any tender valid for a shorter period shall be treated as unresponsive and rejected.

5 20.4 Number of copies of Tenders to be submitted

Single

6 21 Submission of Tender *** SIT-1 (Mentioned below)

7 20.9 E-Procurement Not contemplated

8 34 Comparison on FOR Destination basis.

Supplement with the following: Price bid evaluation: The prices quoted shall be compared on a total price basis (FOR ISP Nashik Road), including all taxes, duties, packing and forwarding charges, freight, insurance, etc. as per the price schedule.

7

Sl.No. GIT Clause

No. Topic SIT Provision

9 35.2 Additional Factors for Evaluation of Offers

Not applicable

10 40 Purchaser‟s right to accept tender

Supplement with the following:

SPMCIL 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 liability, what so ever to the affected tenderer or Tenderers.

11 43 Parallel Contracts Not applicable

12 50.1, 50.3 Tender For rate Contracts

Not applicable

13 51.1, 51.2 PQB Tenders Not applicable

14 52 Tenders involving Purchaser‟s and Pre-Production Sample

Not applicable

15 53 EOI Tenders Not applicable

16 54 Tenders for Disposal of Scrap

Not applicable

17 55 Development and Indigenization Tenders

Not applicable

8

*** SIT 1: Submission of Tender:

Techno-commercial bid and the Price Bid are to be submitted in Two Separate double sealed Envelopes which should again be put up in another envelop and then duly sealed and signed on or before the due date of the submission of the tender as stated below otherwise tender/ bid / quotation shall be liable for rejection.

PART I : TECHNO COMMERCIAL BID ( First Envelope )

(i) Tender Fee: Tender fee of Rs. 106/- should be submitted along with the Techno commercial bid in form of DD/ Bankers Cheque drawn from any Schedule Commercial Bank in India, in favor of SPMCIL, unit ISP payable at Nashik

(ii) Earnest Money Deposit of Rs. 16,200/-

{E.M.D. should remain valid for a period of 45 days beyond Tender validity period.

EMD must be submitted along with the tender in form of DD/ Bankers cheque/FDR drawn on any Scheduled Commercial Bank in India only in favour of SPMCIL unit ISP payable at Nashik, failing which the offer will be ignored. The firm who are registered under NSIC, DGS&D, Micro & Small Enterprises (MSE) for manufacturing/ selling/ Trading of similar item may be exempted from submitting the EMD on producing valid certificate. The certificate should clearly indicate the stores details similar to India Security Press requirement and the validity of the certificate otherwise, the certificate will not be considered for exemption of EMD.

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

(iv) The tenderer shall submit detailed techno-commercial offer as per Technical Specifications as per Section-VII and List of Requirement as per Section-VI of the tender document.

(v) The tender has to submit sealed and signed tender document by authorized signatory of the tenderer as a token of acceptance of all section/ terms and conditions of this tender document (GIT, SIT, GCC & SCC, Quality Control Requirement, List of Requirement, Technical Specification, Tender form etc.) (vi) It may be noted that the price is not to be quoted in the techno commercial bid / Technical Bid otherwise the tender shall be liable for rejection.

9

Part-II: Price Bid (Second Envelope)

The tenderer shall quote their prices strictly as per the proforma given in Section-XI of the Tender document. No additional/ extra item with price shall be included other than that of Section XI.

NOTE:- (i). The envelopes containing bids shall be super scribed as Techno-commercial

Bid and Price Bid separately for “Supply, Installation, Testing & Commissioning of 56W LED Street Light Luminaries in place of existing pole mounted 70W/150W HPSV Luminaries in the Township/factory premises at ISP”. The sealed envelope shall be again put in another envelope

and super-scribed as tender for “Supply, Installation, Testing & Commissioning of 56W LED Street Light Luminaries in place of existing pole mounted 70W/150W HPSV Luminaries in the Township/factory premises at ISP” due on 13.01.2017.

(ii). If the tender is not submitted as per above format, offer/ bid/ tender will

be liable for rejection.

(iii). Late Tender shall not be accepted. Tenderer shall submit their offer only

on prescribed form. Tenders by fax/ email shall not be accepted. Tender by

Post/ hand/ courier received on or before the due date and time shall be

accepted. Postal delay/ delay by courier services etc. shall not be condoned,

what so ever reason may be.

10

Section IV: General Condition of Contract (GCC)

Please refer the link Click here or

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

GCC (Total pages: 28)

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

11

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.

Sr. No.

GCC Clause No.

Topic SCC Provision

1 16.2 Warranty Warranty will be applicable for One Year from the date of receipt of material at ISP, Nashik

2 19.3 Option Clause

The purchaser reserve the right to

increase the ordered quantity by

25% at any time, till final delivery

date of the contract, by giving

reasonable notice even though the

quantity ordered initially has been

supplied in full before the last

date of delivery period.

3 20.1 Price Adjustment Clause Not applicable

4 21.2 Taxes and Duties

If the tenderer fails to include taxes

and duties in the tender, no claim

thereof will be considered by

purchaser afterwards.

5 25.1 Bank Guarantee and Insurance for Material Loaned to Contractor

Not applicable

6 36.3.2, 36.3.9

Disposal/ Sale of Scrap by Tender Not applicable

12

Section VI: List of Requirements

Sl No.

Brief description of goods and services (Related Specifications etc are in Section-VII)

Accounting Unit

Quantity Amount of Earnest Money

1.

Supply, Installation, Testing &

Commissioning of 56W LED

Street Light Luminaries in place of

existing pole mounted 70W/150W

HPSV Luminaries in the

Township/factory premises at ISP

Make: Syska / Havells/Philips/

Goldwyn OR Equivalent

Nos. 60

Rs. 16200/- (Rs. Sixteen Thousand Two Hundred Only)

1. Required terms of Delivery:

(a) Required Delivery Schedule

: Within 60 days from the date of issue of Purchase Order.

(b) Required Terms of

Delivery : FOR ISP Nashik Road

(c) Destination : India Security Press,

Nashik Road–422 101. Maharashtra, India

(d) Preferred Mode of Transportation : By Road

2. All the copies of tenders shall be complete in all respects with all their

attachments/enclosures duly numbered and signed on each and every page. 3. The total cost inclusive of all elements as cited above on FOR India Security Press,

Nashik Road (Maharashtra), India, basis should be indicated clearly both in words and figures in the price bid.

4. RISK PURCHASE:

(a) If the supplier after submission of tender and due acceptance of the same, i.e. after placement of notification of award of contract fails to abide by the terms and conditions of these tender documents, or fails to supply the material as per delivery schedule given or at any time repudiates the contract, the purchaser shall have the right to:

(i) Forfeiture of the EMD and

(ii) Invoke the Security-cum-Performance Guarantee if deposited by the supplier and procure stores from other agencies at the risk and consequence of the supplier. The cost difference between the alternative arrangement and supplier tendered value will be recovered from the supplier along with other incidental charges, including excise duty, taxes, insurance, freight etc.

13

(b) For all the purpose the Notification of award of contract will be considered acceptance of tender and formal contract pending signing of agreement. Supplier has to abide by all the terms and conditions of tender.

(c) In case of procurement through alternative sources and if procurement price is lower, no benefit on this account will be passed on to the supplier.

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

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

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

6. The Bidder has to submit the Check list as per Format given below along with the Technical Bid Documents. Sr.

No. Description Submitted /

Not Submitted

Page No.

1.

All pages of the tender documents (including GIT,

GCC,SIT, SCC, List of requirements, Technical

specification , quality requirements,

qualification/Eligibility criteria etc.) duly sign and

stamp by the Authorized signatory of the bidder.

2.

Power of Attorney of the Authorized Signatory duly

Authorized by a person not below the Director level

of the bidder firm for signing this Tender document.

3. Adherence to the Technical Specification as per

Section VII on Bidder‟s Letter Head.

4. Adherence to the Delivery Schedule as per Section VI

on Bidder‟s Letter Head.

5. Documentary evidence towards Experience as per

clause 1(c) of section IX

6. Documentary evidence towards Black Listing

Declaration

14

Section VII: Technical Specifications

Name of work: Supply, Installation, Testing & Commissioning of 56W LED Street

Light Luminaries: 60 Nos. in place of existing pole mounted 70W/150W HPSV Luminaries in

the Township/factory premises at ISP, Nashik Road.

1. Supply part:- LED Street Light Luminaries, 56W:-The LED (Light Emitting Diode) Street

Light Luminaries shall be confirming & meeting to the following specification:-

a) Construction:- Die cast aluminum housing, Clear toughened glass/polycarbonate

UVstabilized clear transparent LED luminary cover, Epoxy White/Gray/Black powder

coatedfinish, consists of CREE/OSRAM/Philips or equivalent make high power LEDs.,

suitable inbuilt OEM make LED driver with adequate heat sink arrangement,complete

prewired luminaries up to terminal box, inbuilt adjustable clamp suitable for mounting

on 40 mmto 50 mm dia. pole brackets.

b) Operating voltage: Generally suitable to operate on 230V 50Hz AC supply having

input voltage range 100V-240V AC 50Hz.

c) Input wattage: 56 W, Output: 48W

d) Lumen output : Greater than 4800

e) Operating temperature range: From -20℃ to 50℃.

f) Color temperature range: 2700 K to 6500 K.

g) Color rendering index: Above 70.

h) Power factor: Above 0.9.

i) Protection class: IP 65/IP67 ingress protection.

j) Standards: The luminaries shall meet the safety standard EN60589, EMC/EMI 61547/

EN55015 and harmonics standard EN61000-3-2 & 61000-3-3.

k) Assured life span: Typically 50000 burning hours.

l) Overall dimension: 600 mm length X 240 mm width X 50 mm thick with +/- 20%

variation permissible.

m) Certification & Marking: Either ISI or CE certified & marked.

n) Approved Makes: Philips/Havells/Goldwyn/Syska OR Equivalent make meeting above

specifications.

15

2. Installation, Testing & Commissioning part

The scope of work will be as below:-

a. The luminaries shall be supplied in Stores for testing & technical acceptance first. If

required firms representative will also be permitted to witness the various test e.g.

Energy efficiency, Light output, High Voltage withstand & Insulation Resistance,

Reverse Polarity, Temperature Raise, Surge Protection, IP Protection and Dimension

Check etc.

b. On technical acceptance the luminaries shall be installed, tested & commissioned

satisfactorily on the 7-9 meter high street light poles in the ISP Township/Factory

premises as directed by the indenter after removing of the existing 70W/150W HPSV

luminaries.

c. The dismantled HPSV Luminaries shall be deposited in indenters store as directed.

d. The mounting arms and supply source is already available and existing HPSV

luminaries are also in working condition but in case any shortfall is noticed the same

shall be rectified/modified by the firm as directed by the indenter.

e. If required, the angle/light beam of luminaries shall be adjusted to suit the site

requirement by modifying the mounting arm as directed by the indenter.

3. Special Technical terms & conditions:-

a) The offer shall be for supply, installation, testing & commissioning along with

removal of existing HPSV luminaries hence the offers for only supply of LED

luminaries shall not be accepted and the entire work will be allotted to single bidder

on overall cost of supply, installation, testing & commissioning of luminaries..

b) The offer shall be submitted showing material cost and service cost separately

indicating applicable taxes.

c) The successful bidder shall have to bring all tools & tackles including PPE items for

safe completion of work.

d) The successful bidder shall have to ensure that the persons deputed on this job are

observing all safety & security norms of ISP.

e) In case of any type of accident, the entire risk will be on the part of successful

bidder and Indenter shall not be responsible for any type of loss either to the

bidder‟s property or indenter‟s property. Hence, the loss to the indenter‟s property

due accident/misuse/neglect on the part of the bidder, the successful bidder will

have to make up such damages (items/structures) as directed by the indenter.

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

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

16

Section VIII: Quality Control Requirements

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

17

Section IX: Qualification/ Eligibility Criteria

MINIMUM ELGIBILITY CRITERIA

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

(a) Legal Valid Entity: The Bidders shall necessarily be a legally valid entity. A proof for

supporting the legal validity of the Bidder shall be submitted. (b) PAN: The Bidder should be registered with the Income tax. Relevant proof in support

shall be submitted.

(c) Experience: The bidder should have experience in S.I.T.C. of similar type of Street Light Luminaries” in any one year during last three years. Relevant proof in support

shall be submitted. (d) The bidder should not be blacklisted / debarred for dealing by Government of India in the past.

2. Documents supporting the Minimum Eligibility Criteria: (a) In proof of having fully adhered to the minimum eligibility criteria at 1(a),

(i). attested copy of Sales Tax/ VAT Registration.

(b) In proof of having fully adhered to minimum eligibility criteria at 1(b), attested copy of PAN.

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

(e) In proof of having fully adhered to minimum eligibility criteria at 1(d), the bidder has to submit Declaration/undertaking that the firm is not blacklisted / debarred

for dealing by Government of India in the past.

Note:

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

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

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

documents so that further clarification may not be called for.

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

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

5). We agree to withdraw all the deviation s, if any, unconditionally and accept all the Terms

and Conditions of the tender document including the technical specifications.

18

SECTION X: TENDER FORM

Date……….

To

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

(complete address of SPMCIL)

Ref: Your Tender document No. …………………………dated …………

We, the undersigned have examined the above mentioned tender enquiry document, including amendment No.

--------, dated --------- (if any), the receipt of which is hereby confirmed. We now offer to supply and

deliver………. (description of goods and services) in conformity with your above referred document for the sum

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

herewith and made part of this tender.

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

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

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

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

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

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

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

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

tender may be accepted any time before the expiry of the aforesaid period. We further confirm that, until a

formal contract is executed, this tender read with your written acceptance thereof within the aforesaid period

shall constitute a binding contract between us.

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

above-referred tender enquiry.

(Signature with date)

………………………..

(Name and designation)

Duly authorized to sign tender for and on behalf of Company

SECTION XI: PRICE SCHEDULE

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

Tender No. 167/NCB/SY-13-30(17)/2016 Date: 06/12/2016.

Sr No Item description UOM (Unit of Measurement

Basic price/ unit (Rs)

VAT / Service Tax/ any other

taxes, if applicable please

specify (Rs)

Total cost inclusive of all taxes & duties

(in Rs.)

Offered Quantity

Total Price FOR ISP Nashik Road inclusive of all taxes, duties (in Rs.)

Supply, Installation, Testing & Commissioning of 56W LED Street Light Luminaries in place of existing pole mounted 70W/150W HPSV Luminaries in the Township/factory premises at ISP. Make: Syska / Havells/Philips/ Goldwyn OR Equivalent

1 Material Price No.

60

2 Labour Charges / Installation charges / Service Charges

No. 60

Total

FOR ISP Nashik Road price in words……………… 1. The firm will have to quote the rates for the Material & labour for separately 2. The firm will have to clearly mention the % of VAT on Basic Price and % of WCT / /Service Tax on Basic Price. In case the

tax % should 90 beyond 100%. 3. We confirm that there would not be any price escalation during the supply period. 4. We confirm that we will abide by all the tender terms and conditions and we do not have any counter conditions 5. Price bids with conditions/ counter conditions are liable to be rejected. 6. LBT or any other local taxes applicable to Nashik City will be borne by ISP. 7. Remarks ------------------------------------------------------------------------- 8. The price bid should be submitted only as per the above format. No row/column shall be left blank. Please indicate

NA, in case the row/column is “Not Applicable”. Reason be recorded in “remarks” at Sr. No.5 above. If the above format is not used or any row/column is left blank, the bid will be liable for rejection without assigning any reason.

(Name and Signature with date) Office Seal/Stamp

20

Section XII: Bank Guarantee Form for Performance Security

_____________________ [insert: Bank‟s Name, and Address of Issuing Branch or Office]

Beneficiary: _____________ [insert: Name and Address of ISP] Date:_______________

PERFORMANCE GUARANTEE No.: _________________

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

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

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

after called “the contract”).

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

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

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

with the contract;

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

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

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

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

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

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

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

specified therein.

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

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

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

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

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

change, addition or modification.

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

without ISP having to substantiate its demand.

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

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

the above date.

(Signature of the authorized officer of the Bank)

…………………………………………………………. Name and designation of the officer

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

………………………………………………………..

Name and designation of the officer

…………………………………………………………

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

……………………………………………………………….

21

SECTION XII: QUESTIONNAIRE

SECTION XIII: BANK GUARANTEE FORM OF EMD

SECTION XIV: MANUFACTURER’S AUTHORIZATION FORM

SECTION XV: BANK GUARANTEE FORM FOR PERFORMANCE SECURITY

SECTION XVI: CONTRACT FORM

SECTION XVII: LETTER OF AUTHORITY FOR ATTENDING A BID OPENING

SECTION XVIII: SHIPPING ARRANGEMENT FOR LINER CARGOES

SECTION XIX: PROFORMA OF BILLS FOR PAYMENTS

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

http://www.spmcil.com/SPMCIL/UploadDocument/Terms%20&%20Conditions.9e08319f-af60-4ed6-8309-f6b5d8510288.pdf

22

SECTION XVII: LETTER OF AUTHORITY FOR ATTENDING A BID OPENING

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

___________________________________________________.

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

Order of Preference Name Specimen Signatures

I.

II.

Alternate Representative

Signatures of bidder or

Officer authorized to sign the bid

Documents on behalf of the bidder.

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

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

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

prescribed above is not recovered.