india security press

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
E-mail – [email protected]
Website: www.spmcil.com
Not Transferable
Security Classification: UNCLASSIFIED
Tender Documents for Annual Maintenance Contract (Non comprehensive) for
Operation and Maintenance of 33/11 KV Mains Receiving Station (MRS) at ISP
Nashik.
Tender No. 177/2015
Dated : 07.01.2015
This Tender Document contains………………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
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”.
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]
Website: www.spmcil.com
Tender No.177/2015
Dated : 07.01.2015
,,
1.
Sealed tenders are invited from eligible and qualified tenderers for supply of
following goods/services:
Schedule
Brief Description of Goods/ services
No.
1
Annual Maintenance Contract (Non
comprehensive)
for
Operation
and
Maintenance of 33/11 KV Mains Receiving
Station (MRS) at ISP Nashik.
Type of Tender (Two Bid/ PQB/ EOI/RC/Development/
Indigenization/ Disposal of Scrap/ Security Item etc)
Dates of sale of tender documents
Price of the tender document
Place of sale of tender documents
Closing date and time for receipt of tenders
Place of receipt of tenders
Time and date of opening of tenders
Place of opening of tenders
Nominated Person/ Designation to Receive Bulky
Tenders ( Clause 21.21.1 of GIT )
Quantity
(with
unit)
1 Year
Earnest Money
(in Rs)
Remarks
Rs.29,000/(Rs. Twenty Nine
Thousand Only)
Two Bid (Open Tender)
From 09-01-2015 to 09-02-2015
during office hours
Rs 525.00
Purchase section,
India Security Press,
Nashik Road-422 101
Maharashtra, India.
10-02-2015 At 1430 Hours
Green Gate, India Security Press,
Nashik Road-422 101,
Mahrashtra, India.
At 1500 Hours on 10-02-2015
Purchase Section,
India Security Press,
Nashik Road-422 101,
Mahrashtra, India.
Manager(HR),
India Security Press,
Nashik Road-422 101,
Mahrashtra, India.
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.
525/- (Rs five 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. And EMD should be in the form
of Demand Draft only.
4.
If requested, the tender documents will be mailed by registered post/ speed
post to the domestic tenderers, for which extra expenditure per set will be Rs 100 for
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 tender documents are not transferable.
( V.KIRAN KUMAR )
DEPUTY MANAGER [MATERIAL]
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,
Mahrashtra, India.
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.
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.
GIT Clause
No.
1
8
2
20.4
3
20.8
Topic
SIT Provision
Pre-bid Conference
Number of copies of Tenders
to be submitted
Not contemplated
Single
Submission of Tender
Technical Bid & Price
Bid
are
to
be
submitted
in
two
separate
double
sealed envelopes on or
before the due date of
submission tenders.
It may be noted that
the price is not to be
quoted in technical
bid. It shall only be
quoted in price bid.
Non adherence to this
shall make tender
liable for rejection.
The
envelope
containing bids shall
be
superscribed
“Technical Bid” or
“Price Bid” as the case
may be for supply of “
Annual
Maintenance
Contract
for
Operation
and
Maintenance of 33/11
KV Mains Receiving
Station (MRS) at ISP”
due on 10.02.2015
upto14.30 Hrs (IST)
Late tenders shall not
be
accepted.
Tenderers shall submit
their offers only on
prescribed
forms.
Tender by telegram/
fax/e-mail shall not be
accepted. Tender by
post/
hand/courier
received on or before
the due date and time
shall be accepted.
Postal delay/delay by
courier service etc
shall not be condoned.
Tenders
shall
be
submitted in parts as
below:
PART-I TECHNICAL BID
(a) Earnest
Money
Deposit.
(b)
Tender fee.
(c)
The Tenderers
shall submit detailed
technical offer as per
list of requirement
given in Section VI of
this ender documents.
(d)
The Tenderers
has
to
submit
acceptance
of
all
section of this tender
document (GIT, GCC,
SIT,
SCC,
Quality
control requirements,
Tender
Form,
Questionnaire etc.)
(e)
The authorized
signatory of the tender
must sign tender at
appropriate places and
initial on remaining
pages of the tender.
PART-II PRICE BID
The Tenderers shall
quote
the
prices
strictly as per the
proforma
given
in
Section –XI of the
tender documents.
4
20.9
E-Procurement
Not contemplated
Supplement with the
following:
Price bid evaluation:
5
34
Comparison on CIF
Destination basis.
6
35.2
Additional Factors for
Evaluation of Offers
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.
Not applicable
Supplement with the
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.
Not applicable
40
Purchaser’s right to accept
tender
8
43
Parallel Contracts
9
50.1, 50.3
Tender For rate Contracts
10
51.1, 51.2
11
52
12
53
PQB Tenders
Not applicable
Tenders involving Purchaser’s Not applicable
and Pre-Production Sample
Not applicable
EOI Tenders
Not applicable
13
54
Tenders for Disposal of Scrap
Not applicable
14
55
Development and
Indigenization Tenders
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.
Section V: Special Conditions of Contract (SCC)
The following Special Conditions of Contract (SCC) will apply for this
purchase. The corresponding clauses of General Conditions of Contract (GCC)
relating to the SCC stipulations have also been incorporated below. These Special
Conditions will modify/ substitute/ supplement the corresponding (GCC) clauses.
Whenever there is any conflict between the provision in the GCC and that in
the SCC, the provision contained in the SCC shall prevail.
S No GCC
No.
1
8
Clause
Topic
SCC Provision
Packing and marking
Not applicable
1
19.3
Option Clause
The purchaser reserves
the right to extend the
AMC period by three
months at any time,
before the completion of
the AMC period, by giving
reasonable notice .
2
20.1
Price Adjustment Clause
Not applicable
3
21.2
Taxes and Duties
If the tenderer fails to
include taxes in the tender,
no claim thereof will be
considered by purchaser
afterwards. Income Tax
4
22
Terms and mode of payment
(TDS) as applicable shall
be deducted from firm’s
bills.
Payment will be made on
quarterly
basis
after
satisfactory completion and
acceptance of the service by
the purchaser and after
deduction of TDS (Tax
Deducted at Source) and
other taxes, if any.
5
25.1
Bank Guarantee and Insurance for Not applicable
material loaned to contractor
6
36
Disposal/ sale of scrap by Tender
Not applicable
Section VI: List of Requirements
Schedule
No.
01
Brief description of goods and services Accounting Quantity
(Related Specifications etc are in Section- Unit
VII)
Annual
Maintenance
Contract
(Non Year
One
comprehensive)
for
Operation
and
Maintenance of 33/11 KV Mains Receiving
Station (MRS) at ISP Nashik.
1.
Required terms of Delivery:
Amount of
Earnest
Money
Rs 29,000 /(Rs. Twenty
Nine Thousand
Only)
(a) Required
Schedule
Delivery : AMC will be for a period of One Year,
effective from the date of Purchase
Order.
(b) Required Terms of
: FOR ISP Nashik Road
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.
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.
(d)
If the contract holder reduces its price or sells or even offers to sell
the contracted good, following condition 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 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.
5.
Bidders has to submit the following Bank details along with bid :
a) Beneficiary Name :
b) Bank A/c No. :
c) Bank Name :
d) Branch & Address :
e) IFS Code :
Section VII: Technical Specifications
Name of the Work: - Annual Maintenance Contract(Non comprehensive) for Operation and
Maintenance of 33/11 KV, Mains Receiving Station, (MRS.) at ISP, Nasik Road.
A) Scope of the work:1. To man the MRS substation on 24 X 7 hours basis with minimum two switch board
operators in each shift of eight hours (including lunch period) and one supervisor in day time
only on all working days for the year commencing from 01/01/2015 and ending on
31/12/2015 or for period actually mentioned in the AMC agreement finalised.
2. To carry out all the operational & maintenance tasks (routine and periodical) for usual
functioning of the MRS and to report the abnormalities observed in the installation for their
rectification.
3. To carry out daily cleaning and de dusting of the entire MRS, its premises , all the
equipments along with proper housekeeping of the entire MRS.
4. To assist in maintaining the MRS equipments in working condition by attending the
breakdown/ failures occurred during the period of the contract under the guidance of Chief
Engineer, ISP.
5. To maintain the transformer oil levels in the equipments, levels of electrolyte battery
charger unit and water in the earthing pits and silica gel in dehydrating breathers of the
transformers. The oil and water will be issued by ISP at free cost but battery electrolyte and
silica gel will be brought by the successful bidder.
6. To monitor the power factor of the installation at the desired level and to report the
deviations to the Engineers of ISP.
7.
To keep available duly tested & certified safety equipments, tools and tackles required
for the day-to-day use excluding fire-fighting equipments. Maintaining of fire fighting
equipment will be the responsibility of Fire Brigade, ISP.
8.
To keep healthy the protection system of the MRS, On load tap changers of the
transformers, Marshalling boxes, battery charger for 30V DC supply , all indicating lamps ,
announcing displays / alarms along with repairs to the indoor lighting & yard lighting etc.
9. To maintain all the documentation maintained presently (i.e. Power failure register,
Hourly meter readings register, Monthly meters reading register, Preventive maintenance
register,Breakdown maintenance register, Accident report register, Attendance register &
Shift duty register of the crews, Record of relay, equipment testing and BDV testing of
transformer oil etc.). These documents shall be verified periodically by the Engineer In charge
of ISP.
B) Inventory of the Equipments & Switchgears installed in the MRS:Sr.No Name of equipments installed.
Make
Qty
Present
Status
1
Transformer with OLTC
5MVA,33/11 KVA
GEC
2
OK
2
A.B. Switch, D. O. Fuses, L.A,
33 KV, 400 A
SF-6 circuit breaker,
33 KV, 400 A
PACTIL
3
OK
Kirloskar
7
OK
Def.2
4
OCB, 11 KV, 800A
8
OK
5
Protective relays , O/C, E/F, O/V, U/V,
AVR, DPR, etc
50
OK
6
1
OK
7
D.C. battery charger,30 V, 10 A and 1
KVA UPS for emergency lights
Earthing pits
Southern
Switchgear
ER, L&T,
EE/GE,
EMCO
Panva
Plate type
12
OK
8
LT distribution panel
CG
1
OK
9
Yard lights 70 W HPSV
Fixolite
10
OK
10
Substation Light & Fan points
NA
50
OK
3
Note: The Main Receiving Station is installed & commissioned in 1990-92.
C) Terms and conditions (Technical):1. The contractor should deploy minimum of 6 operators in a day i.e. 2 operators in each
shift 8 hours and total three shift in a day. The contractor should also deploy one supervisor
in addition to above operators.
2. The contractor should quote the quotation as per minimum wages circular issued by the
Chief Labour Commissioner.
3. The contractor has to strictly follow the payment of minimum wages, PF and ESI failing
which the contract is liable for cancellation.
4. The interested firms must be holding a valid Electrical Contractors License issued by the
Competent Authority of the State/Central Government. The attested copy of the same must
enclose along with the quotation.
5. The bidder should have experience in providing such type of services of Operation and
Maintenance of minimum 33 KV electrical substations any one year during last three years.
Relevant proof in support shall be submitted.
6. The Substation Operators deployed in each shift for round ‘O’ clock manning of the MRS
must be above 18 years and below 50 years in age, holding minimum qualification of I.T.I. /
NCTVT in Electrician/Wireman trade / holding the valid Electrical Wireman License issued
by the P.W.D. of the State.
7. The Supervisors deputed shall also be above 18 years and below 50 years in age and
having minimum qualification of a diploma in electrical engineering and holding valid
Electrical Supervisor/Contractor Licence issued by the PWD of the state.
8. Minimum two operators shall be deployed in each shift and shifts will be arranged to
operate the substation in 24 X 7 hours basis with necessary relieving arrangements.
9. The attendance of the persons shall be maintained in a register which will be verified by
the officials of Electric Shop, ISP.
10. The firm will have to follow and ensure all the statutory requirements as per applicable
labour laws in respect of the workers engaged under this AMC.
11. The salary/wages/allowances payable to the workers under this AMC should be as per
provisions of Minimum Wages Act and Factories Act 1948.
12. All statutory contributions as per the provisions of Employees Provident Fund Act 1971,
Employees Pension Scheme 1995, Employees State Insurance Act and Workmen
Compensation Act etc in respect of workers under this AMC will be paid by the contracting
firm. It will be the sole responsibility of the firm to adhere to above mandatory requirements
and the objections, if any will be settled by the firm along with payment of penalties etc.
13. The wearing of Uniform and Electrician’s Safety Shoes along with other safety gadgets by
the workers deputed in MRS will be compulsory and the same will be issued by the
contracting firm.
14. The interested firm may inspect the MRS installation before submission of the quotation
with prior permission of Chief Engineer, ISP on any working days.
15.
In case of outstation firms, they will have to keep available one authorized person
stationed at Nasik to monitor, coordinate and take decisions on the part of his firm with ISP
during the entire period of the contract and he must be in position to deploy additional work
force if required for attending emergency works.
16. The latest Police Verification Reports of all the personnel of the firm, required to work in
ISP, needs to produce for issuing of entry pass by CISF Authorities, being a security
organization.
17. It shall be the firm’s whole & sole responsibility to take care of the safety of their
persons. In case of an accident, the damages/loss to the persons of the firm as well as to the
property of ISP shall be the liability of the firm and ISP will not be responsible. The
appropriate compensation towards loss of ISP’s property shall be recovered from the firm.
18. The firm will have to keep all the tools and tackles at the site that are required for
routine & emergency works e.g. Spanner sets, Electricians tool kit, Megger Insulation Tester,
Earth Resistance Tester, Oil test kit, Rubber insulating hand gloves, First aid kit, Lineman
safety belt, etc.
19. ISP will provide free electricity and water required for the work during the period of the
contract. Presently MRS substation is under ISP’s Fire Brigade cover. However, firm will
ensure all safety norms to avoid fire incidents.
20. The firm’s personnel shall maintain and update all register and records to the satisfaction
of officials of Electric shop, ISP.
21. The firm will obtain work permit from ISP for any planned shutdown / repairs for trouble
shooting of any operational problems.
22. In case of emergency breakdown, an appropriate action will be taken by the firm and
same will be immediately reported to ISP Engineers.
23. The mobile phones, camera, CD’s and laptop etc will not be allowed inside the ISP
premises.
24. The ISP will provide intercom telephone at MRS which can be used as a means for
communication by the operators with certain dialling codes given to them.
25.
The Operation charges shall inclusive of the cost of labours and minor material
/consumables like waste cotton, indicating lamps, DO fuses, HRC fuses, battery electrolyte
and stationary items, etc. The rest of all required materials will be issued by ISP.
26. The firm shall not execute, any major work having additional financial implication,
without prior permission of ISP.
27. The operators will have to attend the breakdown and failures of the equipments on
priority basis even occurring on Sundays and Holidays at all the times so that installation shall
be healthy at all the time.
28. The firm shall be in position to undertake any electrical work pertaining to servicing of 33
KV MRS, which will be asked to execute separately.
29. The operation charges shall be deducted in proportionate rate for the ‘NO MAN’ period
during the period of AMC/Period of billing.
30. The firm will be allowed to draw the payment proportionately on quarterly basis
according to the rate finalized for the AMC. For this the firm will have to submit the tax
invoice, the same will be certified by the electrical department of ISP regarding satisfactory
services provided by the firm on usual suitability report form for further payment by the
Accounts section. The payment will be sent directly to firm’s bank account as per bank details
given by the firm.
31. The offers should be complete in all respect and the incomplete offers are liable to reject
without giving any reason to the firm. The scope of work, terms and conditions agreed,
taxes applicable etc. shall be submitted on the letterhead of the firm duly sealed & signed
by the authorized signatory on each page.
32. There are some additional terms and conditions of the tender enquiry hence entire
tender document shall be gone through and the quotations submitted shall complying to
entire terms & conditions failing which offer will be treated as unresponsive and liable to
reject.
Section VIII: Quality Control Requirements
ISP will issue acceptance certificate on quarterly basis after satisfactory completion of
the service as per the scope of the contract and fulfillment of terms and conditions as
mentioned in Section VI: List of Requirements.
Section IX: Qualification/ Eligibility Criteria
MINIMUM ELGIBILITY CRITERIA
1.
The following shall be the minimum eligibility criteria for selection of bidders
technically.
(a)
Legal Valid Entity: The bidders shall necessarily be a legally valid
entity. A proof for supporting the legal validity of the Bidder shall be
submitted.
b)
The bidder should have valid electrical contractor license for operation
of minimum 33/11 KVA MRS issued by the state/central government
authority.
(c)
Experience: The bidder should have experience in providing such type
of services of Operation and Maintenance of minimum 33 KV electrical
substations any one year during last three years. Relevant proof in support
shall be submitted.
(d)
The bidder should have registration No. of EPF & ESI and documentary
proof to be submitted along with tender.
(e)
(i) The bidder should have the average annual turnover of Rs.
4,80,000/- during the last three years i.e. 2011-12, 2012-13 & 2013-14.
(ii) Bidder should not have suffered any financial loss in any one year
during last three years.
The bidder should submit the balance sheet and Profit & Loss duly certified
by the auditor for last three years.
2.
Documents supporting the Minimum Eligibility Criteria:
(a)
(i)
Sales Tax/VAT Registration/ Service Tax Registration and copy
of PAN.
(ii)
attested copy of the audited balance sheets (audited by
Chartered Accountant) for the completed three financial years i.e. for
2011-2012, 2012-2013 and 2013-2014.
(b)
In proof of having fully adhered to minimum eligibility criteria at 1(b),
attested copy of PAN.
(c)
In proof of having fully adhered to minimum eligibility criteria at 1(c),
attested copy of experience certificate issued by the parties for which such
services of Operation and Maintenance of 33 KV electrical substations have
been provided.
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.
SECTION XI: PRICE SCHEDULE
SUMMARY OF PRICE SCHEDULE: PRICES SHOULD BE ON FOR, ISP, NASHIK ROAD BASIS.
Tender No: 177/2015
Dated: 07/01/2015.
Sr
No
Item description
UOM (Unit of
Measure-ment
Basic price/
unit (Rs)
Service Tax/ any
other taxes,
if
applicable please
specify (Rs)
Total cost inclusive
of all taxes & duties.
Offered
period
Total Price for inclusive
of all taxes, duties.
1
1
2
3
4
5
6
7
8
AMC (Non comprehensive)
for
Operation
and
Maintenance of 33/11 KV
Mains Receiving Station
(MRS) at ISP Nashik
Month
12
FOR ISP Nashik Road price in words………………
1. We confirm that there would not be any price escalation during the AMC period.
2. We confirm that we will abide by all the tender terms and conditions and we do not have any counter conditions
Note: 1. The TDS (Tax Deduction at Source) and service tax as applicable will be deducted from the successful bidder’s bill.
2. Price bids with conditions/ counter conditions are liable to be rejected.
(Name and Signature with date)
Office Seal/Stamp
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-af604ed6-8309-f6b5d8510288.pdf