TENDER DOCUMENT FOR PURCHASE OF - SPMCIL

43
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- ICPSE & 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 12003265 26.06.2020 PM#5 Mech PM#5 MECH Not Transferable Security Classification:NON-SECURITY TENDER DOCUMENT FOR PURCHASE OF: SUPPLY, ERECTION, INSTALLATION AND COMMISSIONING OF AIR CONDITIONING SYSTEM ON TURNKEY BASIS AT PM5, SPM, HOSHANGABAD Tender Number: 6000015277/AC/PM5/279, Dated: 07.05.2021 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 - SPMCIL

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- ICPSE & 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

12003265 26.06.2020 PM#5 Mech PM#5 MECH

Not Transferable

Security Classification:NON-SECURITY

TENDER DOCUMENT FOR PURCHASE OF: SUPPLY, ERECTION,INSTALLATION AND COMMISSIONING OF AIR CONDITIONINGSYSTEM ON TURNKEY BASIS AT PM5, SPM, HOSHANGABAD

Tender Number: 6000015277/AC/PM5/279, Dated: 07.05.2021

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-110001T01.1

Tender Number:6000015277

Section1: Notice Inviting Tender (NIT)6000015277 /AC/PM5/279 07.05.2021

(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 VRF type Air conditioning system

for WWS1.000 nos 0.00INR

2 Installation and commisioning of

A/C1.000 AU

1 Installation and commisioning of

WWS A/C 1.000AU

3 Comprehensive AMC for 2 Years 1.000 AU

1 Comprehensive AMC for 2

Years 8.000AU

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 07.05.2021 to 10.06.2021 during office hours.

Place of sale of tender documents ADMIN. OFFICE, SECURITY PAPER MILL,HOSHANGABAD

Closing date and time for receipt of tenders 11.06.2021 11:00:00

Place of receipt of tenders ADMIN. OFFICE, SECURITY PAPER MILL,HOSHANGABAD

Time and date of opening of tenders 11.06.2021 15:00:00

Place of opening of tenders ADMIN. OFFICE, SECURITY PAPER MILL,HOSHANGABAD

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

VIKAS KUMARDy.Manager (MM)

Abbreviation:-"NOS" MEANS "NUMBER" "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 1120/- (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 required

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

Tender Number:6000015277

non-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.

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. Nil and firm shall submit following undertaking on letter Head duly seal & Signed:#If we withdraw or modify our bids during period of validity of tender etc. than we will be suspended for the period of03 years for the date of opening of tender.#

(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) (3% 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 DIC/SSI/MSME/NSIC is to be submitted along with bid.

(12). In case firm is submitting both MSME certificate and tender fee & EMD alongwith bid and during evaluationMSME certificate found invalid or tendered item is not covered in MSME store list, then firm shall be considered asNon-MSME firm for further evaluation and no benefits of MSME firm shall be given to the firm. Firm shall submit the declaration that "firm agree to be considered as Non-MSME firm and they shall not claimany benefit available to MSME firms in future in their letter head duly seal and signed. Non acceptance of abovecondition and non-submission of above declaration shall liable to rejection of bid"

(13) Make in India Clause : The provisions of the revised Public Procurement (Preference to Make in India) Order2017 - dated 04th June 2020 (and subsequent amendments, if any) by Department for Promotion of Industry andInternal Trade, GoI shall apply to this PQB to the extent feasible.

Special Instruction: -

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

Tender Number:6000015277

--------------------------------(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.

(IV) Relaxation of norms for Startups and Micro and Small Enterprises on #Prior Experience#, #Prior Turnover#Criteria may be given subject to meeting of quality and technical specifications as per Policy CircularNo.1(2)(1)/2016-MA dated 10.03.2016 issued by Govt. of India, Ministry of Micro, Small and Medium Enterprises,New Delhi.

---------------------------------------------------------------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 inforce 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.

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

Tender Number:6000015277

(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.#

(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

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

Tender Number:6000015277

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

Tender Number:6000015277

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

Tender Number:6000015277

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 8 Prebid Conference Pre-bid conference will be held on 24.05.2021 at11 AM for this tender at SPM Hoshangabad.

03 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.

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

05 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.

06 20.4 Number of Copies of Tenders to besubmitted

Single copy

07 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.

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

Tender Number:6000015277

Sr No GIT ClauseNo.

Topic SIT Provision

08 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, and

09 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.

10 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.

11 SpecialCondition

TCS Certificate Supplier should file the returns pertaining to TCS(Section 206C (1 H) for TCS collected, in time andprovide the TCS certificate to SPM. In case of anyCredit loss to SPM by way of their failure to filesReturns and provide TCS certificate in time, SPMreserves the right to recover the amountequivalent to TCS paid along with applicableinterest from the payment of further supplies.

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

Tender Number:6000015277

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

Tender Number:6000015277

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 Applicable

05 15 Distribution of Dispatch Documents forclearance/ Receipt of Goods

Applicable

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

Tender Number:6000015277

Sl.No.

GCC ClauseNo.

Topic SCC Provision

replaced 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 Chief 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.

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

Terms and Mode of payments (A) 80% Payment of the cost of goods (As per Part-Aof the price schedule section-XI of this tenderdocument) shall be made on receipt andacceptance of goods by the SPM at destinationand on production of all required documents bythe supplier.

12 22, 22.1, 22.2,22.4, 22.3,22.6

Terms and Mode of payments (B) Balance 20 % payment of the cost of goods (Asper Part-A of the price schedule section-XI of thistender document) and 100% payment of the costof installation and commissioning (As per Part-B ofthe price schedule section-XI of this tenderdocument) shall be released after successfulinstallation, commissioning, trial run and finalacceptance by the SPM. Payments to supplier aremade through RTGS/NEFT only.

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

Terms and Mode of payments (C) 100% payment of quarterly visit-wise (as per priceschedule section XI -Part C of this tenderdocument) shall be made after maintenance andsuitability of each services/visit by the consigneeat destination and on production all requireddocument.

14 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.........

15 24.1 Quantum of LD or part thereof until actual delivery or performance,subject to a maximum deduction of the 10% (plus

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

Tender Number:6000015277

Sl.No.

GCC ClauseNo.

Topic SCC Provision

GST on the LD amount) of the delayed goods orservices#

16 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-110001Sec05.3

Tender Number:6000015277

Section VI: List of Requirements

ScheduleNo.

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

Accounting Unit Quantity Amount ofEarnestMoney

Remark

1 VRF type Air conditioningsystem for WWS

nos 1.000 0.00INR

2 Installation andcommisioning of A/C

AU 1.000

3 Comprehensive AMC for 2Years

AU 1.000

Pre-bid conference will be held on 24.05.2021 at 11 AM for this tender at SPM Hoshangabad.Bidder should send their query if any before one week of pre-bid conference.

(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/service must be listed in the MSMEcertificate store list. Non-submission of valid MSME certificate and non-availability of the tendered item /service inthe store list of this certificate shall 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 details are to be given in this bid. In case ifany price 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 &quality control methodology.Firm should submit the following:-vii. Firm should submit the following information regarding the capacity and performance:-a) Name of the machine utilized to supply the quoted product.b) The number of machines being utilized for the production and the capacity of each machine.c) Total Annual Capacity of the manufacturer.

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

Tender Number:6000015277

PART II - TECHNO-COMMERCIAL BID

i. The tenderer shall submit detailed techno-commercial offer as per Technical Specifications as per Section VIIof this tender document.ii. Required Completion period of Work : 6 months from the date of issue of Notification of Award ofContract/Purchase order with including supply, installation and commissioning.Period of CAMC: Two years from the date of completion of warranty period (Visits: Quarterly visit total 8 visit in 2years as per scope of work under CAMC section -VII)iii. F.O.R.: SPM, Hoshangabad, door delivery duly unloading with installation and commissioningiv. Validity: 165 days from the date of opening of tender, offer valid for a shorter period shall be treated asunresponsive & rejected.

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

iv. Power of Attorney/Authorization with the seal of the company of person signing the tender documents. v. Manufacturing/Authorization Certificate: Ø If the bidder firm is manufacturer then firm has to submit the valid registration certificate. Ø If the bidder firm is not the manufacturer then firm has to submit the valid manufacturer#s authorization certificate/valid dealership certificate of the item supplied as per the standard form duly filled by OEM as per annexure XIV of this tender document. vi. Financial Standing of last 3 years ie 2018-19, 2019-2020 & 2020-21 ending 31st March of a year should be certified by accountant's e.g. Chartered Accountants (CA) in India. vii. Containing unpriced tender consisting commercial package including all terms and conditions. No price details to be given in this tender (as per Section-X). viii. Firm shall submit the documents as per Qualification/ Eligibility Criteria Section-IX. In case agent/dealer submitted bid in the tender, than their principal/manufacture shall meet the qualifying criteria. Hence, agent/dealer shall submit the documents of their principal/manufacture meeting the qualifying criteria. ix. Firm should submit the following information regarding the capacity and performance:- a) Name of the machine utilized to supply the quoted product. b) The number of machines being utilized for the production and the capacity of each machine. c) Total Annual Capacity of the manufacturer. d) Supply orders in hand and proportionate capacity to supply quoted amount. x. Firm shall submit the declaration on letter head duly seal & signed by competent authority stating, "We have not been blacklisted/debarred by BNPMIPL/BRBNMPL/SPMCIL or any Govt. Departments for participation intenders as on the date of opening of tender. The information provided above is correct and true to the best of my knowledge and belief." xi. Firm shall submit the declaration for Section IX: Qualification/Eligibility Criteria: (iv) General Conditions as per attached Annexure II.

"If we withdraw or modify our bids during period of validity of tender etc. than we will be suspended for the period of03 years for the date of opening of tender."

d) Supply orders in hand and proportionate capacity to supply quoted amount. viii. Firm shall submit the declaration on letter head duly seal & signed by competent authority stating, "We have not been blacklisted/debarred by BNPMIPL/BRBNMPL/SPMCIL or any Govt. Departments for participation intenders as on the date of opening of tender. The information provided above is correct and true to the best of myknowledge and belief." ix. Firm shall submit the declaration for Section IX: Qualification/Eligibility Criteria: (iv) General Conditions as per attached Annexure II.

(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. 1120/-. Non submission of tender fees or valid MSME certificate for exemption of tender fees, bid liable to be rejected. iii. Earnest Money Deposit : RS. Nil and firm shall submit following undertaking on letter Head duly seal & Signed:

Tender Number:6000015277

v. Confirm the payment terms as per section-VI point no. 12, 13 & 14 of this tender document.vi. Accept the Warranty clause as per Section-VI point no. 6,7,8 & 9 of this Tender document.vii. 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.viii. 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. It should not have anyprice /price elements of the item being offered, otherwise offer shall liable to rejection.

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 thistender document. Insertion, post script, addition and alteration shall not be entertained with signing and sealing ofthe bidder firm.ii. Price quoted by the tender shall remain firm and fixed during the currency of the contract and not subject tovariation on any account (As per clause 14.1 of GIT)iii. Conditional offer shall liable to rejection.iv. All the details should be clearly mentioned in the price bid.

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 andevaluation. 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+C) 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-110001Sec06.3

Tender Number:6000015277

Section VII: Technical SpecificationsSupply of material

Detail scope of work:-

The Scope of work covers Design, Engineering, Manufacturing/Supply, Site Fabrication Erection Testing,Commissioning, of VRF based 310 TR capacity Air-conditioning systems on turn-key basis for Wire workshop atPM#5.

1. DESIGN BASIS:

a. Required parameter in wire workshopTemperature: 25 °C ± 2°CHumidity: 50 ± 5 %Size of room (Approx.) (LxBxH) = 54 meter x 30 meter x 12 meter

b. Ambient weather conditions at site:-Ambient weather condition Hoshangabad is given as follows:Temperature Summer Monsoon WinterDBT (Deg.C) 49 27.6 14.6WBT (Deg.C) 23.08 24.8 11.2

The above data is based on Climatological Data of Hoshangabad for reference.

The vendor shall visit and study the site on his own cost with prior permission from the SPM. The submitted detailsshall guarantee the inside design conditions as specified. Any other information required by the vendor forverification shall be provided to him by the SPM.

The Air-conditioning equipment#s and installations shall conform to Indian Standards whenever applicable.Total equipment load inside the room: 150 KW (approx.)Number of manpower: Minimum 12Heat load:

Total area: - 17430 sq. ft Approx.Tonnage: - 310 TR

2. CAPACITY & RUNNING CYCLE OF THE UNIT:The Design capacity of air cooled VRF type outdoor units system should be 100 % Inverter based industrial purposeand unit will run 24 hrs round the clock basis & 365 days to maintain Temperature of 25 °C ± 2°C; Humidity: 50 ± 5%

3. Scope of supply:The complete system consists of following parts:a. VRF Outdoor unitb. Floor mounted Air handling unitc. PUF-Insulation on all side of Wire workshop shed.d. Copper and drain piping worke. Control & communication kitf. Air distribution workg. M.S structure for AHU & ODU unith. Electrical Installation

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

Tender Number:6000015277

a. VRF Outdoor unit:

Supply of Air-cooled Variable Refrigerant Flow modular type air conditioning system for suitable for 415 + / - 10 %volt, 50Hz, 3phase AC supply. Outdoor units of the VRF system shall be compact air-cooled type and working onenvironment friendly refrigerant (R-410a / R-407c etc.). Each module of outdoor unit must have combination ofInverter Compressor (Inverter compressor based on BLDC motor with twin rotary technology), suitable to operate atheat load proportional to indoor unit requirement. The outdoor unit shall employ system of equal run time for all thecompressors, within each outdoor unit#Single Module or Multi Module. The outdoor unit must be provided withfactory fitted Anti-corrosive coating. The outdoor units shall be suitable to operate within an ambient temperaturerange of 5 DegC to 53 DegC, in cooling mode. The entire operation of outdoor units shall be through independentremotes of indoor units. The air cooled condenser should be suitable for outdoor installation.

Compressor:-

i. The Inverter compressor (Inverter compressor based on BLDC motor with twin rotary technology) shall be highperformance fully hermetic suction gas cooled and compact.

ii. Suction and discharge side shut off valves shall be provided.

iii. Motor protection against overcurrent and thermal overload shall be provided.

iv. Inverter Compressor shall have standard safety features like protection against single phasing, phasereversal#.etc.

v. High pressure switch with manual reset shall be provided.

vi. Low pressure switch with automatic reset shall be provided.

vii. Compressor shall be fitted on rubber anti vibration mount.

viii. Make of compressor shall be Copeland/ Danfoss/ Tecumeh/equivalent

Air cooled Condenser:-i. Should have weather proof frame and panel.

ii. Heat Exchanger:-

·Heat exchanger (Air cooled condenser coil) should have multiple row heat exchangers with inner grooved tubesand aluminum fins.·The distribution and header piping should be of copper.·Heat exchanger should be supplied with a nitrogen holding charge.

iii. Fan:-

·Condenser fan should be direct driven, low noise axial fan.·Fan should be statically and dynamically balanced.·Should be suitable for air inlet temperature up to 50 degree Celsius.·Fan motor protection should be IP54 and insulation class F.·Should have internal motor thermal protection.

b. Floor mounted Air Handling Unit:Supply of double skin construction Air Handling Units. , Each Air Handling Units shall be draw thru type with filterssections with pre filters chilled water cooling coils of copper tube and Aluminum fins construction, EC fans, backward

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

Tender Number:6000015277

curved centrifugal/Plug fans, direct drive and vibration isolators, mixing box, static pressure shall be 55 mm·The blower/fan should be dynamically and statically balanced.·The fan and blower shall be fitted on anti-vibration mountings.·Fan should have low vibration.·Internal overheat protection should be provided.·Lamp & limit switch for AHU inspection in fan section

i. FILTER:-

The filter should be located on return air face of cooling coil. It should be easily removable for cleaning. The filtershould be of G4 grade.

ii. Cooling Coil:-

·The cooling coil should be internally grooved copper tubes with aluminum fins.

·The condensate tray should be of stainless steel with trap at the bottom of the unit.

iii. Electric Heating: -

· Electric heating will be carried out by heater bank.· Heater should be provided with overheat protection thermostat with manual reset.

iv. Steam Humidifier: -

· Humidifier should be designed for connection to a normal mains water supply.· Sterile, odour less and mineral deposit free steam should be generated.· At present scenario, Soft water /RO water line may not be available to feed the Humidifier soft water to airconditioning system. Hence vendor has to provide the approx. 5000 ltrs capacity water tank along with suitablepiping and pump (1 W+ 1 SB)to store & feed the RO/ soft water to air conditioning system.

c. PUF Insulation:-

Supply of PUF Panels manufactured on Cyclopentane technology (GREEN PANEL) with PP/PP male & FemaleCam Locks at all 4 sides of walls & roof ceiling (Size of wire workshop hall (Approx.) (LxBxH) = 54 meter x 30 meterx 12 meter). Polyurethane Foam insulation (PUF), 50mm thickness, Thermal conductivity (K-Factor) of 0.22,U-Factor (Heat Transfer Co-efficient): 0.019 # 0.022, DENSITY: 40 +/-2 KG/M3 complete Cam locks for ease offitting & reliability, locking between wall-wall panel: cam-locked, skin adhesion should be greater than 150 PSI underextreme hot & cold conditions.All opening of hall should be closed with proper insulation for maintaining the parameter in wire workshop hall will bein the scope of vendor.

d. Copper and drain piping work:-

i. Supply Installation and commissioning of Inter connected hard drawn copper refrigerant piping between Indoor &Outdoor with Preformed NITRILE RUBBER INSULATION of suitable size with supports & clamps etc. as perASHRAE standard codes.

ii. Rigid PVC Drain Piping: - Suitable size drain piping with necessary support should be provided to remove thecondensate water as per standard codes.

iii. Humidifier piping: - suitable size humidifier piping should be provided as per standard codes.

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

Tender Number:6000015277

e. Control & communication kit:-

i. Supply of Communication kit for signal communication between outdoor & indoor.

ii. Supply Installation testing and commissioning of Wired Remote.

iii. Supply Installation testing and commissioning Digital Display Centralized Remote Control.

iv. Control system shall be microprocessor based electronic control.

Controller make: - DIXELL/ CAREL/ ALERTON/Honeywell/equivalent

v. The electronic unit should monitor all the following important parameter.

- High pressure of the refrigerant compressor. - Low pressure of the refrigerant compressor. - All signals cables/power cables should have ferrule with proper tags. - UPS supply shall be provided to controlled and field instruments. - Provision for remote maintenance through as analogs modem should be there. Analogues telephone line shall beprovided by SPM.- Provision of 02 number of large size wall mount/hanging display indicator for showing the time, temperature andhumidity indicator at wire workshop which shall be visible from 50 meter (Features : Large size display, Bright LEDDisplay, Wall Mount / Hanging Type, On-field Calibration Facility, Resolution : 0.1°C; 0.1% RH, Accuracy : ± 0.5%)

vi. Automatic monitoring and control of cooling, heating, humidification, dehumidification, air-filtration, etc. should beinstalled.

vii. The control system shall comprise direct digital control panel with one industrial PC along with printer as workstation located in the A/C plant control room (distance from wire workshop to AC plant control room is approx. 200meter).

The basic function of the system is as follows

1. To closely control and monitor inside temperature and humidity condition inside the air conditioning spaces.

2. To optimize/minimize energy consumption by automated operation.

3. To provide centralized monitoring and control for various mechanical facilities including sequential start/stop ofthe whole A/C system.

4. To generate operation & maintenance data, graphical display of temperature and humidity curves and alarms.

5. To maintain record of plant operation.

6. Programmed start/stop of individual AHU as per operating requirement and for maintaining the roomtemperature/RH

7. Safe and reliable operation, supervision and control, alarm and event management and optimization,maintenance management of the entire A/C system shall be accomplished with the DDC system.

8. All the call logs, alarms and process data shall be stored and available for minimum 30 days.

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

Tender Number:6000015277

9. Minimum Following log shall be display on DCS screena. Individual AHU ON/OFFb. Individual VRF and its sub system ON/OFFc. Flow of individual AHUd. Hall temperature and humiditye. Ambient temperature and humidity

10. Provision of suitable system for easily Identify of real time fault for respective section of VRF A/C system.

11. Bidder has to provide back up of PC/ HMIs/ digital control panel with all application software#s.

12. Bidder has to train SPM employees in restoring backups and creating images of PC/ HMIs/ digital control panelas well as provide detailed steps/ procedure for restoring backups and creating images of PC/ HMIs/ digital controlpanel.

13. Bidder has to provide original & authentic LICENCES of all the software#s- operating system, applicationsoftware#s, software#s used in digital control panel, software#s used in industrial PC or any other software used(Validity of software shall be lifetime).

14. Bidder has to provide an in-built fire protection & suppression system for the proposed air conditioning system.

15. All control panels should have at least 10% spare AI, AO, DI, DO channels.

16. All control panels/ electrical panels should be closed to avoid entry of rodents.

17. All control panels/ electrical panels should be equipped with air conditioning system to control humidity,temperature etc.

Alarm: -Air conditioning system shall have atleast following alarm1. Temperature: High/Low2. Humidity: High/Low3. Low humidifier water4. No air flow5. Compressor: High / Low pressureAnd any other suitable alarm for the system.

f. Air distribution work:-

Duct Work:-

Supply of GI sheet Fabricated Ducting with RTV sealant & Rubber gasket strips, GI nut-bolts MS angle flanges withpaints etc. as per standard codes.

The ducting shall include support, bends, tees, elbows piece, taper pieces, turning vanes, reducer, expander, blindflanges etc. as per standard codes.The vendor has to execute all auxiliary works like ducting, inlet and drain piping, piping between indoor and outdoor,cabling, acoustic thermal insulation, volume control dampers, supply and returns air grills, stands for indoor andoutdoor units with related civil works etc. as per the site requirements.

Note: - For AHU and ducting work 18 Gauge to 24 gauge thickness of GI sheet should be use as per IS standardcodes.

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

Tender Number:6000015277

Insulation Work:-

i. Supply Installation Testing and commissioning, Acoustic and Thermal Insulation. Thermal Insulation on DuctsNitrile Rubber Class "O" with factory laminated Al/metallized foil as per IS standard codes.

ii. Canvas Connection: - Flexible fire retardant canvass connection as per standard codes.

iii. Supply, installation and air balancing of aluminum powder coated grills/diffusers for supply air as per standardcodes.

iv. GI duct damper: - Supply, installation and air balancing of aluminum volume control damper as per standardcodes.

g. M.S Structure For AHU & ODU Unit :

Supply of MS structure as per design requirement for outdoor units and foundation work with 2 coats of red oxideand one coat of Emulsion paint as per standard codes

h. Electrical Scope of Supply:

i. Supply Installation Testing and commissioning of Main Electrical Panel for VRF System & AHU Panel for completeHVAC System, Cabling, and termination of Cable, Glan fitting, earthing and tagging of cable.

ii. Supply Installation Testing and commissioning of Cable from Main Panel to ODUs will be scope of vendor

iii. Supply Installation Testing and commissioning of Power Cable for Indoor AHUs will be scope of vendor

iv. Supply Installation Testing and commissioning of Communication cable between Indoor & Outdoor unit will bescope of vendor.

v. Cable should be laid between indoor unit and outdoor unit of suitable size and capacity as per standard code onperforated tray.

vi. Main isolator: - main isolator should be in interlocked enclosure allowing electrical isolation of the unit.

vii. All cables should be copper conductor, XLPE insulated, FRLS and armoure.

Cable make: - Polycab/ Havells/ Finolex/ Sterlite/ RR Kabels/ KEI/ equivalent.

viii. All electrical work must be done as per IS Electrical standards.

IX. All earthing cable/strips and earthing related work (i.e. laying of earthing cable/strips) shall be in scope of supplier

X. Power cable and signal cable laying tray shall be different.

XI. All electrical equipment should be operated through VFD/Soft Starter as required

XII. All electrical incoming/outgoing feeder must have Multi-Function Meter for monitoring of all electrical parameterssuch as Voltage, Current, Power Factor, Power (KW, KVA, KVAR), energy reading (KWHr, KVAHr, KVARHr)

XIII. All electrical parameters must be displayed at the operating Station.

XIV. All electrical switchgear shall be Schneider/ Siemen/ L&T / ABB equivalent make

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

Tender Number:6000015277

XV. All Electrical VFD/Soft Starter shall Danfoss, Siemens, ABB or Allen Bradly/equivalent make.

4. TECHNICAL DOCUMENTATION:

i. All the documentation to be provided in English.ii. Two hard copies as well as soft copy of operation manuals including the details of each equipment with troubleshooting.iii. Two hard copy as well as soft copy of maintenance procedure including the details drawing of each equipment.iv. Two hard copies as well as soft copy of as built circuit diagram, test certificates and manuals of electricalequipment.v. Two hard copies as well as soft copy of complete #control philosophy literature#, electrical drawing, networkarchitecture, manuals of individual instruments, complete #bill of material#, licenses.vi. List of all consumable items.vii. List of all spare/wear parts.viii. Floor plan as well as diagram (electrical)ix. Vendor should provide backup of software#s. He should train SPM employee on preparation/restoring backups ofsoftware#s.

5. SITE SELECTION:Air cooled air conditioning system and its auxiliaries proposed to be installed on following location.Wire workshop inside area: (Approx.) (LxBxH) = 54 meter x 30 meter x 12 meter

Air handling unitAt present Ventilation system installed upon the roof of Executives office at Wire workshop and available space islimited. So, Firm may visit SPM Hoshangabad before participation in tender for further information required oninstallation of AHU and other auxiliaries.

Outdoor unita. Top of the roof of PM-5 Transformer room (near Wire workshop) (Approx. Area 12 mtr x 5 mtr)b. Top of the roof of PM-5 chemical room (H2SO4 tank building) (Approx. Area 9 mtr x 6 mtr)

6. BATTERY LIMIT

i. SPM will provide Air, water and Power supply of 3 phases, 415 volts, 50Hz AC shall be provided at one point inmain power panel for group testing & commissioning of complete Air Conditioning system. Further distributionincluding cabling, earthling, cable trays etc shall be in the scope of vendor.

ii. All civil work such as making supporting structure/Foundation breaking and making good of walls, slabs,construction of pipe / cable trenches and other civil work as instructed by EIC will be scope of supplier.

iii. If close room for AHU is required then construction of room with material will be scope of supplier.

iv. Any Carpentry work such as doors, partitions etc will be scope of supplier.

v. The vendor has to execute all auxiliary works like ducting, inlet and drain piping, piping between indoor andoutdoor, cabling, acoustic thermal insulation, volume control dampers, supply and returns air grills, stands for indoorand outdoor units with related civil works etc. as per the site requirements.

vi. Any other work not specifically mentioned in this offer but required to execute the project will be scope of supplier.

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

Tender Number:6000015277

vii. SPM will provide Electrical power tapping point at PCC room. Approximate distance between PCC room andproposed site is 300 meters. All cables and cable laying work will be in supplier scope.

viii. If any extra quantity other than the quantity mentioned in the tender needed during erection and commissioningto complete the project on turnkey basis shall be supplied by contractor without any extra cost implication. Itemsspecifically mentioned in the tender document are to be supplied in full.

7. DRAWING AND DATA SHEET

Bidder should submit the following drawing along with supply of material:-i. Heat load calculation technical dataii. Equipment general arrangement drawing.iii. Equipment layout drawing with foundation / supporting details.iv. Ducting layout drawing showing the details of duct sizes, duct joints, duct insulation, duct supports,diffusers, grilles, dampers etc.v. Layout drawings showing the route of refrigerant piping with details of insulation hangers, supports etc.vi. Bidder should provide the general drawing, Electrical and instrument drawing.vii. Layout of power and control cabling showing supporting detail of cables/conduits.viii. Operation, maintenance and overhauling manuals.ix. Supplier shall provide network architecture, communication details between indoor and outdoor units,licenses of all software, manual of each instrument#etc.

Erection and Commissioning Scope of work:-

1. Installation, Testing and commissioning of VRF air conditioning system.

2. Installation, Testing and commissioning of Air handling unit.

3. Installation, Testing and commissioning of Control and communication kit.

4. Installation, Testing and commissioning of copper and drain piping work.

5. Installation, Testing and commissioning of Ducting and insulation work.

6. Installation, Testing and commissioning of M.S Structure for AHU and outdoor unit.

7. Installation, Testing and commissioning of Electrical system.

8. Charging of refrigerant gas.

10. Installation, Testing and commissioning of PUF Insulation.

11. Transportation and loading/unloading of equipment wherever required will be in the scope of vendor.

12. Dismantling Of Existing Ventilation System:Existing ventilation system may be utilized/modify/dismantle as per design requirement. However, in case of non-useDismantling of Existing ventilation System along with ducting system and auxiliaries will be scope of vendor.

i. Dismantle structure along with ducting and auxiliaries will be store at a specified location shown by EIC with inSPM premises.

ii. All the structural openings related to existing ventilation unit need to be close with proper insulation to avoid anyheat loss will be in the scope of vendor.

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

Tender Number:6000015277

13. ACCEPTANCE CRITERIA:-

i. Whole project will be on turkey basis.ii. For final acceptance supplied A/C may fulfill the required temperature and humidity parameter uninterruptedlyfor 03 days.

Description Parametera. Total nos. of Working Days: 3b. Numbers of shifts in a day: 3c. Duration of each shift (In hour): 8d. Effective AC system running time: 7 hours 36 Minutes. (@ 95% efficiency) per shift.e. Parameter to maintain : Temperature: 25 °C ± 2°C Humidity: 50 ± 5 %f. Break Down: 24 minutes breakdown in a shift (Permissible), In case of non-fulfillment of the performancetest run within effective system running time for 24 hour, a new test run should be arranged within 1 Day afterannouncing the end of 1st unsuccessful test run.g. Special condition: If the FAT have not been achieved because of reasons attributable to the supplier, thesupplier will be responsible to undertake the necessary rectifications and modify the delivered parts, wherever isrequired. Next test run to be done within 2 weeks after the preceding production test run (FAT).

14. WARRANTY:

Warranty of the equipment will be applicable from 12 months after Final acceptance test at SPM site.

15. OTHER ACTIVITIES

i. Balancing of the air for entire wire workshop Air Conditioning unit.

ii. Cleaning of site & handing over the works.

iii. Test reports, list of recommended spares, as-built drawings, operation and maintenance manual for the entire aircooled Air Conditioning installation.

iv. Training of Owners Staff atleast 03 days related to O&M.

v. Training on system from E&I perspective including troubleshooting of faults related to field instruments, solenoidvalves, touch panel, communication between indoor and outdoor units##etc.

COMPREHENSIVE ANNUAL MAINTENANCE CONTRACT:

The proposal is included Comprehensive Annual maintenance contract valid for 2 years from the date of completionof warranty of the AC.

Scope of work under this CAMC contract is:-

i. Quarterly preventive visit and health checkup of Electrical, Mechanical and Instrumentation parts of the AC systemand its auxiliaries.

ii. Rectify any numbers of breakdown or defects during contract period with in 24 hrs of intimation by EIC.

iii. Provision of all the spares, consumable items from electrical, mechanical and Instrumentation side will be scopeof vendor.

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

Tender Number:6000015277

iv. Repairing / replacement of damage spare will be scope of supplier.

v. All the preventive and breakdown maintenance work done shall be recorded in service report and deposited toEIC.

vi. Material shall be got approved from Engineer-in-Charge before start of work.

vii. The comprehensive maintenance contract includes electrical and electronic system components and accessoriesrepair/ replacement of all faulty parts/ spares parts from Main electrical panel to ODU, IDU, Fans includingelectronic, electrical and microprocessor based controls and displays, remote controls, cables and wires etc.

viii. The comprehensive maintenance contract includes Mechanical System components and accessories repair/replacement of all faulty parts/ spares parts such as compressors, refrigerant circuits, ducting, drain lines, coppertubing along with insulation, fans etc.

ix. The replacement of the equipment as a whole such as condenser coils, evaporator coils, and grills is covered inCAMC.However, all the spares, consumables and materials required for breakdown works/preventive maintenanceworks/overhauling of the above equipments are covered under the CAMC.

x. Special care and attention be given to ensure that no damage is done to the equipment in terms of: -a) Avoiding leakage of refrigeration gas into the atmosphere through regular checkup and prevention.

b) Proper disposal of used oil/wastes as per the company#s procedures.

c) Usage of eco-friendly chemicals/cleaning agents for de-scaling/coil cleaning etc.

d) Every breakdown /preventive maintenance service shall be followed by necessary Service Report indicatingdetails of consumables/spares used separately.

e) Compressors for Package (ODU/IDU) units shall be replaced with new compressors of the same make in case ofrequirement.f) In case, the insulation/ cladding is removed during breakdown / preventive maintenance works shall bereinstalled/repaired/ replaced immediately.

xi. Spares and consumables are to be used of manufacturers make or recommended makes. You have to obtain theconcurrence from EIC before usage.

xi. Provision of all types of tools and tackles, gas cutting set, gas charging set, Vacuum pump, refrigerant andnitrogen gas, brazing rod, instrumentation cards, motor, blowers etc will be scope of supplier.

xii. Supplier should keep at least 1 set of critical spare in hand of electrical, mechanical and instrumentation sideequipment to meet any exigency during breakdown.Comprehensive maintenance contract liable for rectification, repair and replacement of all equipment related toElectrical, mechanical and instrumentation system will be scope of vendor.

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

Tender Number:6000015277

Section VIII: Quality Control Requirements

NOT APPLICABLE

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

Tender Number:6000015277

Section IX: Qualification/Eligibility Criteria1. Experience & Past Performance:-

Bidder Firm should have manufactured, supplied, installed and commissioned at least one no. of 310 TR or highercapacity VRF type air conditioning system having capacity of minimum 310 TR in any one year during last five yearsending 31st March-2021 and successfully executed annual maintenance contract of VRF type air conditioningsystem in any one year during last five years, ending 31st March, 2021.

(Note: #Startups and Micro and Small Enterprises# are exempted from #Experience and Past Performance Criteria#)

2. Capability-Equipment & Manufacturing Facilities:-

Bidder Firm including the local supplier must have an annual capacity to manufacture having capacity of minimum310 TR, supply, install and commission at least one no. of 310 TR or higher capacity VRF type Air conditioningsystem of same capacity and capable to execute comprehensive annual maintenance contract of VRF type airConditioning system.

3. Financial Standing :-

§ The average annual turn-over of the Bidder during the last three (3) years, ending 31st March 2021, should bemore than 82.72 Lacs INR.

{Note: 'Startups and Micro and Small Enterprises# are exempted from 'Average Annual Turnover Criteria'}

§ 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 2021.

§ The net worth of the Bidder firm should not have eroded by more than 30% in the last three (3) years, ending31st March 2021.

4. General Conditions as per Ministry of Finance, Department of Expenditure, Public Procurement Division, OMNo. F.No.6/18/2019-PPD Dated 23.07.2020:

I. Any bidder from a country which shares a land border with India will be eligible to bid in this tender only if thebidder is registered with the Competent Authority. (Registered Committee constituted by the Department forpromotion of Industry and Internal Trade (DPIIT)).

II. 'Bidder' (including the term #tenderer#, #consultant# or #service provider# in certain contexts) means any person or firm or company, including any member of a consortium or joint venture (that is an association of severalpersons, or firms or companies), every artificial juridical person not failing in any of the descriptions of bidders statedhereinbefore, including any agency branch or office controlled by such person, participating in a procurementprocess.

III. '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 of an entity 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 Indian (or other) agent of such an entity; or 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.

IV. The beneficial owner of the purpose of (iii) above will be as under:

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

Tender Number:6000015277

1. In case of company or Limited Liability Partnership, the beneficial owner is the natural person(s), who, whetheracting alone or together, or through one or more juridical person, has a controlling ownership interest or whoexercises control through other means.Explanation-a. #Controlling ownership interest# means ownership of or entitlement to more than twenty-five per cent of sharesor capital or profits of the company.b. #Control# shall include the right to appoint majority of the directors or to control the management or policydecisions including by virtue of their shareholding or management rights or shareholders agreements or votingagreements.2. In case of a partnership firm, the beneficial owner is the natural person(s) who, whether acting alone ortogether, or through one or more juridical person, has ownership of entitlement to more than fifteen percent ofcapital or profits of the 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 juridical person, has ownership of or entitlement tomore than fifteen percent of the property or capital or profits of such association 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 owner(s) shall include identification of the author of the trust,the trustee, the beneficiaries with fifteen percent or more interest in the trust and any other natural person exercisingultimate effective control over the trust through a chain of control or ownership.

V. An Agent is a person employed to do any act for another, or to represent another in dealings with third person.

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

VII. Following undertaking shall be submit along with the bid on the letter head with seal and signed by thecompetent authority:

#I 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 been registered with the Competent Authority. I hereby certify that M/s ........................... (Firm's Name) fulfills allrequirements in this regard and is eligible to be considered. (Where applicable, evidence of valid registration by theCompetent Authority shall be attached.)#.

I, the undersigned, declare that the item ..................................... originates in........................................ (Name of thecountry).

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. 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:-

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

Tender Number:6000015277

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

Tender Number:6000015277

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.6000015277 /AC/PM5/279 dated 07.05.2021

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), attached herewith and made part of this tender. If our tender is accepted, we undertake to supply the goods and perform the services as mentioned above, 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 : 6000015277

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 for 310 TR VRF type air conditioning system alongwith all accessories as per Section - VII

2 Total Quantity 1 No. 3 Sub Total (1 X 2) = Rs. 4 Other taxes/charges (if any) Please specify

5 GST in % only on 3

6Total Price (for 310 TR VRF type air conditioning system alongwith all accessories as per Section-VII) in figures only) (3 + 4 + 5) Rs.

7TCS at applicable rate (u/s 206C (1 H) of IT Act (presently @ 0.10%) on Basic Price at ‘’6’’ (if applicable)

8 Grand Total price (in figures only) (6+7) Rs.

9 Grand Total price (in words) (6+7) Rupees

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 Erection, installation & commissioning of VRF type Air conditioning system for WWS at SPM, Hoshangabad (as per section VII)

2 GST in % only on 1 3 SUB TOTAL (1+2) = Rs.

4(b) TCS at applicable rate (u/s 206C (1 H) of IT Act (presently @ 0.10%) on Basic Price at ‘’3’’ (if applicable)

5 GRAND TOTAL (A+B) (3+4) (in figures only) Rs.

6 GRAND TOTAL (A+B) (in words) (3+4) Rupees

I SUB TOTAL (A+B) = Rs. (in figures only)

II SUB TOTAL (A+B) = Rs. (in words) Rupees

Section XI: Price Schedule

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

Sec. 11.2

B. PRICE FOR SERVICES :

SIGNATURE OF BIDDER (WITH NAME, DESIGNATION AND SEAL)

Tender Number : 6000015277

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)

1Basis price per visit for (Comprensive Annual Maintenance charges for VRF type conditioning system at SPM, Hoshangabad (as per section VII)

2 No. of visits in 2 years CAMC period 8 Visits

3 Sub total (1+2)

4 GST in % only on 3

5Total price for (Comprensive Annual Maintenance charges for VRF type conditioning system at SPM, Hoshangabad (as per section VII) (in figures only) (3+5) Rs.

6TCS at applicable rate (u/s 206C (1 H) of IT Act (presently @ 0.10%) on Basic Price at ‘’5’’ (if applicable)

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

8 Grand Total Price (in words) (5+6) Rs.

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

GRANT TOTAL (A+B+C) (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

(WITH NAME, DESIGNATION AND SEAL)

Regd. Office :- 16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi -110001Sec. 11.2

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 PQB 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+C).

SIGNATURE OF BIDDER

C. PRICE FOR CAMC :

Tender Number:6000015277

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:6000015277

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:6000015277

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 demand inrespect thereof should reach the bank note later than the above date.

.........................................................................(Signature with date of the authorized officer of the Bank)

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

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

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

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

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

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

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

Tender Number:6000015277

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:6000015277

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

Subject: Authorization for attending bid opening on 11.06.2021 in the Tender of SUPPLY, ERECTION,INSTALLATION AND COMMISSIONING OF AIR CONDITIONING SYSTEM ON TURNKEY BASIS AT PM5, SPM,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 Signatures

1.

1.

Alternate representative

Signatures of bidder or

Officer authorized to sign the bid

Documents on behalf of the bidder.

Note:

1. Maximum of two representatives will be permitted to attend bid opening. In cases where it is restricted to one,first preference will be allowed. Alternate representative will be permitted when regular representatives are not 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:6000015277

Section XIX: Proforma of Bills for Payments (Refer to Clause 22.6 of GCC)

Name and Address of the Firm .................................................................................................

Bill No ................................................................... Dated .......................................................

Purchase order ................................................. No ................................... Dated ......................

Name and address of the consignee ........................................................................................

S.No Authority for Purchase Description of Stores No.or

qty.

Rate Rs.

P.

Price

per Rs.

P

Amount

1. G.S.T. Amount and Rate

2. TCS at applicable rate (u/s 206C(1H) of IT Act (presently @0.10%)

3. Freight (if applicable)

4. Packing and Forwarding charges (if applicable)

5. Others (Please specify)

6. PVC Amount (with calculation sheet enclosed)

7. (-) deduction/Discount

8. Net amount payable (in words Rs.)

9. GSTIN No.

10. HSN/SAC Code

11. Shipping Address

12. Place of Supply

13. 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-110001

Sec19.1

Tender Number:6000015277

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

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

Tender Number – 60000015277

ANNEXURE - I THREE BID,SINGLE STAGE ( THREE PACKET ) TENDER BIDDER’S CHECK LIST BEFORE TENDER SUBMISSION

Part I : - PRE-QUALIFICATION BID

S. No.

Tender Submission Check Points Check before submission

( )

(A) For MSME Firms: 1 Firm has submit the valid MSME certificate and the tendered item must be listed in the

MSME certificate store list.

2 One original copy shall be submitted. It should not have any price aspects. 3 Power of Attorney/ Authorization with the seal of the company of person signing the

tender documents.

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

5 Firm shall accept and submit the documents as per qualification criteria of section-IX for MSME Firm 6 Submit declaration as per annexure II (B) For Non MSME Firms:

1 One original copy shall be submitted. It should not have any price aspects. 2 Tender Document fee Rs. 1120/- 3 Earnest Money Deposit (submit undertaking as per section-I) 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. 2018-19, 2019-20 & 2020-21 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

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 declaration as per annexure – II & III 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)

ANNEXURE-II

Tender document No. 6000015277/AC/PM5/279, Dated: 07.05.2021 (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

ANNEXURE-III

Tender document No. 6000015277/AC/PM5/279, Dated: 07.05.2021

(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