standard bidding document (sbd) of air... · standard bidding document (sbd) (procurement of goods...
TRANSCRIPT
Standard Bidding Document (SBD) (Procurement of Goods and Services)
CURRENCY NOTE 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 2454493
Fax No 00 91 253 2464100 EPABX: 00 91 253 2463730-39
Email:[email protected] Website: www.spmcil.com
Not Transferable
Security Classification: ________________
TENDER DOCUMENT OF PURCHASE OF: Job work of Major repairing of heavily worn out and rusted air handling units. Tender No. 6000001268 dated 01.11.2012 This Tender Document Contains 93 Pages. Tender Documents is sold to:
Details of Contact person in SPMCIL regarding this tender: Name, Designation: Shri S.S.KORANNE, Chief Purchase & Stores Officer Address: Currency Note Press, Phone : 0253-2461318 Nashik Road-422 101 Fax : 0253-2466333 Maharashtra email : [email protected] India Note- The word “SPMCIL” in this SBD hereinafter referred to as “Currency Note Press, A unit of SPMCIL” which expression, unless repugnant to the context or meaning.
M/s______________________________________________________________
Address___________________________________________________________
Section I: Notice Inviting Tender (NIT) CURRENCY NOTE 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 2461471 Fax No 00 91 253 2464100
EPABX: 00 91 253 2463730-39 Email:[email protected]
Website: www.spmcil.com Tender SR. No. 6000001268 Date- 01.11.2012
1. Sealed tenders are invited from eligible and qualified tenderers for supply of following goods and services :
Schedule No
Brief description of goods / services Quantity (with unit)
Earnest Money (in Rs.)
Remarks
1. Job work of Major repairing of heavily worn out and rusted air handling units.
10 Jobs. 46,000/- -------
Type of Tender (Two Bid/PQB/EOI/RC/Development/ Indigenization/Disposal of Scrap/ Security Item etc.)
Two Bid ( Open Tender)
Dates of sale of tender documents Up to 03-12-2012 during office hours
Price of the tender document Rs. 500/-
Place of sale of tender documents Purchase section, Currency Note Press, Jail Road, Nashik-Road.
Closing date and time for receipt of tenders At 2.30 pm on 04-12-2012
Place of receipt of tenders New Administration Building Gate, Currency Note Press, Jail Road, Nashik-Road.
Time and date of opening of tenders At 3.00 pm on 04-12-2012
Place of opening of tenders Currency Note Press, Jail Road, Nashik-Road.
Nominated Person/ Designation to Receive Bulky Tenders ( Clause 21.21.1 of GIT )
Administrative officer, New administrative Building Gate, Currency Note Press, Jail Road, Nashik-Road.
1. 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.
2. Tender documents may be purchased on payment of non-refundable fee of Rs 500 per set in the form of account payee demand draft/ cashier’s cheque/ certified cheque, drawn on a scheduled commercial bank in India, in favour of SPMCIL, Unit CNP, payable at Nashik .
3. If requested, the tender documents will be mailed by registered post/ speed post to the domestic tenderers and by international air-mail to the foreign tenderers, for which extra expenditure per set will be Rs 100 for domestic post and Rs 200 for international air-mail. The tenderer is to add the applicable postage cost in the non-refundable fee mentioned in Para 3 above.
4. Tenderer may also download the tender documents from the web site www.spmcil.com and submit its tender by utilizing the downloaded document, along with the required non-refundable fee as mentioned in Para 3 above.
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 organisation, the tenders will be sold/ received/ opened on the next working day at the appointed time.
7. The tender documents are not transferable. Sd/-
(S.S.KORANNE) CHIEF PURCHASE & STORES OFFICER
FOR GENERAL MANAGER CURRENCY NOTE PRESS,
NASHIK- ROAD Phone No 0253- 2454493 / 2461318
Address for dropping this tender:
CISF office, New Administration Building Gate, Currency Note Press, Jail Road, Nashik-Road-422 101.
Section II: GENERAL INSTRUCTIONS TO TENDERERS (GIT)
Please CLICK the link for further details
http://www.spmcil.com/SPMCIL/UploadDocument/GIT.pdf
Section III: Special Instructions to Tenderers (SIT)
The following Special Instructions to Tenderers will apply for this purchase. These special instructions will modify/ substitute/ supplement the corresponding General Instructions to Tenderers (GIT) incorporated in Section II. The corresponding GIT clause numbers have also been indicated in the text below:
In case of any conflict between the provision in the GIT and that in the SIT, the provision contained in the SIT shall prevail. Sl.No. GIT Clause
No. Topic SIT Provision
1 4 Eligible Goods and Services (Origin of Goods)
No change
2 8 Pre-bid Conference Not applicable 3 9 Time Limit for receiving
request for clarification of Tender Documents
No change
4 11.2 Tender Currency Indian Rupees 5 12.11 Applicability of Octroi and
Local taxes No change
6 14 PVC Clause & Formula No change 7 19 Tender Validity No change 8 20.4 Number of Copies of Tenders
to be submitted Single
9 20.9 E-Procurement Not permitted 10 34 Comparison on CIF
Destination basis. Supplement with the following:
Price bid evaluation:
The prices quoted shall be compared on a total price basis (FOR CNP Nashik), including all taxes, duties, packing and forwarding charges, freight, insurance, etc. as per the price schedule.
11 35.2 Additional Factors for Evaluation of Offers
Not applicable
12 40 purchaser’s right to accept tender
Supplement with the following:
The purchaser also reserves its right to summarily reject offers received from any bidder, on National Security consideration.
13 43 Parallel Contracts Not applicable
14 50.1, 50.3 Tender For rate Contracts Not applicable
15 51.1, 51.2 PQB Tenders Not applicable 16 52.1, 52.3,
52.5 Tenders involving Purchaser’s and Pre-Production Samples
Not applicable
17 53.4, 53.5, 53.7
EOI Tenders Not applicable
18 54.3.1, 54.5.2
Tenders for Disposal of Scrap Not applicable
19 55.2, 55.3, 55.7, 55.8
Development/ Indigenization Tenders
Not applicable
Section IV: GENERAL CONDITION OF CONTRACT
Please CLICK the link for further details
http://www.spmcil.com/SPMCIL/UploadDocument/GCC.pdf
Section V: Special Conditions of Contract (SCC)
The following Special Conditions of Contract (SCC) will apply for this purchase. The corresponding clauses of General Conditions of Contract (GCC) relating to the SCC stipulations have also been incorporated below. These Special Conditions will modify/ substitute/ supplement the corresponding (GCC) clauses.
Whenever there is any conflict between the provision in the GCC and that in the SCC, the provision contained in the SCC shall prevail.
S No GCC Clause No.
Topic SCC Provision
1 8.2 Packing and Marking No change
2 11.2 Transportation of Domestic Goods
No change
3 12.2 Insurance No change
4 14.1 Incidental Services No change
5 15 Distribution of Dispatch Documents for clearance/ Receipt of Goods
No change
6 16.2,16.4 Warrantee Clause No change
7 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.
8 20.1 Price Adjustment Clause Not applicable
9 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.
10 22, 22.1, 22.2, 22.4, 22.3, 22.6
Terms and Mode of payments No change
11 24.1 Quantum of LD No change
12 25.1 Bank Guarantee and Insurance for Material Loaned to Contractor
Not applicable
13 33.1 Resolution of Disputes No change
14 36.3.2, 36.3.9
Disposal/ Sale of Scrap by Tender
Not applicable
Section VI: List of Requirements
Schedule No.
Brief description of goods and services (Related specifications etc. are in Section-VII)
Accounting unit
Quantity Amount of Earnest Money
1. Job work of Major repairing of heavily worn out and rusted air handling units.
In number 10 Jobs. 46,000/-
Required Delivery Schedule :- WITHIN TWELVE WEEKS FROM THE DATE OF RECEIPT OF PURCHASE ORDER.
Required Terms of Delivery :- FOR CNP NASHIK ROAD
Destination :- CURRENCY NOTE PRESS, JAIL ROAD, NASHIK ROAD – 422 101 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. 3. The total cost inclusive of all elements as cited above on FOR Currency Note 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 purchase order 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.
(b) For all the purpose purchase order 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.
Section VII: Technical Specifications
Schedule-I: Specification of Job work of Major repairing of heavily worn out and rusted air handling units. SPECIFICATIONS OF EXISTING AHUs AHU model: AH12 Make: ETHOS AHMEDABAD Pre-filter size -24"X 24" x 2" Microvee filters 24"X 24" x 12" Motor HP/KW 20/15 RPM 1440 CFM of blower 26700 Motor pulley 132mm Dia. Fan pulley 315mm Dia. V belts B 116x6 nos. Cooling Coil CWC-92/4R/130 Heating Coil CWC-92/2R/130 LOCATIONS OF AHUS TO BE REPAIRED : SOI AHU NO 3,4,5,6,7 : 5 nos. New Cut-pack AHU NO 1,3 : 2 nos. New Numeropak AHU NO 4,5 & 6 : 3 nos. Total : 10 nos. SCOPE OF WORK 1) Dismantling of side panels 2) Dismantling of chilled water and hot water coils. 3) Replacement of old valves and flanges. 4) Removal of existing rusty bottom tray/fabricated structure. 5) Fabrication of new tray/structure with GI sheets of proper gauge & installion 6) Fabrication of pre filter section frame and installation of same. 7) Reinstallation of chilled water/hot water coil and leakage testing 8) Assembly of side panels & proper insulation from inside 9) To connect drainage lines, water spray pump inlet/outlet lines, water make up lines to ahus. 10) Complete painting with epoxy paint and re-insulation wherever necessary. 11) Commissioning of AHUs. 12) Handing over after running trial of 6 days.
13) Any work other than above shall be done by firm on turn key basis. Terms & Conditions : 1) Firm has to repair the AHUs on turn- key basis. 2) Before quoting, if required, firm may send their engineers to CNP for inspection of AHUs, measurements, technical discussions etc. 3) The specifications of AHUs are furnished. However firm shall have to make all necessary modifications in existing structure/piping if required. 4) Firm will have to repair AHUs one by one. The shutdown of plant if required shall be given suitably without hampering production 5) Firm will have to give trial of at least one week per AHU after re- commissioning. 6) Necessary power and water supply shall be made available at site. 7) Necessary raw material, tools, labor, material handling equipment required for repairing shall be arranged by the firm. 8) All other items such as cables, valves, pipes etc., if required shall be arranged by the firm. The same should of reputed make. l 9) Firm should cover all the jobs required for repairing re-commissioning in their offer. No additional work/charges shall be entertained at later stage. Additional work shall be done by the firm free of charge. 10) Firm shall repair one AHU initially. After successful trial of this AHU firm shall be allowed to proceed for remaining AHUs. 11) Minor civil work if any shall be done by the firm being turnkey job. 12) Firm shall give guarantee of one year after commissioning. 13) Firm shall submit valid police verification report of their engineer/ supervisor who shall identify his labour at the gate as per norms. 14) Validity of offer should be 2 months. 15) Firm should start the work within one month from date of S.O. 16) The entire job to be completed within 6 months from date of S.O.
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.
Section VIII:
Quality Control Requirements The firm shall give guarantee of one year for the job work after commissioning. If any defects observed or the material found unsuitable, then the same will be returned to the supplier for free replacement up to currency Note Press, Nashik- Road.
Section IX :
Qualification / Eligibility Criteria :
MINIMUM ELGIBILITY CRITERIA
The following shall be the minimum eligibility criteria for selection of bidders technically.
(a) The firm shall enclose attested copy of Sales Tax Registration/ VAT Registration & attested copy of PAN.
(b) The firm shall enclose attested copies of audited balance sheet & profit and loss account / trading account audited / certified by Chartered Accountant for the completed three financial year i.e. for 2008-2009, 2009-2010 and 2010-2011.
Bidder to furnish stipulated documents in support of fulfillment of qualifying criteria. Non-submission or incomplete submission of documents may lead to rejection of offer.
TABLE No. 1(b) SUMMARY OF PRICE SCHEDULE (FOR INDIAN BIDDERS) : PRICES SHOULD BE
ON FOR, CNP, NASHIK ROAD BASIS. Tender No: 6000001268 Dated: 01.11.2012.
SUMMARY OF PRICE SCHEDULE (FOR INDIAN BIDDERS ONLY)
SrNo
Item description
UOM (Unit of measurement)
Basic price/ unit (Rs)
Packing and forwarding charges (Rs), if any
Excise duty (Rs)
CSTagainst Form-C/ VAT@...% as applicable please specify (Rs)
Freight, Insurance, Octri & other charges, if any including delivery at works (Rs)
Total rate per unit (Rs) (FOR CNP, Nashik) inclusive of all taxes, duties, freight octroi and insurance charges
Offered Quantity
Total Price for required quantity of equipment (Rs) (FOR CNP, Nashik) inclusive of all taxes, duties, freight octroi and insurance charges
1 2 3 4 5 6 7 8 9 10 11 1
Job work of Major repairing of heavily worn out and rusted air handling units - 10 Jobs.
FOR CNP Nashik price in words………………
1. We confirm that there would not be any price escalation during the supply period.
2. We confirm that we will abide by all the tender terms and conditions and we do not have any counter conditions
Note: 1. The TDS (tax deduction at source) and service tax will be applicable for
installation, commissioning, supervisory and training charges. 2. Price bids with conditions/ counter conditions are liable to be rejected.
(Name and Signature with date) Office Seal/Stamp
SECTION XII: QUESTIONNAIRE SECTION XIII: BANK GUARANTEE FORM OF EMD SECTION XIV: MANUFACTURER’S AUTHORIZATION FORM SECTION XV: BANK GUARANTEE FORM FOR PERFORMANCE SECURITY SECTION XVI: CONTRACT FORM SECTION XVII: LETTER OF AUTHORITY FOR ATTENDING A BID OPENING SECTION XVIII: SHIPPING ARRANGEMENT FOR LINER CARGOES SECTION XIX: PROFORMA OF BILLS FOR PAYMENTS Please CLICK the link for further details
http://cnpnashik.spmcil.com/SPMCIL/UploadDocument/SBDTEMPLATE1.pdf