Standard Bidding Document (SBD)

Standard Bidding Document (SBD)

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:

Website:

6000010297 19.12.2017

(Tender Sl. No.) (Date)

Not Transferable

Security Classification: UNCLASSIFIED

TENDER DOCUMENT FOR SUPPLY, INSTALLATION AND COMMISSIONING OF 02 Nos. NEW COLLING TOWERS IN PLACE OF OLD TOWERS FOR AC PLANT.

Tender No. 6000010297 dated 19.12.2017

This Tender Document Contains 96 Pages.

Tender Documents is sold to:

Details of Contact person in SPMCIL regarding this tender:

Name, Designation: Dy. Manager (M)

Address: Currency Note Press, Phone: 0253-2461318 /2454493

Nashik Road-422 101 Fax : 0253-2466333/ 2464100

Maharashtra email :

India

Note: The word “SPMCIL” in this SBD hereinafter is referred to as “Currency Note Press, A unit of SPMCIL.”

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:

Website:

(Tender Sl. No.) 6000010297 (Date):19.12.2017

  1. Sealed tenders are invited from eligible and qualified tenderers for supply of following goods & services:

Schedule No. / Brief Description of Goods/ services / Quantity (with unit) / Earnest Money (in Rs) / Remarks
1. / SUPPLY, INSTALLATION AND COMMISSIONING OF 02 Nos. NEW COLLING TOWERS IN PLACE OF OLD TOWERS FOR AC PLANT. / 02 / Rs.60,000/-
Type Of Tender (Two Bid/ PQB/ EOI/ RC/ Development/ Indigenization/ Disposal of Scrap/ Security Item etc.) / Two Bid
National Competitive Bidding
Dates of sale of tender documents: / From19.12.2017 to 18.01.2018 during office hours
Price of the Tender Document / Rs 500/-
Place of sale of tender documents / Purchase Section, Old Administrative Building, Currency Note Press, Jail Road, Nashik Road-422 101,
Maharashtra, India
Closing date and time for receipt of tenders / 19.01.2018up to 14:55 Hrs
Place of receipt of tenders / CNP Pass Section, CNP Main Gate, Jail Road,
NASHIK ROAD, NASHIK-422 101.
Time and date of opening of tenders / 19.01.2018 at 15.00 Hours
Place of opening of tenders / Purchase Section, Old Administrative Building, Currency Note Press, Jail Road, Nashik Road-422 101,
Maharashtra, India
Nominated Person/ Designation to Receive Bulky Tenders (Clause 21.21.1 of GIT) / V.Kirankumar, Deputy Manager, (Material)

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 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.

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 domestic post . 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 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.

9. SUBMISSION OF TENDER: The bid is to be submitted in two parts:-

(i) The bid is to be submitted in two parts i.e.

Part A: TECHNO-COMMERCIAL BID and Part-B: PRICE BID separately in 02 sealed envelopes duly super scribed as Techno-commercial and Price Bid with our NIT reference No. and date. The aforesaid two envelopes should be put inside an Outer big size envelope duly sealed and this outer envelope again should be super scribed with words Techno-Commercial Bid & Price Bid against our Tender Document / NIT No., NIT Date & Due date and be addressed to the General Manager, Currency Note Press, Nashik road-422101(Maharashtra)

(ii) Quotation will be accepted by INDIA POST/COURIER SERVICE/DROP BOX only. Quotation sent by FAX/E-Mail will not be considered.

(iii) EARNEST MONEY DEPOSIT (EMD) shall be submitted in the form as given below: (a) Account Payee Demand Draft (b) Fixed Deposit Receipt (c) Banker’s cheque. The demand draft, fixed deposit receipt or banker’s cheque shall be drawn on any scheduled commercial bank in India, in favour of SPMCIL, Unit CNP, payable at Nashik. The earnest money shall be valid for a period of forty five days beyond the validity period of the tender i.e. 165 days from bid due date. EMD should be sent along with your quotation. Quotation without EMD will summarily be rejected. The Earnest Money Deposit of un-successful bidders will be returned. Only one D.D./F.D.R./ Banker's Cheque should be given of adding all the item wise EMD amount as per tender quoted by you.

10. In case of order material in your favour for Rs.1,50,000/- or above, the supplier shall furnish the performance security amount/ Security Deposit(S.D) (10% of the ordered value) after issue of Purchase order by CNP, Nashik Road in favour of SPMCIL, Unit CNP, payable at Nashik. The performance security will be return back without any interest to successful tenderer after the completion of all contractual obligations.

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

12. EXEMPTION WILL BE GIVEN DEPOSITING OF ONLY TENDER FEE & EMD TO DIC/SSI/MSME/NSIC REGISTERED FIRM FOR TENDERED STORE.

13. EMD of a bidder will be forfeited, if the bidder withdraws or amends its tender or impairs or derogates from the tender in any respect with in the period of validity of its tender. Future, if the successful bidder fails to furnish the required performance security within the specified period, its EMD will be forfeited.

14. If the bidder or any representative of the bidder wants to attend the Bid opening then that person should carry with him /her letter of Authority (Section XVII of SBD) in the same format to be produced at the time of Bid opening and before the bids are opened.

15. Any dispute in the matter will be under Nashik (Maharashtra) Jurisdiction only.

16. Right of acceptance: - The General Manager, Currency Note Press reserves the right to reject any or all tenders without assigning any reason thereof.

17. Clarification of Tender Documents: A Tenderer requiring any clarification or elucidation on any issue of the tender documents may take up the same with SPMCIL in writing or by fax / e-mail/ telex not later than twenty one days (unless otherwise specified in the SIT) prior to the prescribed date of submission of tender.

18. For any queries regarding the tender, you may please contact at 0253-2454493 and 2461318. E-mail : ,

(V.KIRANKUMAR)

Dy. MANAGER (MATERIAL)

FOR GENERAL MANAGER

CURRENCY NOTE PRESS,

NASHIK

Phone No 0253 2454493/2461318

------

Section II: GENERAL INSTRUCTIONS TO TENDERERS (GIT)

------

Please CLICK the link for further details

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

------

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 / 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 / 12.10 / Applicability of Octroi and Local taxes / No change
6 / 14 / PVC clause and formula / No change
7 / 19 / Tender Validity / No change
8 / 16.2 / Authorization Manufacturers / Not Applicable
9 / 20.4 / Number of copies of Tenders to be submitted / Single
10 / 20.9 / E-procurement / Not permitted
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,
5.3.7 / EOI Tenders / Not applicable
18 / 54.3.1,54.2.1 / 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

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.

------

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 / 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 / One year warranty of the cooling towers shall be given by the firm after successful trial & acceptance. During warranty period the firm shall send their representatives quarterly for servicing and check the performance.
7 / 19.3 / Option clause / Not applicable
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 / 100% payment shall be made on receipt, installation and acceptance of goods with bill in triplicate at Currency Note Press, Nashik Road.
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 / SUPPLY, INSTALLATION AND COMMISSIONING OF 02 Nos. NEW COOLING TOWERS IN PLACE OF OLD TOWERS FOR AC PLANT. / No / 02 / Rs.60,000/-
  1. Price Validity : 120 days from bid due date.
  1. Bidders to open the link provided in section II & IV take print out of all the documents available and then stamp each and every paper and submit along with the technical tender.
  1. Required Delivery Schedule:

(a)Supply of Cooling tower & accessories within 02 months from the date of PO. Installation, commissioning and testing within 01 months from date of supply.

(b) Required terms of Delivery: FOR CNP, Nashik Road

(c) Destination: Currency Note Press, Jail Road, Nashik Road, 422 101

4.All the copies of tenders shall be complete in all respectswith all their attachments/enclosures duly numbered.

5.The total cost inclusive of all elements as cited above on FOR Currency

Note Press, Nashik Road (Maharashtra), India, basis, as the case may be should

be indicated clearly both in words and figures in the price bid.

6.Price bid should be submitted as per format in Annexure-I Table (a). Rate quoted should be on firm price basis. Vague offers like “duties as applicable” shall not be considered.

7.Licensesand 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.

8.FALL CLAUSE:

The price quoted for ‘SUPPLY, INSTALLATION AND COMMISSIONING OF 02 Nos. NEW COOLING TOWERS IN PLACE OF OLD TOWERS FOR AC PLANT ’ to be supplied against this tender by the prospective seller shall in no event exceed the lowest price at which the seller sells the SUPPLY, INSTALLATION AND COMMISSIONING OF 02 Nos. NEW COOLING TOWERS IN PLACE OF OLD TOWERS FOR AC PLANT of identical specification to any other party. A declaration/ certificate to this effect will have to be furnished along with the Price Bid.

9.RISK PURCHASE:

(a) If the supplier after submission of tender and due acceptance of the same, 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.

(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

______

Supply, Installation and Commissioning of New Cooling Towers In Place Of Old Towers

Cooling Tower Details:

Application and Purpose: Cooling Condenser water of centralized AC plant.

Make: Advance/Himgiri/Paharpur

Type: Induced draft /counter flow/ Cross flow with FRP Basin/single cell or twin cell

Plant Capacity: 600 TR

Water circulating rate: 363 CMH or suitable

Inlet Temperature: 37 Deg C max

Outlet Temperature: 32 Deg C max

Wet Bulb Temperature: 28 Deg C max

Auxiliary Equipment: FAN Axial flow direct driven/or driven by motor through gear reducer.

Material of Construction

Casing, Basin: FRP or suitable rustproof

Fills: PVC Honey Comb Type

Drift Eliminators, Nozzles: PVC, PP/ABS NON CLOGGING TYPE

Water Distribution Headers: PP WITH FRP MOULDED. NON COROSSIVE or suitable as per design.

Fan Blades: Non Corrosive Type metal or FRP

Hub: Non corrosive type.

Fan Shaft : EN 8

Nut bolts and other fasteners: Galvanized MS/non corrosive type

Electrical Motor Drive: Any standard ISI mark

Terms and Conditions:

1) The firm should inspect the site in CNP for measurements, technical discussions if any, before quoting. The firm should measure the existing pipe dimensions, length of pipes sizes of the valves and any other item during inspection. The firm should ensure that the cooling towers should accomodate in the existing available space on the terrace of the plant room. Offers received without site inspection shall not be considered.

2) Firm will have to carry out the job on turnkey basis.

3) The firm will have to dismantle the existing old cooling towers and shift it to the place shown to them in CNP.

4) Firm will have to carry out civil work for foundations, frame work suitable for installation if required. Existing RCC columns can be utilized for frame work.

5) Firm shall connect the new cooling towers with existing cooling towers in operation through piping work with the existing common condenser water headers. The level of the cooling towers should be maintained in such a way that no other cooling tower shall overflow through equalizer pipes, at any time with or without operation.

6) All electrical cabling work to connect to the motors of cooling towers shall be done by the firm.

7) Necessary shutdown shall be given to the firm on Sundays/ holidays for connecting the new towers.

8) At least seven days trial for each Tower shall be given by the firm after installation and commissioning.

9) All the documents, manuals, drawings, spare part list, specifications shall be handed over by the firm.

10) One year warranty of the cooling towers shall be given by the firm after successful trial & acceptance. During warranty period the firm shall send their representatives quarterly for servicing and check the performance.

11) Firm will have to submit valid/latest Police Verification certificate of their Supervisor/Engineer who shall indentify Firm's labours at the gate.

------

SECTION VIII: QUALITY CONTROL REQUIREMENTS

______

(a) FAT : (FINAL ACCEPTANCE TEST) :