Standard Bidding Document - The India Government Mint , Kolkata

INDIA SECURITY PRESS
(A Unit of Security Printing and Minting Corporation of India Limited)
Wholly owned by Government of India
Nashik Road – 422 101 (Maharashtra)
Tel No 00 91 253 2402200
Fax No 00 91 253 2462718
EPABX: 00 91 253 2402200
Email:[email protected]
Website: http://ispnasik.spmcil.com
Not Transferable
Security Classification: UNCLASSIFIED
TENDER DOCUMENTS FOR PROCUREMENT OF REINFORCED TEAR AND
WATER RESISTANT PAPER QTY:120 MT.
Tender No. 07 /NCB/ReNT-P/ 2015-16
Dated: 06/04/2015
This Tender Document contains (22) pages.
Tender Documents is sold to:
M/s______________________________________________________________
Address___________________________________________________________
Details of Contact person in SPMCIL regarding this tender:
Name, Designation: V.KIRAN KUMAR, Deputy Manager (Materials)
Address: India Security Press,
Nashik Road-422 101
Maharashtra
India
Phone: 0253-2402219/2402321/2402319
Fax : 0253-2462718
Email :[email protected]
Note- The word “SPMCIL” in this SBD hereinafter is referred to as “India Security
Press, a unit of SPMCIL”.
Page 1 of 22
Section I: Notice Inviting Tender (NIT)
INDIA SECURITY PRESS
(A Unit of Security Printing and Minting Corporation of India Limited)
Wholly owned by Government of India, Nashik Road – 422 101 (Maharashtra)
Tel No 00 91 253 2402200
Fax No 00 91 253 2462718
Email:[email protected]
Tender No. 07/NCB/ReNT-P/ 2015-16
Website: http://ispnasik.spmcil.com
Dated 06/04/2015
,,
1. Sealed tenders are invited from eligible and qualified tenderers for supply of
following goods and services:
Schedule Brief Description of Goods/ services
No.
1
Reinforced Tear and water
resistant paper.
Quantity
(with unit)
Earnest
Money(in Rs)
120 MT
(±5 %)
Rs.15,10,000/(Rs. Fifteen
Lakh Ten
thousand
only)
Remarks
Type of Tender (Two Bid/ PQB/ EOI/ Two Bid (National Competitive Bidding)
RC/Development/ Indigenization/ Disposal of
Scrap/ Security Item etc)
Dates of sale of tender documents
From 17/04/2015 to 18/05/2015 during
office hours
Price of the tender document
Rs. 5625/Place of sale of tender documents
Purchase section,
India Security Press,
Nashik Road-422 101
Maharashtra, India.
Closing date and time for receipt of tenders
19/05/2015 at 14:30 Hours
Place of receipt of tenders
Green Gate,
India Security Press,
Nashik Road-422 101,
Maharashtra, India.
Time and date of opening of tenders
At 15:00 Hours on 19/05/2015
Place of opening of tenders
Purchase Section,
India Security Press,
Nashik Road-422 101,
Maharashtra, India.
Nominated Person/ Designation to Receive Bulky
Dy Manager(HR),
Tenders ( Clause 21.21.1 of GIT )
India Security Press,
Nashik Road-422 101,
Maharashtra, India.
Page 2 of 22
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.
5625/- (Rs. Five thousand six hundred twenty five only ) 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 ISP, payable at Nashik.
4.
If requested, the tender documents will be mailed by registered post/ speed
post to the domestic tenderer, for which extra expenditure per set will be Rs 100 for
post. The tenderer is to add the applicable postage cost in the non-refundable fee
mentioned in Para 3 above.
5.
Tenderer may also download the tender documents from the web site
www.spmcil.com and submit its tender by utilizing the downloaded document, along
with the required non-refundable fee as mentioned in Para 3 above.
6. Tenderers shall ensure that their tenders, duly sealed and signed, complete in all
respects as per instructions contained in the Tender Documents, are dropped in the
tender box located at the address given below on or before the closing date and time
indicated in the Para 1 above, failing which the tenders will be treated as late and
rejected.
7.
In the event of any of the above mentioned dates being declared as a holiday/
closed day for the purchase organisation, the tenders will be sold/ received/ opened
on the next working day at the appointed time.
8.
The essence of this tender is Price, delivery and adherence to Technical
Specification. This tender is not a Development Tender. Bidders having proven track
record of having manufactured and supplied similar material for printing purpose can
only participate.
9. As per Government of India guidelines, a 20% quantity of the tendered requirement
shall be procured from participating and qualified MSME registered firms in the price
band of L1 + 15% where L1 is a Non MSME registered firm.
10.
The tender documents are not transferable.
DEPUTY MANAGER (MATERIALS)
FOR GENERAL MANAGER
INDIA SECURITY PRESS,
NASHIK ROAD
Phone No 0253 2402219
Address for dropping the tender documents
Green Gate,
India Security Press,
Nashik Road-422 101,
Maharashtra,
India.
Page 3 of 22
Section II: GENERAL INSTRUCTIONS TO TENDERERS (GIT)
Please refer the link Click here or
http://ispnasik.spmcil.com/spmcil/UploadDocument/GIT.pdf for further details.
Page 4 of 22
Section III: Special Instructions to Tenderers (SIT)
The following Special Instructions to Tenderers will apply for this purchase.
These special instructions will modify/ substitute/ supplement the corresponding
General Instructions to Tenderers (GIT) incorporated in Section II. The
corresponding GIT clause numbers have also been indicated in the text below:
In case of any conflict between the provision in the GIT and that in the SIT,
the provision contained in the SIT shall prevail.
Sl No
SIT Provision
1
GIT Clause Topic
No
8
Pre-bid Conference
2
19
Tender validity
The tenders shall remain
valid for acceptance for a
period of 120 days from the
date of tender opening. Any
tender valid for a shorter
period shall be treated as
unresponsive and rejected.
3
20.4
Number of copies of Single
Tenders to be submitted
4
20.8
Submission of tender
Page 5 of 22
Not contemplated
Technical bid and financial
bid are to be submitted in
two separate envelopes on
or before the due date of
submission of tenders. It
may be noted that the price
is not to be quoted in
technical bid. It shall only
be quoted in financial bid.
Non-adherence to this shall
make tender liable for
rejection. The envelopes
containing bids shall be
superscripted
“Technical
Bid” or Financial Bid as the
case
may
be,
for
“Procurement of Reinforced
tear and water resistant
Paper Due on 19/05/2015
upto 1430 Hours (IST)”.
Late tenders shall not be
accepted. Tenderers shall
submit their offers only on
prescribed forms. Tender by
/ 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/ dealy by
courier service etc shall not
be condoned.
Tenders shall be submitted
in parts as below:
PART-I TECHNICAL BID:
(a) The
tenderer
shall
submit detailed technical
offer
as
per
list
of
requirement given in section
VI of this tender document.
(b) Earnest Money Deposit.
Rs.15,10,000/(c) Tender Document Fee
Rs. 5625/(d) The tenderer has to
submit acceptance of all
sections of this tender
document (GIT, SIT, SCC,
GCC,
Quality
control
requirements, tender form,
questionnaire etc).
(e) The tenderer has to
undertake
by
written
guarantee that they will not
supply the paper with
mentioned specification (as
per section VII of this tender
document) to any other
party.
PART-II PRICE BID:
The Tenderers shall quote
the prices strictly as per the
proforma given in Section-XI
of the tender document.
5
20.9
E-Procurement
Page 6 of 22
Not contemplated
6
34
Comparison
on
destination basis.
7
35.2
8.
40
Additional
factors
for Not applicable
evaluation of offers
Purchaser’s right to accept Supplement
with
the
tender
following :
SPMCIL 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 liability, what so
ever
to
the
affected
tenderer or Tenderers
9
43
CIF Supplement
with
the
following:
Price bid evaluation:
The prices quoted shall be
compared on a total price
basis (FOR ISP Nashik Road),
including all taxes, duties,
packing
and
forwarding
charges, freight, insurance,
etc. as per the price
schedule.
Parallel contracts
The purchaser reserves the
right to place parallel
contracts on one or more
firms up to maximum three
firms, without any prejudice
to the capacity of the L1
bidder, as given below.
(a) The rate quoted by L1
bidder will be counter
offered to L2 bidder and, if
agreed, orders shall be
placed
at
a
ratio
L1:L2=70:30 of the total
tendered
quantity.
Non
acceptance of counter offer
by L2, the same shall be
counter offered to L3 and so
on at the sole discretion of
the purchaser.
Page 7 of 22
(b) Purchaser also reserves
the right to place order on
lowest quoted technically
qualified bidder only.
10
50.1, 50.3
Tender for rate contracts
Not applicable
11
51.1, 51.2
PQB Tenders
Not applicable
12
Tenders
involving Not applicable
purchaser’s
and
preproduction sample
13
52.1,
52.2,
52.3,
52.5, 52.6
53
14
54
Tenders for disposal of Not applicable
scrap
15
55
Development and
indigenization tenders
EOI Tenders
Page 8 of 22
Not applicable
Not applicable
Section IV: GENERAL CONDITION OF CONTRACT
Please refer the link Click here or
http://ispnasik.spmcil.com/spmcil/UploadDocument/GCC.pdf for further details.
Page 9 of 22
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
GCC
Clause Topic
SCC Provision
No No.
1
19.3
Option clause
The purchaser reserve the
right to increase the
ordered quantity by 25% at
any time, till final delivery
date of the contract, by
giving reasonable notice
even though the quantity
ordered initially has been
supplied in full before the
last date of delivery
period.
2
20.1
Price adjustment clause
Not applicable
3
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.
4
25.1
Bank Guarantee and
Insurance for material
loaned to contractor
Not applicable
5
36
Disposal/ Sale of scrap by
tender
Not applicable
Page 10 of 22
Section VI: List of Requirements
Schedule Brief description of
Accounting
No.
goods and services
Unit
(Related Specifications
etc are in Section -VII)
01
Reinforced tear and
MT
water resistant paper
in reel width of
41 cm (± 5mm).
1.
Quantity
Amount of Earnest
Money
Rs.15,10,000/120 (± 5 %) (Rs. Fifteen Lakh Ten
and thousand only)
Required terms of Delivery:
(a)
Required
Schedule
Delivery
i) : Adherence to delivery schedule is the essence of
the contract. Deviation will not be accepted.
ii)
iii) i) Before effecting the bulk supply, the supplier
shall supply at least 5 reels within 15 days of issue
of letter of Intent for trial run on the machine at
ISP, Nasik Road.
iv)
ii) Supplier has to supply 10 MT within 30 days of
issue of Acceptance of trial supply in writing by
ISP vide fax, letter or e-mail.
iii) Thereafter a quantity of 10 MT each in every
subsequent month till the completion of indent.
Detailed delivery schedule with dates will be
given in purchase order.
Terms
v)
of : FOR ISP Nashik Road
(b)
Required
Delivery
(c)
Destination
: India Security Press,
Nashik Road–422 101.
Maharashtra, India
(d)
Preferred mode of
transportation
: By Road
2.
All the copies of tenders shall be complete in all respects with all their
attachments/ enclosures duly numbered and signed on each and every page.
3.
The total cost inclusive of all elements as cited above on FOR India Security
Press, Nashik Road (Maharashtra), India, basis should be indicated clearly both in
words and figures in the price bid.
4.
Price bid should be submitted as per section XI of this tender document.
Page 11 of 22
Rate quoted should be on firm price basis. Vague offers like duties as applicable
shall not be considered.
5.
RISK PURCHASE:
(a)
If the supplier after submission of tender and due acceptance of the
same, i.e. after placement of notification of award of contract fails to
abide by the terms and conditions of these tender documents, or fails to
supply the material as per delivery schedule given or at any time
repudiates the contract, the purchaser shall have the right to:
(i) Forfeiture of the EMD and
(ii) Invoke the Security-cum-Performance Guarantee if deposited by
the supplier and procure stores from other agencies at the risk and
consequence of the supplier. The cost difference between the
alternative arrangement and supplier tendered value will be
recovered from the supplier along with other incidental charges,
including excise duty, taxes, insurance, freight etc.
(b)
For all the purpose 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.
6.
FALL CLAUSE:
If the contract holder reduces its price or sells or even offers to sell the
contracted goods, following conditions of sale similar to those of the contract, at
a price lower than the contract price, to any person or organization during the
currency of the contract, the contract price will be automatically reduced with
effect from that date for all the subsequent supplies under the contract and the
contract amended accordingly. Any violation of the fall clause would be
considered a serious misdemeanor under clause of the GIT and action, as
appropriate, would be taken as per provision of that clause.
7.
Bank Details:
The bidder has to give Bank details as per format given as below:
a) Beneficiary Name:
b) Bank Account Number:
c) Bank Name:
d) Branch and Address:
e) IFS Code:
Page 12 of 22
8.
The Bidder has to submit the Check list as per Format given below along
with the Technical Bid Documents.
Sr.No
Description
1.
Tender form fee
2.
EMD
3.
All pages of the tender documents (including GIT,
GCC,SIT, SCC, List of requirements, Technical
specification , quality requirements, etc.) duly
signed and stamped by the Authorized signatory of
the bidder.
4.
Power of Attorney of the Authorized Signatory duly
Authorized by a person not below the Director level
of the bidder firm for signing this Tender document.
5.
Adherence to the Technical Specification as per
Section VII on Bidder’s Letter Head.
6.
Adherence to the Quality Control Requirements as
per Section VIII on Bidder’s Letter Head.
7.
Adherence to the Delivery Schedule as per Section VI
on Bidder’s Letter Head.
8.
Documentary evidence towards Experience as per
clause 1(i) of section IX
9.
Documentary evidence towards capability as per
clause 1(ii) of section IX
10.
Documentary evidence towards Financial data as per
clause 2(i) of section IX
11.
Documentary evidence towards Financial data as per
clause 2(ii) of section IX
12.
Documentary evidence towards capability as per
clause 2(iii) of section IX
13.
Documentary evidence towards Manufacturer’s
authorization letter as per clause 3 of section IX
14.
Documentary evidence towards Black Listing
Declaration as per clause 4 of section IX
Page 13 of 22
Submitted /Not Submitted
Page
No.
Section VII: Technical Specifications
ITEM: REINFORCED TEAR AND WATER RESISTANT PAPER.
SPECIFICATIONS
1. GENERAL CHARACTERISTICS:
The paper surface shall be smooth, uniform and without any problem of
plucking, fluff etc. suitable for printing in Offset/Intaglio process. The paper
shall be suitable to retain the printing with Multicolour inks including fluorescent
and invisible ink and longevity of the printing shall be life-long without any
problem of fading, chalking etc. The surface shall be absolutely flat without any
dent/depression and shall be free from pin holes, foam marks, specks and thread
marks with uniform thickness in machine and cross direction. The paper shall be
OBA (Optical Brightening Agent) free and inactive to U.V. light at (365 nm). The
paper shall be able to cut into sheets easily in cutting unit of high speed web-fed
printing machine under normal setting and on other Guillotine machines.
2.
Sr.
No.
1.
2.
3.
PHYSICAL PARAMETERS:
Properties
Unit
Measured Value
Test Method
GSM
Micron
Kg/Square
Cm.
mN
150 +/- 5
165 +/- 5
8.0
ISO-536
ISO-534
ISO-2758
4.
Basic Weight
Thickness
Bursting Strength
(minimum)
Tear Resistance (Min)
Tappi T-414
5.
Tensile Strength (Min.)
Kg/15mm
6.
7.
Bendsten
(Max.)
Surface sizing
-
8.
9.
10.
11.
Ash Content(Max.)
Opacity(Minimum)
Brightness (Min.)
pH Value
%
%
% ISO
-
CD: 2000 mm
MD: 1500 mm
MD: 14.5
CD: 12.3
Top sie-100 ml/min.
Wire side-150 ml/min.
Poly
Vinyl
Alcohol
(PVA)
2.0
90.0
92.0
6.5-7.5
12.
13.
Rag Percentage (Minimum)
Colour of the Paper
%
-
-
14.
Finish
-
15
Moisture (Max.)
%
20.0
White
(Bluish),
inactive under U.V.
light (365 nm), OBAfree.
The paper shall be
supercalendered from
both sides
5
Smoothness Ml/min
Page 14 of 22
ISO-1924-2 OR
ASTM-D 882
Tappi T 535
Tappi
Tappi
Tappi
Tappi
T 413
T 425
T 452
T 435
Tappi T 412
16
Cobb Value
GSM
17.
18.
Temperature Resistance
Intaglio Printability
-
3.
SECURITY FEATURES :-
A)
Sensitivity
:
TOP
: 18 +/-2
Tappi T-441
Bottom : 20+/-2
200ºC for 1 Min
Should
withstand printability at 80 MT
pressure
The paper shall be sensitive to the following
chemicals:
ACETONE,
TRICHLOROETHYLENE,
TOULENE,
5%
SOLUTION SULPHURIC ACID, ETHYL ACETATE, BUTYL
ALCOHOL, CARBON TETRACHLORIDE, 5% SOLUTION
SODIUM
HYPOCHLORIDE,
2%
SOLUTION
SODIUM/POTASSIUM HYDROXIDE AND SIMILAR ALKALINE
SOLUTIONS, METHYL ETHYL KETONE, ETHYLENE
GLYCOL, BENZYL ALCOHOL, CHLOROFORM, XYLENE.
B)
Security Fibres:
4.
SUPPLY IN REELS :
(A)
The paper shall contain UV fluorescent invisible
fibres of Yellow, Blue & Green and number of all fibres
shall be minimum 18 Nos. per 50 mm X 50 mm square
size of paper.
Width of the Reel
:
41 cms. +/- 5 mm.
(B)
Winding
:
Reels shall be wound tightly without any
bulging and without any piping effect.
(C)
Joint
:
Reel shall be preferably free from joints. In
case of having joints, it shall not be more than 2
and it shall have BUTT Joint (i.e. edge to edge
without overlapping) and shall be joint by 5 cms.
width Self-Adhesive Coloured Cello tape. This is
to facilitate joint to pass through the press
without posing any problem. Joint shall be
indicated by colour flag visible at outer edge.
(D)
Outer Dia. of Reel :
1000 mm ± 50 mm
(E)
Core
The reels are to be supplied on paper core.
The Inner diameter of Core shall be 78 mm +/- 2
mm. Core shall be strong enough to withstand
the strain of reels in transportation and
:
Page 15 of 22
unloading. Inner diameter of the core shall not
be in damaged or distorted condition.
(F)
Packing
:
Suitable wooden plugs on both sides of Core
to be given, five-ply cover of suitable width of
corrugated board shall be used on circumference
and both side edge of reels to withstand
sufficient impact of handling during transit. The
side of reels shall be protected by three-ply
thick cardboard protective disc kept on both
sides of reel. Top of the reel shall be first
wrapped in atleast two layers of corrugated
Kraft paper and one layer of Polythene sheet and
finally in Hessian Cloth or suitable material. A
label showing the manufacturer’s name, date of
manufacturing, lot number, weight, description
of the paper, shall be pasted outside the Hessian
Cloth and above the top sheet of each reel.
5.
WRITTEN GUARANTEE:- The firm shall not supply paper with this
specification to any other party and a written guarantee shall be given by
them to this effect.
6.
PRINTABILITY / PERFORMANCE ON PRINTING MACHINE :

Paper shall have good printability with normal Offset and Intaglio
printing ink, Double Sensitive Ink, Fluorescent Inks and other Security
Inks also.
 Coating of the paper shall not obstruct in penetration of ink.
7.
The Supplier shall submit test results of both physical and chemical
properties for each batch to ISP along with supplies.
8.
Before effecting the bulk supply, the Supplier shall supply at least 5(Five)
Reels for trial run on machines at India Security Press, Nasik Road.
Page 16 of 22
Section VIII: Quality Control Requirements
The material supplied by the successful bidder will be accepted on
manufacturer’s test certificate from its own laboratory or a laboratory of repute
conforming to all parameters as per specification as stated above. The purchaser
reserves the right to get the material supplied tested from in-house laboratory or
any other laboratory of repute and in case the material is found not meeting the
specification, then the supplier will have to replace the material free of cost to
ISP or the purchaser shall be entitled to cancel the contract, and if so desired,
purchase or authorize purchase of the stores at the risk and cost of the
contractor.
Page 17 of 22
Section IX : Qualification / Eligibility Criteria
MINIMUM ELIGIBILITY CRITERIA
1.
The following shall be the minimum eligibility criteria for selection of
bidders technically.
(i)
Experience and Past Performance: The Bidder firm should have
manufactured and supplied at least 36 MT of similar type of “Tear and
water resistant paper for printing purpose” in any one year during last five
years ending with March 2015.
(ii)
Capability: The Bidder firm must have annual capacity to
manufacture and supply at least 36 MT of similar type of “Tear and
water resistant paper for printing purpose”.
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 may be verified from the parties for whom
work has been done, hence copies of Purchase orders/experience certificates to
be submitted.
2.
Financial standing:
(i)
Average Annual Turnover of the Bidder firm during last three
financial years i.e. 2011-2012, 2012- 2013 and 2013-2014 should be
more than Rs. 2,26,21,000/-.
(ii)
Bidder firm should not have suffered any financial loss for more than
one year during last three financial years i.e. 2011-2012, 2012-2013
and 2013-2014 .
(iii)
The net worth of the bidder firm should not have eroded by more
than 30% in last three financial years 2011-2012, 2012-2013 and
2013-2014.
Note: In Support of above all financial standings, the Bidder should submit the
audited financial accounts for the last three financial years i.e. 2011-2012, 20122013 and 2013-14 duly signed and stamped by Auditor failing which offers shall be
liable for rejection at Technical Bid Stage itself.
3. Manufacturer’s authorization letter: In case the bidder firm/ tenderer offers
to supply “Reinforced tear and water resistant paper” which is manufactured
by some other firm, the tenderer has to be duly authorized by the
manufacturer of the stated material to quote for and supply the same to India
Security Press, a unit of 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.
Page 18 of 22
4. The firm should give a declaration that they have not been black-listed/
debarred for dealing by Government of India in the past.
5. The bidder has to submit Power of Attorney of the person signing the bid
documents for doing so.
Note:
1. Bidders who submit tender on behalf of Manufacturer has to submit all the
relevant & required documentary evidence as per para 1 to 5 of the
Manufacturer only.
2. Bidders are requested to submit the documentary evidence as required above
from para 1 to 5 along with the bid documents, Bid/ Tender documents and all the
pages should be signed and stamped by Authorized signatory along with page
numbering.
3. No correspondence beyond bid due date will be made for shortfall of
documentary evidence. Such offers received with shortfall of documentary
evidence will be summarily rejected.
4. One manufacturer can participate through one authorized agent or one
agent can participate on behalf of one Principal / Manufacturer only.
Page 19 of 22
SECTION X: TENDER FORM
Please refer the link Click here or
http://www.spmcil.com/SPMCIL/UploadDocument/T&C.e3860e1b-5a6f-447a-942f1893c3821b9c.pdf for further details.
Page 20 of 22
SECTION XI: PRICE SCHEDULE
SUMMARY OF PRICE SCHEDULE: PRICES SHOULD BE ON FOR, ISP, NASHIK ROAD BASIS.
Tender No. 07/NCB/ReNT-P/ 2015-16
Sr
No
1
1
Item description
2
Reinforced tear and
water resistant paper
In reel form
UOM
(Unit of
Measur
ement
3
MT
Dated 06/04/2015
Basic
price/
unit (Rs)
Packing
and
forward
ing
charges
(Rs), if
any
Excise
duty
(Rs),
if any
4
5
6
CST
against
Form-C/
VAT @.....
as
applicable
please
specify
(Rs)
7
Freight,
Insurance,
and other
charges, if
any,
including
delivery
at works
(Rs)
8
Total rate per
unit (Rs) (FOR
ISP, Nashik
Road)
inclusive of all
taxes, duties,
freight, and
Insurance
charges
9
Offered
Quantit
y
10
120
(± 5 %)
Total Price for
required
quantity (Rs)
(FOR ISP, Nashik
Road) inclusive
of all taxes,
duties, freight,
and Insurance
charges
11
FOR ISP Nashik Road price in words………………
1. We confirm that there would not be any price escalation during the supply period.
2. We confirm that we will abide by all the tender terms and conditions and we do not have any counter conditions
Note: Price bids with conditions/ counter conditions are liable to be rejected.
(Name and Signature with date)
Office Seal/Stamp
Page 21 of 22
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
For section XII to XIX please refer the link click here or
http://www.spmcil.com/SPMCIL/UploadDocument/Terms%20&%20Conditions.9e08319f-af60-4ed68309-f6b5d8510288.pdf
Page 22 of 22