TENDER DOCUMENT FOR PURCHASE OF: DESIGN, SUPPLY, … · Time and date of opening of tenders...

47
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 12003275 02.07.2020 electrical ELECTRICAL Not Transferable Security Classification:NON-SECURITY TENDER DOCUMENT FOR PURCHASE OF: DESIGN, SUPPLY, ERECTION AND COMMISSIONING OF 11KV PACKAGED SUBSTATION AT SECURITY PAPER MILL, HOSHANGABAD Tender Number: 6000015025/EL/906, Dated: 05.09.2020 This Tender Document Contains__________Pages. Details of Contact person in SPMCIL regarding this tender: Name: VIKAS KUMAR Designation: Dy.Manager (MM) Address: SPMH (Security Paper Mill,Hoshangabd) India Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001 T01.1

Transcript of TENDER DOCUMENT FOR PURCHASE OF: DESIGN, SUPPLY, … · Time and date of opening of tenders...

Page 1: TENDER DOCUMENT FOR PURCHASE OF: DESIGN, SUPPLY, … · Time and date of opening of tenders 09.10.2020 15:00:00 Place of opening of tenders ADMIN. OFFICE, SECURITY PAPER MILL, HOSHANGABAD

SECURITY PAPER MILL,HOSHANGABAD - 461005 (M.P), INDIA(A Unit of Security Printing and Minting Corporation of India Limited)(Whollyowned by Government of India)(Miniratna Category-I CPSE & ISO 9001:2015 & ISO 14001:2015 CERTIFIED)Website:http://spmhoshangabad.spmcil.comE-Mail:[email protected] CIN: U22213DL2006GOI144763Ph.No:91-7574-255259,Fax No:07574-255170GSTIN: 23AAJCS6111J3ZE

PR Number PR Date Indenter Department 12003275 02.07.2020 electrical ELECTRICAL

Not Transferable

Security Classification:NON-SECURITY

TENDER DOCUMENT FOR PURCHASE OF: DESIGN, SUPPLY,ERECTION AND COMMISSIONING OF 11KV PACKAGED

SUBSTATION AT SECURITY PAPER MILL, HOSHANGABADTender Number: 6000015025/EL/906, Dated: 05.09.2020

This Tender Document Contains__________Pages.

Details of Contact person in SPMCIL regarding this tender:

Name: VIKAS KUMARDesignation: Dy.Manager (MM)Address: SPMH (Security Paper Mill,Hoshangabd)

India

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001T01.1

Page 2: TENDER DOCUMENT FOR PURCHASE OF: DESIGN, SUPPLY, … · Time and date of opening of tenders 09.10.2020 15:00:00 Place of opening of tenders ADMIN. OFFICE, SECURITY PAPER MILL, HOSHANGABAD

Tender Number:6000015025

Section1: Notice Inviting Tender (NIT)6000015025 /EL/_906 05.09.2020

(SPMCIL's Tender SI No.) (Date)1. Sealed tenders are invited from eligible and qualified tenderers for supply of following goods & services:Schd.No.

Brief Descriptionof Goods/services

Quantity(with unit)

Earnest Money(In Rupee)

Remarks

1 11 KV Packaged Substation 1.000 EA 188000.00INRONE LAC EIGHTY

EIGHT THOUSAND ONLY

2 Installation and Commissioning 1.000 AU

1 Installation commissioning

testing 1.000AU

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

THREE-BIDNational Competetive Bid

Dates of sale of tender documents: From 05.09.2020 to 08.10.2020 during office hours.Place of sale of tender documents ADMIN. OFFICE, SECURITY PAPER MILL,

HOSHANGABADClosing date and time for receipt of tenders 09.10.2020 11:00:00Place of receipt of tenders ADMIN. OFFICE, SECURITY PAPER MILL,

HOSHANGABADTime and date of opening of tenders 09.10.2020 15:00:00Place of opening of tenders ADMIN. OFFICE, SECURITY PAPER MILL,

HOSHANGABADNominated Person/ Designation to Receive BulkyTenders (Clause 21.21.1 of GIT)

VIKAS KUMARDy.Manager (MM)

Abbreviation:-"EA" MEANS "EACH" "AU" MEANS "ACTIVITY UNIT"----------------------------------2. Interested tenderers may obtain further information about this requirement from the above office selling thedocuments. They may also visit our website mentioned above for further details.

3.Tender documents may be purchased on payment of non-refundable cost of per set in the form of account payeedemand draft/ Rs 560/- (inclusive GST) cashier's cheque/ certified cheque, drawn on a scheduled commercial bankin India, in favour of SECURITY PAPER MILL payable at HOSHANGABAD without which your quotation will berejected.

4.Tenderer may also download the tender documents from the web site http://spmhoshangabad.spmcil.com andhttp://eprecure.gov.in and submit its tender by utilizing the downloaded document, along with the requirednon-refundable fee.

5.If requested, the tender documents will be mailed by registered post/ speed post to the domestic tenderers, forwhich extra expenditure per set will be Rs.100/- for domestic post. The tenderer is to add the applicable postagecost in the non-refundable fee mentioned in Para 3 above.

6.In the event of any of the above mentioned dates being declared as a holiday/ closed day for the purchaseorganization, the tenders will be sold/ received/ opened on the next working day at the appointed time.

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec01.1

Page 3: TENDER DOCUMENT FOR PURCHASE OF: DESIGN, SUPPLY, … · Time and date of opening of tenders 09.10.2020 15:00:00 Place of opening of tenders ADMIN. OFFICE, SECURITY PAPER MILL, HOSHANGABAD

Tender Number:6000015025

7. SUBMISSION OF TENDER: The bid is to be submitted in three parts :-(i) Tenderers shall ensure that their tenders, duly sealed and signed, complete in all respects as per instructionscontained in the Tender Documents, are dropped in the tender box located at the address given below on or beforethe closing date and time indicated in the Para 1 above, failing which the tenders will be treated as late and rejected.

(ii) The bid is to be submitted in three part i.e. Pre-Qualification bid, Techno-commercial bid & price bid in sealedenvelopes duly super scribed with EMD, Tender document fee & mention our NIT reference No. with date and Duedate on the top of the sealed envelope and be addressed to the General Manager, Security Paper Mill,Hoshangabad- 461005 (M.P.)

(iii)Quotation will be accepted by INDIA POST/COURIER SERVICE/DROP BOX only. Quotation sent by FAX/E-Mailwill not be considered.

(iv) EARNEST MONEY DEPOSIT : Rs.1,88,000/- only (as per section-I)

The earnest money Rs. 1,88,000/- shall be furnished in one of the following forms.

(a) Account Payee Demand Draft or (First beneficiary in FDR shall be Security Paper Mill, Hoshangabad and handwritten FDR shall not be considered and liable to rejection)(b) Fixed Deposit Receipt or(c) Banker#s cheque.

The demand draft, fixed deposited receipt or banker#s cheque shall be drawn on any scheduled commercial bank inIndia, in favour of SECURITY PAPER MILL PAYABLE AT HOSHANGABAD. The earnest money shall be valid for aperiod of fourty five days beyond the validity period of the tender. EMD not as per format will lead to rejection of bid.

(8) In case of order material in your favour for Rs. 1,50,000/- or above, the supplier shall furnish the performancesecurity amount/ Security Deposit(S.D) (10% of the ordered value) before supply of material after issue of Purchaseorder by SPM, Hoshangabad in favour of The Security Paper Mill payable at Hoshangabad. The performancesecurity will be return back without any interest to successful tenderer after the completion of all contractualobligations.

(9) NO EXEMPTION WILL BE GIVEN FOR DEPOSITING OF SECURITY DEPOSIT (S.D.) TO ANYDIC/SSI/MSME/NSIC REGISTERED FIRM.

(10) EXEMPTION WILL BE GIVEN DEPOSITING OF ONLY TENDER FEE & EMD TO ANY DIC/SSI/MSME/NSICREGISTERED FIRM

(11) Tender Fee and Earnest Money Deposit (EMD) is exempted for firms having NSIC registration for the tenderedstores. A copy of valid NSIC is to be submitted along with bid.

(12) Make in India Clause :

i. The provisions of the Public Procurement (Preference to Make in India) Order 2017 dated June 15, 2017 (andsubsequent amendments, if any) by Department of Industrial Policy and Promotion, GoI shall apply to this PQB tothe extent feasible. The local suppliers are exempted from experience and past performance criteria, and averageannual turnover requirement under financial standing. Local suppliers are not required to provide any proof of supplyto other countries/ exports. The bidder company may use the financial criteria of its own holding company or itsPrincipal manufacturer in this case. However, the Holding company and/or the Principal manufacturer/ collaboratorwill have to counter guarantee the financials and/or bank guarantees as issued for the purpose of this PQB.

ii. Verification of Local Content:The minimum local content shall be ordinarily be 50%. The Nodal Ministry may prescribe a higher or lower

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec01.2

Page 4: TENDER DOCUMENT FOR PURCHASE OF: DESIGN, SUPPLY, … · Time and date of opening of tenders 09.10.2020 15:00:00 Place of opening of tenders ADMIN. OFFICE, SECURITY PAPER MILL, HOSHANGABAD

Tender Number:6000015025

percentage in respect of any particular item and may also prescribed the manner of calculation of local content.

iii. The local supplier at the time of tender, bidding or solicitation shall be required to provide self-certification that theitem offered meets the minimum local content and shall give details of the location(s) at which the local valueaddition is made.

In cases of procurement of a value excess of Rs. 10/- Crore, the local supplier shall be required to provide acertificate from the statutory auditor or cost auditor of the company (in the case of companies) or from a practicingcost accountant or practicing Chartered accountant (in respect of suppliers other than companies) giving thepercentage of local content.

Special Instruction: ---------------------------------

(I) Micro and Small Enterprises firm are exempted from submitting Tender fees and Earnest Money deposit. Pleasesend the copy of valid registration certificate of Micro and Small Enterprises along with your bid / quotation otherwiseyour offer will not be considered for above exemption. Tendered item should be part of store-list of MSME/DIC/NSICcertificate.

(II)Price quotation in tenders:(a)In tender, participating Micro and Small Enterprises quoting price within price band of L1 + 15 per cent shall alsobe allowed to supply a portion of requirement by bringing down their price to L1 price in a situation where L1 price isfrom someone other than a Micro and Small Enterprise and such Micro and Small Enterprise shall be allowed tosupply 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 (totendered quantity).

(c) In case of tender item have non-split able or non-dividable, etc. MSE quoting price within price band L1+15%may be awarded for full/ complete supply/service of total tendered value to MSE.

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

(III) Special provisions for micro and small enterprises owned by SC or ST:Out of 25 per cent allowed for procurement from Micro and Small Enterprises, a sub-target of 25 per cent (i.e., 4 percent out of 25 per cent) shall be allowed for procurement from Micro and Small Enterprises owned by the ScheduledCaste or the Scheduled Tribe entrepreneurs. Provided that, in event of failure of such Micro and Small Enterprisesto participate in tender process or meet tender requirements and L1 price, 4 per cent sub-target for procurementearmarked for Micro and Small Enterprises owned by Scheduled Caste or Scheduled Tribe entrepreneurs shall bemet from other Micro and Small Enterprises.

---------------------------------------------------------------FIRM SHOULD STRICTLY FOLLOW THE SAFETY CONDTIONS MENTIONED BELOW :-

(1) The work has to be carried out under proper supervision and all safety rules and regulations should be followedand also as per direction of our officials.

(2) You have follows all safety norms and labour law act police verification of your employees, insurance, withoutwhich your employees can not permitted for work in our premises.

(3) It will be sole responsibility of the contractor to insure yours workmen against risks of accident and injury while atwork as required by the relevant rules and to pay compensation, if any to them as per workmen#s compensation act.the work will be carried out in a protected area and all the rules and regulations of S.P.M. in that area that are in

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec01.3

Page 5: TENDER DOCUMENT FOR PURCHASE OF: DESIGN, SUPPLY, … · Time and date of opening of tenders 09.10.2020 15:00:00 Place of opening of tenders ADMIN. OFFICE, SECURITY PAPER MILL, HOSHANGABAD

Tender Number:6000015025

force from time to time will have to be followed by the contractor.

(4) The contractor shall assign to his workmen task commensurate with their experience and state health condition.---------------------------------------------------------------Note :(1) All other terms and conditions of NIT (including GIT, SIT, GCC & SCC) shall be remain as per our procurementmanual.

(2) General instructions to tenderer (GIT) and General conditions of contract (GCC) shall also form a part of thistender document. For details regarding GIT and GCC please refer links as below:http://spmhoshangabad.spmcil.com/spmcil/uploaddocument/GIT.pdfhttp://spmhoshangabad.spmcil.com/spmcil/uploaddocument/GCC.pdf

SECTION - II to XIX : APPLICALE, EXCEPT SECTION : XIII & XVIII.SECTION -XIII BANK GUARANTEE FORM FOR EMD : NOT APPLICABLESECTION XVIII SHIPPING ARRANGEMENTS FOR LINER CARGOES : NOT APPLICABLE

IMPORTANT NOTE:-

(1) The tender documents are not transferable.

(2) SPMs Right to Accept any Tender and to Reject any or All Tenders SPM reserves the right to accept in part or infull any tender or reject any tender without assigning any reason or to cancel the tendering process and reject alltenders at any time prior to award of contract, without incurring any liability, what so ever to the affected tenderer ortenderers.

(3) #BIDDER TO FURNISH STIPULATED DOCUMENTS ALONG WITH TENDER IN SUPPORT OF FULFILLMENTOF TENDER CRITERIA. FURTHER CORRESPONDENCE IN THIS REGARD WILL NOT BE ENTERTAINED FORANY REASON. NON-SUBMISSION OR INCOMPLETE SUBMISSION OF DOCUMENTS MAY LEAD TOREJECTION OF OFFER.#

Enclosure : Annexure - I (Checklist) Annexure - II & III (Declaration)

(VIKAS KUMAR)DY Manager (Material)For Chief General Manager

CORRESPONDING ADDRESS---------------------THE CHIEF GENERAL MANAGERSECURITY PAPER MILLHOSHANGABAD-461 005 (M.P.)Website: http://spmhoshangabad.spmcil.comE-MAIL:- [email protected]

PHONE :- 07574 - 286847, 286776,FAX :- 07574)-255170

SIGNATURE OF BIDDER WITH NAME,DESIGNATION & SEAL

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec01.4

Page 6: TENDER DOCUMENT FOR PURCHASE OF: DESIGN, SUPPLY, … · Time and date of opening of tenders 09.10.2020 15:00:00 Place of opening of tenders ADMIN. OFFICE, SECURITY PAPER MILL, HOSHANGABAD

Tender Number:6000015025

Section II: General Instructions to Tenderers (GIT)Part 1: General Instructions Applicable to all type of Tenderers

Kindly refer http://spmhoshangabad.spmcil.com/spmcil/uploaddocument/GIT.pdffor further details (GIT contains 32 pages).

SIGNATURE OF BIDDER WITH NAME,DESIGNATION & SEAL

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec02.1

Page 7: TENDER DOCUMENT FOR PURCHASE OF: DESIGN, SUPPLY, … · Time and date of opening of tenders 09.10.2020 15:00:00 Place of opening of tenders ADMIN. OFFICE, SECURITY PAPER MILL, HOSHANGABAD

Tender Number:6000015025

Section II: General Instructions to Tenderers (GIT)Part II: Additional General Instructions Applicable to Specific type of Tenderers

Kindly refer http://spmhoshangabad.spmcil.com/spmcil/uploaddocument/GIT.pdffor further details (GIT contains 32 pages).

SIGNATURE OF BIDDER WITH NAME,DESIGNATION & SEAL

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec02.2

Page 8: TENDER DOCUMENT FOR PURCHASE OF: DESIGN, SUPPLY, … · Time and date of opening of tenders 09.10.2020 15:00:00 Place of opening of tenders ADMIN. OFFICE, SECURITY PAPER MILL, HOSHANGABAD

Tender Number:6000015025

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. Thecorresponding 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 shallprevail.(Clauses of GIT listed below include a possibility for variation in their provisions through SIT. There could be otherclauses in SIT as deemed fit.)

Sr No GIT ClauseNo.

Topic SIT Provision

01 4 Eligible Goods and Services (Origin ofGoods)

The quality of packing, the manner of markingwithin & outside the packages and provision ofaccompanying documentation shall strictly complywith requirements as provided in TechnicalSpecifications and Quality Control Requirementsunder Section VII andgoods are mined, grown,produced, or manufactured or from where therelated services are arranged and supplied.

02 9 Time Limit for receiving request forclarification of Tender Documents

A Tenderer requiring any clarification orelucidation on any issue of the tender documentsmay take up the same with SPMH in writing or byfax/e-mail/telex. SPMH will respond in writing tosuch request provided the same is receivedthantwenty one days (unless otherwise specified in theSIT) prior to the prescribed date of submission oftender. Copies of the query and clarifcation shallbe sent to all prospective bidders who havereceived the bidding document.

03 11.2 Tender Currency Supplier is requested to quote price within 2Decimal place.Quotation with price quote beyond2 decimal place is ignored.

04 19 Tender Validity The tenders shall remain valid for acceptance fora period of 165 days after the date of tenderopening. Any tender valid for a shorter period shallbe treated as un-responsive and rejected.

05 20.4 Number of Copies of Tenders to besubmitted

Single copy

06 28.1 Discrepancy in Prices - A If, in the price structure quoted by a tenderer,there is discrepancy between the unit price andthe total price (which is obtained by multiplying theunit price by the quantity, the unit price shallprevail and the total priceess SPMH feels that thetenderer has made a mistake in placing thedecimal point in the unit price, in which case thetotal price as quoted shall prevail over the unitprice and the unit price corrected.

07 28.2 Discrepancy in Prices - B If there is an error in a total price, which has beenworked out through addition and/or subtraction of

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec03.1

Page 9: TENDER DOCUMENT FOR PURCHASE OF: DESIGN, SUPPLY, … · Time and date of opening of tenders 09.10.2020 15:00:00 Place of opening of tenders ADMIN. OFFICE, SECURITY PAPER MILL, HOSHANGABAD

Tender Number:6000015025

Sr No GIT ClauseNo.

Topic SIT Provision

subtotals, the subtotals shall prevail and the totalcorrected, and

08 28.3 Discrepancy in Prices - C If there is a discrepancy between the amount expressed in words and figures , the amount inwords shall prevail If , as per the judgment ofSPMH , there is any such arithmetical discrepancyin a tender, the same will be suitably conveyedtothe tenderer by registered /speed post .If thetenderer does not agree to the observation ofSPMH, the tender is liable to be ignored.

09 SpecialCondition

GST Returns Supplier Should file the GST returns for outwardsupplies in time. In case of any Input Credit Lossto SPM by way of their failure to files GST Returnsin time, SPM reserves the right to withhold thepayment of further supplies till production ofevidenceof filling of Returns.

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec03.2

Page 10: TENDER DOCUMENT FOR PURCHASE OF: DESIGN, SUPPLY, … · Time and date of opening of tenders 09.10.2020 15:00:00 Place of opening of tenders ADMIN. OFFICE, SECURITY PAPER MILL, HOSHANGABAD

Tender Number:6000015025

Section IV: General Conditions of Contract (GCC)Kindly refer http://spmhoshangabad.spmcil.com/spmcil/uploaddocument/GCC.pdffor further details (GCC contains 28 pages).

SIGNATURE OF BIDDER WITH NAME,DESIGNATION & SEAL

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec04.1

Page 11: TENDER DOCUMENT FOR PURCHASE OF: DESIGN, SUPPLY, … · Time and date of opening of tenders 09.10.2020 15:00:00 Place of opening of tenders ADMIN. OFFICE, SECURITY PAPER MILL, HOSHANGABAD

Tender Number:6000015025

Section V: Special Conditions of Contract (SCC)The following Special Conditions of Contract (SCC) will apply for this purchase. The corresponding clauses ofGeneral Conditions of Contract (GCC) relating to the SCC stipulations have also been incorporated below. TheseSpecial 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 theSCC shall prevail.(Clauses of GCC listed below include a possibility for variation in their provisions through SCC. There could be otherclauses in SCC as deemed fit)

Sl.No.

GCC ClauseNo.

Topic SCC Provision

01 8.2 Packing and Marking The quality of packing, the manner of markingwithin & outside the packages and provision ofaccompanying documentation shall strictly complywith requirements as provided in TechnicalSpecifications and Quality Control Requirementsunder Section VII andVIII and in SCC underSection V. In case the packing requirements areamended due to issue of any amendment to thecontract, the same shall also be taken care of bythe supplier accordingly.

02 11.2 Transportation of Domestic Goods Supplied material only through RegisteredCommon Carriers.

03 12.2 Insurance The supplier shall make arrangements for insuringthe goods against loss or damage incidental tomanufacture or acquisition, trasportation, storageand deliver as per clause no. 12.3,

04 14.1 Incidental Services Applicable05 15 Distribution of Dispatch Documents for

clearance/ Receipt of GoodsApplicable

06 16.1 Warrantee Clause The supplier warrants that the goods suppliedunder the contract is new, unused and incorporateall recent improvements in design and materialsunless prescribed otherwise by SPM in thecontract. The supplier further warrants that thegoods supplied undercontract shall have no defectarising from design, material or workmanship orfrom any act or omission of the supplier, that maydevelop under normal use of the supplied goods.

07 16.2 Warrantee Clause Warranty Clause shall remain valid for 12 monthsafter the goods have been delivered to the finaldestination and accepted by SPM in terms of thecontract from the date of receive.

08 16.4 Warrantee Clause If claim arising out of this warranty, supplier shallrepair or replace the defective goods or partsthereof, free of cost, at the ultimate destination.The supplier shall take over the replacedparts/goods after providing their replacement andno claim,whatsover shll lie on SPM for such

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec05.1

Page 12: TENDER DOCUMENT FOR PURCHASE OF: DESIGN, SUPPLY, … · Time and date of opening of tenders 09.10.2020 15:00:00 Place of opening of tenders ADMIN. OFFICE, SECURITY PAPER MILL, HOSHANGABAD

Tender Number:6000015025

Sl.No.

GCC ClauseNo.

Topic SCC Provision

replaced parts/goods thereafter.09 16.6 Warrantee Clause If the supplier, having been notified, fails to

rectify/replace the defects within a reasonableperiod, SPM may proceed to take such remedialaction as deemed fit by SPM, at the risk andexpense of the supplier and without prejudice toother contractualrights and remedies, which SPMmay have against the supplier.

10 21.2 Taxes and Duties Applicable ( Henceforth, every supplier has toindicate the break-up of Tax (GST Etc.) in priceschedule/bills. In case Tax is not applicable onsupplier, they must enclose relevant TaxExemption certificate. It is must for availing inputtax rebate.

11 22, 22.1, 22.2,22.4, 22.3,22.6

Terms and Mode of payments 100% payment for supply, installation andcommissioning charges as per Grand total ofPart-A & Part- B of the price schedule section-XIof this tender document shall be made on receiptof material, successful installation,commissioning, trial run and final acceptance atSPM destination on production of all requireddocuments by the supplier by RTGS/NEFT only.

12 24.1 Quantum of LD If the contractor fails to deliver the goods and/orservices or any installment thereof within theDelivery Period, SPM Hoshangabad shall, withoutprejudice to other rights and remedies available toSPM, Hoshangabad under the contract, deductfrom thecontractor price, as Liquidated damages,a sum equivalent to the rate of 0.5 Percent of thedelivered price of the delayed goods and/orservices along with applicable GST of 18% on theLD amount for each week of delay.........

13 24.1 Quantum of LD or part thereof until actual delivery or performance,subject to a maximum deduction of the 10% (plusGST on the LD amount) of the delayed goods orservices

14 33.1 Resolution of Disputes If dispute or difference of any kind shall arisebetween SPMH and the supplier in connectionwith or relating the contract, the parties shall makeevery effort to resolve the same amicably bymutual consultations. If the parties fail to resolvetheirdispute or difference by such mutualconsulation withing 21 days of its occurrence,then,unless otherwise provided in the SCC, eitherSPMH or the supplier may seek recourse tosettlement of disputes through arbitration act 33.2.

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec05.2

Page 13: TENDER DOCUMENT FOR PURCHASE OF: DESIGN, SUPPLY, … · Time and date of opening of tenders 09.10.2020 15:00:00 Place of opening of tenders ADMIN. OFFICE, SECURITY PAPER MILL, HOSHANGABAD

Tender Number:6000015025

Section VI: List of RequirementsScheduleNo.

Breif Description of goodsand services (RelatedSpecifications etc.are inSection-VII)

Accounting Unit Quantity Amount ofEarnestMoney

Remark

1 11 KV Packaged Substation EA 1.000 188000.00INRONE LACEIGHTYEIGHTTHOUSANDONLY

2 Installation andCommissioning

AU 1.000

(1) SUBMISSION OF TENDER: THREE BID

Technical bid and financial bid are to be submitted in three separate doubled sealed envelopes on or before the duedate of submission of tenders. It may be noted that the price is not to be quoted either in technical bid. It shall onlybe quoted in price bid. Non-adherence to this shall be making tender liable for rejection. The envelopes containingbids shall be superscribed Pre-qualification, Technical bid and Price bid. The sealed envelopes shall be again put inanother sealed cover and should be superscribed The sealed envelopes shall be again put in another sealed coverand should be superscribed with words # Pre-qualification bid, Techno- Commercial Bid & Price Bid against ourTender Document / NIT No., NIT Date & Due date and be addressed to the General Manager, Security Paper Mill,Hoshangabad# 461 005 (M.P.). Late tenders shall not be accepted. Tenderers shall submit their offers only onprescribed forms. Tender by Telegram/Fax/E-mail shall not be accepted. Tender by Post/Hand/courier received onor before the due date and time shall be accepted. Postal delay/ delay by courier service etc. shall not becondoned.

Tenders shall be submitted in parts as below: -

PART I # PRE-QUALIFICATION BID:

(A) For MSME Firms:

i. Firm shall submit the valid MSME certificate and the tendered item must be listed in the MSME certificate store list.Non-submission of valid MSME certificate and non-availability of the tendered item in the store list of this certificateshall lead to rejection of the offer.

ii. One original Tender Document shall be submitted. It should not have any price aspect.

iii. Power of Attorney/Authorization with the seal of the company of person signing the tender documents.

iv. Dully filled tender form as per Section-X is to be submitted. No price detail is to be given in this bid. In case if anyprice detail is given, then the bids are liable to be rejected.

v. Firm shall accept and submit the documents as per qualification criteria of section-IX for MSME firm.

vi. If required SPM may visit the factory during PQB stage, to ascertain the bidder manufacturing capability & qualitycontrol methodology.

Firm should submit the following:-

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec06.1

Page 14: TENDER DOCUMENT FOR PURCHASE OF: DESIGN, SUPPLY, … · Time and date of opening of tenders 09.10.2020 15:00:00 Place of opening of tenders ADMIN. OFFICE, SECURITY PAPER MILL, HOSHANGABAD

Tender Number:6000015025

a) Infrastructure detailsb) Machinery listc) Organization structure

vii. Bidder has to submit the following information regarding capacity and performance:i. Name of the machine utilized to supply the quoted product.ii. The number of machines being utilized for the production and the capacity of each machine.iii. Total Annual Capacity of the manufacturer.iv. Supply orders in hand and proportionate capacity to supply quoted amount.

viii. Firm should have class 'A' Electrical contractor license. License must be valid in MP.

ix) Validity: 165 days from the date of opening of the tender, offer valid for a shorter period shall be treated asunresponsive & rejected.

(x) Submit the declaration duly seal and signed by Competent Authority on your letter head as per section-IX :Qualification/Eligibility criteria point no. VI (as per annexure-III) as Follows :

"l have read the clause regarding restrictions on procurement from a bidder of a country which shares a land borderwith India: I certify that M/s...............(firm's name) is not from such a country or, if from such a country, has beenregistered with the Competent Authority. I hereby certify that M/s ..............(firm's name) fulfills at requirements in thisregard and is eligible to be considered."

(B) For Non MSME Firms:

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

ii. Tender document fee Rs. 560/- (as per section-I)

iii. Earnest Money Deposit INR 1,88,000.00 (as per section-I)

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 authorizationcertificate/valid dealership certificate of the item supplied as per the standard form duly filled by OEM as perannexure XIV of this tender document.

Bidder firm has submit valid Manufacturing authorization certificate alongwith bid.

vii. Financial Standing of last 3 years i.e. 2017, 2018 & 2019 in case the financial year is maintained calendar yearwise or 2017-18, 2018-19 and 2019-20 in case the financial year is maintained ending 31st March of a year shouldbe certified by accountants e.g. Chartered Accountants (CA) in India and Certified Public Accountants/ CharteredAccountants 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 anyprice detail is given, then the bids are liable to be rejected.

ix. Firm shall submit documents as per Section-IX Qualification/ Eligibility criteria of the tender. In case Agent/Dealersubmitted bid in the tender, than their principal/manufacturer shall meat the qualifying criteria. Agent/Dealer shallsubmit the documents of their principal/manufacturer meeting the qualifying criteria.

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec06.2

Page 15: TENDER DOCUMENT FOR PURCHASE OF: DESIGN, SUPPLY, … · Time and date of opening of tenders 09.10.2020 15:00:00 Place of opening of tenders ADMIN. OFFICE, SECURITY PAPER MILL, HOSHANGABAD

Tender Number:6000015025

x. Firm should have class 'A' Electrical contractor license. License must be valid in MP.

xi. Validity: 165 days from the date of opening of the tender, offer valid for a shorter period shall be treated asunresponsive & rejected.

xii. Submit the declaration duly seal and signed by Competent Authority on your letter head as per section-IX :Qualification/Eligibility criteria point no. VI (as per annexure-III) as Follows :

"l have read the clause regarding restrictions on procurement from a bidder of a country which shares a land borderwith India: I certify that M/s...............(firm's name) is not from such a country or, if from such a country, has beenregistered with the Competent Authority. I hereby certify that M/s ..............(firm's name) fulfills at requirements in thisregard and is eligible to be considered."

PART II - TECHNO-COMMERCIAL BID

i) The tenderer shall submit detailed technical offer as per as per Section VII of this tender document.

ii) One format of blank Price bid to be furnished without price/ price elements to know whether the firm furnishedclearly all charges as required in our Price Schedule as per annexure-I of this document. It should not contain anyprice element otherwise quotation liable to be rejected.

(iii) Confirm the payment terms as per section-V sl. no. 11 of this tender document.

(iv) Terms of Delivery: F.O.R, SPM Hoshangabad duly unloading.

(v) Required Delivery Schedule : Complete supply within 05 months from the Date of Issue of NAC/Purchase Order.

Installation and commissioning within 02 months.

Total time for completion is 07 months including supply, installation and commissioning.

(vi). Taxes: If any - Please strictly incorporate in our NIT Section - XI.

(vii). Warranty: As per Section - V Sr. No. 6,7,8,9.

(viii). Submit a document stating "unconditional accepting of all the terms and conditions with technical specificationas per tender enquiry, without any deviations."

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.

2. 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 bescrutinized and evaluated by the competent committee/authority with reference to the parameters prescribed in theeligibility criteria. Thereafter, in the second stage, the techno-commercial bids of only pre-qualified bidders (asdecided in the first stage) shall be opened at a later date and time for further scrutiny and further evaluation. Thesebids shall be scrutinized and evaluated by the competent committee/authority with reference to the parametersprescribed in the tender document. Subsequently, in the third stage the financial bids of only thetechno-commercially acceptable offers (as decided in the second stage shall be opened for further scrutiny and

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec06.3

Page 16: TENDER DOCUMENT FOR PURCHASE OF: DESIGN, SUPPLY, … · Time and date of opening of tenders 09.10.2020 15:00:00 Place of opening of tenders ADMIN. OFFICE, SECURITY PAPER MILL, HOSHANGABAD

Tender Number:6000015025

evaluation. Intimation regarding opening of techno-commercial and financial bids shall be given to acceptabletenderers 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 thebidder and will be decided by taking into consideration the total offered price (A+B) as per Section # XI (Priceschedule) of this tender document.

#BIDDER TO FURNISH STIPULATED DOCUMENTS ALONG WITH TENDER IN SUPPORT OF FULFILLMENTOF TENDER CRITERIA. FURTHER CORRESPONDENCE IN THIS REGARD WILL NOT BE ENTERTAINED FORANY REASON. NON-SUBMISSION OR INCOMPLETE SUBMISSION OF DOCUMENTS MAY LEAD TOREJECTION OF OFFER.#

SIGNATURE OF BIDDER WITH NAME,DESIGNATION & SEAL

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec06.4

Page 17: TENDER DOCUMENT FOR PURCHASE OF: DESIGN, SUPPLY, … · Time and date of opening of tenders 09.10.2020 15:00:00 Place of opening of tenders ADMIN. OFFICE, SECURITY PAPER MILL, HOSHANGABAD

Tender Number:6000015025

Section VII: Technical SpecificationsELECTRICAL SPECIFICATION

INTENT OF SPECIFICATION

1.0 This specification is intended to cover complete design, engineering, manufacture, assembly, testing atmanufacturer's works, supply and delivery, properly packed for transportation F.O.R. SPM, Hoshangabad of 11KVPackaged Substation including complete erection, testing, commissioning & putting into successful commercialoperation of Plant Electrical system inclusive of supply of all labor; supervision, tools, implements and supplies asrequired at SECURITY PAPER MILL, Hoshangabad, India on turnkey basis.

2.0 All items of equipment and system covered under this specification shall be complete in all respect and any itemof equipment or accessory not specifically mentioned in this specification but considered essential for efficient andsatisfactory operation of individual equipment and system as a whole shall be included in the offer.

3.0 All material and equipment supplied under this specification shall be new and unused

Scope of Supply

1. Outdoor type package substation(detailed further) with facility for internal lighting, earthing, padlocks etc.Connection between RMU & transformer shall be using 3 nos. 1C X 95 sq.mm. Aluminum unarmored (E) XLPEcable and connections from Transformer to LT Panel shall be by Aluminum Busbar. Package substation consist ofthe following equipment#s-

1.1. RMU : 12Kv, 21kA, SF6 Insulated 3- Way Non extensible Compact ring main unit comprising

(a) 2 Nos of Manual & Motorized self-powered Vacuum circuit breaker of 630A as EB supply loop in/ loop out withintegral earth switch, with live cable indicators, with self-powered over current & earth fault relay With RS-485communication port, with shunt trip coil of 230v AC, with manual push buttons for closing/Tripping, with CTs formetering, with potential free contacts Breaker & Earth switch ON/OFF, With Local / remote switch, GE relay (IEC61850 Protocol)

(b) 1 No of Manual / Motorized (24V DC) operated Vacuum circuit breaker of 630A as outgoing to Transformer withintegral earth switch, with live cable indicators, with self-powered over current & earth fault relay With RS485communication port, with shunt trip coil of 230v AC, with manual push buttons for closing/Tripping, with CTs formetering, with potential free contacts Breaker & Earth switch ON/OFF, GE relay (IEC 61850 Protocol)

(c) Metering module comprising Potential transformer of 11kV/v3/110V/v3,50VA, CL 0.5, With R-Y-B Lamps , withspace heater & thermostat, With space for RTU Unit, with multifunction meter, with Auxiliary transformer

(d) With mimic diagram, with padlocking facility & with IP67 degree of protection for SF6 Tank, with 2x12V DC,12AHBattery& Charger

1.2 .11KV Oil cool, copper wound Transformer manufactured as per 1180 LEVEL I or II LOSSES

TYPE:- ONAN, hermetically sealed corrugated tank

1. Ratio- 11 KV/0.433KV,2. Capacity:-1600 KVA3. Vector Group- DYn11,4. Off Load Tappings +5% to - 10% @ 2.5 %5. Winding- Double Wound Copper,6. Class of Insulation- A,

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec07.1

Page 18: TENDER DOCUMENT FOR PURCHASE OF: DESIGN, SUPPLY, … · Time and date of opening of tenders 09.10.2020 15:00:00 Place of opening of tenders ADMIN. OFFICE, SECURITY PAPER MILL, HOSHANGABAD

Tender Number:6000015025

7. Ambient Temperature- 50 Deg C,8. Temperature rise in oil over ambient- 40 Deg C9. Temperature rise in winding over ambient-45Deg C%Impedance- 5.000% (IS Tolerance)

1.3 LT PANEL

LV Switchgear:

Indoor LT panel with Aluminum Bus bars, fabricated using CRCA sheet steel, Ingress Protection IP4X,Compartmentalized complete with internal wiring consisting of following.

1. Incomer ACB 2500 A, TPN, 415V, 3P, 50Hz, 50KA, Fixed manual type ACB with Microprocessor based O/L, S/C,E/F release. Rated Insulation Voltage Ui = 1000V, Utilization category = BDigital Multifunction Meter with A, V, KW, KWH, PF, Cl-0.5 with Port LT Metering CT#s # 3 Nos, 3200/1A, CastResin Type, Cl - 0.5, R, Y, B, ON, OFF LED Indicating Lamps - 5 Nos. Control MCB, 6A, SP - As required

Qty: 2 sets ( one for incomer from Transformer and other for Alternate supply)

2. LV Switchgear: Outgoing in LT panel

2.1. Outgoing MCCB

400 A,TPN ,415V, 3P, 50Hz, 35KA, Fixed manual type MCCB with Microprocessor based O/L,S/C & E/F release.Digital Multifunction Meter with A,V,KW,KWH,PF, Cl-0.5 with Port for each outgoing feeder Rated Insulation VoltageUi = 1000V, Utilization category = B ,LT Metering CT#s, Cast Resin Type, 600/1A, Cl-0.5. Control MCB, 6A, 4P

Quantity - 6 Nos , to be provided in the LT panel

2.2. Outgoing ACB

Outgoing ACB 800 A, TPN, 415V, 3P, 50Hz, 50KA, Fixed manual type ACB with Microprocessor based O/L, S/C,E/F release. Rated Insulation Voltage Ui = 1000V, Utilization category = BQuantity - 2 Nos, to be provided in the LT panel

1. Earthing with copper earth plate 600 mm X 600 mm X 3 mm thick including accessories, and providing masonryenclosure with cover plate having locking arrangement and watering pipewith cover plate having lockingarrangement and watering pipe of 2.7 metre long etc. with charcoal/ coke and salt as required. # 4 sets

2. Supplying and laying 25 mm X 5 mm copper strip at 0.50 metre below ground as strip earth electrode, includingconnection/ terminating with nut, bolt, spring, washer etc. as required. (Jointing shall be done by overlapping andwith 2 sets of brass nut bolt & spring washer spaced at 50mm)--20 meters

3. Providing and fixing 25 mm X 5 mm copper strip on surface or in recess for connections etc. as required.--20 meters

1.4 Cables

1. Supplying of 11KV , 3 core , XLPE , armored cable size 150 sqmm = Quantity =300 meters

2. Supply of 1.1 grade LT , XLPE , four core , 300 sqmm , aluminum cable = 100 meters

3. Supply of 1.1 grade LT , XLPE , four core , 150 sqmm, aluminum cable =100 meters

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec07.2

Page 19: TENDER DOCUMENT FOR PURCHASE OF: DESIGN, SUPPLY, … · Time and date of opening of tenders 09.10.2020 15:00:00 Place of opening of tenders ADMIN. OFFICE, SECURITY PAPER MILL, HOSHANGABAD

Tender Number:6000015025

Detailed Specification

1.0 PACKAGE TYPE SUBSTATION

1.1 CODE & STANDARDS:

1.1.1 All equipment and material shall be designed manufactured and tested in accordance with the latest applicableIndian Standard / IEC standard.

1.1.2 The electrical installation shall met the requirement of Indian Electricity Rules as amended upto date relevantIS code of practice and Indian electricity act.

1.1.3 The Package type Substation offered shall in general comply with the latest issues includingamendments of the following standards but not restricted to it.

Title Indian StandardsHigh Voltage Low Voltage Pre-Fabricated Substation IEC:61330/62271-202

11 kV Switchgear cubicles IS:13118, IS:3427, IEC:694, IEC:298Code of practice for selection, installation and maintenance ofSwitchgearIS:10118

Distribution Transformer IS: 1180 (Part I)2014 & IS: 2026

Colour for ready mix paintsIS:5

Enamel synthetic, exterior a) Undercoating, b) finishingIS:2932L.T. Fuseboard Panel IS:5039Indian Electricity Rules 1956

Indian Electricity Act1910

1.2 DESIGN CRITERIA

1.2.1 Package Substation consisting of 11KV Non-Ext compact switchgear with VCB + Transformer + L.T.Switchgear, all connection accessories, fitting & auxiliary equipment in an Enclosure to supply Low-voltage energyfrom high-voltage system as detailed in this specification. The complete unit shall be installed on a substationplinth (base) as Outdoor Substation. 11KV VCB controls incoming-outgoing feeder cables of the 11KV distributionsystem. The Vacuum Circuit Breaker shall be used to control and isolate the 11kV/433V Distribution transformer.The transformer L.T. side shall be connected to L.T. switchgear. The connection cables to consumer shall be takenout from the L.T. switchgear.

1.2.2 The prefabricated package type substation shall be designed for a) Compactness,b) fast installation,

c) maintenance free operation,

d) safety for worker/operator.

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec07.3

Page 20: TENDER DOCUMENT FOR PURCHASE OF: DESIGN, SUPPLY, … · Time and date of opening of tenders 09.10.2020 15:00:00 Place of opening of tenders ADMIN. OFFICE, SECURITY PAPER MILL, HOSHANGABAD

Tender Number:6000015025

1.2.3 The Switchgear and component thereof shall be capable of withstanding the mechanical and thermal stressesof short circuit listed in ratings and requirements clause without any damage or deterioration of the materials.

1.2.4 For continuous operation at specified ratings temperature rise of the various switchgear components shall belimited to permissible values stipulated in the relevant standard and / or this specification.

1.2.5 Service Conditions:

1.2.5.1 The equipment offered shall be suitable for continuous satisfactory operation in tropical area of Installation.

a) Enclosure: The Enclosure, High Voltage switchgear-control gear, Low Voltage switchgear-control gear &Transformer of the package type substation shall be designed to be used under normal outdoor service conditionas mentioned. The enclosure should take minimum space for the installation including the space required forapproaching various doors & equipment inside.The enclosure construction shall be such that it fully protectsingress of rain water &rusting .For this purpose, construction without welded joint is preferred.

1.3 SPECIFIC REQUIREMENT

The main components of a prefabricated package type substation are Transformer, High-voltage switchgear-controlgear, Low-voltage switchgear-control gear, corresponding interconnections (cable, flexible, busbars) & auxiliaryequipment. The components shall be enclosed, by either common enclosure or by an assembly of enclosure. All thecomponents shall comply with their relevant IS/IEC standards.

1.3.1 Ratings:

DescriptionUnitValue

Rated Voltage / Operating VoltagekV rms11

Rated frequency & Number of phasesHz & nos.50 & 3

Rated maximum power of substationkVA1600 KVA

Rated Ingress protection class of EnclosureIP:IP:54 for LT Switchgear & HT switchgear enclosure.

HV Insulation Level

Rated withstand voltage at power frequency of 50 HzkV rms28

Rated Impulse withstand VoltagekV peak75

HV Network & Busbar

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec07.4

Page 21: TENDER DOCUMENT FOR PURCHASE OF: DESIGN, SUPPLY, … · Time and date of opening of tenders 09.10.2020 15:00:00 Place of opening of tenders ADMIN. OFFICE, SECURITY PAPER MILL, HOSHANGABAD

Tender Number:6000015025

Rated currentAmp630A

Rated short time withstand currentkA rms/1sec 21Making capacity for switch-disconnector& earthing switches kA peak 52.5kA

Breaking capacity of Isolators (rated full load)A 1000 A

LV Network

As per the requirement

1.3.2 Outdoor enclosure:

1.3.2.1 The enclosure shall be made of Galvanised Sheet Steel tropicalised to Indian weather conditions at SPM.

1.3.2.2 The metal base shall ensure rigidity for easy transport & installation.

1.3.2.3 The structure of the substation shall be capable of supporting the gross weight of all the equipment &the roof of the substation compartment shall be designed to support adequate loads.

1.3.2.4 Outdoor Type 2mm thick Galvanized Enclosure shall have IP54 degree of protection for HT & LTswitchgear compartment & IP34 degree of protection for Transformer Compartment. The enclosure exterior shallbe powder coated with PP based paint. HT & LT compartment will be provided with the door and pad lockingarrangement. Transformer Compartment will be provided with Cover/Doors. The Compartment illumination lamp withdoor operated switch shall be provided for HT and LT compartment Lifting(Bucket)Arrangement shall be provided with each PSS.

1.3.2.5 The doors shall be provided with proper interlocking arrangement for safety of operator.

1.3.2.6 The H.V. & L.V. outgoing of the transformer are to be connected to Breaker of HT Panel Board & incomerof the L.V.

1.3.2.7 Internal Fault : Failure within the package type substation due either to a defect, an exceptional servicecondition or mal-operation may initiate an internal arc. Such an event may lead to the risk of injury, if persons arepresent. It is desirable that the highest practicable degree of protection to persons shall be provided.

1.3.2.8 Covers & Doors : Covers & doors are part of the enclosure. When they are closed, they shall provide thedegree of protection specified for the enclosure. Ventilation openings shall be so arranged or shielded that samedegree of protection as specified for enclosure is obtained. Additional wire mesh may be used with proper Dangerboard for safety of the operator. All covers, doors or roof shall be provided with locking facility or it shall not bepossible to open or remove them before doors used for normal operation have been opened. The doors shall openoutward at an angle of at least 90° & be equipped with a device able to maintain them in an open position.

1.3.2.9 Earthing : All metallic components shall be earthed to a common earthing point. It shall beterminated by an adequate terminal intended for connection to the earth system of the installation, by way of flexiblejumpers/strips & Lug arrangement. The continuity of the earth system shall be ensured taking into account thethermal & mechanical stresses caused by the current it may have to carry. The components to be connected to theearth system shall include:

a) The enclosure of Package type / prefabricated substation,

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec07.5

Page 22: TENDER DOCUMENT FOR PURCHASE OF: DESIGN, SUPPLY, … · Time and date of opening of tenders 09.10.2020 15:00:00 Place of opening of tenders ADMIN. OFFICE, SECURITY PAPER MILL, HOSHANGABAD

Tender Number:6000015025

b) The enclosure of High voltage switchgear & control gear from the terminal provided for the purpose,

c) The metal screen & the high voltage cable earth conductor,

d) The transformer tank or metal frame of transformer,e) The frame &/or enclosure of low voltage switchgear,

1.3.2.10 Package type substation enclosure have internal lighting activated by associated switch for HV,Transformer & LV compartments separately.

1.3.2.11 Labels : Labels for warning, manufacturer#s operating instructions etc. & those according to local standards& regulations shall be durable & clearly legible.

1.3.2.12 Cleaning & Painting :

a) The paints shall be carefully selected to withstand tropical heat rain. The paint shall not scale off or crinkle or beremoved by abrasion due to normal handling.

b) Special care shall be taken by the manufacturer to ensure against rusting of nuts, bolts and fittings duringoperation. All bushings and current carrying parts shall be cleaned properly after final painting.

1.3.3 11KV SF-6 insulated VCB Panel Board:

1.3.3.1 The VCB is required to control 11 kV/433 volts distribution Transformer of rating 630 KVA and relaysettings shall be selected accordingly.

1.3.3.2 General Finish: Totally enclosed, metal clad, vermin and dust proof suitable for tropical climate use asdetailed in the specification.

1.3.3.3 Ratings: The bus bars shall have continuous rating of 630 Amp. The VCB shall have a continuous ratingof 630 Amp in accordance with relevant IS / IEC standard

1.3.3.4 Breaking & Making Capacity : Breaker shall be capable of having rupturing capacity of minimum 630 A,21KA/3sec. symmetrical at 12000 volts three phase.

1.3.3.5 Busbar: Switchgear shall be complete with all connection, bus-bars etc. Copper bus bars continuous ratingshall be 630 Amps. The bus bars should be fully encapsulated by SF6 gas inside the steel tank.

1.3.4 Switchgear:

1.3.4.1.1 The VCB pressure details shall be submitted with the Tender document. Sealed for life, the enclosureshall meet the "sealed pressure system" criteria in accordance with IEC:298 (a system for which no handling of gasis required through out service life of approximate 20 years.) There shall be no requirement to #top up# the SF6 gas.In addition, manufacturer shall confirm that maximum leakage rate is lower than 0.1% per year. It shall provide fullinsulation, making the switchgear insensitive to the environment. Thus assembled, the active parts of the switchgearunit shall be maintenance free.

1.3.4.1.2 The switchgear & switchboard shall be designed so that the position of different devices is visible to theoperator on the front of the switchboard & operation are visible as well. The switchboard shall be designed so as toprevent access to all live parts during operation without the use of tools.

1.3.4.1.3 11 KV VCB Panel Board should be tested for internal arc fault test .

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec07.6

Page 23: TENDER DOCUMENT FOR PURCHASE OF: DESIGN, SUPPLY, … · Time and date of opening of tenders 09.10.2020 15:00:00 Place of opening of tenders ADMIN. OFFICE, SECURITY PAPER MILL, HOSHANGABAD

Tender Number:6000015025

1.3.4.2 VCB:

1.3.4.2.1 The Unit shall consist 630A Tee-off spring assisted, three pole VCB circuit breaker, with integral faultmaking/ dead breaking earth switch. The function shall be naturally interlocked to prevent the main & earth switchfrom being switched #ON# at the same time & the CB not allowed to trip in#Earth On# position. The selection of the main/earth switch lever on the panel, which is allowed to move only if themain or earth switches in the off position. The lever shall be able to pad locked in either the main or earth position.

1.3.4.2.2 The manual operation of the circuit breaker shall not have an effect of the trip spring. This should only bedischarged under a fault (electrical) trip condition, the following manual reset operation should recharge the tripspring & reset the CB mechanism in #main off# position.

1.3.4.2.3 Protection :

Protection Relays: The CB shall be fitted with microprocessor based self powered relay inside the front cover toavoid any tampering.

1.3.5 Cable Box:

1.3.5.1 VCB shall be provided with suitable and identical cable boxes for connecting 3 core, 11kV cable fromvertically below. The cable boxes shall be so located at convenient height to facilitate easy cable jointing work.The height available for cable termination should be minimum 500mm The Cable termination shall be done by Heatshrinkable Termination method so adequate clearances shall be maintained between phases for Termination.Access to all the cables should be possible form the front of HT Panel Board.

1.3.5.2 Locking Arrangement : Suitable padlocking arrangements shall be provided as stated below.

a) CB manual operating handle in the "OFF" position.b) Each feeder Panel operating handle in #Closed# #Open" or #Earth# position.c) Each VCB operating handle in #Closed#, #Open#, or #Earth# position.

1.3.6 Ratings :

2.3.6.1 Switchgear Data VCBa) Type VCB in SF-6 Tankb) Number of phases 3c) Voltage 11000Vd) Rated Frequency 50 Hze) Rated Current 630 Amp (Breaker)f) Short Circuit rating sec.

i) Breaking Minimum 12 kV,630 A, 21KA

ii) Short time withstand for 3 Sec. Minimum 21KA iii) Rated S/c making 45 kA peak for Breaker

g) Short duration power freq. 28 kVh) Insulation Level 75 KV peaki) System earthing Solidly earthed at substation

1.3.7 Tests For 11 KV HT Panel Board: Each type of 11kV Switchgear shall be completely assembled, wired,adjusted and tested at the factory as per the relevant standards i.e. IS:9920, IS:3427, IS:13118, IEC:265, IEC:298and during manufacturing and on completion

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec07.7

Page 24: TENDER DOCUMENT FOR PURCHASE OF: DESIGN, SUPPLY, … · Time and date of opening of tenders 09.10.2020 15:00:00 Place of opening of tenders ADMIN. OFFICE, SECURITY PAPER MILL, HOSHANGABAD

Tender Number:6000015025

1.3.8 Routine Tests : The tests shall include but not necessarily limited to the following:

a) Operation under simulated service condition to ensure accuracy of wiring, correctness of control schemeand proper functioning of the equipment.

b) All wiring and current carrying part shall be given appropriate High Voltage test.

1.4 Distribution Transformer

1.4.1 Oil Filled Transformer

1.4.1.1 Requirement : 11000/433 Volt Oil immersed, 1600 KVA ONAN cooled OLTC type suitable for installation atoutdoor in Enclosure for ground mounting. The transformer should be hermitically sealed & should be withcorrugated wall design & shall confirm to IS: 1180 (Part I) 2014 & IS: 2016.

1.4.1.2 Voltage Ratio: No load voltage 11000/433 volts within tolerance as stipulated in IS:2026.

1.4.1.3 Rating: The transformer shall have a continuous rating as specified at any of the specified tapping positionand with the maximum temperature rise specified.

1.4.1.4 Temperature Rise: The maximum temperature rise at the specified maximum continuous output shall notexceed 40°C by thermometer in the hottest portion of the oil or 50° C measured by resistance of winding aboveambient temperature, not exceeding 40°C daily average or 50°C maximum.

1.4.1.5 Type of Load: The transformer shall be suitable for carrying load within temperature rise indicated in theIndian Standard specification IS:6600 #Guide for loading of oil immersed Transformer#.

1.4.1.6 Overloads: The transformers shall be suitable for carrying overload within temperature rise indicated inIS:6600 #Guide for Loading of oil immersed Transformer#.1.4.1.7 Connections: H.V. Delta and L.V Star connected with neutral brought out on the secondary side forconnection to earth; Vector group DYn11 of IS:2026.

1.4.1.8 Tapping :

Each transformer shall be provided with OLTC Rotary type tap switch so as to provided for a voltage adjustment onH.V. from +5% to #10% of rated voltage of 11000 volts in step of 2.5% to obtain rated voltage of 433 volts on LVside.

1.4.2 Cleaning & Painting :

1.4.2.1 a) All steel surfaces shall be thoroughly cleaned by sand blasting or chemical agents, as required toproduce a smooth surface free of scales, grease and rust.

b) The internal surfaces in contact with insulating oil shall be painted with heat resistant insulation paint which shallnot react & be soluble in the insulating liquid used.

c) The external Surfaces, after cleaning, shall be given two coats of high quality epoxy based rust resisting primer asper IS:2074 followed by filler coats.

d) The transformer shall be furnished with coats of weather resisting battleship gray epoxy based enamel paint asper IS:2932 specially recommended for transformer use.

e) The paints shall be carefully selected to withstand tropical heat rain, effect of proximity to the sea etc. The paintshall not scale off or crinkle or be removed by abrasion due to normal handling.

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec07.8

Page 25: TENDER DOCUMENT FOR PURCHASE OF: DESIGN, SUPPLY, … · Time and date of opening of tenders 09.10.2020 15:00:00 Place of opening of tenders ADMIN. OFFICE, SECURITY PAPER MILL, HOSHANGABAD

Tender Number:6000015025

f) Special care shall be taken by the manufacturer to ensure against rusting of nuts, bolts and fittings duringoperation. All bushings and current carrying parts shall be cleaned properly after final painting.

1.4.2.2 Both H.V. and L.V. bushings shall have creepage corresponding to very heavily pollutedatmosphere.

1.4.2.3 Oil: New transformer oil used shall be according to IS:335.

1.4.2.4 Phase Marking & Danger Plate: Phase markings in fluorescent paint on small non-corrodible metallic tagsshall be permanently fixed for H.V. and L.V sides. Phase markings tags shall be properly fixed with properalignment. Danger plates shall be provided on the H.V & LV sides, mentioning the Corresponding Voltages.

1.4.3 Core and Coil :

1.4.3.1 Core : The core shall be constructed from high grade, cold rolled, non-ageing, low loss, highpermeability, grain oriented, cold-rolled grain oriented silicon steel laminations. The transformer shall be sodesigned as to have minimum humming noise. The percentage harmonic potentials with the maximum flux densityunder any conditions shall be such that capacitors connected in the system shall not be overloaded.

1.4.3.2 The core and coil assembly shall be securely fixed in position so that no shifting or deformation occursduring movement of transformer. The core and coil assembly shall be capable of withstanding without injury, thethermal and mechanical effects of short circuit at the terminals of any winding as per IS:2026.

1.4.3.3 Impedance Volts: The Percentage impedance value at 75 Deg. C at any tap shall be 5% subject totolerance as specified in IS:2026. The value of the impedance volts at each tapping over the specified range shall bespecified in the bid.

1.4.3.4 Regulation: The regulation at 75°C at full load at unity and 0.8 power factor subject to the usual toleranceas per IS:2026 shall be specified in the bid.

1.4.3.5 Power Freq. High Voltage & Insulation Level (Impulse voltage): The distribution transformer shall bedesigned so that they are capable of withstanding high voltage & impulse voltages as per IS:2026 and as givenbelow:

a) Impulse Voltage for 11kV winding: 75 kV (1.2/50 Microsecond wave shape). b) High Voltage : 28kV rms.

1.4.4 RATINGS (Summary) :

Application 1600 KVA Corrugated Tank

1 Service Outdoor in an Enclosure, Step down2 Type Oil immersed corrugated tank3 Cooling system ONAN4 No. of Phases 35 No. of winding per phase 26 Rated output (MVA) with ONAN cooling 1600 KVA7 Rated voltage in KV (Line to Line) HV-11 kV LV-0.433 kV8 Rated frequency 50 Hz9 Temperature rise above 40°C

a) In winding by resistance 50°C or aboveb) In Oil by thermometer 40°C or above

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec07.9

Page 26: TENDER DOCUMENT FOR PURCHASE OF: DESIGN, SUPPLY, … · Time and date of opening of tenders 09.10.2020 15:00:00 Place of opening of tenders ADMIN. OFFICE, SECURITY PAPER MILL, HOSHANGABAD

Tender Number:6000015025

10 Insulation levela) H.V. Power Freq. KV rms 28 kVb) H.V. (kVpeak ) Impulse 75 kVc) L.V. (kV) -

11 Vector Group Dyn1112 Parallel operation Yes13 Type of taps provided ON Load full capacity

a) Taps provided on H.V. windingb) Range of taps +5% to -10% in steps of 2.5%c) Method of Tap Change control Rotary Switchd) Manual load Yes #Off Circuit#

14 Percentage impedance at 75 Deg. C 5% with tolerance15 System earthing

a) H.V. Solidly earthedb) L.V. Solidly earthed

16 Terminal arrangement

a) H.V. From H.V. Bushing on Top.b) L.V. From L.V. Bushing on Top.c) L.V. Neutral From L.V. Neutral Bushing on Top.

1.5 Fittings & Accessories For Corrugated Tank Transformer :

1.5.1 The following accessories conforming to IS:3639 shall be provided for 11kV / 0.433kV, distributiontransformer.a) Two earthing terminals with copper lugs. The lugs shall be provided in such a way that they shall not obstruct themovements of rollers. The earthing continuity for all the connected equipments shall be properly done.

b) Two lifting lugs for complete transformer as well as enclosure.

c) Off circuit tapping switch shall be rotary type, 3 pole gang operated, top mounting draw out type only.Tap switch shall be suitable for rated current considering 20% overloading & operating voltage. Switch shall beprovided with externally operating hand wheel handle with indicator and locking device, with direction changingfacility and locking arrangement.

d) Rating plate and diagram plate of durable non-corroding metal giving information as required underIS:2026. Rating plate shall also include Transformer Actual %Z, No-Load Loss & Full-Load Loss at 75°C along withdetails like Purchase Order Number, date. The name plate marking shall be done with fluorescent colour. Eachequipment shall carry individual name-plate with proper instructions & affixed with screws.

1.6 TYPE/ROUTINE TEST ON PACKAGE TYPE SUBSTATION :

1.6.1 TYPE TESTS FOR THE PACKAGE TYPE SUBSTATION:

The offered package type substation should be fully type tested as per the IEC-1330

1.6.2 Routine Tests: The routine tests shall be made on each complete prefabricated substation.

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec07.10

Page 27: TENDER DOCUMENT FOR PURCHASE OF: DESIGN, SUPPLY, … · Time and date of opening of tenders 09.10.2020 15:00:00 Place of opening of tenders ADMIN. OFFICE, SECURITY PAPER MILL, HOSHANGABAD

Tender Number:6000015025

a) Voltage tests on auxiliary circuit.b) Functional test.

c) Verification of complete wiring.

1.6.3 Test Witness: Routine test shall be performed in presence of Owner#s representative if so desired by theOwner. The Contractor shall give at least fifteen (15) days advance notice of the date when the tests are to becarried out.

1.6.4 Test Certificates:

1.6.5 Test report for the test mentioned under Type tests clause shall be submitted along with offer.

1.6.6 Certified reports of all the tests carried out at the works shall be furnished in three (3) copies for approval ofthe Owner.

Specification of 11KV cable

Supply of High Voltage Cross Linked Polyethylene (XLPE) Aluminium cable, 3 CORE -150 SQ mm(3X150), voltagegrade 11 KV

1. Applicable Standard -IS 7098(part 2) 19852. Voltage grade - 11 KV3. Maximum Conductor Temperature at rated current -90 degree Celsius4. Number of cores- Three5. Conductor Material - Electrolytic grade of Aluminium, as per IS: 81306. Nominal Cross Sectional Area of Conductor - 150 Sq. mm.7. Shape of Conductor :- Stranded Circular Compacted8. Conductor Screen Material Extruded Semiconductor9. Insulation material XLPE , XLPE: Insulation having dielectricstrength between (25-30 KV/MM)10. Core Identification by Red, Yellow and Blue coloured Polyester strips11.Inner Sheath material extruded PVC type ST212.Armour material - GS strips as per IS 3975-199913.Standard packing length minimum:- 350+/-5%

Cable should be supplied in Non-returnable cable drums

Firm should submit Type Test report as per IS 7098(part 2-1985),tested in NABL approved LAB.

Specification of 1.1 KV LT cable

1 Electrolytic grade of Aluminum, as per IS: 8130, XLPE insulation, all sector shaped cores laid up with PP filler andPP tape, tapped/extruded PVC inner sheath as per IS:5831, armored as per IS: 3975 and overall flame RetardantST2 PVC sheath as per IS:5831, 1100 V grade cable as per IS 7098

2 CONDUCTOR: Conductor shall be stranded.

3 INSULATION : Insulation shall be of cross linked polyethylene with IR value more than 100 Mega Ohm/Km forpower cables and shall be of PVC type A with IR value more than 50 Mega Ohm/Km for PVC cables.

XLPE: Insulation having dielectric strength between (25-30 KV/MM)

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec07.11

Page 28: TENDER DOCUMENT FOR PURCHASE OF: DESIGN, SUPPLY, … · Time and date of opening of tenders 09.10.2020 15:00:00 Place of opening of tenders ADMIN. OFFICE, SECURITY PAPER MILL, HOSHANGABAD

Tender Number:6000015025

4 INNER SHEATH: Inner sheath of ST-2 along with Polypropylene (PP) fillers, in case of Taped Inner sheath. Forextruded PVC inner sheath PP fillers shall be provided with a binder of PP.

5 ARMOUR: ISI marked armour, as per IS: 3975 should be provided over inner sheath to guard against mechanicaldamage. Armour should be galvanized steel strip.

6 OUTER SHEATH: Outer sheath is of extruded ST-2 flame retardant PVC compound, black in colour as perIS:5831. Oxygen index value of min. 30%. Outer sheath shall be resistant to terminate and rodent attack.

7 XLPE armoured power cable conforming to IS 7098 part-1.8 Cables shall be inspected prior to laying, laid tested andcommissioned in accordance with drawings, specifications, relevant Indian Standards specifications and cablemanufacturer#s instructions.

9 CABLE LAYING: Cables shall be laid on ladder type GI cable tray on concrete surface and on walls of the slipway.When laid over bracket supports, the cables shall be clamped to prevent undue sag. Cable clamps shall be madefrom materials such as mild steel or Aluminum only.

10 Testing: All cables before laying shall be tested with 500V megger for 1.1KV grade. The cable core shall betested for continuity, absence of cross phase, insulation resistance to earth/sheath/armour and insulation resistancebetween conductors. All cables shall be subjected to above mentioned tests during laying before covering the cablesby protective covers. In the absence of facilities for pressure testing, it issufficient to test for one minute with 1000V megger.

7.0 TERMINATION: Termination of all existing and newly laid cables with proper sizes of lugs of Dowell#s make andcables glands are in the scope of contractor.

Make of PSS :- Sudhir , ABB , Schneider Electric or equivalent

Make of Transformer :- ABB , CG , Schneider Electric or equivalent

Make of 11KV RMU :- ABB , CG , Schneider Electric or equivalent

Make of HT nd LT cables:- Polycab , Finolex , Havells or equivalent

Make of ACB , MCCB -- ABB , LnT , Schneider Electric or equivalent

Scope of Work

GENERAL CONDITIONS

1. The bidder should be A class Electrical Contractor of MP / orauthorized by MP govt as per Electrical licensing act.

2. The Firm should be authorized from the manufacturer of 11KV Packaged Substation

3. The Firm should have experience of execution of 11KV or above rating work, valid PO copy may be attached forthe documentary evidence.

1. The proposed work involve supply , installation and commissioning of 11KV 1600 KVA , packaged substation atSPM WTP area and its interconnection with 33/11 KV substation at SPM Hoshangabad through 1 run of 350meters , 11KV, 3 Core size 150 sq.mm XLPE Armored Aluminum cable by laying in cable trench by digging andsand filling as per IS 1255/ IEEE 0525. The complete installations should be carried out to meet the requirements of

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec07.12

Page 29: TENDER DOCUMENT FOR PURCHASE OF: DESIGN, SUPPLY, … · Time and date of opening of tenders 09.10.2020 15:00:00 Place of opening of tenders ADMIN. OFFICE, SECURITY PAPER MILL, HOSHANGABAD

Tender Number:6000015025

the Indian Electricity Rules, 1956 and other regulations in force and necessary checks or tests, should be carried outprior to commissioning for compliance with such rules and regulations.

2. CABLE TERMINATIONS: Cable terminations required are both indoor and outdoor type and invariably be of heatshrinkable type conforming to the specifications . All the technical particulars to establish the superiority in theperformance of these joints shall be furnished while seeking approval. The terminations shall conform tospecifications as per IS 13573 # 1992. The instructions furnished by the manufacturer of termination boxes/kitsshould strictly be followed.. After the laying and jointing work is completed, a high voltage test should be applied tothe cable to ensure that the cable has not been damaged during or after the laying operations and there is notdefect in the joining. The high voltage tests should be as per IS 1255 or as per international standards. The H.V.testing instruments shall be brought by the turn key contractor.

3. Interconnection of existing MCC with 11KV 1600 KVA , packagedsubstation ,

1. WTP clear water house with 1.1KV , four core , Aluminum cable, size 400sqmm

2. WTP backwash pump with 1.1KV , four core , Aluminum cable , size 150sqmm

3. MCMP power supply with 1.1KV , four core , Aluminum cable, size 400sqmm

4. MCMP power supply with 1.1KV , four core , Aluminum cable, size 400sqmm

5. IS5 spares power supply with 1.1KV , four core , Aluminum cable, size 400sqmm

All the LT cable joints , lugs , glands , junction box etc as required termination and interconnection shall be done forthe satisfactory operational requirement as per SPM directions.

Exceptions

1. All the RCC civil foundation work shall be done as recommended by OEM by the bidder as per relevant rules andstandard

2. The bidder shall provide the necessary drawing provided by OEM for the foundation work

3. The cable laying , digging etc shall be completed as per IS standard for cable laying

4. The bidder shall abide the Safety and security measures prevailing at SPM

5. SPM is continuous process plant, limited period shutdown only once.

6. The job is to be carried out in the running plant therefore clearance for installation & commissioning of shall beproperly done

7. All the tools & tackles required during the execution of job shall be arranged by the contactor.

8. Equipment like welding machine / drill machine / grinder etc., if required for the mechanical related jobs, shall bein the vendors scope.

9. Any requirement of structural item e.g. plate, channel, strip of any material / size, if required for executing the job,shall be in the contactors scope.

10. All the testing equipments e.g. multimeter, micro-ohm meter, megger etc. & material e.g. wire, ferrule, lug,auxiliary relay etc. required for executing the job, shall be in the vendors scope.

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec07.13

Page 30: TENDER DOCUMENT FOR PURCHASE OF: DESIGN, SUPPLY, … · Time and date of opening of tenders 09.10.2020 15:00:00 Place of opening of tenders ADMIN. OFFICE, SECURITY PAPER MILL, HOSHANGABAD

Tender Number:6000015025

11. The work shall be done as per relevant IS / IEC specifications / as per manufacturers recommendations or aspersound engineering practices as approved by SPM.

12. All the dismantled material / part of the old panel / breaker shall be the property of SPM.

13. Travelling, lodging, boarding of the service personnel shall be in bidders scope.

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec07.14

Page 31: TENDER DOCUMENT FOR PURCHASE OF: DESIGN, SUPPLY, … · Time and date of opening of tenders 09.10.2020 15:00:00 Place of opening of tenders ADMIN. OFFICE, SECURITY PAPER MILL, HOSHANGABAD

Tender Number:6000015025

Section VIII: Quality Control Requirements

NOT APPLICABLE

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec08.1

Page 32: TENDER DOCUMENT FOR PURCHASE OF: DESIGN, SUPPLY, … · Time and date of opening of tenders 09.10.2020 15:00:00 Place of opening of tenders ADMIN. OFFICE, SECURITY PAPER MILL, HOSHANGABAD

Tender Number:6000015025

Section IX: Qualification/Eligibility Criteria

1. Experience & Past Performance:-

Bidder Firm should have manufactured, supplied, installed and commissioned at least one no. of minimum 1600KVA, 11/0.433 KV packaged substation in any one year during last five (5) years, ending 31st March 2020.

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

2. Capability-Equipment & Manufacturing Facilities:-

Bidder Firm must have an annual capacity to Manufactured, Supplied, installed and commissioned at least oneminimum 1600 KVA, 11/0.433 KV packaged substation.

3. Financial Standing :-

(a) The average annual turn-over of the Bidder during the last three (3) years, ending 31st March 2020, should bemore than Rs.28,25,000.00 INR.

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

(b) The Bidder firm including local supplier should not have suffered any financial loss for more than one (1) yearduring the last three (3) years, ending 31st March 2020.

(c) The net worth of the Bidder firm including local supplier should not have eroded by more than 30% in the lastthree (3) years, ending 31st March 2020.

Important condition :

"Any bidder from a country which shares a land border with India will be eligible to bid in the tender only if the bidderis registered with the Competent Authority. (The Registered Committee constituted by the Department for Promotionof Industry and Internal Trade)"

I) Bidder means any person or firm or company, including any member of a consortium or joint venture (that is anassociation of several persons, or firms, or companies), every artificial judicial person not falling in any of thedescriptions of bidders stated hereinbefore, including any agency branch or office controlled by such personparticipating in a procurement process.

II) "Bidder from a country which shares a land border with India" for the purpose of this order means:-

a) An entity incorporated, established or registered in such a country; or

b) A subsidiary controlled through entities incorporated, established or registered in such a country, or

c) An entity substantially controlled through entities incorporated, established or registered in such a country, or

d) An entity whose beneficial owner is situated in such a country; or

e) An India (or other) agent of such an entity; or

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec09.1

Page 33: TENDER DOCUMENT FOR PURCHASE OF: DESIGN, SUPPLY, … · Time and date of opening of tenders 09.10.2020 15:00:00 Place of opening of tenders ADMIN. OFFICE, SECURITY PAPER MILL, HOSHANGABAD

Tender Number:6000015025

f) A natural person who is a citizen of such a country; or

g) A consortium or joint venture where any member of the consortium or joint venture falls under any of the above.

III) The beneficial owner for the purpose of (ii) above will be as under :-

1) In case of a company or limited liability partnership, the beneficial owner is the natural person(s), who, whetheracting alone or together, or through one or more judicial person, has a controlling ownership interest or who exercisecontrol through other means.

Further Explanation:

a) "Continuing ownership interest" means ownership of or entitlement to more than twenty five percent of shares orcapital or profits of the company.

b) "Control" shall include the right to appoint majority of the director or to control the management or policy decisionincluding by virtue of their shareholding or management rights or shareholder agreements or voting agreements.

2) In case of partnership firm, the beneficial owner is the natural person(s) who, whether acting alone or together, orthrough one or more judicial person, has ownership of entitlement to more than fifteen percent of capital or profits ofthe partnership.

3) In case of an unincorporated association or body of individuals, the beneficial owner is the natural person(s), who, whether acting alone or together, or through one or more judicial person, has ownership of or entitlement to morethan fifteen percent of the property or capital or profits of suchassociation or body of individuals.

4) Where no natural person is identified under (1) or (2) or (3) above, the beneficial owner is the relevant naturalperson who holds the position of senior managing official.

5) In case of a trust, the identification of beneficial owners(s) shall include identification of the authorof the trust, the trustee, the beneficiaries with fifteen percent or more interest in the trust and any other naturalperson exercising ultimate effective control over the trust through a chain of control or ownership.

IV) An agent is a person employed to do any act for any another, or to represent another in dealings with thirdperson.

V)The successful bidder shall not be allowed to sub-contract works to any contractor from a country which shares aland border with India unless such contractor is registered with the Competent Authority.

VI) Bidder shall submit the following declaration duly seal & signed of Competent Authority :

"l have read the clause regarding restrictions on procurement from a bidder of a country which shares a land borderwith India. I certify that M/s.............................(firm's name) is not from such a country or, if from such a country, hasbeen registered with the Competent Authority. I hereby certify that M/s .................................... (firm's name) fulfills atrequirements in this regard and is eligible to be considered."

NOTE:-

1. All experience, past performance and capacity/capability related data should be certified by the authorizedsignatory of the Bidder firm. The credentials regarding experience and past performance to the extent required asper the above eligibility criteria as submitted by the Bidder may be verified from the parties for whom work has been

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec09.2

Page 34: TENDER DOCUMENT FOR PURCHASE OF: DESIGN, SUPPLY, … · Time and date of opening of tenders 09.10.2020 15:00:00 Place of opening of tenders ADMIN. OFFICE, SECURITY PAPER MILL, HOSHANGABAD

Tender Number:6000015025

done.

2. All financial standing data should be certified by certified accountants e.g. Chartered Accountants (CA) in Indiaand Certified Public Accountant/ Chartered Accountant of other countries.

3. In case financial statement for the financial year 2019-20 is not finalized till date, Provisional financial statementfor the financial year 2019-20 may be submitted.4. In case agent/dealer submitted bid in the tender, than their principal/manufacturer shall meat the qualifyingcriteria. Agent/Dealer shall submit the documents of their principal/manufacturer meeting the qualifying criteria.

5. MOST IMPORTANT NOTE:-

BIDDER TO FURNISH STIPULATED DOCUMENTS IN SUPPORT OF FULFILLMENT OF QUALIFYINGCRITERIA. NON-SUBMISSION OR INCOMPLETE SUBMISSION OF DOCUMENTS MAY LEAD TO REJECTIONOF OFFER.

----------------------------------------SIGNATURE OF BIDDER WITH NAME,DESIGNATION & SEAL

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec09.3

Page 35: TENDER DOCUMENT FOR PURCHASE OF: DESIGN, SUPPLY, … · Time and date of opening of tenders 09.10.2020 15:00:00 Place of opening of tenders ADMIN. OFFICE, SECURITY PAPER MILL, HOSHANGABAD

Tender Number:6000015025

Section X: Tender Form Date:

To,Security Paper Mill, HoshangabadA Unit of Security Printing & MintingCorporation of India Limited(Wholly Owned by Govt. of India)Hoshangabad

Ref: Your Tender document No.6000015025 /EL/906, dated 05.09.2020

We, the undersigned have examined the above mentioned tender enquiry document, including amendmentNo............., 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 forthe sum of __QUOTED_ (total tender amount in figures and words), as shown in the price schedule(s), attachedherewith and made part of this tender.If our tender is accepted, we undertake to supply the goods and perform the services as mentioned above, inaccordance 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 requiredamount in an acceptable form in terms of GCC clause 6, read with modification, if any, in Section V - 'SpecialConditions of Contract', for due performance of the contract.We agree to keep our tender valid for acceptance for a period up to ................, as required in the GIT clause 19,read with modification, if any in Section-III - 'Special Instructions to Tenderers' or for subsequently extended period,if any, agreed to by us. We also accordingly confirm to abide by this tender up to the aforesaid period and thistender may be accepted any time before the expiry of the aforesaid period. We further confirm that, until a formalcontract is executed, this tender read with your written acceptance thereof within the aforesaid period shall constitutea binding contract between us.We further understand that you are not bound to accept the lowest or any tender you may receive against yourabove-referred tender enquiry.

...................................(Signature with date)

...................................... (Name and designation)

Duly authorized to sign tender for and on behalf of

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

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

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec10.1

Page 36: TENDER DOCUMENT FOR PURCHASE OF: DESIGN, SUPPLY, … · Time and date of opening of tenders 09.10.2020 15:00:00 Place of opening of tenders ADMIN. OFFICE, SECURITY PAPER MILL, HOSHANGABAD

Tender Number : 6000015025

A. PRICE FOR SUPPLY ITEMS

The Price bid should clearly indicate the break-up of the price as under:-

SN Price Break Up Amount in Rs.

8 DIGITS HSN CODE

1Basic Price per unit upto F.O.R. SPM, Hoshangabad duly unloaded (as per Section - VII)

2 Total Quantity 1 EA

3 Sub Total (1 X 2) = Rs.

4 GST in % only on 3

5 TOTAL (3 + 4)

6 Other taxes/charges (if any) Please specify

7 Total Price (in figures only) (5 +6) Rs.

8 Sub Total (in figures only) Rs. (A)

9 Sub Total (in words) Rupees

Section XI: Price Schedule

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

Sec. 11.01

Page 37: TENDER DOCUMENT FOR PURCHASE OF: DESIGN, SUPPLY, … · Time and date of opening of tenders 09.10.2020 15:00:00 Place of opening of tenders ADMIN. OFFICE, SECURITY PAPER MILL, HOSHANGABAD

Tender Number : 6000015025

The Price bid should clearly indicate the break-up of the price as under:-

SN Price Break Up Amount in Rs.

(6 DIGITS SAC CODE)

1Service Charges for complete design, erection and commissioning 11 KV packaged substation at SPM, Hoshangabad (as per section VII)

2 GST in % only

3 SUB TOTAL (1+2) - (B)

1 GRANT TOTAL (A+B) = Rs. (in figures only)

2 GRANT TOTAL (A+B) (in words)

1 Levies/Taxes would not be paid on Forwarding & Freight charges.

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

3

4

5

6

B. PRICE FOR SERVICES :

Regd. Office :- 16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi - 110001Sec. 11.02

NOTE:

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

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.

The basic price/rates of the material/services is not indicated anywhere in Pre-Qualification and Technical bid.

The method of evaluation of L1 criteria for awarding the contract shall be decided taking into consideration of total offered price (A+B).

SIGNATURE OF BIDDER (WITH NAME, DESIGNATION AND SEAL)

Page 38: TENDER DOCUMENT FOR PURCHASE OF: DESIGN, SUPPLY, … · Time and date of opening of tenders 09.10.2020 15:00:00 Place of opening of tenders ADMIN. OFFICE, SECURITY PAPER MILL, HOSHANGABAD

Tender Number:6000015025

Section XII: QuestionnaireThe 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 tosubstantiate the corresponding statement.In case a tenderer furnishes a wrong or evasive answer against any of the under mentioned question/ issues, itstender 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 / orthe National Small Industries Corporation (NSIC), New Delhi, and / or the present SPMCIL and / or the Directorate ofIndustries of the concerned State Government for the goods quoted ? If so, indicate the date up to which you areregistered 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 inaffirmative.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. ofGovernment of India or by any State Govt.

................................(Signature with date)

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

..............................(Full name, designation & address of thePerson duly authorized sign on behalf of the tenderer)For and on behalf of

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

................................ (Name, address and stamp of the tendering firm)

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec12.1

Page 39: TENDER DOCUMENT FOR PURCHASE OF: DESIGN, SUPPLY, … · Time and date of opening of tenders 09.10.2020 15:00:00 Place of opening of tenders ADMIN. OFFICE, SECURITY PAPER MILL, HOSHANGABAD

Tender Number:6000015025

Section XIV: Manufacturer's Authorization FORMTo,Security Paper Mill, HoshangabadA Unit of Security Printing & MintingCorporation 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) tosubmit atender, process the same further and enter into a contract with you against your requirement as contained in theabove 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 addressof the above agent) is authorized to submit a tender, process the same further and enter into a contract with youagainst your requirement as contained in the above referred tender enquiry documents for the above goodsmanufactured by us.We also hereby extend our full warranty, as applicable as per clause 16 of the General Conditions of Contract readwith modification, if any, in the Special Conditions of Contract for the goods and services offered for supply by theabove 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 aperson competent and having the power of attorney to legally bind the manufacturer.

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec14.1

Page 40: TENDER DOCUMENT FOR PURCHASE OF: DESIGN, SUPPLY, … · Time and date of opening of tenders 09.10.2020 15:00:00 Place of opening of tenders ADMIN. OFFICE, SECURITY PAPER MILL, HOSHANGABAD

Tender Number:6000015025

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) (hereinaftercalled "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 bankguarantee by a scheduled commercial bank recognized by you for the sum specified therein as security forcompliance 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 toa total of .............................................................................. (amount of the guarantee in words and figures), and weundertake to pay you, upon your first written demand declaring the supplier to be in default under the contract andwithout cavil or argument, any sum or sums within the limits of (amount of guarantee) as aforesaid, without yourneeding 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 thedemand. We further agree that no change or addition to or other modification of the terms of the contract to beperformed thereunder or of any of the contract documents which may be made between you and the supplier shallin 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 SPMCILhaving to substantiate its demand.

This guarantee will remain in force for a period of sixty days after the currency of this contract and any demandinrespect 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

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec15.1

Page 41: TENDER DOCUMENT FOR PURCHASE OF: DESIGN, SUPPLY, … · Time and date of opening of tenders 09.10.2020 15:00:00 Place of opening of tenders ADMIN. OFFICE, SECURITY PAPER MILL, HOSHANGABAD

Tender Number:6000015025

Section XVI: Contract FormContract 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 SPMCIL3. 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 mentionedunder 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 AwardNote: The words and expressions used in this contract shall have the same meanings as are respectively assignedto them in the conditions of contract referred to above. Further, the definitions and abbreviations incorporated underclause 0 of Section - V - 'General Conditions of Contract' of SPMCIL's Tender document shall also apply to thiscontract.5. Some terms, conditions, stipulations etc. out of the above-referred documents are reproduced below for readyreference:(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:

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec16.1

Page 42: TENDER DOCUMENT FOR PURCHASE OF: DESIGN, SUPPLY, … · Time and date of opening of tenders 09.10.2020 15:00:00 Place of opening of tenders ADMIN. OFFICE, SECURITY PAPER MILL, HOSHANGABAD

Tender Number:6000015025

Section XVII: Letter of authority for attending a Bid openingThe Chief General Manger,Security Paper Mill, Hoshangabad.

Subject: Authorization for attending bid opening on 09.10.2020 in the Tender of DESIGN, SUPPLY, ERECTIONAND COMMISSIONING OF 11KV PACKAGED SUBSTATION AT SECURITY PAPER MILL, HOSHANGABAD.

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 Signatures1.1.Alternate representativeSignatures 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 ableto attend.2. Permission for entry to the hall where bids are opened may be refused in case authorization as prescribedabove is not recovered.

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec17.1

Page 43: TENDER DOCUMENT FOR PURCHASE OF: DESIGN, SUPPLY, … · Time and date of opening of tenders 09.10.2020 15:00:00 Place of opening of tenders ADMIN. OFFICE, SECURITY PAPER MILL, HOSHANGABAD

Tender Number:6000015025

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.orqty.

Rate Rs.P.

Priceper 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)

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec19.1

Page 44: TENDER DOCUMENT FOR PURCHASE OF: DESIGN, SUPPLY, … · Time and date of opening of tenders 09.10.2020 15:00:00 Place of opening of tenders ADMIN. OFFICE, SECURITY PAPER MILL, HOSHANGABAD

Tender Number:6000015025

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 ofthe supplier for claiming that payment has been fulfilled as required under the contract.

Revenue stamp Signature and of Stamp Supplier

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec19.2

Page 45: TENDER DOCUMENT FOR PURCHASE OF: DESIGN, SUPPLY, … · Time and date of opening of tenders 09.10.2020 15:00:00 Place of opening of tenders ADMIN. OFFICE, SECURITY PAPER MILL, HOSHANGABAD

ANNEXURE –I

Tender document No. 6000015025/EL/906, Dated: 05.09.2020 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. 560/-

3 Earnest Money Deposit Rs. 1,88,000/-

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. 2017-18, 2018-19 & 2019-20 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.

9 Submit declaration as per annexure II and III

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)

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

Page 46: TENDER DOCUMENT FOR PURCHASE OF: DESIGN, SUPPLY, … · Time and date of opening of tenders 09.10.2020 15:00:00 Place of opening of tenders ADMIN. OFFICE, SECURITY PAPER MILL, HOSHANGABAD

ANNEXURE-II

Tender document No. 6000015025/EL/906, Dated: 05.09.2020 (To be submitted on the letter head )

DECLARATION

We do hereby declare that,

1. We have not been blacklisted/debarred by BNPMIPL/BRBNMPL/SPMCIL or any Govt.

Departments for participation in tenders. The information provided above is correct and true to

the best of my knowledge and belief.

2. We do hereby declare that we have read and understood all terms and conditions of tender

document including GIT,SIT, GCC, SCC, Technical Specification, Quality Control Criteria and

confirm to abide to those conditions without any counter conditions.

3. "We are accepting all the terms and conditions of the tender document without any deviation

and withdraw all deviations if any"

Signature................................................................

Name.....................................................................

Designation............................................................

Date.......................................................................

Stamp of the Organization.......................................

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

Page 47: TENDER DOCUMENT FOR PURCHASE OF: DESIGN, SUPPLY, … · Time and date of opening of tenders 09.10.2020 15:00:00 Place of opening of tenders ADMIN. OFFICE, SECURITY PAPER MILL, HOSHANGABAD

ANNEXURE-III

Tender document No. 6000015025/EL/906, Dated: 05.09.2020

(To be submitted on the letter head )

DECLARATION

"l have read the clause regarding restrictions on procurement from a bidder of a country which

shares a land border with India. I certify that M/s...............................................................(firm's

name) is not from such a country or, if from such a country, has been registered with the

Competent Authority. I hereby certify that M/s ...........................................................................

(firm's name) fulfills at requirements in this regard and is eligible to be considered." (where

applicable, evidence of valid registration by the competent Authority shall be attached)"

I, the undersigned, declare that the item............................originate in.............................(Name of

the country).

Signature................................................................

Name.....................................................................

Designation............................................................

Date.......................................................................

Stamp of the Organization.......................................

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