Standard Bidding Document (SBD)...1 4 Eligible Goods and Services (Origin of Goods) No change 2 8...

23
Standard Bidding Document (SBD) (Procurement of Goods and Services) Currency Note Press, Nashik Road (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: purchase.cnpnashik@spmcil.com Website: www.spmcil.com Tender No: 6000014437 Dated: 17.03.2020 Not Transferable TENDER DOCUMENT FOR PROCUREMENT OF 400 NOS. OF ULTRA FILTRATION MEMBRANES. This Tender Document Contains _________ Pages. Tender Documents is sold to: Details of Contact person in SPMCIL regarding this tender: Name, Designation: Shri V. KIRAN KUMAR, DY. GENERAL MANAGER (MATERIAL) Address: Currency Note Press, Phone: 0253-2461318 /2454493 Nashik Road-422 101 Fax : 0253-2464100 Maharashtra email: [email protected] India M/s______________________________________________________________ Address___________________________________________________________

Transcript of Standard Bidding Document (SBD)...1 4 Eligible Goods and Services (Origin of Goods) No change 2 8...

Page 1: Standard Bidding Document (SBD)...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

Standard Bidding Document (SBD) (Procurement of Goods and Services)

Currency Note Press, Nashik Road (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 Tender No: 6000014437 Dated: 17.03.2020

Not Transferable

TENDER DOCUMENT FOR PROCUREMENT OF 400 NOS. OF ULTRA FILTRATION MEMBRANES.

This Tender Document Contains _________ Pages. Tender Documents is sold to:

Details of Contact person in SPMCIL regarding this tender: Name, Designation: Shri V. KIRAN KUMAR, DY. GENERAL MANAGER (MATERIAL) Address: Currency Note Press, Phone: 0253-2461318 /2454493

Nashik Road-422 101 Fax : 0253-2464100

Maharashtra email: [email protected]

India

M/s______________________________________________________________

Address___________________________________________________________

Page 2: Standard Bidding Document (SBD)...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

Section I: Notice Inviting Tender (NIT) Currency Note Press, Nashik Road

(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.6000014437 Date: 17.03.2020 1. Sealed tenders are invited from eligible and qualified tenderers for supply of

following goods & services on turnkey basis:

Sr. No

Brief Description of Goods/ services

Qty (with unit)

Earnest Money (in Rs.) Remarks

1 PROCUREMENT OF ULTRA FILTRATION MEMBRANES. 400 Nos.

Rs.2,32,000/- or equivalent in

Euro 2805 or USD 3123

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 17.03.2020 to 04.05.2020 during office hours

Price of the Tender Document (TFF) Rs. 1120 or equiv. to Euro 14 or USD 16

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 05.05.2020 up to 14:30 Hours

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

Time and date of opening of tenders 05.05.2020 at 15:00 Hours

Place of opening of tenders

Purchase Section, New Administrative 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.

Page 3: Standard Bidding Document (SBD)...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

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 1,120.00 or Euro 14 or USD 16 of origin of goods 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. Tenderers 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 organization, 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 three parts. PART A: Pre Qualification Bid: Tender Form Fee, Earnest Money Deposit and documents as per Section IX of Tender documents. PART B: Techno commercial bid: Total Tender document including GIT, GCC, Section XII to XIX duly signed & sealed and any other documents as required. PART C: Price bid separately in sealed envelope: Only filled Section XI. 10. SPECIAL INSTRUCTIONS FOR MSME/SSI/NSIC/DIC REGISTERED FIRM : 10.1 Micro and Small Enterprises firm are exempted from submitting Tender fees and Earnest Money deposit. Please send the copy of valid registration certificate of Micro and Small Enterprises along with your bid / quotation otherwise your offer will not be considered for above exemption.

Page 4: Standard Bidding Document (SBD)...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

10.2 Price reference: (a) In tender, participating Micro and Small Enterprises quoting price within price band of L1 + 15 per cent shall also be allowed to supply a portion of requirement by bringing down their price to L1 price in a situation where L1 price is from someone other than a Micro and Small Enterprise and such Micro and Small Enterprise shall be allowed to supply up to 25 per cent of total tendered value. (b) Special provisions for micro and small enterprises owned by SC or ST: Out of 25 percent allowed for procurement from Micro and Small Enterprises, a sub-target of 4% and 3% shall be reserved for procurement from Micro and Small Enterprises owned by the Scheduled Tribe/Scheduled Caste and Women entrepreneurs respectively. Provided that, in event of failure of such Micro and Small Enterprises to participate in tender process or meet tender requirements and L1 price, 4% and 3% sub-targets for procurement earmarked for Micro and Small Enterprises owned by Scheduled Cast/Scheduled Tribe and Women entrepreneurs shall be met from other Micro and Small Enterprises. 10.3 Exemption for MSME Registered Startups/Bidders as per Circular No. 1(2)(1)/2016-MA Dtd: 10.03.2016 of Govt. of India, Ministry of MSME. 11. SPECIAL INSTRUCTIONS FOR LOCAL MANUFACTURERS UNDER “MAKE-IN-INDIA”: The local manufacturers who fulfill the provisions of the policy circular no P45021/2/2017-N.E.-II dated 15.06.2017 can participate in this tender document at various sections. 12. Any queries you may contact at: [email protected] & [email protected] Phone Nos: 0253 2454493/2461318

(V.KIRANKUMAR) DY. GENERAL MANAGER (M)

FOR GENERAL MANAGER CURRENCY NOTE PRESS, NASHIK

Address for dropping the tender documents CNP PASS SECTION, CURRENCY NOTE PRESS, NASHIK ROAD, NASHIK- 422 101.

Page 5: Standard Bidding Document (SBD)...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

Section II: GENERAL INSTRUCTIONS TO TENDERERS (GIT)

Please CLICK the link for further details

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

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 IN TECHNICAL BID.UNSIGNED/STAMPED PRINTOUT OF THESE PAGESARE NOT ACCEPTABLE.

Page 6: Standard Bidding Document (SBD)...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

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, Euro or USD or currency of country of origin of goods.

5 12 Applicability of Octroi and Local taxes

No change

6 14 PVC clause and formula No change 7 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.

8 20.4 Number of copies of Tenders to be submitted

No change

9 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 ARE 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 bid liable for rejection. The envelopes containing bids shall be

Page 7: Standard Bidding Document (SBD)...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

super scribed “Pre-qualification bid”, “Technical Bid” or “Price Bid”, as the case may be. The sealed envelopes shall again be put in another sealed cover and should be super scribed “TENDER FOR PROCUREMENT OF 400 NOS. OF ULTRA FILTRATION MEMBRANES” DUE ON 05.05.2020 UPTO 14:30 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.

10 20.9 E-procurement Not permitted

11 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 Section IX, i.e. Pre Qualification 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 prescribed in the tender document. Subsequently, in the third stage the financial bids/price 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.

12 34 Comparison on CIF Destination basis.

Supplement with the following:

Page 8: Standard Bidding Document (SBD)...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

Price bid evaluation: In case of indigenous offer, the prices quoted shall be compared on a total price basis, including all taxes, duties, packing and forwarding charges, freight, insurance as per the price schedule. In case of import, the tenderer must be required to quote on FOB as well as CIF basis. The CIF price as quoted 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 as on date of opening of tender, thus converted into Indian Currency respectively. Customs duty @ 5% and GST @ 18% (or as applicable) on CIF value will then be added on the converted CIF value. On this value 1% of CIF price will be added on account of Port Clearing charges, forwarding & inland freight upto destination to arrive at total landed price of the goods. For comparison of import offer with the indigenous offer, total landed price of indigenous offer, shall be compared with the total landed 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.

13 35.2 Additional factors for evaluation of offers

Not applicable

14 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.

15 43 Parallel contracts Not applicable

Page 9: Standard Bidding Document (SBD)...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

16 50.1, 50.3

Tender for rate contracts Not applicable

17 51.1, 51.2

PQB Tenders Applicable

18 52.1, 52.3, 52.5

Tenders involving purchaser’s and pre-production samples

Not applicable

19 53.4, 53.5, 5.3.7

EOI Tenders Not applicable

20 54.3.1,54.2.1

Tenders for Disposal of Scrap

Not applicable

21 55.2, 55.3, 55.7, 55.8

Development/ indigenization Tenders

Not applicable

Page 10: Standard Bidding Document (SBD)...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

Section IV: GENERAL CONDITION OF CONTRACT

Please CLICK the link for further details

http://www.spmcil.com/SPMCIL/UploadDocument/GCC.pdf BIDDERS ARE REQUESTED TO DOWNLOAD 28 PAGES BY CLICKING THE ABOVE SAID LINK AND SUBMIT THE SAME DULY STAMPED AND SIGNED ALONG WITH TENDER DOCUMENT IN TECHNICAL BID. UNSIGNED/STAMPED PRINTOUT OF THESE PAGES ARE NOT ACCEPTABLE.

Page 11: Standard Bidding Document (SBD)...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

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

Topics SCC provision

1 6.2 Performance Security 10% of the total contract Price valid for 60 days beyond warranty period.

2 8.2 Packing and Marking No change 3 11.2 Transportation of

Domestic Goods No change

4 12.2 Insurance No change 5 14.1 Incidental Services No change 6 15 Distribution of dispatch

documents for clearance/ receipt of goods

No change

7 16.2,16.4 Warrantee Clause Minimum one year of warranty for the equipment/material should be provided from the date of issuing of final acceptance certificate by Currency Note Press, Nashik road.

8 19.3 Option clause The purchaser reserves 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.

9 20.1 Price Adjustment clause Not applicable 10 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.

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

Terms and mode of payments

1. Indigenous supplier: (a) 100% payment within 30 days after actual receipt and acceptance of material by respective consignee and on production of all required document by the supplier.

Page 12: Standard Bidding Document (SBD)...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

1. Foreign supplier:

100% payment shall be made through irrevocable letter of credit to be opened by the individual units through a Commercial Bank in favour of SELLER. The LC will be opened upon receipt of Performance Security Deposit. (a) 80% of the FOB cost of material shall be arranged on receipt of the following documents and invoice after dispatch. Payment shall be made as per contract price by Currency Note Press, Nashik Road and upon receipt of Performance Security Deposit.

(i) Complete set of clean Airway bill 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.

(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) Warranty Certificate to be provided as per tender documents.

(ix) Certificate of No Agency Commission payable to any Indian agent involved in this transaction.

Page 13: Standard Bidding Document (SBD)...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

(x) Dangerous cargo certificate if any. (b) Balance 20% of Payment shall be made upon receipt and acceptance of material by Currency Note Press, Nashik Road.

(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

12 24.1 Quantum of LD If the supplier fails to deliver any or all of the goods or fails to perform the services within the time frame(s) incorporated in the contract, SPMCIL shall without prejudice to other rights and remedies available to SPMCIL under the contract, deduct from the contract price, as liquidated damages, a sum equivalent to the 0.5 percent of the delayed contact value for each week of delay or part thereof until actual delivery of material, subject to maximum deduction of the 10% of the delayed contract value.

13 25.1 Bank Guarantee and insurance for material loaned to contractor

Not applicable

14 33.1 Resolution of Disputes No change 15 36.3.2,

36.3.9 Disposal/ Sale of Scrap by Tender

Not applicable

Page 14: Standard Bidding Document (SBD)...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

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 PROCUREMENT OF ULTRA FILTRATION MEMBRANES. Nos 400

Rs.2,32,000/- or equivalent in

Euro 2805 or USD 3123

1. Required Delivery Schedule:

A) For Indigenous Supplier:

The supply of the material to be completed within 14 weeks on FOR CNP from the date of placement of order.

B) For Overseas Supplier:

The supply of material to be completed within 14 weeks on FOB Port of shipment basis from the date of opening of LC.

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

(a) For foreign supplier: Delivery on FOB/FCA port of Shipment Basis. (b) For Indian supplier: Delivery on FOR CNP Nashik Road basis. 3. The firm should submit complete technical documents, leaflets etc. with the technical offer. 4. All the copies of tenders shall be complete in all respects with all their attachments/enclosures duly numbered.

5. The total cost inclusive of all elements as cited above on CIF port of destination basis and on FOR CNP, Nashik Road, basis should be indicated clearly both in words and figures in the price bid.

6. Price bid should be submitted 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” or any other shall not be considered.

Page 15: Standard Bidding Document (SBD)...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

7. 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, and Nashik Road that the successful bidder possesses the legal license / 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 the Ultra filtration membrane to be supplied against this tender by the prospective seller shall in no event exceed the lowest price at which the seller sells these goods 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, 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.

(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.

10. GUARANTEE/WARRANTY:

Minimum one year of warranty for the equipment/material should be provided from the date of issuing of final acceptance certificate by Currency Note Press, Nashik road.

Page 16: Standard Bidding Document (SBD)...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

Section VII: Technical Specifications

Technical Specifications: 1) Ultra Filtration Membranes. 2) HSN code: 84212900. 3) Make: ABCOR-KOCH USA. 4) Model No. 18 Series – 00264. 5) Membrane Type: ABCOR-FEG TM PLUS Module 10 HFM-251-PVI Neutral (Industrial Tubular Ultra Filtration One inch Module). 6) Product Description: i) MS Part No. KPN – 0711651. ii) Membrane Chemistry – PVDF. 7) Minimum Capacity: 18 liters / hour / membrane.

Delivery and Packing details:

1) The supply should be packed in sturdy wooden boxes with inner packing to prevent any damage from outside moisture, dust, heat etc. 2) The firm will have to provide brochures, manuals available if any in hard / soft copy for handling and storage guidelines information about UF membranes. 3) The firm should take proper care of delivery so as to reach the material in good condition in CNP. 4) The successful bidder will have to furnish Guarantee / Warranty Certificate and Shelf Life of the product. 5) The successful bidder will have to supply first lot (200 nos.) of Ultra Filtration membranes within 06 weeks after receipt of purchase order and the remaining 200 nos. after 03 months from the date of first supply and its acceptance.

Page 17: Standard Bidding Document (SBD)...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

Section VIII: Quality Control Requirements

The material will be accepted on manufacturer’s guarantee certificate to be sent to the PURCHASER. If any defects observed or material found unsuitable, then the same will be replaced by on free replacement up to Currency Note Press, Nashik Road.

Final Acceptance Certificate (FAC):

After suitability Final acceptance certificate will be issued by Currency Note Press, Nashik Road

Page 18: Standard Bidding Document (SBD)...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

-------------------------------------------------------------------------------------------------- Section IX: Qualification/ Eligibility Criteria -------------------------------------------------------------------------

FOR PRE-QUALIFICATION BID

1. Experience and past performance: Bidder firm should have supplied at least 120 no."Ultra Filtration Membranes" to any printing organization during the last five years upto March-2019. This criteria is exempted for local manufacturers under “Make In India” policy

The list of customers along with the performance report/certificate shall be submitted along with the bid.

2. Capability: The Bidder firm must have an annual capacity to supply at least 200 no of "Ultra Filtration Membranes ".

(A) Annual Capacity (B) Qty as per orders in hand (C) Qty yet to be supplied in this year, i.e. up to March-2020.

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. The bidder/manufacturer applying under “Make In India” should provide a certificate from “Statutory Auditor or Cost Auditor or Practicing Cost Accountant” about their technical capabilities & quality standards and the percentage of local content as per provisions of “Make In India” policy. 3. Financial standing:

(a) Average Annual Turnover of the Bidder during last three years i.e. 2016, 2017 and 2018 in case the financial year is maintained calendar year wise or 2016-17, 2017-18 and 2018-19 in case the financial year is maintained other than calendar year should be more than Rs. 34,67,784.00 or Euro 41,930 or USD 46,690. This criteria is exempted for local manufacturers under “Make in India” policy

(b) Bidder firm should not have suffered any financial loss for more than one year during the last three financial years i.e. 2016, 2017 and 2018 in case the financial year is maintained calendar year wise or 2016-17, 2017-18 and 2018-19 in case the financial year is maintained other than calendar year.

Page 19: Standard Bidding Document (SBD)...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

(c) The net worth of the firm should not have eroded by more than 30% in the last three financial years i.e. 2016, 2017 and 2018 in case the financial year is maintained calendar year wise or 2016-17, 2017-18 and 2018-19 in case the financial year is maintained other than calendar year. Note: All financial standing data should be certified by certified accountants e.g. Chartered Accountants (CA) in India and Certified Public Accountant/ Chartered Accountants for overseas supplier. 4. The bidder should give a declaration that they have not been black-

listed/ debarred for dealing by Government of India in the past.

5. The bidder should give declaration toward unconditional acceptance to all terms and conditions of the tender.

6. In case the tenderer offers to supply goods, which are manufactured by some other firm, the tenderer has been duly authorized by the goods manufacturer to quote for and supply the goods to SPMCIL. The tenderer shall submit the manufacturer’s authorization letter to this effect as per the standard form provided under Section XIV in this document. One manufacturer can authorize only one agent/dealer. There can be only one bid from (i) The principal manufacturer directly or through one Indian agent on his behalf or (ii) The foreign principal or any of its branch/division or (iii) Indian/Foreign principal on behalf of only one Principal.

7. The bidder has to submit Power of Attorney for the Authorized signatory for signing the bid document and concluding the contract, if awarded. 8. Local Manufacturer are exempted for experience criteria at point -1 & Turnover criteria at point 3(a) under make in India policy. The bidder has to fulfill/at all other criteria. The capability of level manufacture to the extent required shall be verified at each work site by representative of each unit.

Page 20: Standard Bidding Document (SBD)...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

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. ______________________dated.__________ We, the undersigned have examined that above mentioned tender enquiry document, including amendment No.________ dtd. _______ (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 as quoted in price bid (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 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. Dated this __________________________day of __________________________

For and on behalf of (With Seal) Signature

Name In the capacity of

(DULY AUTHORISED TO SIGN THE BID)

Page 21: Standard Bidding Document (SBD)...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

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 Procurement of 400 Nos. of Ultra Filtration Membranes.

Sr No

Description, Accounting unit and

quantity offered

Quoted Currency

FOB/FCA price per

equipment Qty FOB/FCA

Total Price Port/Actual Destination Insurance Freight

(Ocean) TOTAL CIF

PRICE

Col No 1 2 3 4 5 6 7 8

1 PROCUREMENT OF ULTRA FILTRATION MEMBRANES

400 NhavaSheva port/Mumbai

Airport

GRAND TOTAL

FOB price in words……………… CIF 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. The price bids with condition/counter condition are liable to be rejected.

(Name and Signature with date) Office Seal/Stamp

Page 22: Standard Bidding Document (SBD)...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

TABLE (b) SUMMARY OF PRICE SCHEDULE (FOR INDIAN BIDDERS): PRICE SHOULD BE QUOTED ON FOR basis for each unit

. Furnish complete list of equipment's and accessories which constitutes the Procurement of 400 Nos. of Ultra Filtration Membranes.

Sr No

Item description HSN CODE

UOM (Unit

of measurement

)

Basic price

including

packing and

forwarding / unit (Rs)

Freight and

Insurance

charges (Rs), if any

IGST @___

%

CGST @___%

SGST @___%

Total rate per

unit (Rs) inclusive of GST, freight

and insurance charges

Qty

Total Price for required

quantity of store (Rs)

(FOR each unit) inclusive of

GST, freight and insurance charges

1 2 3 4 5 6 7 8 9 10 11

1 PROCUREMENT OF ULTRA FILTRATION MEMBRANES

Nos 400

Grand Total: NOS- Numbers 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. Bidders have to submit their offer strictly as per the above price schedule in their commercial bid in a separate sealed cover. Notes- i. The bidder has to quote the applicable GST (i.e. IGST. CGST, SGST) as per GST law ii. Taxes and duties as applicable on the date of opening of price bid shall be taken into consideration for evaluation of bid. iii. Price bids with conditions/ counter conditions are liable to be rejected. iv. The bidder has to indicate SAC/ HSN code in the space provided above (Name and Signature with date)

Office Seal/Stamp

Page 23: Standard Bidding Document (SBD)...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

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 TWO BID, SINGLE STAGE (TWO PACKETS) TENDER BIDDER’S CHECK LIST BEFORE TENDER SUBMISSION

Part I: - TECHNO-COMMERCIAL BID

Sr. No.

Tender Submission Check Points Check before submission Tick ( √ )

1 Tender Fee 2 Earnest Money Deposit 3 Tender Document duly Seal & Signed 4 Term of Delivery :- FOR, each unit, duly unloaded 5 Tender Validity 90 days as per the tender 6 Technical Specification –Section VII as per tender 7 Submit Manufacturer’s Authorization form (As Applicable) 8 Accept the Warranty clause as per tender (As Applicable) 9 Submit the documents as per Qualification / Eligibility criteria –

Section IX (As Applicable)

10 Fill Tender Form – Section X duly seal & sign (Without mentioning price)

11 Delivery Period: Acceptance of delivery period as per Section VI of tender Document.

12 Blank price schedule format as per Section XI indicating 'XXXX' 13 Power of Attorney for signing the bid document and contract, if

awarded.

Part II: - PRICE BID

Sr. No.

Tender Submission Check Points Check before submission Tick ( √ )

1 Price Bid as per Section XI (Price including all taxes & other charges )

…………………………. (Bidder’s Seal & Sign)