standard bidding document (sbd)cnpnashik.spmcil.com/uploaddocument/pqb sbd speed...1 8 pre-bid...

29
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 6000007852 30.05.2016 ………………………………. ……………… (Tender Sl. No.) (Date) Not Transferable Security Classification: UNCLASSIFIED TENDER DOCUMENT FOR DESIGN, ENGINEERING, SUPPLY, INSTALLATION, COMMISSIONING AND TESTING OF SPEED NICKEL ELECTROFORMING BATH ALONG WITH ELECTRONIC RECTIFIER AND ALL ASSOCIATED AUXILIARIES FOR ELECTROFORMING OF BRIGHT NICKEL PLATE ON TURNKEY BASIS. Tender No. 6000007852 dated : 30.05.2016 This Tender Document Contains Pages. Tender Documents is sold to: Details of Contact person in SPMCIL regarding this tender: Designation: DY.MANAGER(MATERIAL) Address: Currency Note Press, Phone: 0253-2461318 /2454493 Nashik Road-422 101 Fax : 0253-2464100 Maharashtra email : [email protected] India Note: The word “SPMCIL” in this SBD hereinafter is referred to as “Currency Note Press, A unit of SPMCIL.” M/s______________________________________________________________ Address___________________________________________________________

Upload: others

Post on 16-Mar-2020

5 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Standard Bidding Document (SBD)cnpnashik.spmcil.com/UploadDocument/PQB SBD SPEED...1 8 Pre-bid conference Not contemplated 2 11.2 Tender Currency Indian Rupees or Euro or equivalent

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

6000007852 30.05.2016 ………………………………. ……………… (Tender Sl. No.) (Date)

Not Transferable

Security Classification: UNCLASSIFIED

TENDER DOCUMENT FOR DESIGN, ENGINEERING, SUPPLY, INSTALLATION, COMMISSIONING AND TESTING OF SPEED NICKEL ELECTROFORMING BATH ALONG WITH ELECTRONIC RECTIFIER AND ALL ASSOCIATED AUXILIARIES FOR ELECTROFORMING OF BRIGHT NICKEL PLATE ON TURNKEY BASIS. Tender No. 6000007852 dated : 30.05.2016 This Tender Document Contains Pages.

Tender Documents is sold to:

Details of Contact person in SPMCIL regarding this tender: Designation: DY.MANAGER(MATERIAL) Address: Currency Note Press, Phone: 0253-2461318 /2454493 Nashik Road-422 101 Fax : 0253-2464100 Maharashtra email : [email protected] India Note: The word “SPMCIL” in this SBD hereinafter is referred to as “Currency Note Press, A unit of SPMCIL.”

M/s______________________________________________________________

Address___________________________________________________________

Page 2: Standard Bidding Document (SBD)cnpnashik.spmcil.com/UploadDocument/PQB SBD SPEED...1 8 Pre-bid conference Not contemplated 2 11.2 Tender Currency Indian Rupees or Euro or equivalent

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.cnpnashik.com (Tender Sl. No.) 60000007852 (Date) 30.05.2016 1. Sealed tenders are invited from eligible and qualified tenderers for supply of

following goods & services on turnkey basis:

Schedule No.

Brief Description of Goods/ services Qty (with unit)

Earnest Money (in Rs)

Remarks

1

Design, Engineering, Supply, Installation, Commissioning And Testing Of Speed Nickel Electroforming Bath Along With Electronic Rectifier And All Associated Auxiliaries For Electroforming Of Bright Nickel Plate On Turnkey Basis.

01 No

Rs. 7,07,040 or equi. or Euro or equi. currency of country of origin of goods.

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

Three bid i.e. Single Stage(three packet), International Competitive Bidding

Dates of sale of tender documents: From 30.05.2016 to 19.07.2016 during office hours

Price of the Tender Document Rs 10000 Place of sale of tender documents Purchase Section, New Administrative

Building, Currency Note Press, Nashik Road-422 101, Maharashtra, India

Closing date and time for receipt of tenders

19.07.2016 up to 1455 Hrs

Place of receipt of tenders Currency Note Press, Nashik Road-422 101, Maharashtra, India

Time and date of opening of tenders 19.07.2016 at 1500 Hours

Place of opening of tenders Purchase Section, New Administrative

Page 3: Standard Bidding Document (SBD)cnpnashik.spmcil.com/UploadDocument/PQB SBD SPEED...1 8 Pre-bid conference Not contemplated 2 11.2 Tender Currency Indian Rupees or Euro or equivalent

Building, Currency Note Press, Nashik Road-422 101, Maharashtra, India

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

Administrative officer, Currency Note Press, Nashik Road.

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 10000 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. 4. 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. 5. 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. 6. 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. 7. 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. 8. The tender documents are not transferable.

DY.MANAGER(MATERIAL)

FOR GENERAL MANAGER CURRENCY NOTE PRESS,

NASHIK Phone No 0253 2454493/2461318

Address for dropping the tender documents

CISF OFFICE, NEW ADMINISTRATIVE BUILDING, CURRENCY NOTE PRESS, NASHIK ROAD, NASHIK-422 101.

Page 4: Standard Bidding Document (SBD)cnpnashik.spmcil.com/UploadDocument/PQB SBD SPEED...1 8 Pre-bid conference Not contemplated 2 11.2 Tender Currency Indian Rupees or Euro or equivalent

Section II: GENERAL INSTRUCTIONS TO TENDERERS (GIT)

Please CLICK the link for further details

http://www.spmcil.com/SPMCIL/UploadDocument/GIT.pdf

SUPPLIERS 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

Page 5: Standard Bidding Document (SBD)cnpnashik.spmcil.com/UploadDocument/PQB SBD SPEED...1 8 Pre-bid conference Not contemplated 2 11.2 Tender Currency Indian Rupees or Euro or equivalent

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.

S No

GIT Clause

No

Topics SIT Provision

1 8 Pre-bid conference Not contemplated

2 11.2 Tender Currency Indian Rupees or Euro or equivalent currency of country of origin of goods.

3 19 Tender Validity The tenders shall remain valid for acceptance for a period of 165 days from the date of tender opening. Any tender valid for a shorter period shall be treated as unresponsive and rejected.

4 20.8 Submission of tender Pre-qualification bid, technical bid and financial bid are to be submitted in three separate doubled sealed envelopes on or before the due date of submission of tenders. IT MAY BE NOTED THAT THE TENDER FORM FEE AND EMD IS TO BE ENCLOSED IN PRE-

QUALIFICATION BID PACKET. Further the price is not to be quoted either in the pre-qualification or in technical bid. It shall only be quoted in price bid. Non-adherence to this shall make tender liable for rejection. The envelopes containing bids shall be superscribed “Pre-qualification bid”, “Technical Bid” or “Price Bid”, as the case may be, for “DESIGN, ENGINEERING, SUPPLY,

Page 6: Standard Bidding Document (SBD)cnpnashik.spmcil.com/UploadDocument/PQB SBD SPEED...1 8 Pre-bid conference Not contemplated 2 11.2 Tender Currency Indian Rupees or Euro or equivalent

INSTALLATION, COMMISSIONING AND TESTING OF SPEED NICKEL ELECTROFORMING BATH ALONG WITH ELECTRONIC RECTIFIER AND ALL ASSOCIATED AUXILIARIES FOR ELECTROFORMING OF BRIGHT NICKEL PLATE ON TURNKEY BASIS”. The sealed envelopes shall again be put in another sealed cover and should be superscribed “DESIGN, ENGINEERING, SUPPLY, INSTALLATION, COMMISSIONING AND TESTING OF SPEED NICKEL ELECTROFORMING BATH ALONG WITH ELECTRONIC RECTIFIER AND ALL ASSOCIATED AUXILIARIES FOR ELECTROFORMING OF BRIGHT NICKEL PLATE ON TURNKEY BASIS, DUE ON 19.07.2016 UPTO 1455 HRS (IST)”. Late tenders shall not be accepted. Tenderers shall submit their offers only on prescribed forms. Tender by telegram/ fax/e-mail 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 service etc. shall not be condoned

5 20.9 E-procurement Not contemplated

6 24.4 Opening of Tender The Pre-qualification bids are to be opened in the first instance, at the prescribed time and date. These bids shall be scrutinized and evaluated by the competent committee/ authority with reference to the parameters prescribed in the Eligibility criteria. Thereafter, in the second stage, the technical bids of only pre-qualified bidders (as decided in the first stage) shall be opened at a later date and time for further scrutiny and further evaluation. These bids shall be scrutinized and evaluated by the competent committee/ authority with reference to the parameters

Page 7: Standard Bidding Document (SBD)cnpnashik.spmcil.com/UploadDocument/PQB SBD SPEED...1 8 Pre-bid conference Not contemplated 2 11.2 Tender Currency Indian Rupees or Euro or equivalent

prescribed in the tender document. Subsequently, in the third stage the financial bids of only the technically acceptable offers (as decided in the second stage) shall be opened for further scrutiny and evaluation. Intimation regarding opening of Technical and Financial bids shall be given to acceptable tenderers to enable them to attend the technical and financial bid opening, if they so desire.

7 34 Comparison on CIF Destination basis.

Supplement with the following:

Price bid evaluation:

In case of indigenous offer, the prices quoted shall be compared on a total price basis (FOR CNP Nashik), including all taxes, duties(as applicable on price bid opening date), packing and forwarding charges, freight, insurance, installation, training etc. as per the price schedule. In case of imports, the tenderer will be required to quote on FOB as well as CIF basis. The CIF price will be multiplied by the exchange rate between Indian Rupees and the quoted Foreign Currency, prevailing on the date of opening of the price bid. The applicable rate will be “BC selling rate” of State Bank of India. Customs duty and countervailing duty, as applicable, shall be considered on price bid opening date (Present rate is 23.42%) on accessible value (CIF plus landing charges etc.) will then be added on the CIF price, thus converted into Indian Currency. On this net price 6% approximately or as applicable on date of opening of price bid will be added towards charges for port clearance and forwarding charges and estimated average inland freight up to destination and LBT

Page 8: Standard Bidding Document (SBD)cnpnashik.spmcil.com/UploadDocument/PQB SBD SPEED...1 8 Pre-bid conference Not contemplated 2 11.2 Tender Currency Indian Rupees or Euro or equivalent

charges will be added to arrive at the total price of the machine and its accessories (landed price). Apart from the above, the other charges mentioned by the tenderer for installation, commissioning, training etc will be added.

For comparison of import offer with the indigenous offer, total price of indigenous offer, shall be compared with the total price of import offer.

The tenders received and accepted will be evaluated to ascertain the best and lowest evaluated tender in the interest of the purchaser, for the complete supply and installation covered under the technical specifications and documents.

8 35.2 Additional factors for evaluation of offers

Not applicable

9 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.

10 43 Parallel contracts Not applicable

11 50.1, 50.3

Tender for rate contracts Not applicable

12 51.1, 51.2

PQB Tenders Pre- Qualification criteria as per section IX of SBD.

13 52.1, 52.3, 52.5

Tenders involving purchaser‟s and pre-production samples

Not applicable

14 53.4, 53.5, 5.3.7

EOI Tenders Not applicable

15 54.3.1,54.2.1

Tenders for Disposal of Scrap

Not applicable

16 55.2, 55.3, 55.7, 55.8

Development/ indigenization Tenders

Not applicable

Page 9: Standard Bidding Document (SBD)cnpnashik.spmcil.com/UploadDocument/PQB SBD SPEED...1 8 Pre-bid conference Not contemplated 2 11.2 Tender Currency Indian Rupees or Euro or equivalent

Section IV: GENERAL CONDITION OF CONTRACT

Please CLICK the link for further details

http://www.spmcil.com/SPMCIL/UploadDocument/GCC.pdf SUPPLIERS ARE REQUESTED TO DOWNLOAD 28 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.

Page 10: Standard Bidding Document (SBD)cnpnashik.spmcil.com/UploadDocument/PQB SBD SPEED...1 8 Pre-bid conference Not contemplated 2 11.2 Tender Currency Indian Rupees or Euro or equivalent

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

Topics SCC provision

1 20.1 Price Adjustment clause Not applicable

2 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. Income Tax (TDS) on installation, commissioning and training in India, if leviable, shall be borne by the tenderer.

3 22,22.1, 22.2, 22.4, 22.3, 22.6

Terms and mode of payments

The payment shall be made in the following manner: 1. Indigenous supplier: (a) 80% payment of cost of material shall be made against actual receipt of Speed Nickel Electroforming Bath in acceptable condition with bill in triplicate at Currency Note Press, Nashik Road. (b) Balance 20% payment of cost of material and 100% cost of installation, commissioning and training charges will be made, after deduction of TDS (Tax Deducted at Source) as per prevalent rates, as under:

(i) After complete

Page 11: Standard Bidding Document (SBD)cnpnashik.spmcil.com/UploadDocument/PQB SBD SPEED...1 8 Pre-bid conference Not contemplated 2 11.2 Tender Currency Indian Rupees or Euro or equivalent

installation and commissioning, successful demonstration of performance and acceptance and on receipt of following documents:

(ii)Final acceptance certificate issued by the Purchaser and submission of performance bank guarantee of 10% value of the contract valid till the validity of the warranty/ guarantee period plus three months, from the date of final acceptance, in case the validity of security deposit cum performance guarantee falls short of the warranty/ guarantee period plus three months.

2. Foreign supplier:

(a) 80% of cost of material shall be made through irrevocable letter of credit to be opened by purchaser through a Commercial Bank in favour of SELLER. The payment shall be arranged on receipt of the following documents and invoice after dispatch. Payment shall be made as per contract price.

(i) Complete set of clean Airway bill/Bill of Lading must show that the complete goods have been actually shipped on board.

(ii) Signed invoices in sets of quadruplicate stipulating specification reference for item indicating cost and quantity.

(iii) Certificate of Country of Origin, issued by Chamber of Commerce.

Page 12: Standard Bidding Document (SBD)cnpnashik.spmcil.com/UploadDocument/PQB SBD SPEED...1 8 Pre-bid conference Not contemplated 2 11.2 Tender Currency Indian Rupees or Euro or equivalent

(iv) Copies of packing list in triplicate stipulating individual items, quantity, weight and dimension details of each packing case.

(v) Inspection Certificate. If inspection certificate has been waived, then Quality Test Certificate.

(vi) Two sets of non-negotiable dispatch documents, to be sent by courier services to the PURCHASER immediately after dispatch of consignment.

(vii) Catalogue, technical write up/literature for customs clearance purpose.

(viii) Certificate of No Agency Commission payable to any Indian agent involved in this transaction. (ix) Dangerous Cargo Certificate, if any

(b) Balance 20% payment of cost of material and 100% cost of installation, commissioning and training charges will be made, after deduction of TDS (Tax Deducted at Source) as per prevalent rates, as under:

(i) After complete installation and commissioning, successful demonstration of performance and acceptance and on receipt of following documents:

(ii)Final acceptance certificate issued by the purchaser and submission of performance bank guarantee of 10% value of the contract

Page 13: Standard Bidding Document (SBD)cnpnashik.spmcil.com/UploadDocument/PQB SBD SPEED...1 8 Pre-bid conference Not contemplated 2 11.2 Tender Currency Indian Rupees or Euro or equivalent

valid till the validity of the warranty/ guarantee period plus three months, from the date of final acceptance, in case the validity of security deposit cum performance guarantee falls short of the warranty/ guarantee period plus three months.

(c) Bank charges:

(i) All bank charges for opening of Letter of Credit in respect of PURCHASER‟s bankers shall be borne by PURCHASER and those charged by SELLER‟s bankers shall be borne by the SELLER. (ii) The charges of extension of Letter of Credit or any confirmation if attributable to SELLER shall be paid by SELLER and not by the PURCHASER.

(iii) The negotiating bank of the SELLER should give 5 clear working days (in India) notice to the Letter of Credit opening bank and the PURCHASER regarding the value and date of payment

4 25.1 Bank Guarantee and insurance for material loaned to contractor

Not applicable

5 36.3.2, 36.3.9

Disposal/ Sale of Scrap by Tender

Not applicable

Page 14: Standard Bidding Document (SBD)cnpnashik.spmcil.com/UploadDocument/PQB SBD SPEED...1 8 Pre-bid conference Not contemplated 2 11.2 Tender Currency Indian Rupees or Euro or equivalent

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 Design, Engineering, Supply, Installation, Commissioning And Testing Of Speed Nickel Electroforming Bath Along With Electronic Rectifier And All Associated Auxiliaries For Electroforming Of Bright Nickel Plate On Turnkey Basis.

No 01 Rs. 7,07,040 or equi. or Euro or equi. currency of country of origin of goods.

1. EMD Validity : 45 days more than bid validity.

2. Required Delivery Schedule:

(a) Indian Bidder : The completion time is the essence of the Contract. The successful bidder should Supply the complete Speed Nickel Electroforming Bath Along With Electronic Rectifier And All Associated Auxiliaries For Electroforming Of Bright Nickel Plate within 16 weeks from date of receipt of Letter of Intent/Contract or Purchase order. The Nickel bath should be installed, commissioned and tested within 60 days after the receipt of item in CNP.

(b) Foreign Bidder : The completion time is the essence of the Contract. The successful bidder should Supply the complete Speed Nickel Electroforming Bath Along With Electronic Rectifier And All Associated Auxiliaries For Electroforming Of Bright Nickel Plate within 16 weeks from date of opening of LC. The Nickel bath should be installed, commissioned and tested within 60 days after the receipt of item in CNP.

(c) The stores will have to be supplied as specified in the contract/ supply order from the date of placement of order. The overseas supplier shall deliver the stores ordered F.O.B. port of shipment/ Airport basis. The indigenous supplier shall deliver the stores ordered F.O.R. Currency Note Press, Nashik Road, Maharashtra Pin-422 101.

Page 15: Standard Bidding Document (SBD)cnpnashik.spmcil.com/UploadDocument/PQB SBD SPEED...1 8 Pre-bid conference Not contemplated 2 11.2 Tender Currency Indian Rupees or Euro or equivalent

3. Required Terms of Delivery, Destination and preferred mode of Transportation

(a) For Overseas supplier : Delivery on FOB basis. (b) For Indigenous supplier : Delivery on FOR CNP Nashik Road basis.

4. Foreign nationals desirous of attending tender opening should forward their bio-data/passport, visa details along with the bids.

5. The firm should submit complete technical documents, leaflets, machine drawings, erection drawings, etc. with the technical offer, along with spare required for installation. 6. All the copies of tenders shall be complete in all respects with all their attachments/enclosures duly numbered.

7. In addition to the offer for supplying the complete Speed Nickel Electroforming Bath, the tenderer shall quote for the installation, commissioning and training charges separately.

8. The total cost inclusive of all elements as cited above on FOB and on FOR Currency Note Press, Nashik Road (Maharashtra), India, basis should be indicated clearly both in words and figures in the price bid.

9. Income Tax (TDS) on installation, commissioning and training in India, if leviable, shall be borne by the tenderer.

10. Price bid should be submitted as per as per format in Table (a), or Table (b) of section XI as the case may be. Rate quoted should be on firm price basis. Vague offers like” duties as applicable” shall not be considered.

11. AFTER SALES SERVICE: It must be clearly indicated in the quotation whether the sales service should be provided by supplier himself or by their authorized Indian agent after satisfactory installation/ commissioning of the machine and expiry of guarantee/ warranty period. All terms and conditions related to after sales services must be clearly mentioned along with the technical offer

12. SPARE PARTS :- The supplier shall provide technical support for the

machines and spares, consumables for a period of Ten years from the date of

expiry of Warrantee. The firm should submit the list and cost of all critical

spares, consumables along with the price bid which will be optional.

13. The supplier shall supply commissioning spares, consumables as may be required during installation, testing till completion of successful commissioning and commencement of regular operations, and an undertaking in this respect should be given along with the technical offer.

14. The supplier shall supply critical consumables till the warrantee period.

Page 16: Standard Bidding Document (SBD)cnpnashik.spmcil.com/UploadDocument/PQB SBD SPEED...1 8 Pre-bid conference Not contemplated 2 11.2 Tender Currency Indian Rupees or Euro or equivalent

15. The tenderer should provide a point wise compliance on the technical specification and other technical details of the goods and services offered in its tender in the technical offer. 16. The tenderer shall provide details of machines and equipment‟s categorically included in this offer during the technical bid 17. LICENSES AND PERMITS:

Wherever applicable, the successful bidder shall ensure himself and also satisfy the General Manager, Security Printing Minting Corporation of India Limited, Unit Currency Note Press, Nashik Road that the successful bidder possesses the legal licence/ permit to use a particular product/ process/ design/ patent. The successful bidder shall be held responsible for all the civil/ criminal and tortuous consequences arising from any claim from any third party in this regard. 18. FALL CLAUSE:

The price quoted for the “Design, Engineering, Supply, Installation, Commissioning And Testing Of Speed Nickel Electroforming Bath Along With Electronic Rectifier And All Associated Auxiliaries For Electroforming Of Bright Nickel Plate On Turnkey Basis” to be supplied against this tender by the prospective seller shall in no event exceed the lowest price at which the seller sells DESIGN, ENGINEERING, SUPPLY, INSTALLATION, COMMISSIONING AND TESTING OF SPEED NICKEL ELECTROFORMING BATH ALONG WITH ELECTRONIC RECTIFIER AND ALL ASSOCIATED AUXILIARIES FOR ELECTROFORMING OF BRIGHT NICKEL PLATE ON TURNKEY BASIS of identical specification to any other party. A declaration/ certificate to this effect will have to be furnished along with the Price Bid.

19. RISK PURCHASE:

(a) If the supplier after submission of tender and due acceptance of the same, i.e. after notification of award of contract fails to abide by the terms and conditions of these tender documents, or fails to supply the deliverables 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 custom duty, excise duty, taxes, insurance, freight etc.

(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.

Page 17: Standard Bidding Document (SBD)cnpnashik.spmcil.com/UploadDocument/PQB SBD SPEED...1 8 Pre-bid conference Not contemplated 2 11.2 Tender Currency Indian Rupees or Euro or equivalent

(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.

20. PRE-DISPATCH INSPECTION :

One representative from CNP will attend the Pre dispatch Inspection at

supplier‟s site for six working days. During pre-dispatch inspection, actual

electroforming of two intaglio plates having test Intaglio design are to be

undertaken in the presence of the CNP representative.

21. OPERATING TRAINING, MAINTENANCE AND TROUBLESHOOTING :

The supplier shall provide one week training for operation and

maintenance to four CNP personnel two each from technical and workshop

department at supplier‟s site. The training includes electroforming of two

Nickel Plates one each of a full size (850 mm X 860 mm) having security design

consisting of portarait, micro text, main text, signature panel and seal etc.

along with maintenance required and trouble shooting.

22. WARRANTEE CLAUSE :

a) The supplier warrants that the goods supplied under the contract is new,

unused and incorporate all recent improvements in design and materials unless

prescribed otherwise by SPMCIL in the contract. The supplier further warrants

that, all goods supplied under the contract shall have no defect arising from

design, materials or workmanship or from any act or omission of the supplier,

that may develop under normal use of the supplied goods under the conditions

prevailing in India.

b) This warrantee shall remain valid for 12 months after the goods or any

portion thereof as the case may be have been delivered to the final destination

and installed and commissioned at the final destination and accepted by SPMCIL

in terms of the contract or for Fifteen months from the date of despatch from

the supplier‟s premises for domestic goods or for eighteen months after the

date of shipment from the port of loading in the source country for imported

goods offered from abroad, whichever is earlier, unless specified otherwise in

the SCC.

c) In case of any claim arising out of this warranty, SPMCIL shall promptly

notify the same in writing to the supplier.

d) Upon receipt of such notice, the supplier shall with all reasonable speed

or within the period if specified in the SCC repair or replace the defective goods

or parts thereof free of cost at the ultimate destination within twenty days

without any cost to the purchaser. The supplier shall take over the replaced

parts/goods after providing their replacements and no claim whatsoever shall

lie on SPMCIL for such replaced parts/goods thereafter.

Page 18: Standard Bidding Document (SBD)cnpnashik.spmcil.com/UploadDocument/PQB SBD SPEED...1 8 Pre-bid conference Not contemplated 2 11.2 Tender Currency Indian Rupees or Euro or equivalent

e) In the event of any rectification of a defect or replacement of any

defective goods during warranty period, the warranty for the rectified/replaced

goods shall be extended to a further period of twelve months from the date

such rectified/replaced goods starts functioning to the satisfaction of SPMCIL.

f) If the supplier having been notified fails to rectify/replace the defects

within the period specified, the SPMCIL may proceed to take such remedial

action (s) as deemed fit by SPMCIL, at the risk and expense of the supplier and

without prejudice to other contractual rights and remedies, which SPMCIL may

have against the supplier under the contract.

Page 19: Standard Bidding Document (SBD)cnpnashik.spmcil.com/UploadDocument/PQB SBD SPEED...1 8 Pre-bid conference Not contemplated 2 11.2 Tender Currency Indian Rupees or Euro or equivalent

Section VII: Technical Specifications

Sub.: Specification of Speed Nickel Electroforming Bath

1. Scope of Work : -

Designing, Engineering, Supply, Installation, Commissioning and Testing of Speed

Nickel Electroforming bath along with electronic Rectifier and all associated auxiliaries for

electroforming of bright Nickel plate on turnkey basis.

2. Technical Requirement :-

Speed Nickel Bath suitable for electroforming of two bright Nickel plate at a time

in the Size 850 mm X 860 mm from Nickel Alto having Size 908 mm X 1030 mm. The

Nickel bath should also be capable to accommodate suitable electroforming jig to

produce various Nickel Matrices in the size 936 mm X 1058 mm, 964 mm X 1086 mm and

992 mm X 1114 mm.

The nickel electroforming tank should have following attachments

Composition of the Nickel Tank :-

The Nickel bath should have following key components:-

A. Main Tank & Auxiliary Tank.

B. Suitable Anode Compartment.

C. Cathode arrangement to carry out electroforming of two Nickel plates at a

time.

D. Continuous filtration arrangement (Manual mode).

E. Compressed air system (Manual mode).

F. Automatic & manual control of Heating and cooling arrangement of the

Electrolyte to maintain temperature.

G. Automatic & manual control of adding De-ionised water to maintain level of

Electrolyte.

H. Automatic & manual control of preset micron meter with running display of

thickness of growing.

I. Fume Extractor / Scrubber unit.

J. Automatic & manual mode Control Cabinet.

K. Electronic Rectifier with automatic and manual control of raising current

density.

Page 20: Standard Bidding Document (SBD)cnpnashik.spmcil.com/UploadDocument/PQB SBD SPEED...1 8 Pre-bid conference Not contemplated 2 11.2 Tender Currency Indian Rupees or Euro or equivalent

Main Tank & Auxiliary Tank

The Nickel electroforming bath should have two compartments separated from

each other as main tank and auxiliary tank. The main tank will be used for electroforming

of Nickel Plate while the auxiliary tank will be used for initial addition of chemicals to be

circulated to the main tank. The Nickel bath should be fitted with filtration pump, level

control, Temperature probe, heating/cooling element and stirrer etc.

Dimension of Tank : Nickel Bath capacity 2500 - 3000 Ltr. (Approx.)

Main Tank Auxiliary Tank

Overall length : 1900 - 2000 mm Length : 950 - 1050 mm

Width : 950 - 1050 mm Width : 600 - 700 mm

Over all depth : 1400 - 1500 mm Over all depth : 600 - 700 mm

Both the tank should be made of suitable acid alkali proof materials and to be

coated internally and externally with ebonite / PVDF or equivalent material having

proper heat insulation duly covered with shock resistant material. Both the tanks should

have a base on steel/titanium structure. Both Main and auxiliary tanks should have

appropriate drainage/slope to empty the bath for cleaning purpose.

Suitable Anode Compartment with sludge collector :

Main tank should have suitable anode compartment sufficient to accommodate at

least six titanium anode busket with sludge collector. There should be provision for

selective cathode purification. The bath should have two diaphragm appropriately

perforated to be placed on the both side of the anode compartment.

Cathode Agitation / Continuous Filtration / Compressed Air System

There should be provision for cathode agitation / suitable arrangement for uniform

distribution of Nickel deposit. Both the anode and cathode should have arrangement to

connect rectifier. The Nickel Tank should have facility for continuous filtration of

electrolyte between the main Tank and the auxiliary Tank passing through appropriate

number of filter disc (using filter paper, activated carbon, etc.) connected with suitable

PVC piping , motor, pump etc. The Nickel Tank should have built-in facility to circulate oil

and dust free air agitation of electrolyte continuously in the main tank. The supplier

should offer portable compressor unit

Automatic Heating & Cooling arrangement :

The bath should have suitable heating arrangement to heat the electrolyte up to 60˚ C. The heating element (PVDF/equivalent) should be acid and alkali resistant and suitable for heating Nickel Sulphamate solution without any harmful effect to the solution. The bath should have Thermoregulation Unit to maintain a constant temperature of the solution. Both heating and cooling arrangement should be automatically controlled as per preset temperature with suitable electronic device easily accessible and repairable.

Page 21: Standard Bidding Document (SBD)cnpnashik.spmcil.com/UploadDocument/PQB SBD SPEED...1 8 Pre-bid conference Not contemplated 2 11.2 Tender Currency Indian Rupees or Euro or equivalent

Automatic Deionised water supply :

The bath should be fitted with automatic level control device to add deionized water when level drops below required level using suitable control device. The bath should have built in piping system both in main tank as well as in auxiliary tank for circulation of deionized water to be fed through an out source.

Programmable Preset Micron Meter :

The Nickel bath should have suitable Programmable Preset Micron Meter to monitor continuously the advancement of Nickel growing parameter.

Fume Extractor / Scrubber Unit :

The tank should have standard fume extraction / scrubber unit as per international

safety rules for safe discharge of harmful fumes, if any.

Control Cabinet :

The Control cabinet should have option to operate both in automatic and manual

mode as per requirement. It should be made of acid / alkali proof stainless steel colored

with suitable paint to withstand corrosive fumes. It should contain all the electrical

control equipment, switches and to be designed in accordance with international safety

regulation. The Control cabinet should have following digital display unit easily visible at

a glance from front view or Micro Processor controlled on a single panel.

i. Ampere / Volt readout.

ii. Digital display of deposition in micron.

iii. Emergency switch to stop the bath operation instant.

iv. Electronic digital programmer to select automatic increase of current density .

v. Temperature indicator.

vi. Level control indicator of electrolyte.

vii. Alarm control relay.

viii. Automatic / manual mode of selection for operation.

ix. Rectifier voltage up/down switch.

x. De-ionised water on/off switch.

xi. Switch for ampere hour meter.

xii. Cathode agitation switch.

xiii. Air Compressor on/off switch.

xiv. Automatic termination once electroforming of required thickness is achieved.

Electronic Rectifier :

Speed Nickel Bath should be equipped with suitable capacity of rectifier with

following minimum requirement.

i. Sturdy metal cabinet with epoxy protection varnish, with built in silicon diodes,

transformers, electric fans and electronic panel.

Page 22: Standard Bidding Document (SBD)cnpnashik.spmcil.com/UploadDocument/PQB SBD SPEED...1 8 Pre-bid conference Not contemplated 2 11.2 Tender Currency Indian Rupees or Euro or equivalent

ii. Electronic panel ensuring maximum current limitation for protection against short circuiting and accidental over voltage with required Ammeter and Voltage display.

iii. Forced cooling by means of electric fans.

iv. Input Voltage 415 V ±5 % A.C. 3 phase, 50 Hz and with required D.C. output.

v. Triple Ammeter for load control of the three phase.

Due to continuous research in the field of electroforming, higher version of

manufacturing of nickel electroforming bath having variation in the conceptual design

and dimension along with other parameters is acceptable, subject to compliance of

various output of Nickel plate and Matrices as detailed in Sr. No. 02 under head Technical

requirement.

Special Note :

All the components of the Nickel electroforming bath should be of standard

make. Given specification is the minimum requirement. The manufacturer/supplier can

offer most advance equipment with proper justification to the advantage of the

customer’s requirement.

3) Terms and Conditions :-

i. The bidder may visit the Currency Note Press, at Nashik Road where this Speed

Nickel Bath is to be installed before submission of their tender on any working day

with prior approval of competent authority. This is to overview of the site and for

clarification of technical issues in respect of size, height, clearance required from

ground level to overhead crane for movement of jig and any other issues within the

scope of tender enquiry if any.

ii. The bidder firm has to carry out the complete job work of supply, installation,

testing and commissioning of Speed Nickel Bath with rectifier, chiller unit, scrubber

unit etc on turnkey basis. For this they will have to use their own tools, tackles and

manpower, etc.

iii. The bidder firm has to supply and install Nickel bath along with all the auxiliary

devices and materials as per standard safety norms and should be environmental

friendly .

iv. The bidder firm will have to follow all the safety and security norms of CNP while

executing the work.

v. The bidder firm will have to supply and install all auxiliaries which includes one

mounting table (L 1.5 X W 1.25 X H 1.5 Mtr), one washing tank ( L 1.8 X W 0.8 X H

1.5 Mtr) including copper bus bars, transformers, etc. for electrical connection to

new Speed Nickel Bath.

vi. The firm will have to provide operation, maintenance and software training to CNP

personnel for one week at CNP for better understanding of the equipment.

vii. The firm will have to give minimum 03 sets of operating and maintenance manual,

02 sets of electrical circuit diagram, 02 sets of electrical & electronic & mechanical

spare parts list with the technical details and 02 sets of mechanical design & parts

details.

Page 23: Standard Bidding Document (SBD)cnpnashik.spmcil.com/UploadDocument/PQB SBD SPEED...1 8 Pre-bid conference Not contemplated 2 11.2 Tender Currency Indian Rupees or Euro or equivalent

viii. The firm will have to provide original licensed copy of software of Speed Nickel

Bath, Touch panel if any , all backups, parameter list, programme loading procedure

etc.

ix. The bidder should supply initial quantity of raw materials Viz. Nickel Sulphamate (

500 -600 gm/L) Nickel Chloride (6-8 gm/L) and Boric Acid (35-40 gm/L) to make up

the bath ready for actual trial along with two plating frame (Polycarbonate/Acrylic

or equivalent) to accommodate alto size 908mm X 1030 mm.

x. The Nickel bath should produce bright Nickel with a hardness range 160-220 HB, if

operated at a current density of 5.0 – 5.5 Amps/dm2 and pH 3.8 – 4.2.

xi. Suitability of the bath subject to actual plant trial and successful production of

Nickel Plate as per our requirement.

xii. The Nickel bath should be flexible enough to accommodate the tailor made as well

as existing Electroforming jig for electroforming of Nickel plate.

xiii. The bidder firm should stick to the basic composition of Nickel tank as explained in

2 (A). Minor technological alteration in the basic composition to the advantage of

the buyer will be evaluated appropriately as per discretion of CNP management.

xiv. The successful bidder should visit the site of installation and submit the

requirement of foundation work and other related requirements to create

infrastructure for installation.

4) Document requirement along with Machine Supply :

The firm will have to submit following documents each in 03 set for CNP, Nashik

along with machine.

a) Operation manuals of machine & its control system.

b) Maintenance manuals with drawings of machine assemblies/sub-assemblies with

part list.

c) Electric circuit diagrams with part description/detail.

d) Pneumatic circuit diagram with part description/detail.

e) OEM manuals and Catalogues of various parts, used in the machine.

f) Complete list of alarm log, Error code, error message & remedies and on line fault

diagnostics to be provided by the vendor.

g) The firm should provide backup in original CD/DVD of all system & application

software used in the Intaglio plate Making system.

Page 24: Standard Bidding Document (SBD)cnpnashik.spmcil.com/UploadDocument/PQB SBD SPEED...1 8 Pre-bid conference Not contemplated 2 11.2 Tender Currency Indian Rupees or Euro or equivalent

Section VIII: Quality Control Requirements 1. Final Acceptance Test (FAT) :

On completion of erection and commissioning work in Currency Note Press,

following acceptance tests are to be executed by the firm in Intaglio Plate making

Section.

a) Two Nickel plates are to be electroformed at a time in the new Nickel bath. The

Master/Alto (936mmX1058mm/908mmX1030mm) will be provided by CNP

b) The erector has to feed all required electroforming parameter during electroforming

operation till good quality Intaglio plate is electroformed.

c) The FAT will be carried out for a period of four full working days after commissioning

of the system. All the rules and FAT norms will be finalized between the purchaser

and the supplier which is to be followed scrupulously while executing the FAT.

2. Quality Assurance Certificate :

The manufacturer or supplier should certify that, the Nickel bath along with its

accessories are manufactured as per technical specification and the quality of the Nickel

bath is of the highest grade and latest in the field.

3. Performance Guarantee :

The Supplier shall have to demonstrate and achieve the performance guarantee

for various units / sub-units with regards to the output and quality of the intermediate

and finished product. Performance of a unit as a whole on an integrated basis shall be

demonstrated in a test run at the premises of the purchaser. The supplier shall supervise

and direct the operation during performance guarantee test and shall take full

responsibility in this regard. During the performance guarantee test, necessary

consumables have to be provided by the supplier and the cost thereof may be absorbed

in the quotation.

4. Safety Norms :

The supplier should ensure that all the machines and equipment supplied under

contract are manufactured as per international safety norms and certificate to that effect

is to be enclosed. The Nickel bath should be user friendly and operational safety measure

to be provided for the safety of the operator, equipment as well as environment.

5. Final Acceptance Certificate (FAC) :

Upon satisfactory completion of final acceptance test, Currency Note Press shall

issue necessary certificate.

Page 25: Standard Bidding Document (SBD)cnpnashik.spmcil.com/UploadDocument/PQB SBD SPEED...1 8 Pre-bid conference Not contemplated 2 11.2 Tender Currency Indian Rupees or Euro or equivalent

Section IX: Qualification/ Eligibility Criteria

FOR PRE-QUALIFICATION BID

1. Experience and past performance: The bidder has to furnish evidence of manufacturing, supplying and successfully installing at least one similar Nickel bath for producing Nickel Intaglio Plates suitable for Bank Note/ Security printing along with list of Customers and their performance details.

2. Capability: The Bidder firm must have an annual capacity to

manufacture and supply at least one similar Speed Nickel Electroforming Bath.

3. Financial standing:

(a) Average Annual Turnover of the Bidder firm during last three years i.e. 2013, 2014 and 2015 in case the financial year is maintained calendar year wise or 2012-13, 2013-14 and 2014-15 in case the financial year is maintained ending 31 March of a year should be more than Rs 1,06,05,600/- or equivalent in Euro (b) Bidder firm should not have suffered any financial loss for more than one year during the last three financial years i.e. 2013,2014 and 2015 in case the financial year is maintained calendar year wise or 2012-13,2013-14 and 2014-15 in case the financial year is maintained ending 31 March of a year. (c) The net worth of the firm should not have eroded by more than 30% in the last three financial years i.e. 2013, 2014 and 2015 in case the financial year is maintained calendar year wise or 2012-13,2013-14 and 2014-15 in case the financial year is maintained ending 31 Mar of a year.

Note: All experience, past performance and capacity/ capability related/ data should be certified by the authorized signatory of the bidder firm. The credentials regarding experience and past performance to the extent required as per eligibility criteria submitted by bidder should be verified from the parties for whom work has been done.

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

4. The firm should give a declaration that they have not been black-listed/ debarred for dealing by Government of India in the past.

Page 26: Standard Bidding Document (SBD)cnpnashik.spmcil.com/UploadDocument/PQB SBD SPEED...1 8 Pre-bid conference Not contemplated 2 11.2 Tender Currency Indian Rupees or Euro or equivalent

Section X : Tender Form Date : To, Currency Note Press, Nashik A unit of Security Printing and Minting Corporation of India Limited Wholly Owned by Govt. of India Nasik Ref : Your Tender Document No. We, the undersigned have examined that above mentioned tender enquiry document, including amendment No. dt. (if any), the receipt of which is hereby confirmed. We now offer to supply and deliver_____________ in conformity with your above referred document for the sum of xxx 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 service as mentioned above, in accordance with the delivery schedule specified in the List of requirement. We further confirm that, if out tender is accepted, we shall provide you with a performance security of required amount in an acceptable form in terms of GCC clause 6, read with modification, of any, in Section V – „Special Conditions of Contract‟ for due performance of the contract. We agree to keep out tender valid for acceptance for a period upto _________ 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 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

…………………………….. ………………………………

Page 27: Standard Bidding Document (SBD)cnpnashik.spmcil.com/UploadDocument/PQB SBD SPEED...1 8 Pre-bid conference Not contemplated 2 11.2 Tender Currency Indian Rupees or Euro or equivalent

Section XI: Price Schedule TABLE (a)

SUMMARY OF PRICE SCHEDULE (FOR OVERSEAS BIDDERS ONLY): PRICE SHOULD BE QUOTED ON FOB AND CIF BASIS Furnish complete list of equipments and accessories which constitutes the Hard Chromium Electroplating bath – 1no.

Sr No

Description, Accounting unit and quantity offered

FOB price per equipment

Quantity offered

FOB Total

Port/Actual Destination

Insurance Freight (Ocean)

CIF

Col No

1 2 3 4 5 6 7 8

1 Supply of Speed Nickel Electroforming bath - Qty 1 No.

Nhava Sheva/ Mumbai

2 Installation, commissioning, training & testing

CNP Nashik

3 Total FOB price in words………………

CIF in words (for Nhava Sheva/ Mumbai port)

(Name and Signature with date) Office Seal/Stamp

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) will be applicable for installation, commissioning, supervisory and training charges. 2. The list of spare parts shall be enclosed with the price bid separately. 3. Price bids with conditions/ counter conditions are liable to be rejected.

Page 28: Standard Bidding Document (SBD)cnpnashik.spmcil.com/UploadDocument/PQB SBD SPEED...1 8 Pre-bid conference Not contemplated 2 11.2 Tender Currency Indian Rupees or Euro or equivalent

TABLE (b)

SUMMARY OF PRICE SCHEDULE (FOR INDIAN BIDDERS): PRICE SHOULD BE QUOTED ON FOR CNP, NASHIK BASIS.

Furnish complete list of equipments and accessories which constitutes the Online print quality inspection systems - 03 nos S N

Item description UOM (Unit of measurement)

Basic price/ unit (Rs)

Packing and forwarding charges (Rs), if any

Excise duty (Rs)

CST against Form-C/ VAT@...% as applicable please specify (Rs)

Freight, Insurance, Octroi & 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

No of machines required

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 Supply of Speed Nickel

Electroforming Bath - Qty 1 No.

No 01

2 Installation, commissioning, training & testing

3 Total

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 3. Bidder should submit priced schedule duly as per above in a separate sealed envelope named “Commercial price bid”

Note: 1. The TDS (tax deduction at source) will be applicable for installation, commissioning, supervisory and training charges. 2. The list of spare parts shall be enclosed with the price bid separately. 3. Price bids with conditions/ counter conditions are liable to be rejected.

(Name and Signature with date) Office Seal/Stamp

Page 29: Standard Bidding Document (SBD)cnpnashik.spmcil.com/UploadDocument/PQB SBD SPEED...1 8 Pre-bid conference Not contemplated 2 11.2 Tender Currency Indian Rupees or Euro or equivalent

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