Date post: | 05-Jun-2018 |
Category: |
Documents |
Upload: | hoanghuong |
View: | 213 times |
Download: | 0 times |
1
INDIA SECURITY PRESS (A Unit of Security Printing and Minting Corporation of India Limited)
Wholly owned by Government of India Nashik Road – 422 101 (Maharashtra) Tel No 00 91 253 2402200, Fax No 00 91 253 2462718
Website: www.spmcil.com, email: [email protected]
Non Transferable
Security Classification: UNCLASSIFIED
Tender Document for Supply, Installation, Testing & Commissioning of 56W LED
Street Light Luminaries in place of existing pole mounted 70W/150W HPSV Luminaries
in the Township/factory premises at ISP.
Tender No. 167/NCB/SY-13-30(17)/2016 Date: 06/12/2016
This Tender Document contains………………pages. Tender Documents is sold to:
Details of Contact person in SPMCIL regarding this tender:
Name, Designation: V. KIRAN KUMAR, Dy. MANAGER (Material) Address: India Security Press, Phone : 0253-2402219/2402319/2402435 Nashik Road-422 101 Fax : 0253-2462718 Maharashtra Email: [email protected] India Note- The word “SPMCIL” in this SBD hereinafter is referred to as “India Security Press, A unit of SPMCIL”.
M/s______________________________________________________________
Address___________________________________________________________
2
INDEX
Sr. No Particulars Page No
1 Section I: Notice Inviting Tender (NIT)
3
2 Section II: General Instructions To
Tenderer 5
3 Section III : Special Instructions To
Tenderer 6
4 Section IV: General Conditions of Contract
10
5 Section V: Special Conditions of Contract
11
6 Section VI: List of Requirement
12
7 Section VII: Technical specifications
14
8 Section VIII: Quality Control Requirements
16
9 Section IX : Qualification / Eligibility Criteria
17
10 Section X Tender Form
18
11 Section XI: Price schedule
19
12 Section XII: Bank Guarantee form for
performance Security 20
13 Section XVII: Letter of authority for
attending a bid Opening 22
3
Section I: Notice Inviting Tender (NIT)
INDIA SECURITY PRESS (A Unit of Security Printing and Minting Corporation of India Limited)
Wholly owned by Government of India Nashik Road – 422 101 (Maharashtra) Tel No 00 91 253 2402200, Fax No 00 91 253 2462718
Website: www.spmcil.com, email: [email protected]
Tender No. 167/NCB/SY-13-30(17)/2016 Date: 06/12/2016.
1. Sealed tenders are invited from eligible and qualified tenderers for supply of following goods and services:
Sr. No.
Brief Description of Goods/ services Quantity (with
unit) Earnest Money
(in Rs)
1.
Supply, Installation, Testing &
Commissioning of 56W LED Street Light
Luminaries in place of existing pole
mounted 70W/150W HPSV Luminaries in
the Township/factory premises at ISP. Make: Syska / Havells/Philips/ Goldwyn
OR Equivalent
60 Nos.
Rs. 16200/-
(Rs. Sixteen Thousand Two Hundred Only)
Type of Tender (Two Bid/ PQB/ EOI/
RC/Development/Indigenization/
Disposal of Scrap/ Security Item etc)
Two Bid (Open Tender) National Competitive Bidding
Dates of sale of tender documents From 08/12/2016 to 12/01/2017 during office hours
Price of the tender document Rs. 106/-
Place of sale of tender documents Purchase section, India Security Press,
Nashik Road-422 101, Maharashtra, India
Closing date and time for receipt of
tenders
13- 01 - 2017 at 1430 Hrs.
Place of receipt of tenders Green Gate, India Security Press, Nashik Road-422 101,
Maharashtra, India
Time and date of opening of tenders At 1500 Hrs on 13 - 01 - 2017
Place of opening of tenders Purchase Section, India Security Press,
Nashik Road-422 101, Maharashtra, India
Nominated Person/ Designation to
Receive Bulky Tenders ( Clause 21.21.1
of GIT )
Manager(HR), India Security Press,
Nashik Road-422 101, Maharashtra, India
4
2. Interested tenderers may obtain further information about this requirement from the
above office selling the documents. They may also visit our website mentioned above for further details.
3. Tender documents may be purchased on payment of non-refundable fee of Rs. 106/-
[Rupees One Hundred & Six Only ] per set in the form of account payee demand draft/ cashier‟s cheque/ certified cheque, drawn on a scheduled commercial bank in India, in favor of SPMCIL, Unit ISP, payable at Nashik.
4. If requested, the tender documents will be mailed by registered post/ speed post to the
domestic tenderers, for which extra expenditure per set will be Rs 100 for post. The tenderer is to add the applicable postage cost in the non-refundable fee mentioned in Para 3 above.
5. Tenderers shall ensure that their tenders, duly sealed and signed, complete in all respects
as per instructions contained in the Tender Documents, are dropped in the tender box located at the address given below on or before the closing date and time indicated in the Para 1 above, failing which the tenders will be treated as late and rejected.
6. In the event of any of the above mentioned dates being declared as a holiday/ closed day
for the purchase organization, the tenders will be sold/ received/ opened on the next working day at the appointed time.
7. The tender documents are not transferable.
8. MSME firms are also requested to indicate clearly in their offer if their company is owned by SC/ST proprietorship.
Sd/- DY. MANAGER [MATERIAL] FOR GENERAL MANAGER
INDIA SECURITY PRESS, NASHIK ROAD
Phone No 0253 2402219/2319/2435 Address for dropping the tender documents Green Gate, India Security Press, Nashik Road-422 101, Maharashtra, India.
5
Section II: GENERAL INSTRUCTIONS TO TENDERERS (GIT)
PART I & II: GENERAL INSTRUCTIONS Applicable to all Types of Tenders
Please refer the link Click here or http://ispnasik.spmcil.com/spmcil/UploadDocument/GIT.pdf
for further details.
GIT (Total pages: 32)
BIDDERS ARE REQUESTED TO DOWNLOAD 32 PAGES BY CLICKING THE ABOVE SAID LINK AND
SUBMIT THE SAME DULY STAMPED AND SIGNED ALONG WITH TENDER DOCUMENT. PRINTOUT OF
THIS PAGE IS NOT ACCEPTABLE.
6
Section III: Special Instructions to Tenderers (SIT)
The following Special Instructions to Tenderers will apply for this purchase. These special instructions will modify/ substitute/ supplement the corresponding General Instructions to Tenderers (GIT) incorporated in Section II. The corresponding GIT clause numbers have also been indicated in the text below:
In case of any conflict between the provision in the GIT and that in the SIT, the provision contained in the SIT shall prevail.
Sl.No. GIT Clause
No. Topic SIT Provision
1 8 Pre-bid Conference Not contemplated
2 12.11 Applicability of LBT and Local taxes
The applicable LBT at Nashik Municipal Corporation shall be borne by the purchaser.
3 18.4
Earnest Money Deposit
EMD to be submitted in the form of account payee demand draft or Banker‟s cheque /F.D.R. shall be drawn on „Schedule Commercial Bank” in India in favor of SPMCIL a unit I.S.P. Nashik.
4 19 Tender Validity
The tender shall remain valid for acceptance for a period of 120 days from the date of opening. Any tender valid for a shorter period shall be treated as unresponsive and rejected.
5 20.4 Number of copies of Tenders to be submitted
Single
6 21 Submission of Tender *** SIT-1 (Mentioned below)
7 20.9 E-Procurement Not contemplated
8 34 Comparison on FOR Destination basis.
Supplement with the following: Price bid evaluation: The prices quoted shall be compared on a total price basis (FOR ISP Nashik Road), including all taxes, duties, packing and forwarding charges, freight, insurance, etc. as per the price schedule.
7
Sl.No. GIT Clause
No. Topic SIT Provision
9 35.2 Additional Factors for Evaluation of Offers
Not applicable
10 40 Purchaser‟s right to accept tender
Supplement with the following:
SPMCIL reserves the right to accept in part or in full any tender or reject any tender without assigning any reason or to cancel the tendering process and reject all tenders at any time prior to award of contract, without incurring liability, what so ever to the affected tenderer or Tenderers.
11 43 Parallel Contracts Not applicable
12 50.1, 50.3 Tender For rate Contracts
Not applicable
13 51.1, 51.2 PQB Tenders Not applicable
14 52 Tenders involving Purchaser‟s and Pre-Production Sample
Not applicable
15 53 EOI Tenders Not applicable
16 54 Tenders for Disposal of Scrap
Not applicable
17 55 Development and Indigenization Tenders
Not applicable
8
*** SIT 1: Submission of Tender:
Techno-commercial bid and the Price Bid are to be submitted in Two Separate double sealed Envelopes which should again be put up in another envelop and then duly sealed and signed on or before the due date of the submission of the tender as stated below otherwise tender/ bid / quotation shall be liable for rejection.
PART I : TECHNO COMMERCIAL BID ( First Envelope )
(i) Tender Fee: Tender fee of Rs. 106/- should be submitted along with the Techno commercial bid in form of DD/ Bankers Cheque drawn from any Schedule Commercial Bank in India, in favor of SPMCIL, unit ISP payable at Nashik
(ii) Earnest Money Deposit of Rs. 16,200/-
{E.M.D. should remain valid for a period of 45 days beyond Tender validity period.
EMD must be submitted along with the tender in form of DD/ Bankers cheque/FDR drawn on any Scheduled Commercial Bank in India only in favour of SPMCIL unit ISP payable at Nashik, failing which the offer will be ignored. The firm who are registered under NSIC, DGS&D, Micro & Small Enterprises (MSE) for manufacturing/ selling/ Trading of similar item may be exempted from submitting the EMD on producing valid certificate. The certificate should clearly indicate the stores details similar to India Security Press requirement and the validity of the certificate otherwise, the certificate will not be considered for exemption of EMD.
(iii) The eligibility criteria for the tender are given in Section IX- Qualification/ Eligibility Criteria. The bidder have to submit all the desired documents and relevant documentary proof in support of relevant clauses mentioned in Section IX: Qualification/ Eligibility Criteria. The Qualifying Criteria should be submitted in original.
(iv) The tenderer shall submit detailed techno-commercial offer as per Technical Specifications as per Section-VII and List of Requirement as per Section-VI of the tender document.
(v) The tender has to submit sealed and signed tender document by authorized signatory of the tenderer as a token of acceptance of all section/ terms and conditions of this tender document (GIT, SIT, GCC & SCC, Quality Control Requirement, List of Requirement, Technical Specification, Tender form etc.) (vi) It may be noted that the price is not to be quoted in the techno commercial bid / Technical Bid otherwise the tender shall be liable for rejection.
9
Part-II: Price Bid (Second Envelope)
The tenderer shall quote their prices strictly as per the proforma given in Section-XI of the Tender document. No additional/ extra item with price shall be included other than that of Section XI.
NOTE:- (i). The envelopes containing bids shall be super scribed as Techno-commercial
Bid and Price Bid separately for “Supply, Installation, Testing & Commissioning of 56W LED Street Light Luminaries in place of existing pole mounted 70W/150W HPSV Luminaries in the Township/factory premises at ISP”. The sealed envelope shall be again put in another envelope
and super-scribed as tender for “Supply, Installation, Testing & Commissioning of 56W LED Street Light Luminaries in place of existing pole mounted 70W/150W HPSV Luminaries in the Township/factory premises at ISP” due on 13.01.2017.
(ii). If the tender is not submitted as per above format, offer/ bid/ tender will
be liable for rejection.
(iii). Late Tender shall not be accepted. Tenderer shall submit their offer only
on prescribed form. Tenders by fax/ email shall not be accepted. Tender by
Post/ hand/ courier received on or before the due date and time shall be
accepted. Postal delay/ delay by courier services etc. shall not be condoned,
what so ever reason may be.
10
Section IV: General Condition of Contract (GCC)
Please refer the link Click here or
http://ispnasik.spmcil.com/spmcil/UploadDocument/GCC.pdf for further details
GCC (Total pages: 28)
BIDDERS ARE REQUESTED TO DOWNLOAD 28 PAGES BY CLICKING THE ABOVE SAID LINK AND SUBMIT THE SAME DULY STAMPED AND SIGNED ALONG WITH TENDER DCOUMENT. PRINTOUT OF THIS PAGE IS NOT ACCEPTABLE.
11
Section V: Special Conditions of Contract (SCC)
The following Special Conditions of Contract (SCC) will apply for this purchase. The corresponding clauses of General Conditions of Contract (GCC) relating to the SCC stipulations have also been incorporated below. These Special Conditions will modify/ substitute/ supplement the corresponding (GCC) clauses.
Whenever there is any conflict between the provision in the GCC and that in the SCC, the provision contained in the SCC shall prevail.
Sr. No.
GCC Clause No.
Topic SCC Provision
1 16.2 Warranty Warranty will be applicable for One Year from the date of receipt of material at ISP, Nashik
2 19.3 Option Clause
The purchaser reserve the right to
increase the ordered quantity by
25% at any time, till final delivery
date of the contract, by giving
reasonable notice even though the
quantity ordered initially has been
supplied in full before the last
date of delivery period.
3 20.1 Price Adjustment Clause Not applicable
4 21.2 Taxes and Duties
If the tenderer fails to include taxes
and duties in the tender, no claim
thereof will be considered by
purchaser afterwards.
5 25.1 Bank Guarantee and Insurance for Material Loaned to Contractor
Not applicable
6 36.3.2, 36.3.9
Disposal/ Sale of Scrap by Tender Not applicable
12
Section VI: List of Requirements
Sl No.
Brief description of goods and services (Related Specifications etc are in Section-VII)
Accounting Unit
Quantity Amount of Earnest Money
1.
Supply, Installation, Testing &
Commissioning of 56W LED
Street Light Luminaries in place of
existing pole mounted 70W/150W
HPSV Luminaries in the
Township/factory premises at ISP
Make: Syska / Havells/Philips/
Goldwyn OR Equivalent
Nos. 60
Rs. 16200/- (Rs. Sixteen Thousand Two Hundred Only)
1. Required terms of Delivery:
(a) Required Delivery Schedule
: Within 60 days from the date of issue of Purchase Order.
(b) Required Terms of
Delivery : FOR ISP Nashik Road
(c) Destination : India Security Press,
Nashik Road–422 101. Maharashtra, India
(d) Preferred Mode of Transportation : By Road
2. All the copies of tenders shall be complete in all respects with all their
attachments/enclosures duly numbered and signed on each and every page. 3. The total cost inclusive of all elements as cited above on FOR India Security Press,
Nashik Road (Maharashtra), India, basis should be indicated clearly both in words and figures in the price bid.
4. RISK PURCHASE:
(a) If the supplier after submission of tender and due acceptance of the same, i.e. after placement of notification of award of contract fails to abide by the terms and conditions of these tender documents, or fails to supply the material as per delivery schedule given or at any time repudiates the contract, the purchaser shall have the right to:
(i) Forfeiture of the EMD and
(ii) Invoke the Security-cum-Performance Guarantee if deposited by the supplier and procure stores from other agencies at the risk and consequence of the supplier. The cost difference between the alternative arrangement and supplier tendered value will be recovered from the supplier along with other incidental charges, including excise duty, taxes, insurance, freight etc.
13
(b) For all the purpose the Notification of award of contract will be considered acceptance of tender and formal contract pending signing of agreement. Supplier has to abide by all the terms and conditions of tender.
(c) In case of procurement through alternative sources and if procurement price is lower, no benefit on this account will be passed on to the supplier.
(d) If the contract holder reduces its price or sells or even offers to sell the contracted good, following condition of sale similar to those of the contract, at a price lower than the contract price, to any person or organization during the currency of contract, the contract price will be automatically reduced with effect from that date for all the subsequent supplies under the contract and the contract amended accordingly. Any violation of the fall clause would be considered a serious misdemeanor under clause of the GIT and action, as appropriate, would be taken as per provision of that clause.
5. Bidders are requested to submit the following Bank details along with tender documents:
a) Beneficiary Name: b) Bank Account Number: c) Bank Name: d) Branch and Address: e) IFS Code:
6. The Bidder has to submit the Check list as per Format given below along with the Technical Bid Documents. Sr.
No. Description Submitted /
Not Submitted
Page No.
1.
All pages of the tender documents (including GIT,
GCC,SIT, SCC, List of requirements, Technical
specification , quality requirements,
qualification/Eligibility criteria etc.) duly sign and
stamp by the Authorized signatory of the bidder.
2.
Power of Attorney of the Authorized Signatory duly
Authorized by a person not below the Director level
of the bidder firm for signing this Tender document.
3. Adherence to the Technical Specification as per
Section VII on Bidder‟s Letter Head.
4. Adherence to the Delivery Schedule as per Section VI
on Bidder‟s Letter Head.
5. Documentary evidence towards Experience as per
clause 1(c) of section IX
6. Documentary evidence towards Black Listing
Declaration
14
Section VII: Technical Specifications
Name of work: Supply, Installation, Testing & Commissioning of 56W LED Street
Light Luminaries: 60 Nos. in place of existing pole mounted 70W/150W HPSV Luminaries in
the Township/factory premises at ISP, Nashik Road.
1. Supply part:- LED Street Light Luminaries, 56W:-The LED (Light Emitting Diode) Street
Light Luminaries shall be confirming & meeting to the following specification:-
a) Construction:- Die cast aluminum housing, Clear toughened glass/polycarbonate
UVstabilized clear transparent LED luminary cover, Epoxy White/Gray/Black powder
coatedfinish, consists of CREE/OSRAM/Philips or equivalent make high power LEDs.,
suitable inbuilt OEM make LED driver with adequate heat sink arrangement,complete
prewired luminaries up to terminal box, inbuilt adjustable clamp suitable for mounting
on 40 mmto 50 mm dia. pole brackets.
b) Operating voltage: Generally suitable to operate on 230V 50Hz AC supply having
input voltage range 100V-240V AC 50Hz.
c) Input wattage: 56 W, Output: 48W
d) Lumen output : Greater than 4800
e) Operating temperature range: From -20℃ to 50℃.
f) Color temperature range: 2700 K to 6500 K.
g) Color rendering index: Above 70.
h) Power factor: Above 0.9.
i) Protection class: IP 65/IP67 ingress protection.
j) Standards: The luminaries shall meet the safety standard EN60589, EMC/EMI 61547/
EN55015 and harmonics standard EN61000-3-2 & 61000-3-3.
k) Assured life span: Typically 50000 burning hours.
l) Overall dimension: 600 mm length X 240 mm width X 50 mm thick with +/- 20%
variation permissible.
m) Certification & Marking: Either ISI or CE certified & marked.
n) Approved Makes: Philips/Havells/Goldwyn/Syska OR Equivalent make meeting above
specifications.
15
2. Installation, Testing & Commissioning part
The scope of work will be as below:-
a. The luminaries shall be supplied in Stores for testing & technical acceptance first. If
required firms representative will also be permitted to witness the various test e.g.
Energy efficiency, Light output, High Voltage withstand & Insulation Resistance,
Reverse Polarity, Temperature Raise, Surge Protection, IP Protection and Dimension
Check etc.
b. On technical acceptance the luminaries shall be installed, tested & commissioned
satisfactorily on the 7-9 meter high street light poles in the ISP Township/Factory
premises as directed by the indenter after removing of the existing 70W/150W HPSV
luminaries.
c. The dismantled HPSV Luminaries shall be deposited in indenters store as directed.
d. The mounting arms and supply source is already available and existing HPSV
luminaries are also in working condition but in case any shortfall is noticed the same
shall be rectified/modified by the firm as directed by the indenter.
e. If required, the angle/light beam of luminaries shall be adjusted to suit the site
requirement by modifying the mounting arm as directed by the indenter.
3. Special Technical terms & conditions:-
a) The offer shall be for supply, installation, testing & commissioning along with
removal of existing HPSV luminaries hence the offers for only supply of LED
luminaries shall not be accepted and the entire work will be allotted to single bidder
on overall cost of supply, installation, testing & commissioning of luminaries..
b) The offer shall be submitted showing material cost and service cost separately
indicating applicable taxes.
c) The successful bidder shall have to bring all tools & tackles including PPE items for
safe completion of work.
d) The successful bidder shall have to ensure that the persons deputed on this job are
observing all safety & security norms of ISP.
e) In case of any type of accident, the entire risk will be on the part of successful
bidder and Indenter shall not be responsible for any type of loss either to the
bidder‟s property or indenter‟s property. Hence, the loss to the indenter‟s property
due accident/misuse/neglect on the part of the bidder, the successful bidder will
have to make up such damages (items/structures) as directed by the indenter.
Note: Tenderer‟s attention is drawn to GIT clause 17 and GIT sub-clause 10.1. The tenderer is
to provide the required details, information, confirmations etc accordingly, failing which it‟s tender is liable to be ignored.
16
Section VIII: Quality Control Requirements
The material / Services supplied by the successful bidder will be accepted based on all parameters as per specification & scope of works as stated above. The purchaser reserves the right to reject the material in case the material is found not meeting the specification, the purchaser shall be entitled to cancel the contract, and if so desired, purchase or otherwise the purchase of the stores at the risk and cost of the contractor.
17
Section IX: Qualification/ Eligibility Criteria
MINIMUM ELGIBILITY CRITERIA
1. The following shall be the minimum eligibility criteria for selection of bidders technically.
(a) Legal Valid Entity: The Bidders shall necessarily be a legally valid entity. A proof for
supporting the legal validity of the Bidder shall be submitted. (b) PAN: The Bidder should be registered with the Income tax. Relevant proof in support
shall be submitted.
(c) Experience: The bidder should have experience in S.I.T.C. of similar type of Street Light Luminaries” in any one year during last three years. Relevant proof in support
shall be submitted. (d) The bidder should not be blacklisted / debarred for dealing by Government of India in the past.
2. Documents supporting the Minimum Eligibility Criteria: (a) In proof of having fully adhered to the minimum eligibility criteria at 1(a),
(i). attested copy of Sales Tax/ VAT Registration.
(b) In proof of having fully adhered to minimum eligibility criteria at 1(b), attested copy of PAN.
(c) In proof of having fully adhered to minimum eligibility criteria at 1(c), attested copy of experience certificate / copy of purchase order issued by the parties to whom the material has been supplied.
(e) In proof of having fully adhered to minimum eligibility criteria at 1(d), the bidder has to submit Declaration/undertaking that the firm is not blacklisted / debarred
for dealing by Government of India in the past.
Note:
1). Interested firms are requested to submit the above required documents sealed and signed on all pages along with tender.
2). No further correspondence will be made with the bidders for shortfall of documents, if
any, such offers with partial submission of documents will be summarily rejected. 3). the tender should be completed in all the respect including submission of all the required
documents so that further clarification may not be called for.
4). Bidders have to submit GIT, GCC documents after downloading from the link provided at
Section II & IV of this tender document, duly signed and stamped by authorized person along with this tender document, failing which its tender may be liable for rejection
5). We agree to withdraw all the deviation s, if any, unconditionally and accept all the Terms
and Conditions of the tender document including the technical specifications.
18
SECTION X: TENDER FORM
Date……….
To
INDIA SECURITY PRESS (A Unit of Security Printing and Minting Corporation of India Limited) Wholly owned by Government of India Nashik Road – 422 101 (Maharashtra)
(complete address of SPMCIL)
Ref: Your Tender document No. …………………………dated …………
We, the undersigned have examined the above mentioned tender enquiry document, including amendment No.
--------, dated --------- (if any), the receipt of which is hereby confirmed. We now offer to supply and
deliver………. (description of goods and services) in conformity with your above referred document for the sum
of _____________ (total tender amount in figures and words), as shown in the price schedule(s), attached
herewith and made part of this tender.
If our tender is accepted, we undertake to supply the goods and perform the services as mentioned above, in
accordance with the delivery schedule specified in the List of Requirements.
We further confirm that, if our tender is accepted, we shall provide you with a performance security of required
amount in an acceptable form in terms of GCC clause, read with modification, if any, in Section V – “Special
Conditions of Contract”, for due performance of the contract.
We agree to keep our tender valid for acceptance for a period upto -------, as required in the GIT clause, read
with modification, if any in Section-III – “Special Instructions to Tenderers” or for subsequently extended period,
if any, agreed to by us. We also accordingly confirm to abide by this tender upto the aforesaid period and this
tender may be accepted any time before the expiry of the aforesaid period. We further confirm that, until a
formal contract is executed, this tender read with your written acceptance thereof within the aforesaid period
shall constitute a binding contract between us.
We further understand that you are not bound to accept the lowest or any tender you may receive against your
above-referred tender enquiry.
(Signature with date)
………………………..
(Name and designation)
Duly authorized to sign tender for and on behalf of Company
SECTION XI: PRICE SCHEDULE
SUMMARY OF PRICE SCHEDULE: PRICES SHOULD BE ON FOR, ISP, NASHIK ROAD BASIS.
Tender No. 167/NCB/SY-13-30(17)/2016 Date: 06/12/2016.
Sr No Item description UOM (Unit of Measurement
Basic price/ unit (Rs)
VAT / Service Tax/ any other
taxes, if applicable please
specify (Rs)
Total cost inclusive of all taxes & duties
(in Rs.)
Offered Quantity
Total Price FOR ISP Nashik Road inclusive of all taxes, duties (in Rs.)
Supply, Installation, Testing & Commissioning of 56W LED Street Light Luminaries in place of existing pole mounted 70W/150W HPSV Luminaries in the Township/factory premises at ISP. Make: Syska / Havells/Philips/ Goldwyn OR Equivalent
1 Material Price No.
60
2 Labour Charges / Installation charges / Service Charges
No. 60
Total
FOR ISP Nashik Road price in words……………… 1. The firm will have to quote the rates for the Material & labour for separately 2. The firm will have to clearly mention the % of VAT on Basic Price and % of WCT / /Service Tax on Basic Price. In case the
tax % should 90 beyond 100%. 3. We confirm that there would not be any price escalation during the supply period. 4. We confirm that we will abide by all the tender terms and conditions and we do not have any counter conditions 5. Price bids with conditions/ counter conditions are liable to be rejected. 6. LBT or any other local taxes applicable to Nashik City will be borne by ISP. 7. Remarks ------------------------------------------------------------------------- 8. The price bid should be submitted only as per the above format. No row/column shall be left blank. Please indicate
NA, in case the row/column is “Not Applicable”. Reason be recorded in “remarks” at Sr. No.5 above. If the above format is not used or any row/column is left blank, the bid will be liable for rejection without assigning any reason.
(Name and Signature with date) Office Seal/Stamp
20
Section XII: Bank Guarantee Form for Performance Security
_____________________ [insert: Bank‟s Name, and Address of Issuing Branch or Office]
Beneficiary: _____________ [insert: Name and Address of ISP] Date:_______________
PERFORMANCE GUARANTEE No.: _________________
WHEREAS ………………………………………………………………………………. (name and address of the
supplier) (hereinafter called “the supplier”) has undertaken, in pursuance of contract
no……………………………. dated …………. to supply (description of goods and services) (herein
after called “the contract”).
AND WHEREAS it has been stipulated by you in the said contract that the supplier shall
furnish you with a bank guarantee by a scheduled commercial bank recognized by you for
the sum specified therein as security for compliance with its obligations in accordance
with the contract;
AND WHEREAS we have agreed to give the supplier such a bank guarantee; NOW
THEREFORE we hereby affirm that we are guarantors and responsible to you, on behalf of
the supplier, up to a total of ……………… …… ……… …… …………………. (amount of the
guarantee in words and figures), and we undertake to pay you, upon your first written
demand declaring the Supplier to be in default under the contract and without cavil or
argument, any sum or sums within the limits of (amount of guarantee) as aforesaid,
without your needing to prove or to show grounds or reasons for your demand or the sum
specified therein.
We hereby waive the necessity of your demanding the said debt from the supplier before
presenting us with the demand. We further agree that no change or addition to or other
modification of the terms of the contract to be performed there under or of any of the
contract documents which may be made between you and the supplier shall in any way
release us from any liability under this guarantee and we hereby waive notice of any such
change, addition or modification.
We undertake to pay up to the above amount upon receipt of its first written demand,
without ISP having to substantiate its demand.
This guarantee will remain in force for a period of forty five days after the period of
tender validity and any demand in respect thereof should reach the Bank not later than
the above date.
(Signature of the authorized officer of the Bank)
…………………………………………………………. Name and designation of the officer
Seal, name & address of the Bank and address of the Branch
………………………………………………………..
Name and designation of the officer
…………………………………………………………
Seal, name & address of the Bank and address of the Branch
……………………………………………………………….
21
SECTION XII: QUESTIONNAIRE
SECTION XIII: BANK GUARANTEE FORM OF EMD
SECTION XIV: MANUFACTURER’S AUTHORIZATION FORM
SECTION XV: BANK GUARANTEE FORM FOR PERFORMANCE SECURITY
SECTION XVI: CONTRACT FORM
SECTION XVII: LETTER OF AUTHORITY FOR ATTENDING A BID OPENING
SECTION XVIII: SHIPPING ARRANGEMENT FOR LINER CARGOES
SECTION XIX: PROFORMA OF BILLS FOR PAYMENTS
For section XII to XIX please refer the link click here or
http://www.spmcil.com/SPMCIL/UploadDocument/Terms%20&%20Conditions.9e08319f-af60-4ed6-8309-f6b5d8510288.pdf
22
SECTION XVII: LETTER OF AUTHORITY FOR ATTENDING A BID OPENING
(Refer to clause 24.2 of GIT) The General Manager, Bank Note Press, (A unit of Security Printing and Minting Corporation of India Limited) Dewas (M.P.)- INDIA Subject: Authorization for attending bid opening on ____________________ (date) in the Tender of
___________________________________________________.
Following persons are hereby authorized to attend the bid opening for the tender mentioned above on behalf of_____________________________________________ (Bidder) in order of preference given below.
Order of Preference Name Specimen Signatures
I.
II.
Alternate Representative
Signatures of bidder or
Officer authorized to sign the bid
Documents on behalf of the bidder.
Note: 1. Maximum of two representatives will be permitted to attend bid opening. In cases where it is
restricted to one, first preference will be allowed. Alternate representative will be permitted when regular representatives are not able to attend.
2. Permission for entry to the hall where bids are opened may be refused in case authorization as
prescribed above is not recovered.