Вы находитесь на странице: 1из 43

SECURITY PAPER MILL,

HOSHANGABAD - 461005 (M.P), INDIA


(A Unit of Security Printing and Minting Corporation of India Limited)(Wholly
owned by Government of India)
(Miniratna Category-I CPSE & ISO 9001:2008 & ISO 14001:2004 CERTIFIED)
Website:http://spmhoshangabad.spmcil.com
E-Mail:gm.spm@spmcil.com CIN: U22213DL2006GOI144763
Ph.No:91-7574-255259,Fax No:07574-255170
GSTIN: 23AAJCS6111J3ZE

PR Number PR Date Indenter Department


12002316 13.03.2018 Boiler house BOILER/H
Not Transferable

Security Classification:NON SECURITY

TENDER DOCUMENT FOR PURCHASE OF: PROCUREMENT AND


INSTALLATION OF ONE NEW 10 TPH BOILER
Tender Number: 6000011079/NEWBOILER/18-19/1012, Dated:
24.08.2018
This Tender Document Contains__________Pages.

Details of Contact person in SPMCIL regarding this tender:

Name: SHAILENDRA SINGH RAJPUT


Designation: Dy.Manager (Tech.Operatio
Address: SPMH (Security Paper Mill,Hoshangabd)
India

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001


T01.1
Tender Number:6000011079

Section1: Notice Inviting Tender (NIT)


6000011079 /NEWBOILER/18-19/1012 24.08.2018
(SPMCIL's Tender SI No.) (Date)
1. Sealed tenders are invited from eligible and qualified tenderers for supply of following goods & services:
Sch Brief Description Quantity Earnest Money Remarks
d. of Goods/services (with unit) (In Rupee)
No.
Supply of 10TPH boiler with 1.000 nos 500000.00INR
1 accessories 0.00

Erection and commissioning work 1.000 AU


2
Erection and commissioning 1.000AU
1
Type of Tender (Two Bid/ PQB/ EOI/ RC/ Development/ THREE-BID
Indigenization/ Disposal of Scrap/ Security Item etc.) National Competetive Bid
Dates of sale of tender documents: From 25.08.2018 to 04.10.2018 during office hours.
Place of sale of tender documents ADMIN. OFFICE, SPM, HOSHANGABAD
Closing date and time for receipt of tenders 05.10.2018 11:00:00
Place of receipt of tenders ADMIN. OFFICE, SPM, HOSHANGABAD
Time and date of opening of tenders 05.10.2018 15:00:00
Place of opening of tenders ADMIN. OFFICE, SPM, HOSHANGABAD
Nominated Person/ Designation to Receive Bulky SHAILENDRA SINGH RAJPUT
Tenders (Clause 21.21.1 of GIT) Dy.Manager (Tech.Operatio
Abbreviation :-
"AU" MEANS ACTIVITY UNIT & "NOS." MEANS NUMBERS
------------------------------------------------------------
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 cost of per set in the form of account payee
demand draft Rs 1,120/- (including GST 12% i.e. Rs. 120/-) cashier's cheque/ certified cheque, drawn on a
scheduled commercial bank in India, in favour of SECURITY PAPER MILL payable at HOSHANGABAD.

4.Tenderer may also download the tender documents from the web site http://spmhoshangabad.spmcil.com and
http://eprecure.gov.in and submit its tender by utilizing the downloaded document, along with the required
non-refundable cost.

5. 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 cost mentioned in Para 3 above.

6.In the event of any of the above mentioned dates being declared as a holiday/ closed day for the purchase
organization, the tenders will be sold/ received/ opened on the next working day at the appointed time.

7. SUBMISSION OF TENDER:

Tender shall be prepared and submitted in Three-Bid System which includes three parts i.e. Part
I:"PRE-QUALIFICATION BID" Part II: "TECHNO-COMMERCIAL BID" and Part-III: "PRICE-BID" separately in 03
sealed envelopes duly super scribed as "Pre-Qualification Bid", "Techno-commercial Bid" and "Price-Bid"

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001


Sec01.1
Tender Number:6000011079

respectively. The envelope should be Super Scribed our tender enquiry No., Date and marked with due date. The
aforesaid Three envelopes should be put inside an Outer big size envelope duly sealed and this outer envelope
again should be super scribed our tender enquiry No., date and marked with due date and sent to the General
Manager, Security Paper Mill, Hoshangabad- 461005 (M.P.)

Note: Without subscription as above tender shall not be accepted. The tender duly prepared as following and should
reach this office by Registered Post/Courier Services / Drop box only, on or before the due date prescribed. Tenders
received by Fax/Email will not be accepted and summarily be rejected.

EARNEST MONEY DEPOSIT : Rs. 5,00,000/-


Tender should be accomplished with Earnest money Deposit (Non-interest bearing) of Rs. 5,00,000/- in the
forms as given below.
(a) Account Payee Demand Draft or
(b) Fixed Deposit Receipt or
(c) Banker#s cheque.

The demand draft, fixed deposited receipt or banker's cheque shall be drawn on any scheduled commercial bank in
India, in favour of SECURITY PAPER MILL PAYABLE AT HOSHANGABAD. The earnest money shall be valid for a
period of forty five days beyond the validity period of the tender.

(8) 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) before supply of material after issue of Purchase
order by SPM, Hoshangabad in favour of The Security Paper Mill payable at Hoshangabad. The performance
security will be return back without any interest to successful tenderer after the completion of all contractual
obligations.

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

(10) EXEMPTION WILL BE GIVEN DEPOSITING OF ONLY TENDER COST TO ANY DIC/SSI/MSME/NSIC
REGISTERED FIRM

Special Instruction: -
--------------------------------
(I) Micro and Small Enterprises firm are exempted from submitting Tender cost. 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.

(II)Price quotation in tenders:


(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 20 per cent of total tendered value.

(b) In case of more than one such Micro and Small Enterprise, the supply shall be shared proportionately (to
tendered quantity).

c) In case of tender item have non-split able or non-dividable, etc. MSE quoting price within price band L1+15% may
be awarded for full/ complete supply/service of total tendered value to MSE.

(III) Special provisions for micro and small enterprises owned by SC or ST:
Out of 20 per cent allowed for procurement from Micro and Small Enterprises, a sub-target of 20 per cent (i.e., 4 per
cent out of 20 per cent) shall be allowed for procurement from Micro and Small Enterprises owned by the Scheduled

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001


Sec01.2
Tender Number:6000011079

Caste or the Scheduled Tribe entrepreneurs. 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 per cent sub-target for procurement
earmarked for Micro and Small Enterprises owned by Scheduled Caste or Scheduled Tribe entrepreneurs shall be
met from other Micro and Small Enterprises.

(IV) Tender cost and Earnest Money Deposit (EMD) is exempted for firms having NSIC registration for the tendered
stores. A copy of valid NSIC is to be submitted alongwith bid.

(V) Relaxation of Norms for startups and Micro & Small Enterprises on prior experience and prior experience an
prior turnover criteria. In exercise of Para 16 of Public Procurement Policy for Micro and Small Enterprises Order
2012. Security Paper Mill, Hoshangabad has relaxed the condition of prior turnover and prior experience with
respect to Micro and Small Enterprises subject to meeting of quality and technical specifications.

---------------------------------------------------------------
Note :
(1) All other terms and conditions of NIT (including GIT, SIT, GCC & SCC) shall be remain as per our procurement
manual.

(2) General instructions to tenderer (GIT) and General conditions of contract (GCC) shall also form a part of this
tender document. For details regarding GIT and GCC please refer links as below:
http://spmhoshangabad.spmcil.com/spmcil/uploaddocument/GIT.pdf
http://spmhoshangabad.spmcil.com/spmcil/uploaddocument/GCC.pdf

SECTION - II to XIX : APPLICABLE, EXCEPT SECTION : XIII & XVIII.


SECTION -XIII BANK GUARANTEE FORM FOR EMD : NOT APPLICABLE
SECTION XVIII SHIPPING ARRANGEMENTS FOR LINER CARGOES : NOT APPLICABLE

IMPORTANT NOTE:-

(1) The tender documents are not transferable.

(2) SPMs Right to Accept any Tender and to Reject any or All Tenders SPM reserves the right to accept in part or in
full any tender or reject any tender without assigning any reason or to cancel the tendering process and reject all
tenders at any time prior to award of contract, without incurring any liability, what so ever to the affected tenderer or
tenderers.

(3) #BIDDER TO FURNISH STIPULATED DOCUMENTS ALONG WITH TENDER IN SUPPORT OF FULFILLMENT
OF TENDER CRITERIA. FURTHER CORRESPONDENCE IN THIS REGARD WILL NOT BE ENTERTAINED FOR
ANY REASON. NON-SUBMISSION OR INCOMPLETE SUBMISSION OF DOCUMENTS MAY LEAD TO
REJECTION OF OFFER.#

Encl: Annexure-I (Check list)

(S. S. RAJPUT)
Dy. Manager (Purchase)
For General Manager
E-mail : SHAILENDRASINGH.RAJPUT@spmcil.com, purchase.spm@spmcil.com
PHONE :- (07574) 286847/6776

CORRESPONDING ADDRESS
---------------------

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001


Sec01.3
Tender Number:6000011079

THE GENERAL MANAGER


SECURITY PAPER MILL
HOSHANGABAD-461 005 (M.P.)
Website: http://spmhoshangabad.spmcil.com
FAX :- (07574)-255170

SIGNATURE OF BIDDER WITH NAME,


DESIGNATION & SEAL

..........................................

..........................................
(Name Designation, Adress telephone number etc
of the officer signing the document)

For and on behalf of


...........................................

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001


Sec01.4
Tender Number:6000011079

Section II: General Instructions to Tenderers (GIT)


Part 1: General Instructions Applicable to all type of Tenderers

Kindly refer http://spmhoshangabad.spmcil.com/spmcil/uploaddocument/GIT.pdf


for further details (GIT contains 32 pages).

SIGNATURE OF BIDDER WITH NAME,


DESIGNATION & SEAL

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001


Sec02.1
Tender Number:6000011079

Section II: General Instructions to Tenderers (GIT)


Part II: Additional General Instructions Applicable to Specific type of Tenderers

Kindly refer http://spmhoshangabad.spmcil.com/spmcil/uploaddocument/GIT.pdf


for further details (GIT contains 32 pages).

SIGNATURE OF BIDDER WITH NAME,


DESIGNATION & SEAL

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001


Sec02.2
Tender Number:6000011079

Section III: Specific 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.
(Clauses of GIT listed below include a possibility for variation in their provisions through SIT. There could be other
clauses in SIT as deemed fit.)

Sr No GIT Clause Topic SIT Provision


No.
01 4 Eligible Goods and Services (Origin of All goods and related services to be supplied
Goods) under the contract shall have their origin in India or
other countries, subject to any restriction imposed
in this regard in Section III (SIT) The term 'origin'
used in this clause means the place where
thegoods are mined, grown, produced, or
manufactured or from where the related services
are arranged and supplied. (Page No. 257)
02 8 Prebid Conference On dated 21.09.2018 at 11:00:00 Hrs at ADMIN.
OFFICE, SPM, HOSHANGABAD
03 9 Time Limit for receiving request for A Tenderer requiring any clarification or
clarification of Tender Documents elucidation on any issue of the tender documents
may take up the same with SPMH in writing or by
fax/e-mail/telex. SPMH will respond in writing to
such request provided the same is receivedthan
twenty one days (unless otherwise specified in the
SIT) prior to the prescribed date of submission of
tender. Copies of the query and clarifcation shall
be sent to all prospective bidders who have
received the bidding document. (Page No.259)
04 11.2 Tender Currency Supplier is requested to quote price within 2
Decimal place.Quotation with price quote beyond
2 decimal place is ignored.
05 12.10 Applicability of Octroi and Local taxes Applicable - bear by tenderer
06 19 Tender Validity 165 Days from the opening date of quotation
(Page no. 268)
07 20.4 Number of Copies of Tenders to be One
submitted
08 20.9 Discrepancy in Prices - A (Page No. 273) If, in the price structure quoted by a tenderer,
there is discrepancy between the unit price and
the total price (which is obtained by multiplying the
unit price by the quantity, the unit price shall
prevail and the total price corrected accordingly,
unless SPMH feels that the tenderer has made a
mistake in placing the decimal point in the unit
price, in which case the total price as quoted shall
prevail over the unit price and the unit price
corrected.

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001


Sec03.1
Tender Number:6000011079

Sr No GIT Clause Topic SIT Provision


No.
09 35.2 Discrepancy in Prices - B (Page No. 273) If there is an error in a total price, which has been
worked out through addition and/or subtraction of
subtotals, the subtotals shall prevail and the total
corrected
10 43 Discrepancy in Prices - C (Page No. 273) If there is a discrepancy between the amount ex
pressed in words and figures , the amount in
words shall prevail If , as per the judgment of
SPMH , there is any such arithmetical discrepancy
in a tender, the same will be suitably conveyedless
SPMH feels that the tenderer has made a mistake
in placing the decimal point in the unit price, in
which case the total price as quoted shall prevail
over the unit price and the unit price corrected.

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001


Sec03.2
Tender Number:6000011079

Section IV: General Conditions of Contract (GCC)


Kindly refer http://spmhoshangabad.spmcil.com/spmcil/uploaddocument/GCC.pdf
for further details (GCC contains 28 pages).

SIGNATURE OF BIDDER WITH NAME,


DESIGNATION & SEAL

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001


Sec04.1
Tender Number:6000011079

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.
(Clauses of GCC listed below include a possibility for variation in their provisions through SCC. There could be other
clauses in SCC as deemed fit)

Sl.No GCC Clause Topic SCC Provision


. No.
01 8.2 Packing and Marking The quality of packing, the manner of marking
within & outside the packages and provision of
accompanying documentation shall strictly comply
with requirements as provided in Technical
Specifications and Quality Control Requirements
under Section VII andVIII and in SCC under
Section V. In case the packing requirements are
amended due to issue of any amendment to the
contract, the same shall also be taken care of by
the supplier accordingly. (Page No. 294-295)
02 11.2 Transportation of Domestic Goods Supplied material only through Registered
Common Carriers. . (Page No. 297-298)
03 12.2 Insurance The supplier shall make arrangements for insuring
the goods against loss or damage incidental to
manufacture or acquisition, trasportation, storage
and deliver as per clause no. 12.3, 12.4, 12.5
(Page No. 298)
04 14.1 Incidental Services Applicable (Page No. 299)
05 15 Distribution of Dispatch Documents for Applicable (Page No. 300)
clearance/ Receipt of Goods
06 16.2, 16.4 Warrantee Clause Applicable as per GCC
07 21.2 Taxes and Duties Applicable ( Henceforth, every supplier has to
indicate the break-up of Tax (GST.) in price
schedule/bills. In case Tax is not applicable on
supplier, they must enclose relevant Tax
Exemption certificate. It is must for availinginput
tax rebate. (Page No. 303)
08 24.1 Quantum of LD Applicable as per GCC
09 33.1 Resolution of Disputes If dispute or difference of any kind shall arise
between SPMH and the supplier in connection
with or relating the contract, the parties shall make
every effort to resolve the same amicably by
mutual consultations. If the parties fail to resolve
theirdispute or difference by such mutual
consulation withing 21 days of its occurrence,
then,unless otherwise provided in the SCC, either
SPMH or the supplier may seek recourse to

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001


Sec05.1
Tender Number:6000011079

Sl.No GCC Clause Topic SCC Provision


. No.
settlement of disputes through arbitration act 33.2.
(Page No. 312)

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001


Sec05.2
Tender Number:6000011079

Section VI: List of Requirements


Schedule Breif Description of goods Accounting Unit Quantity Amount of Remark
No. and services (Related Earnest
Specifications etc.are in Money
Section-VII)
1 Supply of 10TPH boiler with nos 1.000 500000.00
accessories INR
0.00
2 Erection and AU 1.000
commissioning work

(1)Required Fabrication / Delivery Schedule: Within 12 months from the date of issue of purchase order (Including
Supply, Erection & Commissioning of Boiler).

(2) Required Destination/ F.O.R.: Security Paper Mill, Hoshangabad duly unloaded and with erection and
commissioning of Boiler.

As per Government of India instruction e-Way Bill is mandatory with effect from 01-02-2018 for all inter-State and
intra-State movement of goods. Therefore you are requested to generate the e-Way Bill before booked the material
through common portal of Government and attach e-Way Bill with your invoice. Required GST details of Security
Paper Mill, Hoshangabad is as follows:-

Trade Name: SECURITY PAPER MILL


City, State: HOSHANGABAD, MADHYA PRADESH
State Code: 23
Pin: 461005
GSTIN No.: 23AAJCS6111J3ZE
PAN No. : AAJCS6111J

(3)Payment term: Payment for the supply of stores would be made as under:

A. 80% payment of the cost of goods (as per part "I" of the price schedule section XI of this tender document)
shall be made on receipt and acceptance of goods by the consignee at destination and on production of all required
documents by the supplier at SPM, Hoshangabad. The mode of payment shall be RTGS / NEFT.

B. 20% payment of the cost of goods (as per part "I" of the price schedule section XI of this tender document)
shall be made on successful installation, commissioning and acceptance by the SPM.

C. 100% payment of the cost of installation and commissioning (as per part #II# of the price schedule section XI of
this tender document) shall be made on successful installation, commissioning and acceptance by the SPM,
Hoshangabad.

(4). Taxes: If any - Please strictly incorporate in our NIT Section - XI.

(5) Tender Validity:-

The tenders shall remain valid for acceptance for a period of 165 days. Any tender valid for a shorter period shall be
treated as un-responsive and rejected. (GIT Clause No. 19.1)

(6)Tenderers shall ensure that their tenders/ quotation/offer, duly sealed and signed, complete in all respects, reach

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001


Sec06.1
Tender Number:6000011079

at the SPM, Hoshangabad address on or before the closing date and time indicated in the Para1 of NIT, failing
which the tenders will be treated as late and rejected.

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

(8)Please quote our tender enquiry no., dated and date of opening of tenders on the top of the sealed envelope
containing the signed quotation failing which the quotation treat as ignored and rejected.

(9)Any dispute, arising out of the supply order/ contract will be subject to the exclusive jurisdiction of the competent
court at Hoshangabad.

(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) within 21 days after issue of Notification of Award
of Contract (NAC)by SPM, Hoshangabad in favour of The Security Paper Mill payable at Hoshangabad. The
performance security will be return back without any interest to successful tenderer after the completion of all
contractual obligations.

(11)If the tenderer desires to ask for excise duty, sales tax, custom duty, etc. to paid extra, the same must be
specified stated and should be shown separately. In the absence of any such stipulation the price will be taken
inclusive of such duties and taxes and no claim for the same will be entertained later. Sales Tax may be issued, if
any applicable, with concessional form - C. For work/ service contract, TDS or any other applicable taxes shall be
deducted from the firms bill.

(12) Prices quoted by the tenderer shall remain firm and fixed during the currency of the contract and not subject to
variation on any account.

(13)SPMs Right to Accept any Tender and to Reject any or All Tenders SPM reserves the right to accept in part or in
full any tender or reject any tender without assigning any reason or to cancel the tendering process and reject all
tenders at any time prior to award of contract, without incurring any liability, what so ever to the affected tenderer or
tenderers.

(14)Authorized representatives of the tenderers, who have submitted tenders on time may attend the tender
opening, provided they bring with them letters of authority through firm as per section - XVII of tender enquiry.

(15) The supplier shall be responsible till the entire stores contracted for arrive in good condition at SPM,
Hoshangabad. The transit risk in this respect shall be covered by the Supplier by getting the stores duly insured.

(16) The supplier shall repair or replace the defective goods or parts thereof, free of cost, at the ultimate destination
i.e. SPM, Hoshangabad, if the material is rejected by SPM, Hoshangabad . The supplier shall take over the replaced
parts/ goods after providing their replacements and no claim, whatsoever shall lie on SPM, Hoshangabad for such
replaced parts/ goods thereafter.

(17) 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, SPM shall, without prejudice to other rights and remedies available to SPM under the
contract, deduct from the contract price, as liquidated damages, a sum equivalent to the 0.5 % percent of the
delivered price of the delayed goods and/ or services for each week of delay or part thereof until actual delivery or
performance, subject to a maximum deduction of the 10% of the delayed goods# or services contract price(s).

(18) EARNEST MONEY DEPOSIT (EMD)

The Earnest money for a total value of INR 5,00,000/- shall be furnished in one of the following forms.

a) Account Payee Demand Draft or

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001


Sec06.2
Tender Number:6000011079

b) Fixed Deposit Receipt or


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 Account specified in the Clause 3 of NIT. The earnest money shall be valid for a period of forty
five days beyond the validity period of the tender. EMD should be sent along with your Techno-Commercial
quotation. Quotation without EMD will summarily be rejected. The Earnest Money Deposit of un-successful bidders
will be returned.

(19) TENDER SUBMISSION:-

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 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 be
making tender liable for rejection. The envelopes containing bids shall be superscribed Pre-qualification bid
Technical bid and Price bid. The sealed envelopes shall be again put in another sealed cover and should be
superscribed The sealed envelopes shall be again put in another sealed cover and should be superscribed with
words # Pre-Qualification bid, Techno- Commercial Bid & Price Bid against our Tender Document / NIT No., NIT
Date & Due date and be addressed to the General Manager, Security Paper Mill, Hoshangabad# 461 005 (M.P.).
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.

(20) Pre-dispatch Inspection: SPM authority will inspect all the material before dispatch.

Tenders shall be submitted in parts as below:-

(1)PART # I: PRE-QUALIFICATION BID:-


-----------------------------------------
FOR NON-MSME FIRMS:

i) Tender document fee of Rs. 1,120/- (including GST 12% i.e. Rs. 120/-) as given in Section-I of this tender
document.

ii) Earnest money deposit of Rs. 5,00,000/- as given in Section-I of this tender document.

iii) One original copy shall be submitted. It should not have any price aspects.

iv) Power of Attorney / Authorization with the seal of the company of person signing the tender documents.

v) Containing un-priced tender consisting of complete Qualification/Eligibility of the tenderer as per the format
specified under Section IX in this document.

vi) All financial standing data should be certified by certified accountants# e.g. Chartered Accountants (CA) in India
and Certified Public Accountant/ Chartered Accountant of other countries. However for FY 2017-18, CA certified
unaudited / provisional documents may be submitted in case audited CA certified documents are not finalized during
the tender submission time. Subsequently audited CA certified documents needs to be submit once the same are
finalized.

vii) Containing unpriced tender consisting commercial package including all terms and conditions. No price details to
be given in this tender (as per Section-X).
--------------------------------------------------------

FOR MSME FIRMS:

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001


Sec06.3
Tender Number:6000011079

i) One original copy shall be submitted. It should not have any price aspects.

ii) Power of Attorney / Authorization with the seal of the company of person signing the tender documents.

iii) Containing un-priced tender consisting of complete Qualification/Eligibility of the tenderer as per the format
specified under Section IX in this document.

iv) Containing unpriced tender consisting commercial package including all terms and conditions. No price details to
be given in this tender (as per Section-X).

(2) PART # II: TECHNO-COMMERCIAL BID: For Non-MSME and MSME firms
---------------------------------------------
i) Confirm the technical specification as per section VII and commercial conditions of this Tender document with seal
and sign.

ii) Confirm the delivery period as per section VI of this Tender document with seal and sign.

iii) Confirm the delivery schedule as per section VI of this Tender document with seal and sign.

iv) Confirm the Tender validity as per section VI of this Tender document with seal and sign.

v) Confirm the payment terms as per section VI of this Tender document with seal and sign.

vi) Accept the Warranty clause as per Section V

vii) One format of blank Price bid to be furnished without price/ price elements to know whether the firm furnished
clearly all charges as required in our Price Schedule shown at Section: XI of this document.

viii) It should not have any price /price elements of the item being offered, otherwise offer shall liable to rejection.

ix) Submit a documents on your letterhead with seal and sign stating unconditional accepting all the terms and
conditions of tender enquiry without any deviations with acceptance of all section of this tender documents (GIT,
SIT, SCC, Quality control requirements, Tender form, Questionnaire, etc.

(3) PART- III: PRICE BID:- For Non-MSME and MSME firms
-------------------------------------
i) The bidders shall quote the price and other elements of price as per the format given as Section XI of this tender
document. Insertion, post script, addition and alteration shall not be entertained with signing and sealing of the
bidder firm.

ii) Price quoted by the tender shall remain firm and fixed during the currency of the contract and not subject to
variation on any account (As per clause 14.1 of GIT)

iii) Conditional offer shall liable to rejection.

iv) All the details should be clearly mentioned in the price bid.

(20) NOTE: #BIDDER TO FURNISH STIPULATED DOCUMENTS ALONG WITH TENDER IN SUPPORT OF
FULFILLMENT OF TENDER CRITERIA. FURTHER CORRESPONDENCE IN THIS REGARD WILL NOT BE
ENTERTAINED FOR ANY REASON. NON-SUBMISSION OR INCOMPLETE SUBMISSION OF DOCUMENTS MAY
LEAD TO REJECTION OF OFFER

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001


Sec06.4
Tender Number:6000011079

IMPORTANT NOTE:-
(21) General instructions to tenderer (GIT) and General conditions of contract (GCC) shall also form a part of this
tender document .For details regarding GIT and GCC please refer links as below:
http://spmhoshangabad.spmcil.com/spmcil/uploaddocument/GIT.pdf

http://spmhoshangabad.spmcil.com/spmcil/uploaddocument/GCC.pdf

SECTION -XIII BANK GUARANTEE FORM FOR EMD : NOT APPLICABLE


SECTION XVIII SHIPPING ARRANGEMENTS FOR LINER CARGOES : NOT APPLICABLE

SIGNATURE OF BIDDER
(WITH NAME, DESIGNATION AND SEAL)

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001


Sec06.5
Tender Number:6000011079

Section VII: Technical Specifications


TECHNICAL SPECIFICATION FOR 10 TPH, F&A 100ºC @15 Kg/Cm², FO and GAS FIRED BOILER.

Oil cum gas fired boiler specifications:

Items Units Description

Boiler Type Three pass wet back smoke tube boiler


Design Code IBR 1950 (As per latest amendment)
Steam Output F & A 100 ºC kg / hr 10,000
Design Pressure kg / cm2 (g) 15
Safety Valve Set Pressure kg / cm2 (g) As per WP
Thermal Efficiency on NCV (Oil) % >88 (as per BS 845 Part -1 )
Thermal Efficiency on NCV (N gas) % > 90 (as per BS 845 Part -1)
Dryness Fraction % 98
Combustion chamber Corrugated type
Heating Surface Mtr2 As per vendors design
Water Holding Capacity Up to NWL Mtr3 As per vendors design
Steam Space Mtr3 As per vendors design
Fuel:
Type Furnace oil and Gas
NCV of Furnace oil kcal/kg 9650 (approx)
NCV of LNG/LPG gas Kcal/Nm3 11500(approx)
Burner Oilon / Nu-way / Weyshaupt
Type Dual Block
Light Up By High Voltage Spark
Fuel Supply Pressure( Oil ) kg/cm2g As per vendors design
Fuel Supply Pressure( N gas ) As per vendors design
Burner Model (Oil cum gas ) As per vendors design
Burner Turn Down (Oil) As per vendors design
Burner Turn Down (Gas) As per vendors design
Modulation type (Oil cum gas) As per vendors design
Cumbustion Blower Motor KW As per vendors design
Chimney Height As per PCB norms with Stairs

Feed Water Pump :


Type Centrifugal Multistage - Vertical
Flow m3/hr As per vendors design
Head MLC As per vendors design
NPSH Required MLC As per vendors design
Material Of Construction As per vendors design
Impeller Stainless Steel
Outer sleeve Stainless Steel
Shaft Stainless Steel
Type Of Seal Mechanical Seal
Speed RPM As per vendors design
Break KW KW As per vendors design
Motor KW KW As per vendors design
Motor connection starting DOL
Power Supply :

VOLTAGE/FREQUENCY
Power 415Volts ± 5% ; 50 Hz ± 0 .5% ; 3 Ph,3 / 4 Wire

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001


Sec07.1
Tender Number:6000011079

Control 240/220 Volts AC, Single Phase


Control Panel Load KW As per vendors design

1.0 Design Requirements:

Boiler should be horizontal, three pass, fully wet back, smoke tube steam boiler, with reversal chamber consisting of
single shell made from boiler quality plates shell type, automatically controlled, tested and proven under rigorous
conditions and subject to the strict quality control procedures.

a.The boiler should be of genuine three pass flue path. Flue gases should pass through the corrugated furnace (first
pass) whereas second and thirds passes should be formed by nests of smoke tubes. At the end of the furnace the
flue gas reverses into second pass tubes.

(i)The boiler shall be complete with all mountings, accessories, controls etc.

(ii) Boiler construction shall be in accordance with the latest revision of Indian Boiler Regulations 1950, Act 1923
applicable. All materials used shall be approved and tested as per relevant existing codes. All the welded joints shall
be as per code requirement.

(iii) The boiler should be of latest compact and be genuinely packaged design. The boiler and the burner design
must be preferably from the same source to ensure perfect matching of burner and boiler.

(iv)The fire tubes in the tubes nest should be plain without any restriction inside. These tubes should be easily
accessible both from inside as well as outside for inspection and maintenance. These tubes are to be tightly
expanded in the tube plate and seal welded. The required number of stay tubes and stay bars are to be fitted the
boiler. The stay tubes should be seamless & strength-welded to tube plates. (v) All working parts of the boiler should
be accessible for ease of inspection and maintenance. On the shell, one elliptical mandoor and on tube plate one
mud hole must be provided. Access to the combustion chamber should be through bolted refractory lined access
door whereas tube nest should be exposed through hinged mounted front doors.

(vi) Boiler front door is lined with ceramic fiber blanket with SS sheeting on the tube side of the door. (vii) The boiler
mountings shall be as per the Extent of Supply.

(viii) The boiler shall be designed and constructed to generate steam at efficiency of 88% on net NCV) basis in case
of furnace oil and >90 % in case of LPG/LNG. # Boiler system Efficiency shall be demonstrated as per standard BS
#845 Part 1 Indirect method.

(ix) The insulated cylindrical shell of the boiler shall be cladded with Aluminum and housed in cover frame. Therefore
the top of the boiler serves as platform and facilitates ease
of movement for maintenance at elevation. A movable ladder shall be provided which can be moved as per
convenience.

(x) Boiler and accessories shall be mounted on a single base frame. Individual systems such as feed water pump,
blower, oil pump unit etc. may be on separate base plates welded to the nearer or boiler base frame.

(xi) The boiler furnace shall be corrugated type which overcomes expansion and contraction during operation of
boiler with no trouble.

b. Fuel oil and Gas system:

This shall be suitable for handling the fuel specified above FO and GAS.

Burner shall be dual-bloc type. The built in electric heater with three elements is provided for ensuring the
conditioning of furnace oil for firing in the boiler. The electrical oil pre-heating system shall be 100% pre-heating for

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001


Sec07.2
Tender Number:6000011079

the rated boiler capacity. Boiler is to be fitted with imported Oilon/ Nu-way/ Weyshaupt make dual fired burner with
burner management system LMV52 including GAS train system.

c. Combustion System:

This system consists of a forced/balanced draft combustion air blower with motor, mechanical atomizer burner
assembly, photocell operated safety device, ignition electrodes, transformers, ID fan (in case balance draft) etc.
Burner assembly shall be bolted on combustion chamber and that the burner is lit only when the entire burner
assembly is fitted and is in a closed position, ready for operation. Pressure jet atomization shall be provided. The
burner should be capable of firing furnace and Gas at required pressure.

Furnace Oil cum Gas Fired Burner: - Pressure jet spill return stepless modulation burner with the high voltage spark
ignition/Pilot flame for burner light up. Burner is suitable for firing heavy oil. Pressure gauge at inlet & outlet with
isolation valve & syphon for oil pressure sensing. Flame sensor is provided in the burner to detect the flame in auto
mode operation. Burner shall be Oil cum Gas fired (Dual fired); it should have indirect efficiency monitoring system
and Burner Management System LMV52 (updated version) o Burner shall be delivered with O2 Trimming & VFD
[FD+ ID] (Combustion Blower/ in case Balance draft ) o Boiler shall be provided with Boiler efficiency monitoring
system (Online Density compensated vortex/orifice steam flow meter, oil flow meter, Gas flow meter TDS based
Auto blow down control system, O2 Trimming- Zirconium Sensor) Spring loaded explosion door & fusible plug
provided for ultimate safety. Burner must be with turn down ratio for FO 1:4.2 and for gas 1:4.16

d. Feed water System: 2 nos. [1W + 1S] electrically driven vertical centrifugal multistage pumps mounted separately
with motor capable of using feed water at temperature of 120 deg C with all SS internals, interconnected pipework
between pumps and feed check valves. Vendor shall be provide Alarming signal for de-aerator tank in case low
water level and high water level.

e. Three Element Level Control System:

Consisting of on-line level controller (Differential Pressure


Transmitter) and Control Valve on the feed water line. The system allows for the DPT to sense the level of the water
on the steam drum and through a controller actuate the control valve for allowing water to flow into the boiler.

f. Blow down system : Boiler Blowdown Control System based on conductivity principle with electrically actuated
valve for efficient control of TDS level within the boiler shell. This system shall be installed in parallel to the manual
blow down valve.

g. Dust Collector: Multi cyclone dust collector shall be provided by vendor as per site condition to remove the heavy
dust particulates comes along with flue gases during combustion.

h. Scrubber: The supplier has to provide a suitable scrubber and arrangements to control SOx and SPM emissions
from the boiler.

i. Air Pre-Heater Assembly With Corrosion Management System:

1 External Parallel cum counter flow heat exchanger consisting of bank of carbon steel tubes carrying air and
enclosed with a shell having flue gases coming from boiler. Whole assembly will be mounted on a structure with
inlet, outlet combustion air & flue gas ducts.
2 Soot blower in the APH to remove the soot in working condition
3 Soot blower steam inlet globe valve
4 Isolation valve on steam line for soot blower steam
5 Temperature gauge mounted on outlet combustion air duct of APH to sense hot combustion air temperature which
is going to burner. 6 Limit switches at the flue gas inlet, outlet & bypass dampers of the APH 7 Drain valve at the
steam inlet to soot blower

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001


Sec07.3
Tender Number:6000011079

8 Inspection opening door for the APH


9 Corrosion management system comprises of followings items
# AR 63 Damper assembly in combustion air bypass duct to control and regulate air flow
# Servomotor with cam assembly linked with dampers to be used for fine control of air.
# Flue gas temperature sensor at the APH outlet to senses the gas temperature & transmits it to the PID controller
which controls the cold air bypass damper opening. By passing the cold air, air preheater tube metal temperature is
controlled above the sulphur dew point in part load condition, which avoids the corrosion of the APH.

j. Chimney:

# The Chimney shall be as per pollution control guide line (considering Sox formation calculation for height designed
for furnace oil) suitable for 10 TPH boiler.
# Suitable spiral stairs and working platform (width- 1 meter) inclusive of sampling point at different height shall be
provided by vendors to meet the Pollution control board guide line and norms and straight ladder for the remaining
height.
# Top portion of 2 meters shall be supply with SS anti corrosive lining.
# Chimney with hood, lighting arrester and aviation lamp at the top of the chimney shall be provide by the vendor.
# Chimney to be painted after successfully erection and commissioning with heat resistant paint and interior to be
painted with anti-corrosive black bituminous paint. # Separate life line shall be provide by the vendor for
maintenance or
painting work.

k. Emission parameter:

The boiler emission [SOx & NOx] in flue gases shall be followed the CPCB and MPPCB norms to prevent air
pollution and boiler shall be run as per Madhya Pradesh Pollution Control Board Norms.

l. Controls:

Electro-mechanical control system shall be provided .The PLC based control panel cum MCC shall be mounted on
the same boiler frame.
(i) Interlocking of the feed water pumps and water level in the boiler
(ii) Audio#visual alarm for danger level of water in the boiler and also for flame failure.
(iii) Programmer controller to ensure sequence of boiler start-up after ensuring required temperature and pressure of
oil, gas, air etc.
(iv) MCCB#s and contactors shall be provided for all electrical drives for the boiler.
(v) Pilot lamp to indicate operating status of the various equipment.
(vi) Complete internal wiring to ensure power supply at a single point on the panel.
(vii) Indicating lamps/ Audio alarm shall be provided for the following Parameters - - Low water level in the boiler
- Burner flame failure
- Feed water pumps failure
- Damper closed position

(viii) Pressure switch should be provided for burner interlock.

(ix) O2 Trim Control

(x) VFD for Blower Motor

2.0 Extent of Supply:

The package boilers for specified duly shall be supplied complete with all accessories in all respects, but not limited,
to the following, within vendor#s battery limit.

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001


Sec07.4
Tender Number:6000011079

v Oil and Gas fired package boiler complete with all accessories as specified such as fuel oil system, FD fan, ID fan,
oil heating system, boiler mountings, motors, starters, etc. foundation bolts for all items to be supplied.

v Two feed water pumps of adequate capacity and rating complete with
motor, starters etc. v Three Element Level Control System

v All necessary instrumentation completes with pre-wired control panel Inter connecting piping, fittings etc.

v Inter connected power & control wiring and instrument tubing etc.

Items required for installation, commissioning & startup of boiler. The following items, but not limited to those
mentioned, shall be supplied with the boiler. Pressure Parts

a. Boiler Shell
b. Tube Plates
c. Furnace flue
d. Corrugated Combustion Chamber
e. Boiler Tubes
f. Stays (Tubes, Bars, Gussets)
g. Mud door on tube plate
h. Man door
i. Stand Pipes for Stop, Feed check, Safety and Blowdown Valves
j. Stand pipes for gauge glass and level controller

Mountings & Fittings:

a. Main steam stop valve


b. Safety valve
c. Feed check valve
d. Auxiliary valve
e. Blow down valve with Automatic Blow down Control System
f. Isolating valve for water level controllers
g. Isolating valve for pressure switches and pressure gauge
h. Drain valve for water level controller
i. Sight glass assembly

Accessories:

a. Oil and gas firing equipment Pressure jet, automatic, with necessary valves, fittings & mountings
b. Oil pump with drive motor c. Electric pre-heater
D FD fan with drive motor
e. Multistage feed pumps with motors
f. ID fan with drive motor and damper

Instrumentation

a. Water level controllers for High, Low and Extra low water level alarm.
b. Over-ride controller for lockout under extra low water.
c. Steam pressure gauge with cock For display of boiler steam pressure.
d. Water level gauge assembly For display of water level in the boiler.

e. Switch gears, relays, connectors for individual controls of equipment through control panel.

f. Audio / visual alarm in case of unsafe operation for lockout under extreme conditions.

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001


Sec07.5
Tender Number:6000011079

g. Pressure and temp gauge with thermostat for burner operation.

h. Control panel for housing above instruments and switchgears.

i. Steam to fuel ratio monitoring system to monitor and display the boiler efficiency on-line, using necessary meters,
instrumentation and hardware.

j. Steam flow from boiler to monitor and record the actual steam flow.

k. Fuel oil flow from tank to monitor and record the actual oil
flow.

l. Gas flow meter to monitor and record the actual gas flow
m. Three Element Level Control To maintain level of water in the
boiler.

Note:

1) All DP Transmitters, pressure transmitters, oil and gas flow


transmitters Steam flow meter, Water flow meter, Temperature transmitters, conductivity transmitter and analyzers
(Shall be smart type) of ABB/Yokogawa/Honeywell/Siemens / Forbes Marshall make & E&H/Gestra/Steamline/Fuji
make

2)All valve#s actuators shall be of Regeltek/Deltech/PS


automation/KSB/Belimo/Elger/Rotork make and shall work on 24DC. All valves shall be of make Del valve
/AEW/Hi-torque/Keystone. The all valve shall be IBR approved Piston type in case handling higher pressure as per
IBR regulation.

3)PLC system shall be of Allen Breadly/Siemens/GE/ABB/Mitsubishi. The supplier also has to provide the Program
in ladder logic form (soft copy as well as hard copy) with license of the software.

4)Latest Industrial PC shall be of Adventech/P&F/Siemens/Dell/HP with min Monitor Size of 21" with minimum i5
processor.

5)Programming unit (15.5" laptop preferably HP/ Toshiba/ DELL with i7 processor and MPI communication cable
with proper software installed to access the PLC program).

6)All the field cables should of armored type.

7)Audio visual annunciator shall be of Minilac/Proton or better make.

8)All pressure gauges shall be GIC, Baumer/Waree/ Forbes Marshell / Norgern with IBR approved certification.

9)All discrete controllers shall be of ABB/Honeywell /Siemens/ Eurotherm make.

10) Supplier should provide product catalog, wiring diagram including terminal drawing of each installed equipment.
Controls & Safeties

a. Oil temperature indicator Local cum panel mounted to


indicate oil temperature

b. Pressure switch for firing positions of burner


c. Photo resistant cell flame failure and audio visual alarm

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001


Sec07.6
Tender Number:6000011079

d. Temperature controller to control oil temperatures in burner heater before nozzle with audio visual alarm and
burner trip

e. Sequence controller to control sequence of firing, pre-purging etc.

f. Modulating mechanism Stepped / Three stage modulation

g. Low oil pressure switch to trip burner with audio visual alarm

h. Level controller 2 nos. To raise alarms for High water level and trip burner in case of low &very low level with
audio visual alarm. i. Three Element Level Control For maintaining level of water in the boiler drum.

j. O2 Trimming to maintain the level of O2 in the Stack

k. VFD for Blower. For power savings and process control

Safety Interlocks:

Unsafe condition Instruments Action

(a) Low water level in the boiler # Level controller-1 Alarm & burner trip

(b) Extra low water level in the boiler Level controller -2 Alarm & burner trip

(c) Very extra low level Fusible plug Fusible plug blow & burner trip

(d) Flame failure Flame sensor Alarm & burner trip

(e) Low fuel oil temp Temperature switch Alarm & burner trip

(f) Steam pressure high Safety valve Lift

(g) Stack temp high Temperature switch alarm & burner trip

(i) Combustion air pr low Pressure switch Alarm & burner trip

(j) APH inlet damper closed Limit switch Alarm & burner trip

(k) APH outlet damper closed Limit switch Alarm & burner trip

(l) APH bypass damper open Limit switch Alarm & burner trip

(m) Ring main Pressure Low Fuel Pump / Burner Alarm & Pump /
burner trip

Piping:

Feed water: De-aerator tank to Feed pumps outlet to boiler shell


Oil: Ring man out let header to Burner integral oil piping
Drain: Interconnecting drain piping within battery limits
Steam: Boiler outlet to main header including isolation valve (piston type)

Electricals:

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001


Sec07.7
Tender Number:6000011079

The control panel must be a part and parcel of boiler/boiler package. It should contain all necessary switchgears,
safety alarms/interlocks and burner management system and is to be mounted nearer to boiler eliminating any
cabling requirement at site. All the control & Power panels / MCC should comply to IP 65 norms. Boiler should be
complete with all necessary electrical cabling from the control panel till burner / FW pumps etc. Power cables shall
be FRLS, 1100 V grade, XLPE insulated & PVC overall sheathed. Control cables shall be FRLS, multi-strand copper
conductors of minimum 2.5 sq.mm with XLPE Insulation. All power & control cables shall be of copper. All motors
shall conform to squirrel cage induction motors, TEFC, IP-55, class #F# insulation Make of all motors should ABB/
Siemens / CG only. Construction of the motor should be conducive to the Furnace Oil and Natural Gas environment
and shall comply to the Zone requirements as per the standard code of construction. All the cable glands shall be of
Brass, Double compression type. All cable lugs shall be of copper. MCC cum Control Panel: A MCC cum control
panel (IP65), complete with main isolator switch (MCCB
with Overcurrent & earth fault protection.), starters with MPCB & digital motor protection devices, auxiliary
contactors, relays, fuses, rotary switches, indicating lamps, isolator, hooters with programmer and combustion safety
relay. The panel should be completely pre wired and factory tested. It should be mounted on the boiler itself or
nearer to boiler control room. Switchgear Selection should follow Type - 2 Coordination with MPCB. In case of Drive
as starters, bypass DOL/star delta starter shall be provided. The control supply in MCC shall be 230 Volts. MCC
incomer should have a digital multi-function meter to record energy and other electrical parameters.
Earthing: Vendor shall arrange for minimum 4 Nos. earthing Pits with chemical earthing for catering all earthing
requirements of boiler. Earthing of the motors and panel will be double earthing though suitable size copper earthing
strips and cables.
230 / 24 Volt Supply: Vendor shall arrange for suitable 24 Volts Supply (4 Industrial socket Outlets) And 230 Volts
Industrial Socket Outlets (4 Nos.) for Boiler Maintenance.

Insulation, Cladding & Painting:

1. The cylindrical shell of boiler, hot pipe line of steam and water must be insulated with glass wool / Rock wool
mattresses of desired thickness.
2. Cladding to be done by aluminum sheet to cover all insulation with proper water proof joint which can not affect by
rain and other adverse situation.
3. The painting of all open pipe line shall be painted as per ISO colour code after applying primer.

Refractory :
Suitable refractory material is provided for all required parts as follows:

Front door: High Temp. High density cast refractory/ ceramic fiber blanket with SS sheeting Rear door : Hysil
blocks with Kynex HG / Insulyte 7 Furnace ring / burner ring : Hysil blocks with Insulyte 7

3.0 Services

The following services shall be in the scope of vendor #

# Supervision of Erection, installation & Commissioning


# The firm has to carry out all the IBR formalities and arrange Boiler inspection at site for-
Ø Ground (Stage) Inspection of IBR
Ø Final Inspection before dispatch( by SPM official)
Ø IBR Approval of Boiler up to Provisional Firing Order

4.0 Battery Limits:

1. Steam, Blow Down And Drain: Inlet of existing steam header


At a safe distance outside boiler house Drain of blow down in blow down pit

2. Water: From existing feed water tank

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001


Sec07.8
Tender Number:6000011079

3. Fuel: From outlet of existing DOT/Gas Bank

4. Air And Flue Gas: Intake from Atmosphere and Flue gas discharge through Chimney

5. Electrical : At incomer of MCC panel

6. Approvals : Up to provisional firing order

All battery limit flanges for low pressure steam will be as per ANSI B 16.5 150# and that for high pressure steam will
be as per ANSI B 16.5 ASA 300#

Following utilities will be available at battery unit a. Electricity (Power & cables): 415Volts ± 5%; 50 Hz ± 0 .5%; 3
Ph,3 / 4 Wire

5.0 Exclusions
- Civil work
- Feed water tank and fuel oil day tank
- All piping outside package unit
- Power supply cable wiring upto the incoming switch of the control panel

6.0 Inspection & Approvals The boiler shall be subject to inspection and testing in accordance with latest IBR codes.

Boiler fabrication shall be subject to inspection & testing in


accordance with latest revision IBR. Manufacturer shall ensure that the boiler meet the requirements of the
Inspectorate of boilers.

Simulation test of boiler control panel shall be carried out in presence of customer#s representative at the place of
manufacture before delivery.

Boiler/ piping shall be hydro-tested at works.


7.0 Guarantee / Warranty:

The boiler supplier shall guarantee the following

1. The boiler shall be guaranteed for trouble free operation for a period of 12 months from the date of final
acceptance.

2. Performance guarantee runs shall be conducted as per BS 845 part I #1987 indirect test method-after one month
of continuous trouble free operation.

3. Any defect due to faulty material / poor workmanship shall be


rectified free of cost to the entire satisfaction of the purchaser. 8.0 All warrantees from equipment suppliers will be
vested in the client.

Makes:
1. Boiler Forbes Marshall,Thermax,Rakho, IBL or equivalent

2. Feed Water Pump Grundfoss

3. Fuel oil pump Neels # Entees, Suntec

4. Burner as per Mfg Standards Manufacturer of the Boiler and burner should be the same

5. Burner management system Siemens LMV52

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001


Sec07.9
Tender Number:6000011079

6. Blower Burner manufacturer#s standard

7. Sequence controller Burner manufacturer#s standard 7. Photocell Burner manufacturer#s standard

8. Motors CG/ ABB/SIEMENS

9. Main steam stop valve & Mobrey Isolation valve Forbes Marshall, BDK,Uniklinger,KSB, Thermax

10. Steam & Water Valves Forbes Marshall, Uniklinger, BDK,KSB, Thermax C&R ( piston type only )

11. Non Return valve Forbes Marshall , C&R, AUDCO 12. Safety valve Fainger Lesser/ Forbes Marshall /
Uniklinger

12. Blow down valve Levcon 14. Level indicator Teleflo / Tectrol

13. Level controller Thermax/ Malhotra/ Uniklinger/Others

14. Pressure switches Indfoss/Trafag/Switzer

15. Pressure gauges Forbes Marshall / GIC, Braumer

16. Steam flow meter cum totalizer Forbes Marshall or reputed make

17. Automatic Blowdown Control System Forbes Marshall, Yokogawa

20. Electrical Switch Gears Siemens /L&T/ ABB / Schneider

21. Cables Polycab /CCI/ Havells/ KEI

22. MCB Siemens / ABB / Schneider/ L&T

Documents Required: 3 sets of hard copies and one soft copy for the following

1. Complete operational test of the unit with FAT protocol.


2. Operational Manual
3. Maintenance Manual
4. GA Drawings
5. P&I D drawing
6. Civil drawings
7. As built drawings (Electrical, mechanical & E&I )
8. Instrumentation and logic diagram with PLC application software & licensed software.
9. All test certificates (Material, Hydraulic etc.)

REMARKS:

1. The boiler shall be supplied as a skid mounted unit with foundation Bolts or inserted type arrangement.
2. Union to provide all necessary isolation valves (Piston Valves) along with package.
3. Boiler operation shall be done in Auto as well as Manual mode.
4. All Necessary safety arrangement with fault indicators on panel shall be provided.
5. Suitable protective arrangement shall be provided for movable parts etc.
6. Hot surfaces of Boiler shall be insulated suitably at factory or at Site.
7. Vendor should provide communication port suitable for connecting to the central BMS/Efficiency monitoring
system.

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001


Sec07.10
Tender Number:6000011079

8. The supply of monitoring system (temperature of oil, feed water, air in&out , pressure of feed water , steam, oil
in&out others ) should be in digital form only.
9. The bidder has to submit the under taking for providing the after sales service and other supports for the period of
at least 10 years.
10. The entire system to be incorporated scada based control system which should monitor the following parameters
on time and data a ccumulation for study the performance
a) Furnace oil/Gas (flow & temperature)
b) Electricity consumption
c) Exhaust gas parameters O2, co, co2
d) Steam (flow & temperature)
e) Efficiency on line
f) The other data which is not mentioned above may be incorporated at
the time of installation or as per site requirements.

TRAINING:

Supplier should impart 1week onsite operation and maintenance training programme to all concerns departments
related to boiler.
# Operational training for the period of 6 days
# Maintenance including programming etc. training for the period of 6 days
# Training programme on emergency preparedness.

10. FAT (Final acceptance test)/ Performance Guarantee Test:


Supplier shall perform final acceptance test as per standard data for a 10 TPH dual fired for oil and gas (if supply is
made available) boiler which is mentioned above at several load variation condition for 15 days.
The Efficiency and other related parameter of boiler shall be as per Section VII of this tender document. All
equipment of Boiler shall be cover one year warranty from the date of handover boiler with its auxiliary.

All equipment of Boiler shall be cover one year warranty from the date of handover boiler with its auxiliary.

SIGNATURE OF BIDDER WITH NAME,


DESIGNATION & SEAL

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001


Sec07.11
Tender Number:6000011079

Section VIII: Quality Control Requirements


As per Section-VII (Technical Specification)

SIGNATURE OF BIDDER WITH NAME,


DESIGNATION & SEAL

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001


Sec08.1
Tender Number:6000011079

Section IX: Qualification/Eligibility Criteria

1. Experience & Past Performance:-


Bidder Firm should have Manufactured, Supplied, Installed and Commissioned of at least one 10TPH Boiler in any
one year during last five (5) financial years ending 31st March 2018. Documentary proof to be submitted along with
the tender document.

2. Capability- Equipment & Manufacturing Facilities:-


Bidder must have an annual capacity to manufacture and supply at least one 10TPH Boiler.

3. Financial Standing:-
The average annual turn-over of the Bidder during the last three (3) financial years, ending 31st March 2018, should
be more than 1,05,60,000.00 INR

4. The Bidder firm should not have suffered any financial loss for more than one (1) year during the last three (3)
financial years ending 31st March 2018.

5. The net worth of the Bidder firm should not have eroded by more than 30% in the last three (3) financial years
ending 31st March 2018.

NOTE:-
1. 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 the above eligibility criteria as submitted by the Bidder may be verified from the parties for whom work has been
done.

2. All financial standing data should be certified by certified accountants# e.g. Chartered Accountants (CA) in India
and Certified Public Accountant/ Chartered Accountant of other countries. However for FY 2017-18, CA certified
unaudited / provisional documents may be submitted in case audited CA certified documents are not finalized during
the tender submission time. Subsequently audited CA certified documents needs to be submit once the same are
finalized.

3. MOST IMPORTANT NOTE:


BIDDER TO FURNISH STIPULATED DOCUMENTS IN SUPPORT OF FULFILLMENT OF QUALIFYING
CRITERIA. NON-SUBMISSION OR INCOMPLETE SUBMISSION OF DOCUMENTS MAY LEAD TO REJECTION
OF OFFER.

SIGNATURE OF BIDDER
(WITH NAME, DESIGNATION AND SEAL)

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001


Sec09.1
Tender Number:6000011079

Section X: Tender Form


Date:
To,
Security Paper Mill, Hoshangabad
A Unit of Security Printing & Minting
Corporation of India Limited
(Wholly Owned by Govt. of India)
Hoshangabad

Ref: Your Tender document No.6000011079 /NEWBOILER/18-19/1012 dated 24.08.2018

We, the undersigned have examined the above mentioned tender enquiry document, including amendment
No............., dated.......... (if any), the receipt of which is hereby confirmed. We now offer to supply and deliver
........................................ (Description of goods and services) in conformity with your above referred document for
the sum of _____________ (total tender amount in figures and words), as shown in the price schedule(s), attached
herewith and made part of this tender.
If our tender is accepted, we undertake to supply the goods and perform the services as mentioned above, in
accordance with the delivery schedule specified in the List of Requirements.
We further confirm that, if our tender is accepted, we shall provide you with a performance security of required
amount in an acceptable form in terms of GCC clause 6, read with modification, if any, in Section V - 'Special
Conditions of Contract', for due performance of the contract.
We agree to keep our tender valid for acceptance for a period up to ................, 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 up to 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

...................................................

...................................................

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001


Sec10.1
Tender Number:6000011079

Section XI: Price Schedule

(Blank Price Bid to be provided along with Techno commercial Bid)

Name of Bidder :

Offer No. & Date :

(I) PRICE FOR 10 TPH BOILER WITH CHIMNEY AS PER SECTION VII

S.NO. Details of heads Amount


Quoted
1. Description of 8 digits HSN Code of item no. 10
Quoted
2. Description of 6 digits SAC Code of item no. 20

3. Basic Price Quoted

4. Packing and forwarding charges Quoted

Quoted
5. Total (3+4)=A
Quoted
6. GST in percentage (%) only on "A"

7. Total [A+6]=(B) Quoted

Quoted
8. Any other charges (if any)
Quoted
9. Total Price (F.O.R,SPM Hoshangabad) (in figures only) [B+8] Rs.

10. Total Quantity 1

11. Total Price (F.O.R,SPM Hoshangabad) (in figures only)(9x10)Rs. Quoted

Quoted
12. Total Price (F.O.R,SPM Hoshangabad) (in words only)Rs.

(II) SERVICES

S.NO. Details of heads Amount


Complete Installation & Commissioning of Boiler with Chimney including Quoted
1.
training as per Section VII

2. Taxes as applicable (if any) Quoted

Quoted
3. Total price of services (1+2) (in figures only)
Quoted
4. Total amount (in words)

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001


Sec11.1
Tender Number:6000011079

S.NO. Details of heads Amount


Quoted
1. GRAND TOTAL (I+II) (in figures only) Rs.
Quoted
2. GRAND TOTAL (I+II) (in words only) Rs.

NOTE
1. Conditional price & Variable Price in Tender are liable to be rejected.

2. Bidder should mention separately regarding Duties/Taxes otherwise tax exemption Certificate may be
enclosed.

3. Quote your rates in your quotation as per the given above price schedule format only and accept our condition
i.e. F.O.R., VALIDITY, DELIVERY PERIOD, PAYMENT TERMS AND ALL OTHER TERMS AND CONDITION
INCLUDING G.C.C. & G.I.T. OF TENDER without any deviation otherwise your offer will be rejected without any
communication.

4. The method of evaluation of L1 criteria for awarding the contract shall be on consolidation offer by the bidder
and be decided taking into consideration of total offered price.

5. Please Provide your GSTIN No.

6. Mode of Payment: Payment will be made through RTGS/ NEFT (Please provide the details as required)

S. No. Details

1. Name of Supplier ............................................


2. Account No. ..........................................
3. Account Type..........................................
4. Name of the Bank..........................................
5. Branch ..........................................
6. City..........................................
7. Branch Code..........................................
8. MICR Code..........................................
9. IFSC Code..........................................
10. GSTIN No. ..........................................

SIGNATURE OF BIDDER
(W ITH NAME, DESIGNATION AND SEAL)

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001


Sec11.2
Tender Number:6000011079

(Filled Price Bid to be provided along with Price Bid)

Name of Bidder :

Offer No. & Date :

(I) PRICE FOR 10 TPH BOILER WITH CHIMNEY AS PER SECTION VII

S.NO. Details of heads Amount

1. Description of 8 digits HSN Code of item no. 10

2. Description of 6 digits SAC Code of item no. 20

3. Basic Price

4. Packing and forwarding charges

5. Total (3+4)=A

6. GST in percentage (%) only on "A"

7. Total [A+6]=(B)

8. Any other charges (if any)

9. Total Price (F.O.R,SPM Hoshangabad) (in figures only) [B+8] Rs.

10. Total Quantity 1

11. Total Price (F.O.R,SPM Hoshangabad) (in figures only) (9x10) Rs.

12. Total Price (F.O.R,SPM Hoshangabad) (in words only) Rs.

(II) SERVICES

S.NO. Details of heads Amount


Complete Installation & Commissioning of Boiler with Chimney including
1.
training as per Section VII

2. Taxes as applicable (if any)

3. Total price of services (1+2) (in figures only)

4. Total amount (in words)

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001


Sec11.3
Tender Number:6000011079

S.NO. Details of heads Amount

1. GRAND TOTAL (I+II) (in figures only) Rs.

2. GRAND TOTAL (I+II) (in words only) Rs.

NOTE
1. Conditional price & Variable Price in Tender are liable to be rejected.

2. Bidder should mention separately regarding Duties/Taxes otherwise tax exemption Certificate may be
enclosed.

3. Quote your rates in your quotation as per the given above price schedule format only and accept our condition
i.e. F.O.R., VALIDITY, DELIVERY PERIOD, PAYMENT TERMS AND ALL OTHER TERMS AND CONDITION
INCLUDING G.C.C. & G.I.T. OF TENDER without any deviation otherwise your offer will be rejected without any
communication.

4. The method of evaluation of L1 criteria for awarding the contract shall be on consolidation offer by the bidder
and be decided taking into consideration of total offered price.

5. Please Provide your GSTIN No.

6. Mode of Payment: Payment will be made through RTGS/ NEFT (Please provide the details as required)

S. No. Details

1. Name of Supplier ............................................


2. Account No. ..........................................
3. Account Type..........................................
4. Name of the Bank..........................................
5. Branch ..........................................
6. City..........................................
7. Branch Code..........................................
8. MICR Code..........................................
9. IFSC Code..........................................
10. GSTIN No. ..........................................

SIGNATURE OF BIDDER
(W ITH NAME, DESIGNATION AND SEAL)

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001


Sec11.4
Tender Number:6000011079

Section XII: Questionnaire


The tenderer should furnish specific answers to all the questions / issues mentioned below. In case a question /
issue does not apply to a tenderer, the same should be answered with the remark "not applicable".
Wherever necessary and applicable, the tenderer shall enclose certified copy as documentary proof / evidence to
substantiate the corresponding statement.
In case a tenderer furnishes a wrong or evasive answer against any of the under mentioned question/ issues, its
tender will be liable to be ignored.
1. Brief description and of goods and services offered:
2. Offer is valid for acceptance up to .....................................................
3. Your permanent Income Tax A/ C No. as allotted by the Income Tax Authority of Government of India:
Please attach certified copy of your latest/ current Income Tax clearance certificate issued by the above authority.
4. Status :
a) Are you currently registered with the Directorate General of Supplies & Disposals (DGS&D), New Delhi, and / or
the National Small Industries Corporation (NSIC), New Delhi, and / or the present SPMCIL and / or the Directorate of
Industries of the concerned State Government for the goods quoted ? If so, indicate the date up to which you are
registered and whether there is any monetary limit imposed on your registration.
b) Are you currently registered under the Indian Companies Act, 1956 or any other similar Act?
Please attach certified copy(s) of your registration status etc. in case your answer(s) to above queries is in
affirmative.
5. Please indicate name & full address of your Banker(s) :
6. Please state whether business dealings with you currently stand suspended/ banned by any Ministry/ Deptt. of
Government of India or by any State Govt.

................................
(Signature with date)

..............................

..............................
(Full name, designation & address of the
Person duly authorized sign on behalf of the tenderer)
For and on behalf of

...............................

................................
(Name, address and stamp of the tendering firm)

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001


Sec12.1
Tender Number:6000011079

Section XIV: Manufacturer's Authorization FORM


To,
Security Paper Mill, Hoshangabad
A Unit of Security Printing & Minting
Corporation of India Limited
(Wholly Owned by Govt. of India)
Hoshangabad

Dear Sirs,

Ref.: Your Tender document No..................................................... dated..............

We..................................................................... who are proven and reputable manufacturers of


................................... (name and description of the goods offered in the tender) having factories at
......................................... here by authorize Messrs........................................... (name and address of the agent) to
submit a
tender, process the same further and enter into a contract with you against your requirement as contained in the
above referred tender enquiry documents for the above goods manufactured by us.
We further confirm that no supplier or firm or individual other than Messrs................................. (name and address
of the above agent) is authorized to submit a tender, process the same further and enter into a contract with you
against your requirement as contained in the above referred tender enquiry documents for the above goods
manufactured by us.
We also hereby extend our full warranty, as applicable as per clause 16 of the General Conditions of Contract read
with modification, if any, in the Special Conditions of Contract for the goods and services offered for supply by the
above firm against this tender document.
Yours faithfully,

.............................................

..............................................
[Signature with date, name and designation]

Note: This letter of authorization should be on the letter head of the manufacturing firm and should be signed by a
person competent and having the power of attorney to legally bind the manufacturer.

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001


Sec14.1
Tender Number:6000011079

Section XV: Bank Guarantee Form for Performance Security


....................................................[insert: Bank's Name, and Address of issuing Branch or Office]
Beneficiary: .............................. [insert: Name and Address of SPMCIL]
Date:.........................
PERFORMANCE GUARANTEE No.: ..................................
WHEREAS................................................................................... (name and address of the supplier) (hereinafter
called "the supplier") has undertaken, in pursuance of contract no..................................... dated ..............to supply
(description of goods and services) (herein after called "the contract").

AND WHEREAS it has been stipulated by you in the said contract that the supplier shall furnish you with a bank
guarantee by a scheduled commercial bank recognized by you for the sum specified therein as security for
compliance with its obligations in accordance with the contract;

AND WHEREAS we have agreed to give the supplier such a bank guarantee;

NOW THEREFORE we hereby affirm that we are guarantors and responsible to you, on behalf of the supplier, up to
a total of .............................................................................. (amount of the guarantee in words and figures), and we
undertake to pay you, upon your first written demand declaring the supplier to be in default under the contract and
without cavil or argument, any sum or sums within the limits of (amount of guarantee) as aforesaid, without your
needing to prove or to show grounds or reasons for your demand or the sum specified therein.

We hereby waive the necessity of your demanding the said debt from the supplier before presenting us with the
demand. We further agree that no change or addition to or other modification of the terms of the contract to be
performed thereunder or of any of the contract documents which may be made between you and the supplier shall
in any way release us from any liability under this guarantee and we hereby waive notice of any such change,
addition or modification.

We undertake to pay SPCMIL up to the above amount upon receipt of its first written demand, without SPMCIL
having to substantiate its demand.

This guarantee will remain in force for a period of forty five days after the currency of this contract and any demand
inrespect thereof should reach the bank note later than the above date.

.........................................................................
(Signature with date of the authorized officer of the Bank)

.............................................................

.............................................................
Name and designation of the officer

.............................................................
Seal, name & address of the Bank and address of the Branch

............................................................
Name and designation of the officer

............................................................

............................................................
Seal name& address of the Bank and address of the Branch

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001


Sec15.1
Tender Number:6000011079

Section XVI: Contract Form


Contract No..............dated.............
This is in continuation to this office' Notification of Award No................... dated ....................
1. Name & address of the Supplier: ..........................................
2. SPMCIL's Tender document No........... dated...........and subsequent Amendment No............ dated........... (If any),
issued by SPMCIL
3. Supplier's Tender No............. dated...........and subsequent communication(s) No.............. dated......... (If any),
exchanged between the supplier and SPMCIL in connection with this tender.
4. In addition to this Contract Form, the following documents etc, which are included in the documents mentioned
under paragraphs 2 and 3 above, shall also be deemed to form and be read and construed as part of this contract:
(i) General Conditions of Contract;
(ii) Special Conditions of Contract;
(iii) List of Requirements;
(iv) Technical Specifications;
(v) Quality Control Requirements;
(vi) Tender Form furnished by the supplier;
(vii) Price Schedule(s) furnished by the supplier in its tender;
(viii) Manufacturers' Authorization Form (if applicable for this tender);
(ix) SPMCIL's Notification of Award
Note: The words and expressions used in this contract shall have the same meanings as are respectively assigned
to them in the conditions of contract referred to above. Further, the definitions and abbreviations incorporated under
clause 0 of Section - V - 'General Conditions of Contract' of SPMCIL's Tender document shall also apply to this
contract.
5. Some terms, conditions, stipulations etc. out of the above-referred documents are reproduced below for ready
reference:
(i) Brief particulars of the goods and services which shall be supplied/provided by the supplier are as under:
(ii) Delivery schedule
(iii) Details of Performance Security
(iv) Quality Control
(a) Mode(s), stage(s) and place(s) of conducting inspections and tests.
(b) Designation and address of SPMCIL's inspecting officer
(v) Destination and dispatch instructions
(vi) Consignee, including port consignee, if any
(vii) Warranty clause
(viii) Payment terms
(ix) Paying authority
......................................
(Signature, name and address of SPMCIL's authorized official)
For and on behalf of..............
Received and accepted this contract..................................................
(Signature, name and address of the supplier's executive duly authorized to sign on behalf of the supplier)
For and on behalf of
...........................................
(Name and address of the supplier)
..................................
(Seal of the supplier)
Date:
Place:

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001


Sec16.1
Tender Number:6000011079

Section XVII: Letter of authority for attending a Bid opening


The General Manger,
Security Paper Mill, Hoshangabad.

Subject: Authorization for attending bid opening on 05.10.2018 in the Tender of PROCUREMENT AND
INSTALLATION OF ONE NEW 10 TPH BOILER.

Following persons are hereby authorized to attend the bid opening for the tender mentioned above on behalf of
___________________ __________(Bidder) in order of preference given below.

Order of Preference Name Specimen Signatures


1.
1.
Alternate representative
Signatures of bidder or

Officer authorized to sign the bid

Documents on behalf of the bidder.

Note:

1. Maximum of two representatives will be permitted to attend bid opening. In cases where it is restricted to one,
first preference will be allowed. Alternate representative will be permitted when regular representatives are not able
to attend.
2. Permission for entry to the hall where bids are opened may be refused in case authorization as prescribed
above is not recovered.

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001


Sec17.1
Tender Number:6000011079

Section XIX: Proforma of Bills for Payments


(Refer to Clause 22.6 of GCC)
Name and Address of the Firm.................................................................................................
Bill No....................................................................Dated.......................................................
Purchase order..................................................No...................................Dated......................
Name and address of the consignee.........................................................................................

S.No Authority for Purchase Description of Stores No.or Rate Rs. Price Amount
qty. P. per Rs.
P

1. GST Amount and Rate 9. Billing Address of Vendor

2. Freight (if applicable) 10. Shipping Address of Vendor

3. GSTIN No. of Vendor 11. HSN/SAC Code of the Materials/Service

4. Packing and Forwarding charges (if applicable) 12. Place of Supply

5. Others (Please specify) 13. GST Status

6. PVC Amount (with calculation sheet enclosed) 14. E-way bill no.

7. (-) deduction/Discount

8. Net amount payable (in words Rs.)

Despatch detail RR No. other proof of despatch...............................................

Dated............................................................(enclosed)

Inspection Certificate No............................................Dated..................(enclosed)

Income Tax Clearance Certificate No...........................Dated..................(enclosed)

Modvat Certificate No...........................................................................(enclosed)

Place and Date

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001


Sec19.1
Tender Number:6000011079

Received Rs..............................(Rupees).........................................................

I hereby certify that the payment being claimed is strictly in terms of the contract and all the obligations on the part of
the supplier for claiming that payment has been fulfilled as required under the contract.

Revenue stamp Signature and of Stamp Supplier

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001


Sec19.2
ANNEXURE – I

THREE BID, SINGLE STAGE ( THREE PACKET ) TENDER


BIDDER’S CHECK LIST BEFORE TENDER SUBMISSION

Part I : - PRE-QUALIFICATION BID


S. Tender Submission Check Points Check before
submission
No.
( )
(A) For MSME Firms:
1 Firm has to submit the valid MSME certificate and the tendered item must be listed in the MSME
certificate store list.
2 Submit Power of Attorney/Authorization with the seal of the company of person signing the tender
documents.
3 Submit the documents for Capability as per Section IX
4 Fill Tender Form – Section X duly seal & sign (Without mentioning any price)
(B) For Non MSME Firms:
1 Submit Tender Fee
2 Submit Earnest Money Deposited
3 Submit Power of Attorney/Authorization with the seal of the company of person signing the tender
documents.
4 Submit Manufacturer’s Authorization form
5 Submit the documents as per Qualification / Eligibility criteria – Section IX
1) Copy of Purchase orders as per eligibility criteria last five financial years
2) Financial statements for last three years (Balance sheet and Profit & Loss statement) certified by
CA.
6 Fill Tender Form – Section X duly seal & sign ( Without mentioning any price)

Part II : - TECHNO-COMMERCIAL BID


S. Tender Submission Check Points Check before
submission
No.
( )
1 Submits Technical Specification –Section VII as per tender.
2 Confirm the delivery period as per section VI
3 Confirm Required Destination ( F.O.R/F.O.B.) : SPM, Hoshangabad (Door delivery basis) as per
section VI
4 Confirm the Tender validity as per section VI
5 Confirm the payment terms as per section VI
6 Accept the Warranty clause as per GCC clause Submit acceptance of all sections of this tender
document (GIT, SIT, SCC, Quality control requirements, Tender Form, Questionnaire, etc.
7 Submit Blank Price Bid as per Section XI (Without mentioning any price).
8 Submit a document stating “unconditional accepting all the terms and conditions of tender enquiry
without any deviations”.

Part III : - PRICE BID


S. Tender Submission Check Points Check before
submission
No.
( )
1 Price Bid as per Section XI (Price including all taxes & other charges ).

………………………….
(Bidder’s Seal & Sign)

Вам также может понравиться