Standard Bidding Document (SBD) · 5. Tenderers may also download the tender documents from the web...

29
Standard Bidding Document (SBD) (Procurement of Goods and Services) Currency Note Press, Nashik Road (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 2454493 Fax No 00 91 253 2464100 EPABX: 00 91 253 2463730-39 Email: purchase.cnpnashik@spmcil.com Website: www.spmcil.com Tender No: 6000014448 Dated: 17.03.2020 Not Transferable TENDER DOCUMENT FOR SUPPLY, INSTALLATION, TRAINING AND COMMISSIONING OF ONE NUMBER OF WATER WASHABLE DEVELOPING MACHINE. This Tender Document Contains _________ Pages. Tender Documents is sold to: Details of Contact person in SPMCIL regarding this tender: Name, Designation: Shri V. KIRAN KUMAR, DY. GENERAL MANAGER (MATERIAL) Address: Currency Note Press, Phone: 0253-2461318 /2454493 Nashik Road-422 101 Fax : 0253-2464100 Maharashtra email: [email protected] India M/s______________________________________________________________ Address___________________________________________________________

Transcript of Standard Bidding Document (SBD) · 5. Tenderers may also download the tender documents from the web...

  • Standard Bidding Document (SBD)

    (Procurement of Goods and Services) Currency Note Press, Nashik Road

    (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 2454493

    Fax No 00 91 253 2464100

    EPABX: 00 91 253 2463730-39 Email: [email protected]

    Website: www.spmcil.com Tender No: 6000014448 Dated: 17.03.2020

    Not Transferable

    TENDER DOCUMENT FOR SUPPLY, INSTALLATION, TRAINING AND COMMISSIONING OF ONE NUMBER OF WATER WASHABLE

    DEVELOPING MACHINE. This Tender Document Contains _________ Pages. Tender Documents is sold to:

    Details of Contact person in SPMCIL regarding this tender: Name, Designation: Shri V. KIRAN KUMAR, DY. GENERAL MANAGER (MATERIAL) Address: Currency Note Press, Phone: 0253-2461318 /2454493

    Nashik Road-422 101 Fax : 0253-2464100

    Maharashtra email: [email protected]

    India

    M/s______________________________________________________________

    Address___________________________________________________________

  • Section I: Notice Inviting Tender (NIT) Currency Note Press, Nashik Road

    (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 2461471 Fax No 00 91 253 2464100

    EPABX: 00 91 253 2463730-39 Email:[email protected]

    Website: www.cnpnashik.com Tender Sl. No.6000014448 Date: 17.03.2020 1. Sealed tenders are invited from eligible and qualified tenderers for supply

    of following goods & services on turnkey basis:

    Sr. No

    Brief Description of Goods/ services

    Qty (with unit)

    Earnest Money (in Rs.) Remarks

    1

    WATER WASHABLE

    DEVELOPING MACHINE.

    01 No.

    Rs.1,81,000/- or equivalent in

    Euro 2181 or USD 2443

    To be drawn in favor of

    SPMCIL unit CNP, Nashik

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

    Three bid i.e. Single Stage(Three packet), International Competitive Bidding

    Dates of sale of tender documents: From 17.03.2020 to 04.05.2020 during office hours

    Price of the Tender Document (TFF) Rs. 1120 or equiv. to Euro 14 or USD 16

    Place of sale of tender documents

    Purchase Section, New Administrative Building, Currency Note Press, Nashik Road-422 101, Maharashtra, India

    Closing date and time for receipt of tenders 05.05.2020 up to 14:30 Hours

    Place of receipt of tenders Currency Note Press, Nashik Road-422 101, Maharashtra, India Time and date of opening of tenders 05.05.2020 at 15:00 Hours

    Place of opening of tenders

    Purchase Section, New Administrative Building, Currency Note Press, Nashik Road-422 101, Maharashtra, India

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

    Administrative officer, Currency Note Press, Nashik Road.

    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 1,120.00 or Euro 14 or USD 16 of origin of goods 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 CNP, payable at Nashik. 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 for domestic post and Rs 200 for international air-mail. The tenderer is to add the applicable postage cost in the non-refundable fee mentioned in Para 3 above. 5. Tenderers may also download the tender documents from the web site www.spmcil.com and submit its tender by utilizing the downloaded document, along with the required non-refundable fee as mentioned in Para 3 above. 6. Tenderers shall ensure that their tenders, duly sealed and signed, complete in all respects as per instructions contained in the Tender Documents, are dropped in the tender box located at the address given below on or before the closing date and time indicated in the Para 1 above, failing which the tenders will be treated as late and rejected. 7. In the event of any of the above mentioned dates being declared as a holiday/ closed day for the purchase organization, the tenders will be sold/ received/ opened on the next working day at the appointed time. 8. The tender documents are not transferable. 9. Submission of Tender: The bid is to be submitted in three parts. PART A: Pre Qualification Bid: Tender Form Fee, Earnest Money Deposit and documents as per Section IX of Tender documents. PART B: Techno commercial bid: Total Tender document including GIT, GCC, Section XII to XIX duly signed & sealed and any other documents as required. PART C: Price bid separately in sealed envelope: Only filled Section XI. 10. SPECIAL INSTRUCTIONS FOR MSME/SSI/NSIC/DIC REGISTERED FIRM: 10.1 Micro and Small Enterprises firm are exempted from submitting Tender fees and Earnest Money deposit. Please send the copy of valid registration certificate of Micro and Small Enterprises along with your bid / quotation otherwise your offer will not be considered for above exemption. 10.2 Price reference: (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) Special provisions for micro and small enterprises owned by SC or ST: Out of 25 percent allowed for procurement from Micro and Small Enterprises, a sub-target of 4% and 3% shall be reserved for procurement from Micro and Small Enterprises owned by the Scheduled Tribe/Scheduled Caste and Women entrepreneurs respectively. 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% and 3% sub-targets for procurement earmarked for Micro and Small Enterprises owned by Scheduled Cast/Scheduled Tribe and Women entrepreneurs shall be met from other Micro and Small Enterprises. 10.3 Exemption for MSME Registered Startups/Bidders as per Circular No. 1(2)(1)/2016-MA Dtd: 10.03.2016 of Govt. of India, Ministry of MSME. 11. SPECIAL INSTRUCTIONS FOR LOCAL MANUFACTURERS UNDER “MAKE-IN-INDIA”: The local manufacturers who fulfill the provisions of the policy circular no P45021/2/2017-N.E.-II dated 15.06.2017 can participate in this tender document at various sections. 12. Any queries you may contact at: [email protected] & [email protected] Phone Nos: 0253 2454493/2461318

    (V.KIRANKUMAR) DY. GENERAL MANAGER (M)

    FOR CHIEF GENERAL MANAGER CURRENCY NOTE PRESS, NASHIK

    Address for dropping the tender documents CNP PASS SECTION, CURRENCY NOTE PRESS, NASHIK ROAD, NASHIK- 422 101.

    mailto:[email protected]:[email protected]

  • Section II: GENERAL INSTRUCTIONS TO TENDERERS

    (GIT)

    Please CLICK the link for further details

    http://www.spmcil.com/SPMCIL/UploadDocument/GIT.pdf

    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 IN TECHNICAL BID.UNSIGNED/STAMPED PRINTOUT OF THESE PAGESARE NOT ACCEPTABLE.

    http://www.spmcil.com/SPMCIL/UploadDocument/GIT.pdf

  • 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.

    S No

    GIT Clause

    No

    Topics SIT Provision

    1 8 Pre-bid conference Pre-bid conference will be held at CNP on 04.04.2020 at 10.30 a.m. All the queries should reach CNP by 03.04.2020

    2 11.2 Tender Currency Indian Rupees or Euro or equivalent currency of country of origin of goods.

    3 19 Tender Validity The tenders shall remain valid for acceptance for a period of 165 days from the date of tender opening. Any tender valid for a shorter period shall be treated as unresponsive and rejected.

    4 20.8 Submission of tender Tender to be submitted in Duplicate. Pre-Qualification bid, Technical bid and Price 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 TENDER FORM FEE AND EMD IS TO BE ENCLOSED IN PRE-QUALIFICATION BID PACKET. FURTHER THE PRICE IS NOT TO BE QUOTED EITHER IN THE PRE-QUALIFICATION OR IN TECHNICAL BID. IT SHALL ONLY BE QUOTED IN PRICE BID. NON-ADHERENCE TO THIS SHALL MAKE BID LIABLE FOR REJECTION. The envelopes containing bids shall be super scribed “Pre-Qualification Bid”, “Technical Bid” or “Price Bid”, as the case may be, for “Tender document for supply, installation, training and commissioning of one number of water washable developing machine”. The sealed envelopes shall again be put in another sealed cover and should be super scribed as

  • “TENDER DOCUMENT FOR SUPPLY, INSTALLATION, TRAINING AND COMMISSIONING OF ONE NUMBER OF WATER WASHABLE DEVELOPING MACHINE DUE ON 05.05.2020 UPTO 1430 HRS (IST)”. 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.

    5 20.9 E-procurement Not contemplated 6 24.4 Opening of Tender The Pre-qualification bids are to

    be opened in the first instance, at the prescribed time and date. These bids shall be evaluated by the competent committee/ authority with reference to the parameters prescribed in the Eligibility criteria at Section IX. Thereafter, in the second stage, the technical bids of only pre-qualified bidders (as decided in the first stage) shall be opened at a later date and time for further evaluation. These bids shall be evaluated by the competent committee/ authority with reference to the parameters prescribed in the tender document. Subsequently, in the third stage the Price bids of only the technically acceptable offers (as decided in the second stage) shall be opened for further evaluation. Intimation regarding opening of Technical and Price bids shall be given to acceptable tenderers to enable them to attend the technical and price bid opening, if they so desire.

    7 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 CNP Nashik), including all taxes, duties, packing and forwarding

  • charges, freight, insurance, installation, training 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 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. The applicable rate will be “BC selling rate” of State Bank of India. . Custom duty, Social welfare surcharge on custom duty and GST as applicable (Present rate is 23.5%) on accessible value (CIF plus landing charges etc.) will then be added on the CIF price, thus converted into Indian Currency. On this net price 1% will be added towards charges for port clearance and forwarding charges up to destination will be added 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, 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 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.

    8 35.2 Additional factors for evaluation of offers

    Not applicable

    9 40 purchaser’s right to accept tender

    Supplement with the following: The purchaser also reserves its right to summarily reject offers received from any bidder, on National Security consideration.

    10 43 Parallel contracts Not applicable 11 50.1,

    50.3 Tender for rate contracts

    Not applicable

    12 51.1, 51.2

    PQB Tenders Pre-Qualification criteria as per section IX of SBD.

    13 52.1, 52.3, 52.5

    Tenders involving purchaser’s and pre-production samples

    Not applicable

    14 53.4, EOI Tenders Not applicable

  • 53.5, 5.3.7

    15 54.3.1,54.2.1

    Tenders for Disposal of Scrap

    Not applicable

    16 55.2, 55.3, 55.7, 55.8

    Development/ indigenization Tenders

    Not applicable

  • Section IV: GENERAL CONDITION OF CONTRACT

    Please CLICK the link for further details

    http://www.spmcil.com/SPMCIL/UploadDocument/GCC.pdf BIDDERS ARE REQUESTED TO DOWNLOAD 28 PAGES BY CLICKING THE ABOVE SAID LINK AND SUBMIT THE SAME DULY STAMPED AND SIGNED ALONG WITH TENDER DOCUMENT IN TECHNICAL BID. UNSIGNED/STAMPED PRINTOUT OF THESE PAGES ARE NOT ACCEPTABLE.

    http://www.spmcil.com/SPMCIL/UploadDocument/GCC.pdf

  • Section V: Special conditions of Contract (SCC) The following special conditions of Contract (SCC) will apply for this purchase. The corresponding clauses of General Conditions of Contract (GCC) relating to the SCC stipulations have also been incorporated below. These special conditions will modify/ substitute/ supplement the corresponding (GCC) clauses. Whenever there is any conflict between the provision in the GCC and that in the SCC, the provision contained in the SCC shall prevail. S No

    GCC Clause No

    Topics SCC provision

    1 20.1 Price Adjustment clause Not applicable 2 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. Income Tax (TDS) on installation, commissioning and training in India, if levied, shall be borne by the tenderer.

    3 22,22.1, 22.2, 22.4, 22.3, 22.6

    Terms and mode of payments

    The payment shall be made by CNP, Nashik in the following manner: 1. Indigenous supplier: (a) 80% payment of cost of material shall be made against actual receipt of One number of water washable developing Machine in acceptable condition with bill in triplicate at Currency Note Press, Nashik Road. (b) Balance 20% payment of cost of material and 100% cost of installation, commissioning and training charges will be made, after deduction of TDS (Tax Deducted at Source) as per prevalent rates, as under:

    (i) After complete installation and commissioning, successful demonstration of performance and acceptance of the machine and on the issue of the FAC.

  • 2. Foreign supplier:

    (a) 80% of cost of material shall be made through irrevocable letter of credit to be opened by purchaser through a Commercial Bank in favor of SELLER. The payment shall be arranged on receipt of the following documents :

    (i) Complete set of clean Bill of Lading/Airway bill must show that the complete goods have been actually shipped on board.

    (ii) Signed invoices in sets of quadruplicate stipulating specification reference for item indicating cost and quantity.

    (iii) Certificate of Country of Origin, issued by Chamber of Commerce.

    (iv) Copies of packing list in triplicate stipulating individual items, quantity, weight and dimension details of each packing case.

    (v) Inspection Certificate. If inspection certificate 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 of consignment.

    (vii) Catalogue, technical write up/literature for customs clearance purpose.

    (viii) Certificate of No Agency Commission payable to any Indian agent involved in this transaction. (ix) Dangerous Cargo Certificate, if any

    (b) Balance 20% payment of cost of material and 100% cost of installation, commissioning and training charges will be made,

  • after deduction of TDS (Tax Deducted at Source) as per prevalent rates, as under:

    (i) After complete installation and commissioning, successful demonstration of performance and acceptance of the machine and on the issue of the FAC.

    (c) Bank charges:

    (i) All bank charges for opening of Letter of Credit in respect of PURCHASER’s bankers shall be borne by PURCHASER and those charged by SELLER’s bankers shall be borne by the SELLER. (ii) The charges of extension of Letter of Credit or any confirmation if attributable to SELLER shall be paid by SELLER and not by the PURCHASER.

    (iii) The negotiating bank of the SELLER should give 5 clear working days (in India) notice to the Letter of Credit opening bank and the PURCHASER regarding the value and date of payment

    4 24.1 Quantum of LD If the supplier fails to deliver any or all of the goods or fails to perform the services within the time frame(s) incorporated in the contract, SPMCIL shall without prejudice to other rights and remedies available to SPMCIL under the contract, deduct from the contract price, as liquidated damages, a sum equivalent to the 0.5% percent of the total contract value for each week of delay or part thereof until actual delivery of machine and completion of installation and commissioning, subject to maximum deduction of the 10% of the contract value.

    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

  • 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

    1 WATER WASHABLE DEVELOPING MACHINE. No. 01 Rs.1,81,000/-

    or equivalent in Euro 2181 or

    USD 2443

    1. EMD validity: The EMD shall be valid for a period of 6 months beyond the bid validity i.e. 345 days from the date of submission of offer. Any short validity, the tender shall be treated as unresponsive. EMD to be drawn in favor of SPMCIL, unit Currency Note Press payable at Nashik.

    2. Required Delivery Schedule:

    2.1 For Overseas Bidder:

    (a) The machine must be ready for Pre-dispatch inspection within 26 weeks from the date of opening of Letter of Credit. (b) The machine must be dispatched within 2 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. (c) Installation, Commissioning to be started within 30 days from the date of receipt of intimation about receipt of machine at CNP Nashik. The entire machine should be installed, commissioned and final acceptance test within 90 days at CNP Nashik from the date of receipt of intimation about receipt of machine at CNP stores. (d) The stores will have to be supplied as specified in the contract/ supply order from the date of opening of Letter of Credit. The overseas supplier shall deliver the stores ordered at FOB port of shipment/CIF port of destination.

    2.2 For Indigenous Bidder:

    (a) The machine must be ready for Pre-dispatch inspection within 28 weeks from the date of Purchase Order. (b) The machine must be dispatched within 2 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.

  • (c) Installation, Commissioning to be started within 30 days from the date of receipt of intimation about receipt of machine at CNP Nashik. The entire machine should be installed, commissioned and final acceptance test within 90 days at CNP Nashik from the date of receipt of intimation about receipt of machine at CNP stores. (d) The stores will have to be supplied FOR CNP Nashik basis.

    3. Required Terms of Delivery, Destination and preferred mode of Transportation (a) For Overseas supplier : Delivery on FOB port of shipment or CIF port of destination. (b) For Indigenous supplier : Delivery on FOR CNP, Nashik basis. 4. Foreign nationals desirous of attending tender opening should forward their bio-data/passport, visa details along with the bids. 5. The firm should submit complete technical documents, leaflets, machine drawings, erection drawings, etc. with the technical offer. 6. All the copies of tenders shall be complete in all respects with all their attachments/enclosures duly numbered.

    7. In addition to the offer for supplying the water washable developing machine. The tenderer shall quote for the installation, commissioning and training charges separately.

    8. The total cost inclusive of all elements as cited above on FOB and on FOR basis should be indicated clearly both in words and figures in the price bid.

    9. Income Tax (TDS) on installation, commissioning and training in India, if levied, shall be borne by the tenderer.

    10. Price bid should be submitted as per as per format in Table (a), or Table (b) of section XI as the case may be. Rate quoted should be on firm price basis. Vague offers like” duties as applicable” shall not be considered.

    11. AFTER SALES SERVICE: The supplier should give minimum 10 years after sales service along with all spares. The guarantee / warranty of various components / units installed in the machine/equipment from OEM shall be provided to CNP.

    12. SPARE PARTS: The bidder firm shall submit list of all spare parts required for trouble free operation of machine. The list should indicate detailed description of item, identification number and quantity. The list should be un-priced along with technical bid and priced along with commercial bid. The price of these spare parts will not be taken into account for deciding lowest offer; however the offered unit price of these spares shall remain fixed/unchanged for 03 years after expiry of warranty period.

  • 13. 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. Written commitment should be submitted in this regard along with technical bid. 14. SPARES AND SERVICE SUPPORT: As a standard scope of supply Bidder shall supply the spare parts and consumables required for maintaining the equipment’s for one year. 15. 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 FAC. 16. LICENSES AND PERMITS:

    Wherever applicable, the successful bidder shall ensure himself and also satisfy the Chief General Manager, Security Printing Minting Corporation of India Limited, Unit Currency Note Press, Nashik Road 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. 17. TRAINING:

    At the discretion of purchaser, the bidder shall provide One week comprehensive training for operation and maintenance of above machine supply to our two personnel from Technical operation and one personnel from Maintenance at their premises and also one week training during the installation and commissioning of the system at CNP premises. Cost of training at the bidders premises will be a scope of the bidder and CNP shall bear cost of travel, boarding and lodging incurred in connection with the training. Training curriculum for operation and maintenance training shall be finalized in consultation with the successful bidder. 18. PRE-DISPATCH INSPECTION: At discretion of SPMCIL, Two CNP officers may conduct pre-shipment inspection of the machine’s at the designated premises of the successful bidder for four days. The bidder shall confirm its readiness to operate the system for such inspection and CNP if desires to inspect, shall dispatch the inspection team to manufacturer’s site within thirty (30) days of receipt of such confirmation. CNP shall bear the cost of travel, boarding and lodging incurred in connection with the pre-shipment inspection. Bidder shall make necessary arrangements for pre-shipment inspection.

  • 19. INSTALLATION, COMMISSIONING AND FINAL ACCEPTANCE: a) Installation, commissioning and proving of performance to be carried out by the supplier at Currency Note Press, Nashik within stipulated time and to the satisfaction of user. b) Currency Note Press, Nashik will conduct acceptance test of the delivered machine/system in the presence of the engineers from the successful bidder as per the quality control requirements given in the FAT norms. 20. FALL CLAUSE:

    The price quoted for the Supply, Installation, commissioning, and testing of Water washable developing machine for CNP Nashik 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, and testing of water washable developing machine of identical specification to any other party. A declaration/ certificate to this effect will have to be furnished along with the Price Bid.

    21. RISK PURCHASE: (a) If the supplier after submission of tender and due acceptance of the same, i.e. after notification of award of contract 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, excise duty, taxes, insurance, freight etc.

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

    (c) In case of procurement through alternative sources and if

    procurement price is lower, no benefit on this account will be passed on to the supplier.

    22. WARRANTY CLAUSE:-

    a) The supplier should submit the warrantee certificate that the goods supplied under the contract are new, unused of the most recent or current models and incorporate all recent improvements in design and material unless provided otherwise in the contract.

    b) The supplier further warrants that, all the goods supplied under this contract shall have no defect in design, materials or workmanship or from any act or omission of the supplier, that may develop under normal use of the supplied goods in the conditions prevailing in the country of final destination.

  • c) This warranty shall remain valid for 12 months from the date of final acceptance certificate. The purchaser shall promptly notify the supplier in writing of any claims arising out under this warranty.

    d) Upon receipt of such notice, the supplier shall within period of ten days repair or replace the defective goods or parts thereof without cost to the purchaser.

    e) If the supplier having been notified fails to take remedial measure or rectify the defect within the period specified, the purchaser may proceed to take such action as may be necessary, at the supplier’s risk and expense without prejudice or any other rights, which the purchaser may have against the supplier under the contract.

    23. 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 Chief General Manager, Currency Note Press, Nashik Road as the case may be. 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 Nashik Road/Mumbai 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. (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.

  • Section VII: Technical Specifications

    Currency Note Press, Nashik Road intends to procure following plate making equipment for processing various types of Analogue, digital polymer plates for Dry offset printing, Polyschablons plate for Intaglio Printing Ink transfer and Nylo plate for Varnishing applications used during production of Bank Notes. The equipment includes the following.

    Specification

    1) Water Washable Developing Machine : a) Capable for developing Poly schablon plate, Offset Nylo plate and photo

    polymer Varnishing plate in a single unit by removing polymer from non-image areas / unexposed areas using respective plush/brush with water and finally hardening the polymer image on drier unit.

    b) Capable of producing high resolution images on digital Dry offset (minimum10160 dpi)/ Poly Schablon / varnishing photo polymer plates with steel and aluminium base.

    c) The machine should be compatible to develop the plate exposed in existing Seculas inline UV exposure unit (Seculas 3848 UV, Model Optics 10, Serial No. 204003) and security design software and workstations.

    d) The machine should be equipped with electronically controlled system for hot water/ air with built in provision for continuous supply of fresh water /hot water of required temperature and draining out used water.

    e) Should be equipped with all safety provision, exhaust/fume extraction unit conforming to international standard.

    f) Capable to prevent the removal of fine elements of image on the plates during developing.

    g) Should have provision to operate the machine in auto mode with pre-defined speed for transportation of various plates during developing operation.

    h) Should have suitable Plate holding mechanism during developing operation to avoid risk of plate movement during transportation process.

    i) Should have provision to select suitable programme for developing Dry Offset / Polyschablons / Varnishing Plates.

    j) Should have provision for pre-wash/Post cleaning mechanism with easy access for interchanging of plush/brush.

    k) The machine shall be capable for reproducing the latest generation of offset related Banknote Security features/elements including Moire (ICS) based features.

    l) Water washable developing machine should be integrated with built in UPS back up.

  • Technical Requirement:Water washable developing machine Plate size: Equipment should be capable for processing the various plate size of Max. 900 mm x 1200 mm, Min. 430 x 360 mm and thickness of 0.73 mm, 1.16 mm and 2.3 mm or tailor made to suit CNP requirement. The system shall be able to handle analogue and Digital Photo Polymer Plates with Steel and Aluminium base as per details given below.

    Parameter Dry Offset

    (For polymer Plate)

    Intaglio

    (For Poly Schablon)

    Numbering

    (For Varnishing plate)

    Plate thickness 0.73 MM 2.3 MM 1.16 MM

    Base Material and Thickness

    0.27 MM

    (Steel)

    0.3 MM

    (Steel)

    0.3 MM

    (Aluminium)

    Polymer thickness

    0.46 MM 2.0 MM 0.86 MM

    Utility available with Currency Note Press

    Potable water supply temp 22°C ±2

    Humidity: RH –55 % ± 5%

    Electric Power Supply: 3 Phase 4 wire AC, 415 V ±10%, 50 Hz ±3%,

    Terms & Condition: 1. The bidder should categorically mention the detailed composition of the machine and it’s auxiliary to be supplied along with the make and model of the machine. This is required for technical evaluation of the offer. 2. The items like extraction system, washing unit, hardware, software as required under different heading should be part and parcel of the machine supply. 3. The bidder should mention specifically if anything which is not covered within the scope of supply but essential to operate the equipment. If not mentioned, that should be supplied by the bidder. 4. The bidder should mention the valid email id, address and the contact No. of the OEM/authorised person required for contacting in case of spares/trouble shooting/AMC related issue during or after installation of the equipment. 5. Standard consumables if any are to be supplied along with four Poly schablon polymer plate (Size 840 mm X 739 mm, thickness 2.3 mm) Two Offset polymer Plate (Size 840 mm X 765 mm, thickness 0.73 mm) and two polymer plate for Varnishing. 6. The bidder can supply any superior system which meets the actual operational and functional requirement of CNP. 7. Any query by the bidder or OEM in respect of technical specification / technical requirement, they can discuss the matter during pre-bid conference at CNP.

  • 8. The above machines shall be compact, rigid, and mechanically sound. All components shall resist corrosion, erosion, etching and pitting normally encountered during its operations. 9. The machines shall be of latest technology meeting all the environmental, safety and other international regulations and standards. 10. All mechanical, electrical and electronic components should be of international make. The machine should be energy efficient. 11. The bidder / OEM should have supplied at least one each of above machine/equipment to Bank Note Printing Press. 12. The machine should be equipped with necessary electrical, electronic control system for automatic operation as per international regulation and standard. 13. All the critical spares (For preventative and break down maintenance) and consumables for maintaining the system for three years after warranty period without price variation should be quoted.

  • Section VIII: Quality Control Requirements

    The material will be accepted on manufacturer’s guarantee certificate to be sent to the PURCHASER. If any defects observed or material found unsuitable, then the same will be replaced by on free replacement up to Currency Note Press, Nashik Road.

    Checklist of PDI for Water Washable Developing Machine.

    Sr.

    No Particular as per contract

    Yes/ No

    Remarks if any

    1. Capable for developing Poly schablon plate, polymer plate for dry offset and Varnishing in a single unit by removing polymer from non-image areas / unexposed areas using respective plush/brush with water and finally hardening the polymer image in drier unit.

    2. Capable of producing high resolution images on digital Dryoffset(minimum10160 dpi) / Poly Schablon/ varnishing polymer plates with steel and aluminium base.Nylo plate size

    765 mm x 840 mm, Poly Schablon plate739 x 840mm. Size- Max. Off-Set (Nylo) plate-900mm x 1200mm.

    3. The machine should be compatible/adoptable to develop the plate exposed in existing Seculas inline exposure unit (Seculas 3848 UV, Model Optics 10, Serial No. 204003) and security design software and workstation.

    4. The machine should be equipped with electronically controlled system for hot water/air with built in provision for continuous supply of fresh water/hot water of required temperature & draining out used water.

    5. Should be equipped with all safety provision, exhaust/fume extraction unit conforming to international standard.

    6. Capable to prevent the removal of fine elements of image on the plates during developing.

    7. Should have provision to operate the machine in auto mode with pre-defined speed for transportation of various plates during developing operation.

  • 8. Should have suitable plate holding mechanism during developing operation to avoid risk of plate movement during transportation process.

    9. Should have provision to select suitable program for developing Dry Offset / Poly-schablon / Varnishing Plates.

    10 Should have provision for pre-wash/Post cleaning mechanism with easy access for interchanging of plush/brush.

    11 The machine shall be capable for reproducing the latest generation of offset related Banknote Security features/elements including Moire (ICS) based features.

    12 The successful bidder will arrange to develop one Nylo-Plate having dummy Bank Note Design with resolution 10160 dpi & one Poly-Schablon plate at their premises at the time of Pre-despatch inspection.

    Final Acceptance Test (FAT):

    After installation and commissioning of the machines, 02 Nos Poly shablon plate, 02 Nos digital polymer plate and 01 No varnishing polymer plate will be developed in the water washable developing machine and drying. Further actual trial will be taken on the printing machine to adjudge printing result. On successful completion of Final Acceptance Test (FAT), Final Acceptance Certificate will be issued by CNP.

    Final Acceptance Certificate (FAC):

    After suitability Final acceptance certificate will be issued by Currency Note Press, Nashik Road

    Documents required:

    The firm will have to submit the soft copy as well as the hard copy (03 sets in English language) of following documents.

    1. Operation manual of the machine/equipment 2. Electrical circuit diagram, pneumatic circuit diagram, maintenance

    diagram with drawings of system assembly/sub assembly with details of part list along with position.

    3. All PLC Programmes & parameters in hard as well as soft copies on CD/DVD.

    4. Back up of all applications and system software in original/licensed copy. All these systems and application software must have life time validity (License Free).

    5. The bidder should give required mechanical and electrical spare parts list, electrical/mechanical fault code with remedial measure.

  • -----------------------------------------------------------------------------------------------

    Section IX: Qualification/ Eligibility Criteria ------------------------------------------------------------------------

    FOR PRE-QUALIFICATION BID

    1. Experience and past performance: Bidder firm should have supplied at least 01 no. "WATER WASHABLE DEVELOPING MACHINE" to any printing organization during the last five years upto March-2019. This criteria is exempted for local manufacturers under “Make In India” policy

    The list of customers along with the performance report/certificate shall be submitted along with the bid.

    2. Capacity and Capability: The Bidder firm must have an annual capacity to supply at least 01 no. of "WATER WASHABLE DEVELOPING MACHINE ".

    Note: 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 bidder should be verified from the parties for whom work has been done. The bidder/manufacturer applying under “Make In India” should provide a certificate from “Statutory Auditor or Cost Auditor or Practicing Cost Accountant” about their technical capabilities & quality standards and the percentage of local content as per provisions of “Make In India” policy. 3. Financial standing:

    (a) Average Annual Turnover of the Bidder during last three years i.e. 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 other than calendar year should be more than Rs. 27,15,000 or Euro 32,727 or USD 36,655. This criteria is exempted for local manufacturers under “Make in India” policy

    (b) Bidder firm should not have suffered any financial loss for more than one year during the last three financial years i.e. 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 other than calendar year. (c) The net worth of the firm should not have eroded by more than 30% in the last three financial years i.e. 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 other than calendar year. Note: All financial standing data should be certified by certified accountants e.g. Chartered Accountants (CA) in India and Certified Public Accountant/ Chartered Accountants for overseas supplier. 4. The bidder should give a declaration that they have not been black-

    listed/ debarred for dealing by Government of India in the past.

    5. The bidder should give declaration toward unconditional acceptance to all terms and conditions of the tender.

    6. In case the tenderer offers to supply goods, which are manufactured by some other firm, the tenderer has been duly authorized by the goods manufacturer to quote for and supply the goods to SPMCIL. The tenderer shall submit the manufacturer’s authorization letter to this effect as per the standard form provided under Section XIV in this document. One manufacturer can authorize only one agent/dealer. There can be only one bid from (i) The principal manufacturer directly or through one Indian agent on his behalf or (ii) The foreign principal or any of its branch/division or (iii) Indian/Foreign principal on behalf of only one Principal. Principal/Manufacturer shall meet the Qualifying criteria.

    7. The bidder has to submit Power of Attorney for the Authorized signatory for signing the bid document and concluding the contract, if awarded. 8. Reference list of customers to whom Water washable developing machine is supplied shall be enclosed. 9. Local suppliers are exempted for experience criteria at point -1 & Turnover criteria at point 3(a) under make in India policy. The bidder has to fulfill/at all other criteria. The capability of level supplied/manufacture to the extent required shall be verified at work site of the bidder. 10. During the currency of the tender and/or contract, if it is found that the Original Equipment Manufacturer / Principal firm engages a brokering agent, the following penal actions will be taken. 1. The contract, if awarded, will be terminated, 2. The Performance Security Deposit / the Earnest Money Deposit will be invoked/ forfeited, as the case may be, 3. The OEM/principal firm will be Banned/Blacklisted for a period of 02 years.

  • Section X : Tender Form

    Date: To, Currency Note Press, Nashik A unit of Security Printing and Minting Corporation of India Limited Wholly Owned by Govt. of India Nasik Ref: Your Tender Document No. ______________________dated.__________ We, the undersigned have examined that above mentioned tender enquiry document, including amendment No.________ dtd. _______ (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 as quoted in 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 service as mentioned above, in accordance with the delivery schedule specified in the List of requirement. We further confirm that, if out 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, of any, in Section V – ‘Special Conditions of Contract’ for due performance of the contract. We agree to keep out tender valid for acceptance for a period upto _________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 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. Dated this __________________________day of __________________________

    For and on behalf of (With Seal) Signature

    Name In the capacity of

    (DULY AUTHORISED TO SIGN THE BID)

  • Section XI : Price Schedule TABLE (a)

    SUMMARY OF PRICE SCHEDULE (FOR OVERSEAS BIDDERS ONLY): PRICE SHOULD BE QUOTED ON FOB AND CIF BASIS Furnish complete list of equipments and accessories which constitutes the Procurement of WATER WASHABLE DEVELOPING MACHINE. Sr No

    Description, Accounting unit and quantity offered

    Quoted Currency

    FOB price per

    equipment Qty Port/Actual Destination Insurance

    Freight (Ocean)

    TOTAL CIF PRICE

    Col No 1 2 3 4 5 6 7 8

    1 SUPPLY OF WATER WASHABLE DEVELOPING MACHINE 01 NhavaSheva

    port

    2 (A)

    TRAINING CHARGES AT MANUFACTURERS WORKSITE 01

    2 (B)

    INSTALLATION AND COMMISSIONING CHARGES AT CNP NASHIK

    01 CNP, Nashik

    GRAND TOTAL

    FOB price in words……………… CIF price in words………………

    1. We confirm that there would not be any price escalation during the supply period. 2. We confirm that we will abide by all the tender terms and conditions and we do not have any counter conditions 3. The price bids with condition/counter condition are liable to be rejected.

    (Name and Signature with date) Office Seal/Stamp

  • TABLE (b) SUMMARY OF PRICE SCHEDULE (FOR INDIAN BIDDERS): PRICE SHOULD BE QUOTED ON FOR basis for each unit

    Furnish complete list of equipment's and accessories which constitutes the Procurement of WATER WASHABLE DEVELOPING MACHINE.

    Sr No

    Item description HSN CODE

    UOM (Unit

    of measurement

    )

    Basic price

    including

    packing and

    forwarding / unit (Rs)

    Freight and

    Insurance

    charges (Rs), if any

    IGST @___

    %

    CGST @___%

    SGST @___%

    Total rate per

    unit (Rs) inclusive of GST, freight

    and insurance charges

    Qty

    Total Price for required

    quantity of store (Rs)

    (FOR each unit) inclusive of

    GST, freight and insurance charges

    1 2 3 4 5 6 7 8 9 10 11

    1

    SUPPLY OF WATER WASHABLE DEVELOPING MACHINE

    Nos 01

    2 INSTALLATION, TRAINING AND COMMISSIONING

    Nos. 01

    Grand Total: NOS- Numbers Price in words……………… 1. We confirm that there would not be any price escalation during the supply period. 2. We confirm that we will abide by all the tender terms and conditions and we do not have any counter conditions 3. Bidders have to submit their offer strictly as per the above price schedule in their commercial bid in a separate sealed cover. Notes- i. The bidder has to quote the applicable GST (i.e. IGST. CGST, SGST) as per GST law ii. Taxes and duties as applicable on the date of opening of price bid shall be taken into consideration for evaluation of bid. iii. Price bids with conditions/ counter conditions are liable to be rejected. iv. The bidder has to indicate SAC/ HSN code in the space provided above (Name and Signature with date)

    Office Seal/Stamp

  • 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 Please CLICK the link for further details http://cnpnashik.spmcil.com/SPMCIL/UploadDocument/SBDTEMPLATE1.pdf TWO BID, SINGLE STAGE (TWO PACKETS) TENDER BIDDER’S CHECK LIST BEFORE TENDER SUBMISSION

    Part I: - TECHNO-COMMERCIAL BID

    Sr. No.

    Tender Submission Check Points Check before submission Tick ( √ )

    1 Tender Fee 2 Earnest Money Deposit 3 Tender Document duly Seal & Signed 4 Term of Delivery :- FOR, each unit, duly unloaded 5 Tender Validity 165 days as per the tender 6 Technical Specification –Section VII as per tender 7 Submit Manufacturer’s Authorization form (As Applicable) 8 Accept the Warranty clause as per tender (As Applicable) 9 Submit the documents as per Qualification / Eligibility criteria –

    Section IX (As Applicable)

    10 Fill Tender Form – Section X duly seal & sign (Without mentioning price)

    11 Delivery Period: Acceptance of delivery period as per Section VI of tender Document.

    12 Blank price schedule format as per Section XI indicating 'XXXX' 13 Power of Attorney for signing the bid document and contract, if

    awarded.

    Part II: - PRICE BID

    Sr. No.

    Tender Submission Check Points Check before submission Tick ( √ )

    1 Price Bid as per Section XI (Price including all taxes & other charges )

    …………………………. (Bidder’s Seal & Sign)

    http://cnpnashik.spmcil.com/SPMCIL/UploadDocument/SBDTEMPLATE1.pdfhttp://cnpnashik.spmcil.com/SPMCIL/UploadDocument/SBDTEMPLATE1.pdf

    USection I: Notice Inviting Tender (NIT)Address for dropping the tender documentsCNP PASS SECTION,USection II: GENERAL INSTRUCTIONS TO TENDERERS (GIT)Please CLICK the link for further detailsUSection 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 c...In case of any conflict between the provision in the GIT and that in the SIT, the provision contained in the SIT shall prevail.Please CLICK the link for further detailsUhttp://www.spmcil.com/SPMCIL/UploadDocument/GCC.pdfUUSection 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 modif...Whenever there is any conflict between the provision in the GCC and that in the SCC, the provision contained in the SCC shall prevail.USection VI: List of Requirements4. Foreign nationals desirous of attending tender opening should forward their bio-data/passport, visa details along with the bids.6. All the copies of tenders shall be complete in all respects with all their attachments/enclosures duly numbered.USection VII: Technical SpecificationsUSection VIII: Quality Control RequirementsFOR PRE-QUALIFICATION BIDSUMMARY OF PRICE SCHEDULE (FOR OVERSEAS BIDDERS ONLY): PRICE SHOULD BE QUOTED ON FOB AND CIF BASISFOB price in words………………CIF price in words………………1. We confirm that there would not be any price escalation during the supply period.2. We confirm that we will abide by all the tender terms and conditions and we do not have any counter conditions3. The price bids with condition/counter condition are liable to be rejected.(Name and Signature with ...SUMMARY OF PRICE SCHEDULE (FOR INDIAN BIDDERS): PRICE SHOULD BE QUOTED ON FOR basis for each unitNOS- NumbersPrice in words………………1. We confirm that there would not be any price escalation during the supply period.2. We confirm that we will abide by all the tender terms and conditions and we do not have any counter conditions3. Bidders have to submit their offer strictly as per the above price schedule in their commercial bid in a separate sealed cover.Notes- i. The bidder has to quote the applicable GST (i.e. IGST. CGST, SGST) as per GST lawii. Taxes and duties as applicable on the date of opening of price bid shall be taken into consideration for evaluation of bid.iii. Price bids with conditions/ counter conditions are liable to be rejected.iv. The bidder has to indicate SAC/ HSN code in the space provided above (Name and Signature with date) ...Office Seal/StampPlease CLICK the link for further details