Professional Documents
Culture Documents
3.Tender documents may be purchased on payment of non-refundable fee of per set in the form of account payee
demand draft/ Rs 250/- 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 fee.
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 fee 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.
(ii) The bid is to be submitted in two part i.e. Techno-commercial bid & price bid in sealed envelopes duly super
scribed with EMD, Tender document fee & mention our NIT reference No. with date and Due date on the top of the
sealed envelope and be addressed to the General Manager, Security Paper Mill, Hoshangabad- 461005 (M.P.)
(iii)Quotation will be accepted by INDIA POST/COURIER SERVICE/DROP BOX only. Quotation sent by FAX/E-Mail
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 fourty 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 FEE & EMD TO ANY DIC/SSI/MSME/NSIC
REGISTERED FIRM
Special Instruction: -
--------------------------------
(I) Micro and Small Enterprises firm are exempted from submitting Tender fees and Earnest Money deposit. Please
send the copy of valid registration certificate of Micro and Small Enterprises along with your bid / quotation otherwise
your offer will not be considered for above exemption.
(b) In case of more than one such Micro and Small Enterprise, the supply shall be shared proportionately (to
tendered quantity).
(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
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.
---------------------------------------------------------------
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
IMPORTANT NOTE:-
(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.#
(Vikas Kumar)
Officer (Material)
For General Manager
E-mail : kumar.vikas@spmcil.com, purchase.spm@spmcil.com
PHONE :- (07574) 279041-60, Extension 6842,6587
CORRESPONDING ADDRESS
---------------------
THE GENERAL MANAGER
SECURITY PAPER MILL
HOSHANGABAD-461 005 (M.P.)
Website: http://spmhoshangabad.spmcil.com
E-MAIL:- gmspm@spmcil.com
PHONE :- (07574)-255259
FAX :- (07574)-255170
COPY TO : AM (F&A)-M(T)
Technical bid and financial bid are to be submitted in two 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 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 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 # 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.
i) The tenderer shall submit detailed technical offer as per as per Section VII of this tender document.
vi) 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. It should not contain any
price element otherwise quotation liable to be rejected.
(vii) Validity: 120 days from the date of opening of the tender, offer valid for a shorter period shall be treated as
unresponsive & rejected.
(viii) F.O.R. and Place of work : SPM, Hoshangabad, door delivery duly unloading with Erection and Commissioning.
(ix) Required Delivery Schedule : Within 12 weeks from the date of issue of Purchase Order.
(x). Taxes: If any - Please strictly incorporate in our NIT Section - XI.
(xii). Exemption from Tender fee & EMD: - Firms were having NSIC/MSME/DIC/SSI registration for the tendered
stores are only exempted from Tender fee & EMD. Enclosed copy of valid NSIC/MSME/DIC/SSI registration along
with bid.
(xiii) Bidder to submit experience certificate of executing similar work Atleast 1 no. similar system.
(xiii) Submit a document stating "unconditional accepting of all the terms and conditions as per tender enquiry,
without any deviations."
NOTE : Bidder should be submitted to fulfillment of above points from i to xiii in the technical bid for qualifying in the
tender.
The bidder shall quote the prices strictly as per the proforma given in Section # XI of the tender document. No
additional/extra item with prize should be included other than that of section XI. If any that particular item will not be
consider for evaluation.
(2) All Sections & pages of the tender documents strictly should be signed, name and sealed by bidder firm.
-----------------------------------
SIGNATURE OF BIDDER WITH NAME,
DESIGNATION & SEAL
1. Scope of work: Complete Design Erection and commissioning of Automatic High Velocity Water sprinkler
system for 2*10MVA 33kV/11kV ONAN transformer installed at 33/11 KV Main Receiving Substation of Security
Paper Mill Hoshangabad
Technical details :
The Automatic High Velocity water sprinkling system is to be designed for 2*10MVA 33kV/11kV ONAN transformer
.The High Velocity Water Spray System shall be designed as per the stipulation of TAC rules on the subject as well
as NFPA#s guidelines.
Following salient parameters shall be followed by tenderer for the design of the system.
The system shall be so hydraulically designed that the pressure at the hydraulically most remote projector in the
network shall not be less than 3.5 bars.
Velocity in the feed pipe shall not be more than 5 m/s. There shall be common header for HVWS headers shall be
inter-connected with a non-return valve in between so that hydrant system can be a back-up for the spray system.
Q.B. detectors shall be installed in two rings in successive areas at top and bottom around the Protected area.
Projectors shall be installed in rings encircling the protected area. One ring shall be provided at the top and
subsequently rings for every 3 m from top to bottom shall be provided.
Water for spray system should be drawn from existing fire hydrant point which is at approximately distance is below
30 Mtr. However the tenderer shall visit the site before bidding to get the exact distance of fire hydrant to decide how
much length of the pipe shall be above the ground and underground and also to understand the scope of work.
Deluge valve with all accessories for quick release of pressurized water through a system of piping with open
nozzles. Masonry enclosure shall be provided around the deluge valve in the form of barrier walls for weather
protection. Isolation valves shall be provided upstream and downstream of the deluge valve so as to be readily
accessible during the emergency.
Scope of Supply
A) TECHNICAL REQUIREMENT
1. Alarm system: The following instrumentation for each deluge valve shall be provided in order to obtain
audio/visual alarm signals in the F&G mimic located inside the main control room and also to make possible the
remote activation of the system through hand switch from the shutdown console in main control room.
HS : Hand switch to activate the deluge system manually from shutdown console
Located in control room. There should also be a provision of push button in the local transformer area for the
manual operation.
First alarm LOW pressure should appear when one Quartzoid bulb got activated/damaged/Melted. Second alarm
LOW-LOW pressure should appear whenever more than one Quartzoid Bulb got activated/damaged/melted & give
signal to operate the deluge valve to quenched the fire & simultaneously give trip command to trip the respective
transformer.
2. Interlock System: Whenever more than one Quartzoid bulb activated/damaged/melt and it will generate
LOW-LOW pressure alarm signal to operate the deluge valve & same time give
trip command to trip the respective transformer feeder. This alarm indication shall also be hook up in respective
plant panel status of transformer {Hook up of the alarm to the control room & up to the respective transformer panel
is under the scope of the SPM Hoshangabad }
3. Solenoid valve: Explosion proof, Body and trim material shall be 316 SS. solenoid valve is required as per
relevant standards.
4. Detectors: Detectors shall consist of Quartzoid bulbs (79 degree Celsius operating Temperature) as per
relevant IS Detectors shall be within 300 mm from the transformers.
5. WATER ALARM GONG: A water alarm gong shall be provided and shall be activated by the flow of the water
in case of fire. The gong shall continuously sound when a deluge system is in operation .Water alarm gong shall be
UL/FM/TAC approved or equivalent.
6. UTILITIES CONDITIONS: The electrical supply for instrument connections and solenoid valves shall be 110 V
(A.C. UPS) To be supplied by the bidder . Solenoid valves shall be closed and de energized in normal Operating
condition of the plant. In emergency condition the solenoid valve shall be energized and consequently opened. In
accordance to NFPA 15, electrical circuits of the deluge systems shall be completely supervised in a manner that
will result in positive notification as abnormal condition .
7. Deluge Valve: Automatic water spray Deluge system shall be hydraulically designed according to the applicable
requirements of NFP-1A3, NFPA -15 and TAC requirements taking into account the following criteria using Hazen
Williams#s formula. Deluge systems shall be hydraulically balanced.
Deluge system shall be pneumatically operated & shall be capable to generate required pressure & flows per IS to
quench the fire Valve will be sized for minimum pressure drop and at the design maximum flows. Deluge valve to be
located minimum 15 meter from the transformer Deluge valve shall be located under a shed to be in the scope of
contractor.Necessary sloping towards deluge valve end shall be provided.
Vendor shall submit the following data along with technical bid
a. Fire water circuit: Fire water spray on the transformer in liter/minute/meter and pressure and flow at in/out of
deluge valve
b. Electrical Circuit
c. Physical data
d. Drawings
e. List of spares required for operation
f. Structural and civil foundation drawings
g. List of instruments and accessories with brief specification with catalogue
h. Calculation of deluge valve and all solenoid valves.
· Hydrant Valves End flanges and companion Flange: As per ASME -B16.5 150# rating Deluge valves shall be
UL/FM/TAC approved or equivalent. The system shall be so designed that the pressure at the hydraulically most
remote nozzles in the network is not less than 3.5 kg/cm2g.
· The maximum pressure in any nozzle within the network shall not exceed 5 kg/cm2g. The Velocity in the feed
pipes shall not exceed 10 m/s. The spray system for transformers shall confirm to the requirement of TAC .
· Rate of application for the water spray system shall be 10 LPM/M2 on the body of transformers.
· Transformers shall be protected using ring of nozzles at the top of transformer. A separate ring shall be
provided for the oil tank of the transformer. The nozzle shall be located between 500mm to 800 mm from the
transformer.
· The sprinkler heads shall be located as close to the body of transformers as possible (but not More than 300
mm) at all places subject to electrical clearance for transformers. There shall be a ring of detectors around the top of
the transformer and a second ring around the oil tank.
· Material for deluge water spray system piping shall be Galvanized Carbon steel, ERW as per IS 1239, heavy
Fittings shall be welded, Galvanized as per IS part II -1239.
· Fittings material shall be Carbon Steel AS-TM105 up to less than 50 NB and Carbon Steel ASTM-A234WPB for
50 NB & above.
· Flanges material shall be Carbon Steel AS-ATM105 up to 150 NB and Carbon Steel 2IS062 for 200 NB &
above .
· Flanges thickness & drilling shall be as per ASM-BE16.5.
· Flanges type shall be SORF (Slip on Raised Face) & Flange rating shall be 150#.
· All instrument items such as pressure switches shall be as per standard project instrument Philosophy. Other
instruments such as pressure gauges which are part of UL configuration of the deluge valve shall be supplied as per
electrical hazardous classification.
· Spray system piping shall have supports and hangers in accordance with the requirements of NFPA 13.
· Piping supports shall be adequately supported in order to maintain the integrity under fire Conditions, and
braced so as to reduce movement due to nozzle reaction under water surges. Above ground water spray system
piping shall be painted fire red as per IS 5 and as per project Painting specification.
· Water spray systems shall be protected to prevent pipe breakage for earthquakes in accordance with the
requirements of NFPA 13 section 46and FM "Loss prevention data-8 2".
· All water spray system pipes and fittings shall be installed so that the system can be drained a safe location
and drain valves, where provided, shall be accessible.
· Sealing material shall be asbestos, ceramic fibers and quartz free.
· Deluge valve shall be pneumatically actuated and fitted with all the necessary accessories and Instruments for
proper operation (i.e. solenoid valve, pressure switches, pressure gauges, pressure regulator, orifice plates and
water alarm gong etc.).
· Isolation valve shall be provided upstream and downstream of the deluge valve so as to be readily accessible
during the emergency.
· Deluge valve shall be located under at water protection shed at a minimum distance of 15mtr from the hazard it
protects in an unclassified area.
· The response time for deluge system to activate in the event of bursting of sprinkler heads shall be 40 seconds
as per TAC.
All items are to be supplied with high quality SPM having full right to reject the material .upon found the material are
Ensure that there is no possibility of water leaking back into the instrument air supply in the event of diaphragm
failure.
Guarantee test run shall be conducted under normal operating conditions without the help of any installed standby
equipment and or machinery. Sufficient and necessary measurements shall be taken to ascertain the test results.
B) Mechanical Requirement
Valves: Isolation valves shall be installed at inlet and outlet to enable easy maintenance of the all deluge system of
High velocity water spray. The isolation valves of water shall be flanged type, gate valves of reputed make as per
relevant IS.
MOC of pipes, pipe fittings and valves: The MOC for fire water line shall be as per IS.
Painting: All metallic parts of the high velocity water spray system unit shall be painted with 2 coating of high built
chlorinated rubber based red oxide zinc sulphate primer followed by 2 coats of high built CR dark red for water line
& sky blue for Instrument airline, finished paint.
Total DFT should be 140 microns. The interior CS surfaces which are in contact with cold air shall be applied with
two coats epoxy paint (Neogose #200) .
List of parties for procurement of piping material shall be submitted to SPM for approval.
C)Electrical Requirement
1. To feed the power & control supply to the motor shall be fed from Existing supply point (providing by the SPM)
Substation & FFT Substation respectively if required.
2. Party shall clearly spell out about the requirement of power supply in their bid.
3. Supply of power & Control cable shall be under the scope contractor, all termination at both ends, laying of cables
and cable glanding along with supply of these items shall also be under the scope contractor. All power are to be
tested from the reputed laboratory .SPM has right to verify those test certificate if necessary .And have ISI mark on
the cable.
4. All Panels are to be electrical safe. Earthing arrangement is to be under the scope of the contractor.
5. One no of UPS (110V) along with the battery system has to be provided with the contractor scope .The UPS
system with Battery shall be of reputed make .
D)General Requirement
Materials:
All the materials used should be of highest quality, manufactured by reputed company and purchased from
authorized dealer. The contractor shall provide documentary evidence to this effect, if called for. The materials used
for the work by you are liable for rejection at any stage if found of substandard / poor quality. SPMCIL shall reserve
the right to reject any materials if it is found not in conformity with specification and terms and conditions of the order
in all respect.
at the site. Operation and maintenance training to customer personnel has to be provided at site during erection and
commissioning/testing/trial run of the system.
Testing and Commissioning:
All testing and commissioning are to be in the scope of the Bidder has to carry out the testing as per relevant Indian
standards.
The Estimated quantity (EQ) Items for the HVWSS is mentioned below for the two nos of 100MVA 33/11kV
Transformer has shown below
8 Structural support
(MS angle 40 X 40) with painting. 600Kg. (Approx)
Note: Any other equipment not specified, but required for safe and operation of the system shall be supplied by the
contractor. The above EQ is tentative only, the tenderer has to submit separate EQ as per his design, mentioning
the makes of the individual items along with un-priced version in the Techno- Commercial Bid
REFERENCE CODES & DOCUMENTS
1. The specification of deluge system shall be read in conjunction with specification sheet
Attached for two 10MVA transformer.
2. The design, manufacture and testing of equipment shall be in compliance with following
Indian Standards, unless otherwise specified:
IS: 3034-1993- Code of practice for fire safety of industrial buildings: electrical Generating and
Distributing stations .
IS;1641: code of practice for fire safety of buildings and general principles of fire regarding and
Classifications .
IS;1642: code of practice for fire safety of buildings. Details of construction.
IS;1643: code of practice for fire safety of buildings .Exposure hazard.
IS;1644: code of practice for fire safety of buildings. Exit requirements and personal hazard .
IS:1646-1997- Code of practice for fire safety of buildings. Electrical installations.
IS:2175- Specification for heat sensitive fire detectors for use in automatic fire alarm system .
IS:2189- Code of practice for selection installation and maintenance of automatic fire detection
and alarm system .
IS:2871- Specification for branch pipe, universal for firefighting purposes.
IS:11101- Specification for extended branch pipe for fire brigade use.
IS:11360- Specification for smoke detectors for use automatic electrical fire alarm system
extended branch pipe for fire brigade use.
IS:15394-1993- Code of practice for Fire and safety in petroleum refineries and Fertilizer plants.
NFPA 13- Standard for the Installation of Sprinkler Systems
NFPA 15- Standard for Water Spray Fixed Systems for Fire Protection water spray system manual by TAC (Tariff
Advisory Committee )
ASME-B31.3: Piping Erection
ASME SECTION IX: Welding
ASME-B16.5: Flanges
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
...................................................
...................................................
-------------------------------------------------------------------------------------------------------------------------------------
NOTE:
1.Levies/Taxes would not be paid on Forwarding & Freight charges.
3.Bidder should mention separately regarding Duties/Taxes otherwise tax exemption Certificate may be enclosed.
4.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.
5. The basic price/rate of the material/service is not indicated anywhere in Techno-commercial bid.
6. 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 (A+B) by adding entry tax liability @ 2% on the total price
for the supplies to be received from outside of MP state as above.
7. 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 ............................
_______________________________ __
SIGNATURE OF BIDDER
(WITH NAME, DESIGNATION AND SEAL)
(The Price bid should clearly indicate the break-up of the price as under:- Fill separate sheet for each item.
--------------------------------------------------------------------------------------------------------------------------------------
S. No. Price Break Up AMOUNT (RS.)
--------------------------------------------------------------------------------------------------------------------------------------
1. Basic Price per unit
(please quote lump sum amount for complete 1 no. system as mention in section-VII)
--------------------------------------------------------------------------------------------------------------------------------------
2. Packing and Forwarding charges
--------------------------------------------------------------------------------------------------------------------------------------
TOTAL (1 + 2) = (A)
--------------------------------------------------------------------------------------------------------------------------------------
3. Ex. Duty in percentage(%)only on ''A''
--------------------------------------------------------------------------------------------------------------------------------------
TOTAL [A+3] = (B)
--------------------------------------------------------------------------------------------------------------------------------------
4. CST (with/with out #C# form)/VAT
in percentage (%) only on ''B''
--------------------------------------------------------------------------------------------------------------------------------------
TOTAL (B + 4) = (C)
--------------------------------------------------------------------------------------------------------------------------------------
5. Freight charges
--------------------------------------------------------------------------------------------------------------------------------------
6. Unloading charges
--------------------------------------------------------------------------------------------------------------------------------------
7. Other charges (if any) Please specify
--------------------------------------------------------------------------------------------------------------------------------------
8. Total Price (F.O.R, SPM, HOSHANGABAD) (in figures only) (D+5+6+7) Rs.
--------------------------------------------------------------------------------------------------------------------------------------
9. Total Quantity 2 NOS.
--------------------------------------------------------------------------------------------------------------------------------------
10. Total Price (F.O.R, SPM, HOSHANGABAD) (in figures only) (8 X 9) Rs.
--------------------------------------------------------------------------------------------------------------------------------------
11. Total Price (F.O.R, SPM, HOSHANGABAD) (in words only) Rupees.
--------------------------------------------------------------------------------------------------------------------------------------
B. SERVICES :
-------------------------------------------------------------------------------------------------------------------------------------
1. Complete Erection & commissioning,
fulfillment of guaranteed performance
obligation including training of purchaser's
for operation and maintenance of system.
-------------------------------------------------------------------------------------------------------------------------------------
2. Taxes as applicable (if any)
-------------------------------------------------------------------------------------------------------------------------------------
3. Total Price of Services (1+2) Rs. (in figure)
-------------------------------------------------------------------------------------------------------------------------------------
Total amount (in words)
-------------------------------------------------------------------------------------------------------------------------------------
GRANT TOTAL (A+B) = Rs...........................
-------------------------------------------------------------------------------------------------------------------------------------
In words : Rupees....................................
-------------------------------------------------------------------------------------------------------------------------------------
NOTE:
1.Levies/Taxes would not be paid on Forwarding & Freight charges.
3.Bidder should mention separately regarding Duties/Taxes otherwise tax exemption Certificate may be enclosed.
4.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.
5. 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 (A+B) by adding entry tax liability @ 2% on the total price
for the supplies to be received from outside of MP state as above.
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 ............................
_______________________________ ____
SIGNATURE OF BIDDER
(WITH NAME, DESIGNATION AND SEAL)
................................
(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)
Dear Sirs,
.............................................
..............................................
[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.
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
Subject: Authorization for attending bid opening on 07.03.2017 in the Tender of HIGH VELOCITY WATER SPRAY
SYSTEM FOR 33/11 KV MRS.
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.
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.
S.No Authority for Purchase Description of Stores No.or Rate Rs. Price Amount
qty. P. per Rs.
P
7. (-) deduction/Discount
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.
………………………….
(Bidder’s Seal & Sign)