LT COPPER CABLES Tender Number: 6000010314/EL/PM5 ...

39
SECURITY PAPER MILL, HOSHANGABAD - 461005 (M.P), INDIA (A Unit of Security Printing and Minting Corporation of India Limited)(Wholly owned by Government of India) (Miniratna Category-I CPSE & ISO 9001:2008 & ISO 14001:2004 CERTIFIED) Website:http://spmhoshangabad.spmcil.com E-Mail:[email protected] CIN: U22213DL2006GOI144763 Ph.No:91-7574-255259,Fax No:07574-255170 GSTIN: 23AAJCS6111J3ZE PR Number PR Date Indenter Department 10018219 11.03.2017 PM5-ELECT ELECT Not Transferable Security Classification:NON SECURITY TENDER DOCUMENT FOR PURCHASE OF: L.T. COPPER CABLES Tender Number: 6000010314/EL/PM5/2099, Dated: 20.01.2018 This Tender Document Contains__________Pages. Details of Contact person in SPMCIL regarding this tender: Name: VIKAS KUMAR Designation: Officer(Material) Address: SPMH (Security Paper Mill,Hoshangabd) India Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001 T01.1

Transcript of LT COPPER CABLES Tender Number: 6000010314/EL/PM5 ...

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 9001:2008 & ISO 14001:2004 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 10018219 11.03.2017 PM5-ELECT ELECT

Not Transferable

Security Classification:NON SECURITY

TENDER DOCUMENT FOR PURCHASE OF: L.T. COPPER CABLESTender Number: 6000010314/EL/PM5/2099, Dated: 20.01.2018

This Tender Document Contains__________Pages.

Details of Contact person in SPMCIL regarding this tender:

Name: VIKAS KUMARDesignation: Officer(Material)Address: SPMH (Security Paper Mill,Hoshangabd)

India

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

Tender Number:6000010314

Section1: Notice Inviting Tender (NIT)6000010314 /EL/PM5/2099 20.01.2018

(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 PVC Insulated Single Cable 1.5

Sq.mm SPEL004544

500.000 M 138500.00INR ONE LAC THIRTYEIGHT THOUSAND FIVEHUNDRED ONLY0.00

EMD NOT APPLICABLE

2 Cable PVC insulated single core

2.5 Sqmm SPEL021326

500.000mtr

EMD NOT APPLICABLE

3 1 CORE COPPER FLXIBLE

CABLE -4 SQMM SPEL017014

500.000mtr

EMD NOT APPLICABLE

4 Cable PVC insulated single core 6

Sqmm SPEL021327

500.000mtr

EMD NOT APPLICABLE

5 COPPER UNARMOURED

CABLE-4X4 sqmm SPEL017338

500.000mtr

EMD NOT APPLICABLE

6 Pvc Insulated Copper Armd Cable

4X16 SPEL002404

500.000MT

EMD RS. 5,500.00

7 1.1 KV XLPE copper cable 4X50

sq.mm. SPEL018197

500.000 M EMD RS. 17,500.00

8 PVC FlexibleCable 4Core 6sq.mm

SPEL000205500.000 M EMD NOT APPLICABLE

9 3 1/2 core Armored 500SqMM

copper cable SPCB000343

500.000 M EMD 1,15,500.00

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 20.01.2018 to 19.02.2018 during office hours.Place of sale of tender documents ADMIN. OFFICE, SPM, HOSHANGABADClosing date and time for receipt of tenders 20.02.2018 11:00:00Place of receipt of tenders ADMIN. OFFICE, SPM, HOSHANGABADTime and date of opening of tenders 20.02.2018 15:00:00Place of opening of tenders ADMIN. OFFICE, SPM, HOSHANGABADNominated Person/ Designation to Receive BulkyTenders (Clause 21.21.1 of GIT)

VIKAS KUMAROfficer(Material)

Abbreviation : "M" MEANS METER

------------------------------------------------------------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.

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

Tender Number:6000010314

3.Tender documents may be purchased on payment of non-refundable fee of Rs.500/- per set in the form ofaccount payee demand draft/ cashier#s cheque/ certified cheque, drawn on a scheduled commercial bank in India,in favour of "SECURITY PAPER MILL, HOSHANGABAD", payable at "HOSHANGABAD".

4.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.

5.Tenderer may also download the tender documents from the web site http://spmhoshangabad.spmcil.com orhttp://eprocure.gov.in and submit its tender by utilizing the downloaded document, along with the requirednon-refundable fee as mentioned in Para 3 above.

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

Address for dropping the Tender Documents:------------------------------------------------------------The General ManagerSecurity Paper Mill,Hoshangabad - 461005 (M.P.)-----------------------------------------------------------

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

8.The tender documents are not transferable.

9. SUBMISSION OF TENDER:-

Tender shall be prepared and submitted in Three-Bid System which includes three parts i.e. PartI:"PRE-QUALIFICATION BID" Part II: "TECHNO-COMMERCIAL BID" and Part-III: "PRICE-BID" separately in 03sealed envelopes duly super scribed as "Pre-Qualification Bid", "Techno-commercial Bid" and "Price-Bid"respectively. The envelope should be Super Scribed our tender enquiry No., Date and marked with due date. Theaforesaid Three envelopes should be put inside an Outer big size envelope duly sealed and this outer envelopeagain should be super scribed our tender enquiry No., date and marked with due date and sent to the GeneralManager, Security Paper Mill, Hoshangabad- 461005 (M.P.)

Note: Without subscription as above tender shall not be accepted. The tender duly prepared as following and shouldreach this office by Registered Post/Courier Services / Drop box only, on or before the due date prescribed. Tendersreceived by Fax/Email will not be accepted and summarily be rejected.

10. EARNEST MONEY DEPOSIT (EMD) :-

The earnest money for a total value of Rs.1,38,500/- AS PER SECTION-I (REMARKS) shall be furnished in one ofthe following forms.

a. Account Payee Demand Draft orb. Fixed Deposit Receipt orc. Banker's cheque

The demand draft, fixed deposit receipt, or banker's cheque shall be drawn on any scheduled commercial bank inIndia, in favour of "SECURITY PAPER MILL, HOSHANGABAD" payable at "HOSHANGABAD". The earnest money

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

Tender Number:6000010314

shall be valid for a period of forty five days beyond the validity period of the tender. EMD should be sent along withyour quotation. Quotation without EMD will summarily be rejected. The Earnest Money Deposit of un-successfulbidders will be returned.

(11) 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.

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

(13) 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.

Special Instruction: ---------------------------------(I) Micro and Small Enterprises firms are exempted from submitting Tender fees and Earnest Money deposit.Please send the copy of valid registration certificate of Micro and Small Enterprises along with your bid / quotationotherwise your offer will not be considered for above exemption.

(II)Price quotation in tenders:(a)In tender, participating Micro and Small Enterprises quoting price within price band of L1 + 15 per cent shall 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 20 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.

(III) Special provisions for micro and small enterprises owned by SC or ST:Out of 20 per cent allowed for procurement from Micro and Small Enterprises, a sub-target of 20 per cent (i.e., 4 percent out of 20 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.

(iv) Relaxation of Norms for Starups and Micro & Small Enterprises on Prior Experience and prior turnover criteria. Inexercise of Para 16 of Public Procurement Policy for Micro and Small Enterprises Order 2012, Security Paper Mill,Hoshangabad has relaxed the condition of prior turnover and prior experience with respect to Micro and SmallEnterprises subject to meeting of quality and technical specifications.

(v) In case of tender item have non-splitable or non-dividable, etc. MSME quoting price within price band L+15%may be awarded for full/complete supply of total tendered value to MSME firm.---------------------------------------------------------------Note :(1) All other terms and conditions of NIT (including GIT, SIT, GCC & SCC) shall be remain as per our procurementmanual.

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

Tender Number:6000010314

(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 -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 .

Enclosed : Annexure-I - Price Schedule Annexure-II - Checklist

(Vikas Kumar)Officer (Material)For-General ManagerE-mail : [email protected] :- (07574) 279041-60, Extension 6842,6587

SIGNATURE OF BIDDER WITH NAME, DESIGNATION & SEALCOPY TO : SK(E)/AM(F&A)/DM(T) By e-mail.

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

..........................................(Name Designation, Adress telephone number etcof the officer signing the document)

For and on behalf of...........................................

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

Tender Number:6000010314

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.pdf for 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

Tender Number:6000010314

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.pdf for 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

Tender Number:6000010314

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

04 11.2 Tender Currency Supplier is requested to quote price within 2Decimal place.Quotation with price quote beyond2 decimal place is ignored.

07 19 Tender Validity 165 days from opening date of quotation08 20.4 Number of Copies of Tenders to be

submittedSingle copy

18 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.

19 28.2 Discrepancy in Prices - B If there is an error in a total price, which has beenworked out through addition and/or subtraction ofsubtotals, the subtotals shall prevail and the totalcorrected

20 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.

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

Tender Number:6000010314

Section IV: General Conditions of Contract (GCC)Kindly refer http://spmhoshangabad.spmcil.com/spmcil/uploaddocument/GCC.pdf for 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

Tender Number:6000010314

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, 12.4, 12.5

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 Warrantee shall remain valid for 12 months afterthe goods have been delivered to the finaldestination and accepted by SPM in terms of thecontract or for 15 months or more from the date ofdispatch (whichever is later).

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 and

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

Tender Number:6000010314

Sl.No.

GCC ClauseNo.

Topic SCC Provision

no claim,whatsover shll lie on SPM for suchreplaced parts/goods thereafter.

09 16.6 Warrantee Clause If the supplier, having been notified, fails torectify/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 19.3 Option Clause The General Manager Security Paper MillHoshangabad may reserve the right to increasethe ordered quantity by 25% at any time, till finaldelivery date of the contract, by giving reasonablenotice even though the quantity ordered initiallyhasbeen supplied in full before the last date ofDelivery Period.

12 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.

13 22, 22.1, 22.2,22.4, 22.3,22.6

Terms and Mode of payments 100%PAYMENT ON RECEIPT AND SUITABILITYOF MATERIAL ON PRODUCTION OF ALLREQUIRED DOCUMENTS BY SUPPLIER BYRTGS/NEFT ONLY

14 24.1 Quantum of LD If the supplier fails to deliver any or all of thegoods or fails to perform the services within thetime frame incorporated in the contract. SPMHshall,without prejudice to other rights andremedies available to SPMH under thecontract,deduct from contrat price, as liquidateddamages, as sum equivalent to the 0.5% of thedelivered price of the delayed goods and/orservices for each week of delay or part therof untilactual delivery or performance, subject to a....

15 24.1 Quantum of LD maximum deduction of the 10% (or any otherpercentage if prescribed in the SCC) of thedelayed goods or services contract price(s).During the above mentioned delayed period ofsupply and/or performance, the conditionsincorporated underGCC sub-clause 23.4

16 25.1 Bank Guarantee and Insurance for MaterialLoaned to Contractor

Bear by Supplier

17 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 make

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

Tender Number:6000010314

Sl.No.

GCC ClauseNo.

Topic SCC Provision

every 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-110001Sec05.3

Tender Number:6000010314

Section VI: List of RequirementsScheduleNo.

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

Accounting Unit Quantity Amount ofEarnestMoney

Remark

1 SPEL004544 PVC InsulatedSingle Cable 1.5 Sq.mm

M 500.000 138500.00INR ONELAC THIRTYEIGHTTHOUSANDFIVEHUNDREDONLY0.00

EMD NOTAPPLICABLE

2 SPEL021326 Cable PVCinsulated single core 2.5Sqmm

mtr 500.000 EMD NOTAPPLICABLE

3 SPEL017014 1 CORECOPPER FLXIBLE CABLE-4 SQMM

mtr 500.000 EMD NOTAPPLICABLE

4 SPEL021327 Cable PVCinsulated single core 6Sqmm

mtr 500.000 EMD NOTAPPLICABLE

5 SPEL017338 COPPERUNARMOUREDCABLE-4X4 sqmm

mtr 500.000 EMD NOTAPPLICABLE

6 SPEL002404 Pvc InsulatedCopper Armd Cable 4X16

MT 500.000 EMD RS. 5,500.00

7 SPEL018197 1.1 KV XLPEcopper cable 4X50 sq.mm.

M 500.000 EMD RS. 17,500.00

8 SPEL000205 PVCFlexibleCable 4Core6sq.mm

M 500.000 EMD NOTAPPLICABLE

9 SPCB000343 3 1/2 coreArmored 500SqMM coppercable

M 500.000 EMD 1,15,500.00

Confirm the terms and conditions and tender shall be submitted with required documents in parts as below :

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

2. Preferred Mode of Transportation: By Road. Transport the contracted material / supplies only through RegisteredCommon Carriers.

3. Required Delivery Schedule : Within 3 months from the Date of Issue of Purchase Order.

4. Validity: 165 days from the date of opening of tender, offer valid for a shorter period shall be treatedas unresponsive & rejected.

5. TENDERS SHALL BE SUBMITTED IN THREE PARTS AS BELOW :

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

Tender Number:6000010314

(1)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)Power of Attorney / Authorization with the seal of the company of person signing the tender documents.

iii) Containing unpriced tender consisting commercial package including all terms and conditions. No price details tobe given in this tender (as per Section-X).

B) For Non MSME Firms:---------------------------i) Tender document fee of Rs. 500/- as per Section-I of clause No. 3 of this tender document.

ii) Earnest money deposit of Rs. 1,38,500/- as per Section-I of Clause No. 10 of this tender document.

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

iv) Containing un-priced tender consisting commercial package including all terms and conditions. No price details tobe given in this tender (as per Section-X).

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

vi)If the bidder firm is not the manufacturer then firm has to submit the valid manufacturers authorization certificateas per the standard form duly filled by OEM as per annexure XIV of this tender document.

v)Containing un-priced tender consisting of complete Qualification/Eligibility of the tenderer as per specified underSection IX in this document.

vi) 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.

(2) PART # II: TECHNO-COMMERCIAL BID:- (FOR MSME AND NON-MSME FIRMS)---------------------------------------------i)Confirm the technical specification as per section VII and commercial conditions of this Tender document with sealand sign.

ii) Confirm the delivery period as per section VI of condition No. 3 of this Tender document with seal and sign.

iii) Confirm Required Destination ( F.O.R/F.O.T.) : SPM, Hoshangabad (Door delivery basis) as per section VI ofcondition No.1 of this Tender document with seal and sign.

iv) Confirm the payment terms as per section V of condition Sl. No. 13 of this Tender document with seal and sign.

v) Confirm the Tender validity as per section VI of condition No.4 of this Tender document with seal and sign.

vi) Accept the Warranty clause as per Section-v (sl. no. 6,7,8,9) of this Tender document.

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

Tender Number:6000010314

vii)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 shown at Section: XI of this document.

viii)It should not have any price /price elements of the item being offered, otherwise offer shall liable to rejection.

ix) Submit a documents on your letterhead with seal and sign stating ##unconditional accepting all the terms andconditions of tender enquiry without any deviations with acceptance of all section of this tender documents (GIT,SIT, SCC, Quality control requirements, Tender form, Questionnaire, etc.

NOTE :--------------Firm has to mention whether they have quoted for item no. 9 or not. If the firm is not quoted for item no. 9 thensection - IX is not applicable.

(3) PART- III: PRICE BID:--------------------------------------i)The bidders shall quote the price and other elements of price as per the format given as Section XI of this tenderdocument. Insertion, post script, addition and alteration shall not be entertained with signing and sealing of thebidder firm.

ii)Conditional offer shall liable to rejection.

6. EVALUATION FOR L1 :

The method of evaluation of L1 criteria for awarding the contract shall be on consolidation offer by the bidder onitemwise/schedule wise and be decided taking into consideration of total offered price.

7. All Section & pages of the tender documents strictly should be signed, name and sealed by bidder firm.

NOTE: "BIDDER TO FURNISH STIPULATED DOCUMENTS ALONG WITH TENDER IN SUPPORT OFFULFILLMENT OF TENDER CRITERIA. FURTHER CORRESPONDENCE IN THIS REGARD WILL NOT BEENTERTAINED FOR ANY REASON. NON-SUBMISSION OR INCOMPLETE SUBMISSION OF DOCUMENTS MAYLEAD TO REJECTION OF OFFER.#

-----------------------------SIGNATURE OF BIDDER WITHNAME, DESIGNATION & SEAL

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

Tender Number:6000010314

Section VII: Technical SpecificationsTechnical Specifications for 1.1 kV , Copper Wires and XLPE Copper conductor power cables

Cable/wire

1.1KV grade, Multi/single-stranded /Copper conductor, XLPE insulated, extruded PVC inner sheathed, GI round-wirearmoured, extruded FRLS PVC ST2 outer sheathed and for wires FRLSH. Power Cables for effectively groundedsystem, conforming to the latest revisions of IS: 7098 (Part #I), 1988 & as per the technical specifications attachedherewith.

1. STANDARDS

The design, manufacture and testing of the cable shall comply with the latest editions/amendments of the followingIndian Standards, unless otherwise specified. Equipment#s complying with equivalent standards shall also beacceptable:-a. IS-7098, 1998 (Part-I) : Cross linked polyethylene insulated PVC sheathed cables for working voltages upto1100V.b. IS-3961 : Recommended current ratings for cablesc. IS 8130-1984 : Specification for conductors for insulated electric cables and flexible cords.d. IS-3975, 1999 : Low Carbon galvanized steel wires,formed wires & tapes for armouring of cablese. IS-4759 : Specifications for Hot dipped galvanized coating on round steel wiresf. IS-5831 : PVC insulation and sheath of electric cables.g. IS-10418 : Drums for electric cables.h. IS-10810 (Part 0 to 64) : Method of test for cables.

2. SERVICE CONDITION

The cable shall be designed with the following service conditions into consideration:

a. Cables shall be capable of satisfactory operation under a power supply system frequency 50Hz +3% andvoltage 400 Volt ±10%.

b. Cables shall be suitable for laying in conduits, ducts, trenches, channels, trays, racks or for direct buried inground in both dry and wet locations with chances of flooding by water.

c. The cables shall be suitable for the following ambient condition.Ambient Air temperature: 50deg C Ambient ground temperature: 40deg C

d. The current rating shall be based on maximum conductor temperature depending on the type of insulation forcontinuous at the rated current.

f. The cables will have current ratings and de-rating factors as per relevant Indian Standards.

3. DESIGN AND CONSTRUCTION PERTICULARS

3.1. General:-

The cables supplied under this specification shall be adequate insulated to operate continuously at the specifiedvoltage with a high degree of safety and reliability throughout the life of the cables. The sheathing material shall behigh quality PVC based compound. The construction of cable shall be as per IS: 7098 (Part I) # 1988.Cable shall be designed and manufactured to prevent damage during transportation, installation & operation underall climatic & operating conditions to which cable may be subjected to.

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

Tender Number:6000010314

3.2. Technical parameters

i. Voltage Level : 1.1kV

ii. System Grounding : Solidly Grounded

iii. Nominal System voltage : 400V ±10%

iv. Nominal System Frequency : 50Hz ±3%

v. Maximum conductor temperature at rated current: 90oC

vi. Maximum conductor temperature at Short-circuit : 250oC

viii. Conductor

Conductor Material : Electrolytic grade Copper, Purity > 99.97%Conductor type : Stranded with number of strands as per IS 8130 (Part-I) 1984

ix. Insulating material: Cross-Linked-Polyethylene (XLPE) Compound

x. Core Identification Strips: Red, Yellow, Blue & Black (for neutral)

xi. Material of Inner Sheath: FRLS, PVC ST-2 Compound

xii. Armour : Single layer of Galvanized Steel Round Wire according to IS-3975

xiii. Outer Sheath : FRLS, PVC ST-2 Compound according to IS-5831 and FRLSH for wires

3. Conductor

COPPER

The conductors shall be made from high conductivity copper complying with IS:613-1964. The conductor materialused shall be electrolytic grade with > 99.97%. Manufacturers have to furnish the documents for its purity at any 3rdparty any NABL accredited lab.

3.4. Insulation

Wire :- All wires mentioned in scope of supply must be fire retardant low smoke and low halogen as per BIS694`1990

Cable:-

The PVC insulation over conductor will be provided by extrusion process only. XLPE IS: 7098 Part 2, IEC: 60502Part 2, BS: 6622, BS: 7835. The insulation shall be super clean XLPE compound applied by extrusion andvulcanized to form a compact homogenous body.

The insulating material for power cables shall be extruded cross linked polyethylene (XLPE) compound as perIS-7098(Part-I)-1988. The minimum thickness of insulation shall not be less than the values specified in Table-2 ofIS-7098 (Part-I)-1988. No negative tolerance shall be applicable for the thickness. The insulation ofthe cable shall be designed and manufactured for the specified system voltage. The manufacturing process shallensure that insulation shall be free from voids. The insulation shall withstand mechanical and thermal stress understeady state and transient operating conditions. The cores shall be identified as per the following:-

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

Tender Number:6000010314

Colour Scheme:-

Wire :- Red, Yellow, Blue and Black2 Core :- Red and black3-Core - Red, Yellow & Blue3 ½ or 4-Core - Red, Yellow, Blue & Green

3.5. Inner Sheath

The inner sheath shall be extruded FRLS PVC, Type ST2, compatible with thermal rating of insulation conforming toIS-6380-1984. The sheath shall have adequate thickness, mechanical strength and elasticity, as specified in IS5831. The material shall be soft thermos-plastic type, applied by extrusion method. The thickness of the innersheath shall be as per IS: 7098 (Part I) and the color of the inner sheath shall be Grey. The inner sheath shall be soformed that it fits closely on the laid up cores and could be easily removed without damaging insulation. One ormore layer of proofed plastic tape shall be provided over the laid up core before extrusion.

3.6. Armouring

Armouring shall be of Galvanized round steel wire. The joints in armour wires or strips shall be made by brazing orwelding and any surface irregularities shall be removed. The joints in armour wires/strips shall be made by brazingor welding and the surface irregularities shall be removed. A joint in any wire/strip shall be at least 300 mm awayfrom the nearest joint in any other wire/strip in the completed cable.

3.7. Outer Sheath

Extruded outer sheath shall be provided over the armouring. The material used for sheathing shall be FRLS PVCsheath, Type ST-2 base compound conforming to IS 1554/ IS 5831 for power cable. The outer sheath shall be soformed that it fits closely on the laid up armour and could be easily removed without damaging the intermediatesheath and insulation. The colour of the outer sheath shall be black. The thickness of outer sheath shall be inaccordance with the IS 1554 (Part-I)-1988. Suitable additives shall be added to prevent attack by rodents andtermites. All serving must be given anti-termite treatment.

3.8 Fillers for cable size equal and more than 16 sq.mm

Cables shall have suitable fillers laid up with the conductor to provide a substantially circular cross section before thesheath is applied. Fillers shall be suitable for the temperature of the cable and compatible with the insulatingmaterial. The material shall be of the best quality and workmanship. The fillers and sheath material shall benon-hygroscopic. All materials shall be new, unused and of the finest quality.

4. TESTS

All the tests specified below shall be carried out in accordance with the Indian Standards by the manufacturer in thepresence of SPM#s representative. If the cable fails to pass the test specified, the purchaser shall have the option toreject it. Shipping release shall be obtained from the SPM's representative. The SPM, however reserves the right towaive off the inspection. The tests at works shall include electrical and mechanical tests in accordance with theappropriate clauses of Statutory Regulation, relevant codes and standards, in addition any test called for by theSPM or his representative to ensure that the equipment being supplied fulfils the requirement of the specification.For test not covered by any code or specifically mentioned in this specification, the test procedures are to be agreedwith the Purchaser.

Pre Dispatch Inspection

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

Tender Number:6000010314

The manufacturer shall be given at least 15 days advance notice prior to the commencement of testing, so thatSPM#s representative can plan to witness the tests. All the tests indicated in the test clause of this specification shallbe carried out in the presence of SPM#s representative by the manufacturer and shall provide all the facilities andequipment for testing. 3 hard copies and a soft copy of the test Certificate shall be furnished to the Purchaser forapproval prior to dispatch of cables from factory. Visual check to conform the details given in this specification is tobe done. In addition to the above, the general workmanship of the cable drums and cables laid in drums shall bechecked. Manufacturer shall have proper test set up for testing all the routine tests , type tests & Flame retardanttest on finished cables as per IEC.

4.1. Type Test

Type tests on four randomly selected cable drums will have to be conducted in the presence of the department#srepresentative. The test samples will be taken from finished cables. This test shall be in accordance to IS: 7098,Part-1,1988.

a. Test on Conductor

· Annealing test for copper conductors· Conductor Resistance Test

b. Test on Insulation· Physical dimension measurement· Tensile strength and elongation at break· Hot set test· Shrinkage test· Ageing in air oven· Water absorption testc. Test on round Armour· Physical dimension measurement· Tensile strength Elongation at break· Torsion test for round wires· Winding test for firmed wire· Mass of zinc coating.· Uniformity of zinc coating· Resistivity measurement, Resistance test for armourd. Test on Sheath· Physical dimension measurement· Tensile strength & Elongation at break test· Ageing in air oven· Loss of mass in air oven· Shrinkage test· Hot deformation test· Heat shock test· Thermal stability test

e. Insulation Resistance Testf. High Voltage Test at room temperatureg. Volume resistivity at room temperature & at 90o C. (IS-10810-Part 43)h. Flammability test

4.2. Test requirement of FRLS inner and outer sheathThe inner and outer sheath of cables shall meet the following test requirements related to flame retardant, low

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

Tender Number:6000010314

smoke emission, low acid and toxic gas emission. The BIDDERs shall have proper test apparatus to conduct all therelevant tests as per the applicable standards:

Flame retardant test on single cable

(i) Oxygen Index TestThe critical oxygen index value shall be minimum 29 when tested at 27+2ºC as per ASTMD-2863

(ii) Temperature index testTemperature index value shall be minimum 250ºC at oxygen index of 21 when tested as per NES 715.

(iii) Flammability testCables shall pass test under fire conditions as per IS-10810- Part-53.Cables shall also pass tests as per IS-10810Part- 61 & Part-62. Flammability shall be as per IEC 332-1 and IS 694: 1990.

(iv) Smoke Density TestThe cables shall satisfy the tests conducted to evaluate the percentage obscuration by smoke in an optical systemplaced in the path of the smoke. The maximum smoke density rating shall not be more than 60% when tested as perASTM-D-2843.

(v) Acid Gas Generation test (halogen acid gas evolution)The hydrochloric acid generation when tested as per IEC 754-1 shall be less than 20% by weight.

(vi) Test for specific optical density of smoke(vi) Anti termite and rodent property test

The sequence of electric tests shall be as per the relevant Indian/International standards. The Bidder shall submitthe sequence of tests for the approval of the purchaser before conducting the tests. A copy of the adopted standardshall also be supplied.

4.2. Routine Test (On each drum)

The following routine tests shall be carried out by the Manufacturer on each and every length of the cable in thepresence of Purchaser#s representative at manufacturer#s works.

a. Resistance test for conductorsb. Insulation resistance testc. High voltage test

4.3. Conductor purity testTwo samples of copper shall be taken from any of the finished set of cables at random and the sample shall betested for its purity at a NABL accredited lab.

Qualifying Criteria:The test results should be within limits as per IS 7098. All the routine tests as per IS 7098 / IEC shall be conductedand passed as per the limits given in the standards. All the bought out certificates will be verified and the test resultsshall be as per respective standards.

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

Tender Number:6000010314

5. IDENTIFICATION

The following details shall be marked sequentially for each meter run length of the cable by non-erasable embossingon the outer sheath:

a. Reference to Indian Standardb. Name of the manufacturer/ Trade Namec. Configuration of the cable: viz. Voltage grade, no. of Core, Sq. mm, 2XWY as applicabled. Year of manufacturinge. Sequential marking of running meter length

The running length of the cable shall be identified at regular intervals of one meter (Increasing order from inner endto outer end of the cable)

6. PACKAGING

Wires:- (1.5 sq.mm, 2.5 sq.mm, 4 sq.mm, 6 sq.mm)

Each wires mentioned in technical specifications packed properly and shall consist of single length cable 100 mtr.bundle of 5 different colors i.e. red, blue, yellow, green and black (100 mtr. each)Packing shall be sturdy to protect the cable from any injury during transportation, handling and storage.

Cables:-

· Each drum shall consist of single length cable500 metres.· The cable shall be wound on non-returnable steel drums for 500 sq. mm. Cable and for other cables woodendrums . Packing shall be sturdy to protect the cable from any injury during transportation, handling and storage. The cutends of the cable shall be sealed by means of non-hygroscopic sealing material preferably Heat shrinkable endcaps. One end of the cable shall be brought out of the drum and suitably clamped to the drum flange with propermechanical protection. Location of the other end may be marked on the drum.

· The cable shall be placed on drums in such a manner that it will be protected from injury during transit. Each endof the cable shall be firmly and properly secured to the drum. No undue stress shall appear on cables when laid ondrums.· The cable drum shall carry the following information stenciled on a metallic label, securely attached to each end ofthe drum:

i. Reference to the Indian standardii. Manufacturer#s name, brand or trade markiii. Type of cable and voltage gradeiv. No. of coresv. Nominal cross-sectional area of conductorvi. Cable codevii. Length of cable on drumviii. No. of lengths on reel, drum or coil (if more than one)ix. Gross weightx. Country of manufacturexi. Year of manufacturexii. Direction of rotation of drum (an arrow)xiii. ISI certification mark

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

Tender Number:6000010314

7. PREFERRED MAKE

FINOLEX, POLYCAB, KEI, RR Kable

Note :- certification of ISO 9001:2008, ISO14001:2004, OHSAS18001:2007 & EN 16001-2009 and productcertifications IS: 7098 (Part-I), CE, UL etc. Quotations without these certification details will not be considered fortechnical evaluation. Preferred make of bought out material:-

(a) Copper for Conductor : Hindustan Copper/Hindalco(b) XLPE compound of Insulator : Dow/Borealis(c) Armour Steel : TATA/Jindal.

8. GUARANTEEAll the cables shall be guaranteed against faulty material, defective design & poor workmanship for a period of 12months from the date of supply. The materials becoming defective during the guarantee period shall be replacedfree of cost and the defects arising out of the works shall be rectified free of charge without delay.

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

Tender Number:6000010314

Section VIII: Quality Control Requirements

NOT APPLICABLE

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

Tender Number:6000010314

Section IX: Qualification/Eligibility CriteriaFOR NON-MSME FIRMS : APPLICABLE FOR ITEM NO. 9 ONLY------------------------------------------------------1. Experience & Past Performance:-

Bidder Firm should have manufactured and supplied at least 150 Meter 3 1/2 core Armored 500 sqmm copper cablein any one year during last five (5) years, ending 31st March 2017.

2. Capability-Equipment & Manufacturing Facilities:-

Bidder Firm must have an annual capacity to manufacture and supply at least 150 Meter 3 1/2 core Armored 500sqmm copper cable

3. Financial Standing :-

(a) The average annual turn-over of the Bidder during the last three (3) years, ending 31st March 2017, should bemore than 17.28 Lac INR.

(b) The Bidder firm should not have suffered any financial loss for more than one (1) year during the last three (3)years, ending 31st March 2017.

(c) The net worth of the Bidder firm should not have eroded by more than 30% in the last three (3) years, ending31st March 2017.

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 beendone.

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. 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-110001Sec09.1

Tender Number:6000010314

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.6000010314 /EL/PM5/2099 dated 20.01.2018

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 _____________ (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

Tender Number:6000010314

Section XI: Price SchedulePlease quoted rates in attached Annexure-1.

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

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

3.Quote your rates in your quotation as per the given above price schedule format only and accept our condition i.e.F.O.R., VALIDITY, DELIVERY PERIOD, PAYMENT TERMS AND ALL OTHER TERMS AND CONDITIONINCLUDING G.C.C. & G.I.T. OF TENDER without any deviation otherwise your offer will be rejected without anycommunication.

4. The method of evaluation of L1 criteria for awarding the contract shall be on consolidation offer by the bidder ONITEMWISE/SCHEDULE WISE and be decided taking into consideration of total offered price.

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

S.No. Details

1. Name of supplier ............................2. Account No. ............................3. Account Type ............................4. Name of the Bank ............................5. Branch ............................6. City ............................7. Branch Code ............................8. MICR Code ............................9. IFSC Code ............................10. GSTIN ............................11. HSN/SAC Code............................12. Shipping Address ............................13. Place of Supply ............................14. Billing Address ............................

NOTE : 'BIDDER TO FURNISH STIPULATED DOCUMENTS ALONG WITH TENDER IN SUPPORT OFFULFILLMENT OF TENDER CRITERIA. FURTHER CORRESPONDENCE IN THIS REGARD WILL NOT BEENTERTAINED FOR ANY REASON. NON-SUBMISSION OR INCOMPLETE SUBMISSION OF DOCUMENTS MAYLEAD TO REJECTION OF OFFER.#

___________________________________SIGNATURE OF BIDDER(WITH NAME, DESIGNATION AND SEAL)

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec11.1

Tender Number:6000010314

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

Tender Number:6000010314

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

Tender Number:6000010314

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 forty five 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

Tender Number:6000010314

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

Tender Number:6000010314

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

Subject: Authorization for attending bid opening on 20.02.2018 in the Tender of L.T. COPPER CABLES.

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

Tender Number:6000010314

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)

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

Tender Number:6000010314

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

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

Blank Price bid submitted with technical bid :

A. PRICE FOR SUPPLY ITEMS

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

SN Price Break Up Item No. 1 Item No. 2 Item No. 3 Item No. 4 Item No. 5

HSN CODE in 8 digits

1Basic Price per unit upto F.O.R. SPM, Hoshangabad duly unloaded

quoted quoted quoted quoted quoted

2 GST in % only

TOTAL (1 + 2) = (A)

3 Other taxes/charges (if any) Please specify quoted quoted quoted quoted quoted

4 Total Price (in figures only) (A+3) Rs. quoted quoted quoted quoted quoted

5 Total Quantity 500 Mtr 500 Mtr 500 Mtr 500 Mtr 500 Mtr

6Total Price (in figures only (4 X 5 ) Rs.

quoted quoted quoted quoted quoted

7Total Price (in words only ) (Rupees.

quoted quoted quoted quoted quoted

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

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

3

4

5

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 method of evaluation of L1 criteria for awarding the contract shall be on consolidation offer by the bidder on itemwise basis/schedule wise and be decided taking into consideration of total offered price.

The basic price/rate of the material/services is not indicated anywhere in Techno-commercial bid.

Annexure - ITender Number : 6000010314

SIGNATURE OF BIDDER

(WITH NAME, DESIGNATION AND SEAL)

NOTE:

Blank Price bid submitted with technical bid :

A. PRICE FOR SUPPLY ITEMS

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

SN Price Break Up Item No. 6 Item No. 7 Item No. 8 Item No. 9

HSN CODE in 8 digits

1Basic Price per unit upto F.O.R. SPM, Hoshangabad duly unloaded

quoted quoted quoted quoted

2 GST in % only

TOTAL (1 + 2) = (A)

3 Other taxes/charges (if any) Please specify quoted quoted quoted quoted

4 Total Price (in figures only) (A+3) Rs. quoted quoted quoted quoted

5 Total Quantity 500 Mtr 500 Mtr 500 Mtr 500 Mtr

6Total Price (in figures only) (4 X 5) Rs.

quoted quoted quoted quoted

7Total Price (in words only )Rupees.

quoted quoted quoted quoted

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

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

3

4

5

Annexure - ITender Number : 6000010314

NOTE:

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 method of evaluation of L1 criteria for awarding the contract shall be on consolidation offer by the bidder on itemwise basis/schedule wise and be decided taking into consideration of total offered price.

The basic price/rate of the material/services is not indicated anywhere in Techno-commercial bid.

SIGNATURE OF BIDDER

(WITH NAME, DESIGNATION AND SEAL)

Price bid submitted with Price bid :

A. PRICE FOR SUPPLY ITEMS

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

SN Price Break Up Item No. 1 Item No. 2 Item No. 3 Item No. 4 Item No. 5

HSN CODE in 8 digits

1Basic Price per unit upto F.O.R. SPM, Hoshangabad duly unloaded

2 GST in % only

TOTAL (1 + 2) = (A)

3 Other taxes/charges (if any) Please specify

4 Total Price (in figures only) (A+3) Rs.

5 Total Quantity 500 Mtr 500 Mtr 500 Mtr 500 Mtr 500 Mtr

6Total Price (F.O.R, SPM, HOSHANGABAD) (in figures only) (4 X 5) Rs.

7Total Price (F.O.R, SPM, HOSHANGABAD) (in words only) Rupees.

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

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

3

4

SIGNATURE OF BIDDER

(WITH NAME, DESIGNATION AND SEAL)

NOTE:

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 method of evaluation of L1 criteria for awarding the contract shall be on consolidation offer by the bidder on itemwise basis/schedule wise and be decided taking into consideration of total offered price.

Annexure - ITender Number : 6000010314

Price bid submitted with price bid :

A. PRICE FOR SUPPLY ITEMS

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

SN Price Break Up Item No. 6 Item No. 7 Item No. 8 Item No. 9

HSN CODE in 8 digits

1Basic Price per unit upto F.O.R. SPM, Hoshangabad duly unloaded

2 GST in % only

TOTAL (1 + 2) = (A)

3 Other taxes/charges (if any) Please specify

4 Total Price (in figures only) (A+3) Rs.

5 Total Quantity 500 Mtr 500 Mtr 500 Mtr 500 Mtr

6Total Price (in figures only (4 X 5) Rs.

7Total Price (in words only)Rupees.

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

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

3

4The method of evaluation of L1 criteria for awarding the contract shall be on consolidation offer by the bidder on itemwise basis/schedule wise and be decided taking into consideration of total offered price.

SIGNATURE OF BIDDER

(WITH NAME, DESIGNATION AND SEAL)

Annexure - ITender Number : 6000010314

NOTE:

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

ANNEXURE - II

THREE BID,SINGLE STAGE ( THREE PACKET ) TENDER

BIDDER’S CHECK LIST BEFORE TENDER SUBMISSION - FOR NON-MSME FIRMS

Part I : - PRE-QUALIFICATION BID

S.No. Tender Submission Check Points Check before submission Tick ( )

1 Tender Fee Rs. 500.00

2 Earnest Money Deposited (item-wise as per section-I) Rs. 1,38,500.00

3 If the bidder is manufacturer then submit valid registration certificate

4 If the bidder is not the manufacturer then Submit valid Manufacturer’s Authorization form

5 Power of Attorney/authorization with the seal of the company of person singing the tender document.

6 Submit unpriced tender form as per section-X

7 Submit the documents as per Qualification / Eligibility criteria – Section IX 1) Copy of Purchase orders as per eligibility criteria last five financial years for

point no. 1 & 2. 2) Financial statements for last three years( Balance sheet and Profit & Loss

statement) certified by CA.

Part II : - TECHNO-COMMERCIAL BID

S.No. Tender Submission Check Points Check before submission Tick ( )

1 Technical Specification –Section VII as per tender

2 Term of Delivery :- FOR, SPM Hoshangabad , duly unloaded

3 Accept delivery schedule of work

4 Accept payment terms as per the tender

5 Tender Validity 165 days as per the tender

6 Accept the Warranty clause as per tender

7 Blank Price Bid as per Section XI ( Without Price but mention the taxes & other charges )

8 Submission of Declaration " We undertake withdraw all deviations if any in the quotation and unconditionally accept all the terms and conditions of the tender document without any deviations"

Part III : - PRICE BID

S.No. Tender Submission Check Points Check before submission Tick ( )

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

………………………….

(Bidder’s Seal & Sign)

ANNEXURE - II

THREE BID,SINGLE STAGE ( THREE PACKET ) TENDER

BIDDER’S CHECK LIST BEFORE TENDER SUBMISSION - FOR MSME FIRMS

Part I : - PRE-QUALIFICATION BID

S.No. Tender Submission Check Points Check before submission Tick ( )

1 Valid MSME certificate for exemption of Tender fee & EMD as per the tender

2 Power of Attorney/authorization with the seal of the company of person singing the tender document.

3 Submit unpriced tender form as per section-X

Part II : - TECHNO-COMMERCIAL BID

S.No. Tender Submission Check Points Check before submission Tick ( )

1 Technical Specification –Section VII as per tender

2 Term of Delivery :- FOR, SPM Hoshangabad , duly unloaded

3 Accept delivery schedule of work

4 Accept payment terms as per the tender

5 Tender Validity 165 days as per the tender

6 Accept the Warranty clause as per tender

7 Blank Price Bid as per Section XI ( Without Price but mention the taxes & other charges )

8 Submission of Declaration " We undertake withdraw all deviations if any in the quotation and unconditionally accept all the terms and conditions of the tender document without any deviations"

Part III : - PRICE BID

S.No. Tender Submission Check Points Check before submission Tick ( )

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

………………………….

(Bidder’s Seal & Sign)