25
1 Standard Bidding Document (SBD) (Procurement of Goods and Services) CURRENCY NOTE 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 2454493 Fax No 00 91 253 2464100 EPABX: 00 91 253 2463730-39 Website:www.spmcil.com Tender No.02/2020 27.08.2020 Not Transferable Security Classification: UNCLASSIFIED TENDER DOCUMENT FORHIRING OF AGENCY FOR ROAD TRANSPORTATION OF SECURITY SENSITIVE PRODUCTS Tender No. 02/2020 dated 27.08.2020 This Tender Document Contains _________________ Pages. Tender Documents is sold to: Details of Contact person in SPMCIL regarding this tender: Name, Designation: Shri V.Kiran Kumar, Deputy General Manager (Materials) Address: Currency Note Press, Phone: 0253-2461318 /2454493 Nashik Road-422 101 Fax : 0253-2466333/ 2464100 Maharashtra email : [email protected] India Note: The word “SPMCIL” in this SBD hereinafter is referred to as “Currency Note Press, A unit of SPMCIL.”

Standard Bidding Document (SBD) (Procurement of Goods and ... · Tel No 00 91 253 2454493 . Fax No 00 91 253 2464100 . EPABX: 00 91 253 2463730-39 . Website: . Tender No.02/2020 27.08.2020

  • Upload
    others

  • View
    0

  • Download
    0

Embed Size (px)

Citation preview

Page 1: Standard Bidding Document (SBD) (Procurement of Goods and ... · Tel No 00 91 253 2454493 . Fax No 00 91 253 2464100 . EPABX: 00 91 253 2463730-39 . Website: . Tender No.02/2020 27.08.2020

1

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

CURRENCY NOTE 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 2454493 Fax No 00 91 253 2464100 EPABX: 00 91 253 2463730-39

Website:www.spmcil.com

Tender No.02/2020 27.08.2020 Not Transferable

Security Classification: UNCLASSIFIED

TENDER DOCUMENT FORHIRING OF AGENCY FOR ROAD TRANSPORTATION OF SECURITY SENSITIVE PRODUCTS

Tender No. 02/2020 dated 27.08.2020

This Tender Document Contains _________________ Pages.

Tender Documents is sold to:

Details of Contact person in SPMCIL regarding this tender:

Name, Designation: Shri V.Kiran Kumar, Deputy General Manager (Materials)

Address: Currency Note Press, Phone: 0253-2461318 /2454493 Nashik Road-422 101 Fax : 0253-2466333/ 2464100

Maharashtra email : [email protected] India

Note: The word “SPMCIL” in this SBD hereinafter is referred to as “Currency Note Press, A unit of SPMCIL.”

Page 2: Standard Bidding Document (SBD) (Procurement of Goods and ... · Tel No 00 91 253 2454493 . Fax No 00 91 253 2464100 . EPABX: 00 91 253 2463730-39 . Website: . Tender No.02/2020 27.08.2020

2

Section I: Notice Inviting Tender (NIT) CURRENCY NOTE 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 2461471 Fax No 00 91 253 2464100 EPABX: 00 91 253 2463730-39

Email:[email protected] Website:www.spmcil.com

Tender No.02/2020 DATE :27.08.2020

1. Sealed tenders are invited from eligible and qualified tenderers for supply of followinggoods & services:

Schedule No.

Brief Description of Goods/ services

Quantity Earnest Money Industrial EMD amount

Remarks

A Hiring of Agency for Road Transportation of Security Sensitive Products

Three Years Rs. 18.71 Lakhs

Type Of Tender (Two Bid/ PQB/ EOI/ RC/ Development/ Indigenization/ Disposal of Scrap/ Security Item etc.)

Two Bid Limited Tender (only by invitation)

Dates of sale of tender documents: From 27.08.2020 to 17.09.2020 during office hours

Place of sale of tender documents Purchase Section, Currency Note Press, Nashik Road-422 101, Maharashtra, India

Closing date and time for receipt of tenders 18.09.2020 up to 1430 Hrs

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

Time and date of opening of tenders 18.09.2020 at 1500 Hours

Place of opening of tenders Purchase Section,Currency Note Press, Nashik Road-422 101,Maharashtra, India

Nominated Person/ Designation to Receive Bulky Tenders (Clause 21.21.1 of GIT)

Dy.General Manager (HR),CNP Nashik

Page 3: Standard Bidding Document (SBD) (Procurement of Goods and ... · Tel No 00 91 253 2454493 . Fax No 00 91 253 2464100 . EPABX: 00 91 253 2463730-39 . Website: . Tender No.02/2020 27.08.2020

3

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. If requested, the tender documents will be mailed by registered post/ speed post to the domestic tenderers and by international air-mail to the foreign tenderers, for which extra expenditure per set will be Rs 100 for domestic post and Rs200 for international air-mail. 4. Tenderers may also download the tender documents from the web site www.spmcil.com and submit its tender by utilizing the downloaded document. 5. 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. 6. 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. 7. The tender documents are not transferable. 8. Submission of Tender: The bid is to be submitted in two parts. PART A: Techno commercial bid: This bid should contain the following documents.

1. Earnest Money Deposit for the amount as mentioned at point no. 1 above in the form of Demand Draft, Banker‟s Cheque and Fixed Deposit Receipt in favour of SPMCIL, unit Currency Note Press payable at Nashik.

2. Documents as per Section IX of Tender document. 3. Completetender document including GIT, GCC, Section XII to XIX duly signed by the

authorised signatory& sealed and any other documents as required. PART B: Price bid separately in sealed envelope: This bid should contain only filled Section XI

9.SPECIAL INSTRUCTIONS FOR MSME/SSI/NSIC/DIC REGISTERED FIRM: 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. Price reference:

Page 4: Standard Bidding Document (SBD) (Procurement of Goods and ... · Tel No 00 91 253 2454493 . Fax No 00 91 253 2464100 . EPABX: 00 91 253 2463730-39 . Website: . Tender No.02/2020 27.08.2020

4

(a)In tender, participating Micro and Small Enterprises quoting price within price band of L1 + 15 per cent shall also be allowed to supply a portion of requirement by bringing down their price to L1 price in a situation where L1 price is from someone other than a Micro and Small Enterprise and such Micro and Small Enterprise shall be allowed to supply up to 25 per cent of total tendered value. (b) Special provisions for micro and small enterprises owned by SC or ST: Out of 25 percent allowed for procurement from Micro and Small Enterprises, a sub-target of 4% and 3% shall be reserved for procurement from Micro and Enterprises owned by the Scheduled Tribe/Scheduled Caste and Women entrepreneurs respectively. Provided that, in event of failure of such Micro and Small Enterprises to participate in tender process or meet tender requirements and L1 price, 4% and 3% sub-targets for procurement earmarked for Micro and Small Enterprises owned by Scheduled Cast/Scheduled Tribe and Women entrepreneurs shall be met from other Micro and Small Enterprises. 12. Any queries you may contact at: [email protected]&[email protected] Phone Nos: 0253 2454493/2461318

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

FOR CHIEF GENERAL MANAGER CURRENCY NOTE PRESS,NASHIK

Address for dropping the tender documents

CNP PASS SECTION, CURRENCY NOTE PRESS, NASHIK ROAD, NASHIK-422 101.

Page 5: Standard Bidding Document (SBD) (Procurement of Goods and ... · Tel No 00 91 253 2454493 . Fax No 00 91 253 2464100 . EPABX: 00 91 253 2463730-39 . Website: . Tender No.02/2020 27.08.2020

5

Section II: General Instructions to Tenderers (GIT) http://www.spmcil.com/SPMCIL/UploadDocument/GIT.pdf

SUPPLIERS ARE REQUESTED TO DOWNLOAD 32 PAGES BY CLICKING THE ABOVE SAID LINK AND SUBMIT THE SAME DULY STAMPED AND SIGNED ALONG WITH TENDER DOCUMENT. PRINTOUT OF THIS PAGE IS NOT ACCEPTABLE.

Page 6: Standard Bidding Document (SBD) (Procurement of Goods and ... · Tel No 00 91 253 2454493 . Fax No 00 91 253 2464100 . EPABX: 00 91 253 2463730-39 . Website: . Tender No.02/2020 27.08.2020

6

Section III: Special Instructions to Tenderers (SIT)

The following special instructions to Tenderers will apply for this purchase. These special instructions will modify/ substitute/ supplement the corresponding General Instructions to Tenderers (GIT) incorporated in Section II. The corresponding GIT clause numbers have also been indicated in the text below: In case of any conflict between the provision in the GIT and that in the SIT, the provision contained in the SIT shall prevail.

S No GIT Clause No

Topics SIT Provision

1 4 Eligible Goods and Services (Origin of Goods)

No change

2 8 Pre-bid conference Not applicable

3 8.7.2 Performance Security 10% of the total contract Price valid for 60 days beyond warranty period.

4 9 Time limit for receiving request for clarification of Tender Documents

No change

5 11.2 Tender Currency Indian Rupees only

6 12 Applicability of Octroi and Local taxes

No change

7 14 PVC clause and formula No change

8 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.

9 20.4 Number of copies of Tenders to be submitted

No change

10 20.8 Submission of tender Technical bid and Price 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 EMD IS TO BE PROVIDED IN TECHNICAL BID PACKET ONLY. Further the price is not to be quoted in technical bid. It shall only be quoted in price bid. Non-adherence to this shall make bid liable for

Page 7: Standard Bidding Document (SBD) (Procurement of Goods and ... · Tel No 00 91 253 2454493 . Fax No 00 91 253 2464100 . EPABX: 00 91 253 2463730-39 . Website: . Tender No.02/2020 27.08.2020

7

rejection. The envelopes containing bids shall be super scribed “Technical Bid” or “Price Bid”, as the case may be. The sealed envelopes shall again be put in another sealed cover and should be

super scribed “TENDER FORHIRING OF AGENCY FOR ROAD TRANSPORTATION OF SECURITY SENSITIVE PRODUCTSDUE ON 18.09.2020 UPTO 14:30 HRS (IST)”. Late tenders shall not be accepted. Tenderers shall submit their offers only on prescribed forms. Tender by telegram/ fax/e-mail shall not be accepted. Tender by post/ hand/ courier received on or before the due date and time shall be accepted. Postal delay/ delay by courier service etc. shall not be condoned.

11 20.9 E-procurement Not permitted

12 24.4 Opening of Tender The Technical bids are to be opened in the first instance, at the prescribed time and date. These bidsshall be scrutinized and evaluated by the competent committee/ authority with referenceto the parameters prescribed in the Eligibility criteria. Thereafter, in the second stage the financial bids of only the technically acceptable offers shall be opened for further scrutiny and evaluation. Intimation regarding opening of Technical and Financial bids shall be given to acceptable tenderers to enable them to attend the technical and financial bidopening, if they so desire.

13 34 Comparison on CIF Destination basis.

Supplement with the following: Price bid evaluation: The prices quoted shall be compared on total price basis at RESPECTIVE UNIT i.e.CNP NASHIK, BNP DEWAS, including all taxes, duties, as per the price schedule. The tenders received and accepted will be evaluated to ascertain the best and

Page 8: Standard Bidding Document (SBD) (Procurement of Goods and ... · Tel No 00 91 253 2454493 . Fax No 00 91 253 2464100 . EPABX: 00 91 253 2463730-39 . Website: . Tender No.02/2020 27.08.2020

8

lowest evaluated tender in the interest of the purchaser, for the said job work covered under the technical specifications and documents.

14 35.2 Additional factors for evaluation of offers

Not applicable

15 40 purchaser‟s right to accept tender Supplement with the following: The purchaser also reserves its right to summarily reject offers received from any bidder, on National Security consideration.

16 43 Parallel contracts Not applicable

17 50.1, 50.3

Tender for rate contracts Not applicable

18 51.1, 51.2 PQB Tenders Not Applicable

19 52.1, 52.3, 52.5

Tenders involving purchaser‟s and pre-production samples

Not applicable

20 53.4, 53.5, 5.3.7

EOI Tenders Not applicable

21 54.3.1,54.2.1

Tenders for Disposal of Scrap Not applicable

22 55.2, 55.3, 55.7, 55.8

Development/ indigenization Tenders

Not applicable

Page 9: Standard Bidding Document (SBD) (Procurement of Goods and ... · Tel No 00 91 253 2454493 . Fax No 00 91 253 2464100 . EPABX: 00 91 253 2463730-39 . Website: . Tender No.02/2020 27.08.2020

9

Section IV: General Conditions of Contract (GCC) http://www.spmcil.com/SPMCIL/UploadDocument/GCC.pdf

SUPPLIERS ARE REQUESTED TO DOWNLOAD 28 PAGES BY CLICKING THE ABOVE SAID LINK AND SUBMIT THE SAME DULY STAMPED AND SIGNED ALONG WITH TENDER DCOUMENT. PRINTOUT OF THIS PAGE IS NOT ACCEPTABLE.

Page 10: Standard Bidding Document (SBD) (Procurement of Goods and ... · Tel No 00 91 253 2454493 . Fax No 00 91 253 2464100 . EPABX: 00 91 253 2463730-39 . Website: . Tender No.02/2020 27.08.2020

10

. Section V: Special conditions of Contract (SCC)

The following special conditions of Contract (SCC) will apply for this purchase. The corresponding clauses of General Conditions of Contract (GCC) relating to the SCC stipulations have also been incorporated below. These special conditions will modify/ substitute/ supplement the corresponding (GCC) clauses. Whenever there is any conflict between the provision in the GCC and that in the SCC, the provision contained in the SCC shall prevail.

Sr No

GCCClause No

Topics SCC provision

1 8.2 Packing and Marking No change

2 11.2 Transportation of Domestic Goods

No change

3 12.2 Insurance No change

4 14.1 Incidental Services No change

5 15 Distribution of dispatch documents for clearance/ receipt of goods

No change

6 16.2,16.4 Warrantee Clause Not applicable

7 19.3 Option clause The purchaser reserves the right to increase the ordered quantity by 25% at any time, till final delivery date of the contract, by giving reasonable notice even though the quantity ordered initially has been supplied in full before the last date of delivery.

8 20.1 Price Adjustment clause Not applicable

9 21.2 Taxes and duties If the tenderer fails to include taxes and duties in thetender,no claim thereof will be considered by purchaser afterwards.

10 22,22.1, 22.2, 22.4, 22.3, 22.6

Terms and mode of payments

CNP will issue Notification of Award of Contract to the Successful bidder. Against which the contractor shall submit the Performance Guarantee. The detailed Purchase Orders will be issued by respective unit, i.e. CNP, Nashik and BNP, Dewas after receipt of Performance Guarantee. The payment shall be made by the respective unit against their purchase

Page 11: Standard Bidding Document (SBD) (Procurement of Goods and ... · Tel No 00 91 253 2454493 . Fax No 00 91 253 2464100 . EPABX: 00 91 253 2463730-39 . Website: . Tender No.02/2020 27.08.2020

11

order in the following manner: Payment shall be made on Monthly basis against the completed trips of transportation of consignment and on production of all required document by the agency/contractor such as Invoice in Triplicate, Trip completion Certificate issued by the user, etc.

11 24.1 Quantum of LD Applicable. If LD is levied, the GST amount as applicable will be deducted from the contractor‟s invoice.

12 25.1 Bank Guarantee and insurance for material loaned to contractor

Not applicable

13 33.1 Resolution of Disputes No change

14 36.3.2, 36.3.9

Disposal/ Sale of Scrap by Tender

Not applicable

Page 12: Standard Bidding Document (SBD) (Procurement of Goods and ... · Tel No 00 91 253 2454493 . Fax No 00 91 253 2464100 . EPABX: 00 91 253 2463730-39 . Website: . Tender No.02/2020 27.08.2020

12

Section VI: List of Requirements

Schedule No

Brief Description of Goods and services (Related specifications etc. are in Section-VII)

Quantity Earnest Money Industrial EMD amount

A Hiring of agency for transportation of security sensitive products by road

AU Rs. 18.71 Lakhs

NOTE: Currency Note Press, Nashik Road is floating this Tender for Hiring of Agency for Road Transportation of Security Sensitive Products for the requirement of 1) Currency Note Press, Nashik Road, Maharashtra 2) Bank Note Press, Dewas, Madhya Pradesh. Notification of Award will be issued by CNP but the detailed Purchase Order will be issued by individual unit. 1. Contract Duration: The Purchase Order is valid for a period of three years from the date of issue of Purchase Order. However the schedule of deployment of the vehicles will be intimated as and when required by the respective unit as per the provisions mentioned in Section VII, Technical Specification / Scope of Services. The destinations to which the consignment has to be transported are as under:

Sr.No. Destination Normal Transit Time Anticipated Number of Trips/Month

CURRENCY NOTE PRESS, NASHIK 14 MT 27 MT

1 Belapur 5 Hrs 9 1

2 Mumbai 6Hrs 4 1

3 Ahmedabad 12Hrs 10 1

4 Nagpur 16 Hrs 1 1

BANK NOTE PRESS, DEWAS

1 Delhi 16Hrs 1 1

2 Bhopal 4Hrs 11 1

3 Belapur 14Hrs 1 1

4 Ahmedabad 10Hrs 1 1

5 Nagpur 11Hrs 1 1

Page 13: Standard Bidding Document (SBD) (Procurement of Goods and ... · Tel No 00 91 253 2454493 . Fax No 00 91 253 2464100 . EPABX: 00 91 253 2463730-39 . Website: . Tender No.02/2020 27.08.2020

13

2. All the copies of tenders shall be complete in all respects with all their attachments/enclosures duly numbered. 3. The total cost shall be inclusive of all elements and should be indicated clearly both in words and figures in the price bid. 4. Price bid should be submitted as per format in section XI. Rate quoted should be on firm price basis. Vague offers like” duties as applicable” shall not be considered. 5. LICENSESAND PERMITS: Wherever applicable, the successful bidder shall ensure himself and also satisfy the Chief General Manager, of respective unit, i.e. Currency Note Press, Nashik Road and Bank Note Press, Dewasthat the successful bidder possesses the legal licence/ permit to use a particular product/ process/ design/ patent. The successful bidder shall be held responsible for all the civil/ criminal and tortuous consequences arising from any claim from any third party in this regard. 6. FALL CLAUSE:The price quoted for the Job work to be attended against this tender by the prospective bidder shall in no event exceed the lowest price of this job work at which the goods to any other party. A declaration/ certificate to this effect will have to be furnished along with the Price Bid. 7. RISK PURCHASE: (a) If the supplier after submission of tender and due acceptance of the same, i.e. after notification of award of contract fails to abide by the terms and conditions of these tender documents, or fails to supply the deliverables as per delivery schedule given or at any time repudiates the contract, the purchaser shall have the right to: (i) Forfeiture of the EMD and

(ii) Invoke the Security-cum-Performance Guarantee if deposited by the supplier and procure stores from other agencies at the risk and consequence of the supplier. The cost difference between the alternative arrangement and supplier tendered value will be recovered from the supplier along with other incidental charges, excise duty, taxes, insurance 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.

Page 14: Standard Bidding Document (SBD) (Procurement of Goods and ... · Tel No 00 91 253 2454493 . Fax No 00 91 253 2464100 . EPABX: 00 91 253 2463730-39 . Website: . Tender No.02/2020 27.08.2020

14

Section VII: Technical Specification& Scope of Work

1. Nature of work: Transportation of security product of Currency Note Press, Nashik Road,

Maharashtra, & Bank Note Press, Dewas, Madhya Pradesh in closed locked metal containers by road

to various RBI Issue Offices located across India.

2. Vehicle Types: 2.1 VEHICLE TYPE-A 40 feet metal body Bullet/Tamper proof container with flatbed trailer and detachable prime mover with twin door rear opening. Net Load capacity is 27 -28 MT. Maximum Full Load Speed- 70-80kmph.Total-22 Wheels.In-built Hydraulic jack for lifting the trailer with load to be provided for easy replacement of prime-mover.All tyres of vehicle should be tubeless type. 2.2 VEHICLE TYPE-B 22 feet Multi Axle Metal body Bullet/Tamper proof containerized truck. Net Load capacity – 14-15 MT. Maximum Full Load Speed – 70-80kmph. Total – 10 Wheels. All tyres of vehicle should be tubeless type. 3. Scope of Work & Technical specification: 3.1 The security product should be transported on a regular basis as per monthly tentative schedule intimated in advance by CNP & BNP officials individually in the beginning of every month. However, the schedule may change at any moment of time with a prior intimation to the contractor. The contractor shall be ready to supply the container trucks at any time. The other details are as follows: 3.1.1 The monthly schedule shall only intimate the probable number of vehicles required on particular dates, however, the destination/place of visit shall be kept confidential. The same shall be intimated at the time of dispatch only. Hence the vehicles should be roadworthy and express fit for long distance journey during each trip. 3.1.2 Loading at the origination point i.e. CNP or BNP as the case may be as well as unloading at destination will be arranged by CNP/RBI center & BNP/RBI Center as the case may be. 3.1.3 The consignments have to travel from Nashik/ Dewas to the destination RBI centers/other centres through main route/National highways or as instructed by the CISF security/CNP Officials & CISF security/BNP Officials

Page 15: Standard Bidding Document (SBD) (Procurement of Goods and ... · Tel No 00 91 253 2454493 . Fax No 00 91 253 2464100 . EPABX: 00 91 253 2463730-39 . Website: . Tender No.02/2020 27.08.2020

15

3.1.4 Time of arrival at CNP/BNP of all vehicles on the date of dispatch shall be 07.00 Hrs& timing of dispatch of consignment from CNP/BNP shall be intimated on the same day as per our requirement. 3.1.5 CNP/BNP, being security organizations, have security and confidential norms, which will be binding on the contractor. The vehicles and its drivers should undergo security check & other formalities as required. 3.1.6 The unloading shall be carried out on working day during working hours at destinations. So, all the vehicles with containers shall be parked in the designated area under security scanner well within time. 3.1.7 After unloading and relieving by concerned destination, the vehicle will be at the sole disposal of Contractor. 3.1.8Normal Transit time: The journey from CNP Nashik/BNP Dewas to different destinations with normal stoppage etc., is given in the List of requirement (Section VI) including overnight halt wherever applicable. If there is any other destination other than the above, the traveling period will be increased/decreased proportionately vis-a- vis distance on mutual agreement.In case, there is night hault, the stopover should be at police station. 3.1.9 The contractor should be able to place up to 4 trucks of 22 feet category at any given time/date, two each at CNP and BNP. 3.1.10In the unforeseen event of vehicle failure or malfunctioning of trucks or trailers, alternative arrangement to transport the security product should be made within 4 hours or at the earliest possible. Here the suitable substitute should be of same make or any other make of higher version. And also loading/unloading for such transshipment, if necessary, will be arranged by the transporter at their cost. If the transporter fails to arrange another vehicle for transshipment within the given time, CNP/BNP reserves it right to hire required vehicle from any other contractor/ operator, arrange loading & transshipment etc. Cost involved in such cases shall be recovered from the contractor. 3.1.11 The vehicle‟s cabin should have sufficient space for sitting arrangements for one or two security personnel apart from two drivers. 3.1.12 Contractor shall make arrangements for fuel, repair and food of drivers during the journey to avoid delays. 3.2 Technical specification of the vehicles and containers – 3.2.1 VEHICLE TYPE-A: 40 feet metal body Bullet/Tamper proof container with flat-bed trailer and detachable Prime mover with twin door rear opening. Net Load capacity is 27- 28 MT. Maximum Full Load Speed- 70-80kmph. Total -22 Wheels. In built Hydraulic Jack for Lifting the trailer with load to be provided for easy replacement of Prime-Mover. Container to be placed on a checker sheet bed placed on the trailer. The driver‟s cabin/Prime-mover should be preferably AC. Vehicle be fitted with tubeless tyres.

Page 16: Standard Bidding Document (SBD) (Procurement of Goods and ... · Tel No 00 91 253 2454493 . Fax No 00 91 253 2464100 . EPABX: 00 91 253 2463730-39 . Website: . Tender No.02/2020 27.08.2020

16

3.2.2 VEHICLE TYPE-B: 22 feet Multi Axle Metal Body Bullet/Tamper proof containerized truck. Net Load capacity – 14-15 MT. Maximum Full Load Speed – 70-80kmph. Total – 10 Wheels. The driver‟s cabin should be preferable AC. Vehicle be fitted with tubeless tyres. 3.2.3 Each vehicle should have 2 drivers with valid driving license and medically fit to travel long distances. 3.2.4 The security product will be transported in containers with rear opening and provision for two OTL(One Time Lock) and two Padlock locking facility. (Total Four Locks).Also a Biometric locking system. 3.2.5 Two guides, one on each door shall be provided in each provided in each opening of the container as anti-pilferage device. The containers shall be secured to the trailers by means of twist locks in order to prevent them from capsizing while in transit. 3.2.6 The base/surface on which the box will be loaded should be plain & without dents/obstruction. This should facilitate easy movement of boxes by sliding. 3.2.6 All the Vehicle shall be provided with GPS by the Service Provider/Transporter. It may be noted that the GPS facility provided by the transporter shall be on monthly separate payment basis and on installation of CNP/BNP GPS this shall not be payable to the transporter. 3.2.7 Both the containers and prime mover should have CCTV camera with 60 days recording DVR. 3.2.8 Facility for tracking vehicles shall be provided in designated Personal Computer of CNP/BNP. Once the vehicles are allotted for a trip the same shall be entered by CNP/BNP Officials in the system for tracking and the same vehicles should not be tracked by the contractor or by the service provider of GPS for security reasons. The tracking software shall provide trip reports with stoppages and kilometers at the end of the trip 3.2.9 Sufficient number of Spares, Tubeless Tyres (Stepney) in serviceable conditions shall be available on the vehicles before commencement of journey. 3.2.10 Age of vehicles: The vehicles offered should be road worthy and not more than 1 (One) year old as on Scheduled Tender Opening Date. The vehicles should be in absolute fit working condition, duly registered with R.T.O. with all taxes paid, all the valid documents, insurance and national permit from statutory authorities. 3.3 Drivers: 3.3.1 The contractor shall arrange sufficient number of experienced drivers at least 2 in each vehicle for continuous movement of the vehicle. If required, during night all vehicles will be halted in a secured location i.e. Police Station. The drivers should start from the original destination & no enroute pickup of drivers will be allowed. 3.3.2 The drivers should have valid driving license for the type of vehicle issued by the authorized RTO.

Page 17: Standard Bidding Document (SBD) (Procurement of Goods and ... · Tel No 00 91 253 2454493 . Fax No 00 91 253 2464100 . EPABX: 00 91 253 2463730-39 . Website: . Tender No.02/2020 27.08.2020

17

3.3.3 The age of Drivers shall be preferably below 45 years.They should me medically fit for long distance driving. Certificate in this regard shall be produced as and when required. 3.3.4 The contractor should ensure that none of the drivers has any criminal background. The contractor should take necessary steps before their employment such as verification of character & antecedent from Police authority and copy of police verification should be submitted to CNP, Nashik& BNP, Dewas. Their identity proof should be obtained such as voters ID card, Ration card, etc. This information should be current and not more than a year old. The contractor should also submit the filled bio-data of the drivers and the assistants in the prescribed bio-data form, countersign the same for authenticity and submit the same to CNP, Nashik& BNP, Dewas.

3.3.5 No driver shall be allowed to drive for more than 4 hours continuously for safety and security reasons.

3.4 Communication & tracking facility:Top secrecy and confidentiality is to be maintained. Drivers/personnel engaged in the activity should also ensure this. Drivers will not be allowed to use their mobiles after reaching CNP/BNP till handing over of the consignment at destination. Switch-off mobile or should be handed-over to escort personnel. However, vehicles should be compatible for installation of such systems which shall be done by CNP and BNP, if required. 3.3.6 Drivers should have basic knowledge of the vehicle to attend minor break downs, if any, in enroute.

3.5 Stoppages for food: There should be minimum stoppages for food and fuelling en-route at the sole discretion of the escort personnel. The stoppage should not be at the same place every time on a particular route. 3.6 Co-ordination: 3.6.1 The contractor shall designate a Co-coordinator for day-to-day interaction with CNP/BNP for future planning & requirements. 3.6.2 The designated Co-coordinator should be available for contact through mobile phone on round the clock basis. 3.6.3 One official of the senior management team of the contractor shall visit our site once in a quarter to discuss about the proceedings or problems, if any. 3.6.4 For better co-ordination during travelling, the contractor may en-list notified service-centres en-route of the Vehicles being used.

3.6.5 The contractor has to follow the standard operating procedure of CNP/BNP from the start of the journey till the handing over of the consignment at the destination. 3.7 INDEMNITY: The successful bidder shall give Indemnity on stamp paper to Chief General Manager, Currency Note Press and Bank Note Press as the case may be, for the cost of

Page 18: Standard Bidding Document (SBD) (Procurement of Goods and ... · Tel No 00 91 253 2454493 . Fax No 00 91 253 2464100 . EPABX: 00 91 253 2463730-39 . Website: . Tender No.02/2020 27.08.2020

18

material/containers under his custody for transportation and will remain responsible for container till received back by the owner of the container with clear receipt/report. 3.8 Fire Fighting & First Aid facility: Firefighting & First aid facility shall be made available in all vehicles as per Motors Vehicles Act. 3.9 Insurance and Fitness: The vehicle to be provided shall have comprehensive insurance policy and valid National RTO permit (For 40 feet and 22 feet vehicles) with required Fitness Certificate. 3.10 Timely transportation & delivery is the essence of the contract due to sensitive nature of the cargo. The transporter should adhere to the time schedule as given above for placing the vehicle at the origination point, the estimated normal transit time including normal and minimum stoppages and arrival at the destination such as to adhere to the working time schedule of the consignee RBI center.

Page 19: Standard Bidding Document (SBD) (Procurement of Goods and ... · Tel No 00 91 253 2454493 . Fax No 00 91 253 2464100 . EPABX: 00 91 253 2463730-39 . Website: . Tender No.02/2020 27.08.2020

19

______________________________________________

Section VIII: Quality Control Requirements ______________________________________________

The contractor should maintain all the quality, fitness, insurance certificates of the vehicles provided for the said work. Also should maintain the record of the Police verifications, character and antecedent certificates of the drivers deployed for the said work.A copy of all the said certificates along with the Indemnity bond to be submitted by the Contractor before starting of the work.

Page 20: Standard Bidding Document (SBD) (Procurement of Goods and ... · Tel No 00 91 253 2454493 . Fax No 00 91 253 2464100 . EPABX: 00 91 253 2463730-39 . Website: . Tender No.02/2020 27.08.2020

20

______________________________________________

Section IX: Qualification/ Eligibility Criteria ______________________________________________

The bidder should submit the following undertakings along with the tender document:

a) If the entity is found indulging in acts inimical to India‟s national security, the license/tender/contract is liable to be terminated. b) The bidder should inform to Currency Note Press, Nashik regarding criminal case (s), if any, registered against the company, owner, promoter or any of its directors after the issue/award of contract.

c) We accept all the Terms and Condition of the tender document unconditionally and there is no deviation in any of conditions including technical specification.

d) The information given in the documents are correct and the bidder is aware that in case any information provided is found to be false at a later stage, Currency Note Press, Nashik reserves the right to reject/disqualify the bidder at any stage of the tendering process without assigning any reason. At a later stage if the bidder found guilty during the tendency of tender and contract period, suitable action will be initiated by purchaser including blacklisting.

Page 21: Standard Bidding Document (SBD) (Procurement of Goods and ... · Tel No 00 91 253 2454493 . Fax No 00 91 253 2464100 . EPABX: 00 91 253 2463730-39 . Website: . Tender No.02/2020 27.08.2020

21

Section X: Tender Form Date:- To, Currency Note Press, Nasik A Unit of Security Printing & Minting Corporation of India Limited Wholly Owned by Govt. of India Nasik Ref.: Tender Document No. We, the undersigned have examined the above mentioned tender enquiry document, including amendment No. XXX dated XXX (if any), the receipt of which is hereby confirmed. We now offer to JOB

WORK HIRING OF AGENCY FOR ROAD TRANSPORTATION OF SECURITY SENSITIVE PRODUCTS FORCNP, NASHIK & BNP, DEWASwith your above referred document for the sum of XXX 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 out tender is accepted, we shall provide you with a performance security of

required amount in an acceptable form in terms of GCC clause 6, read with modification, of any, in

Section V – „Special Conditions of Contract‟ for due performance of the contract.

We agree to keep our tender valid for acceptance for a period upto ………days. As required in the GIT

clause 19, read with modification, if any in Section-III – „Special instructions to Tenderers‟ or for

subsequently extended period, if any, agreed to by us. We also accordingly confirm to abide by this

tender upto the aforesaid period and this tender may be accepted any time before the expiry of the

aforesaid period. We further confirm that, until a formal contract is executed, this tender read with your

written acceptance thereof within the aforesaid period shall constitute a binding contract between us.

We further understand that you are not bound to accept the lowest or any tender you may receive against

your above-referred tender enquiry.

………………………………… [Signature with date] ……………………………….. [Name and designation] Duly authorized to sign tender for and on behalf of ……………………………………………………

Page 22: Standard Bidding Document (SBD) (Procurement of Goods and ... · Tel No 00 91 253 2454493 . Fax No 00 91 253 2464100 . EPABX: 00 91 253 2463730-39 . Website: . Tender No.02/2020 27.08.2020

22

SUMMARY OF PRICE SCHEDULE FOR HIRING OF AGENCY/CONTRACTOR FOR TRANSPORTATION OF SECURITY SENSITIVE JPRODUCTS FROM CURRENCY NOTE PRESS, NASHIK AND BANK NOTE PRESS, DEWAS

Tender No: Date:

Sr. No Item

Description HSN/SAC

Code Unit of

Measurement

Basic Price

per trip basis (Rs.)

IGST @......%

CGST @......%

SGST @......%

Unit rate per trip

(Rs. Inclusive of GST)

1 2 3 4 5 6 7 8 9

1 CARRYING CAPACITY 14 MT

A FROM CURRENCY NOTE PRESS, NASHIK ROAD TO

I. BELAPUR TRIP

ii. AHMEDABAD TRIP

iii. MUMBAI TRIP

iv. NAGPUR TRIP

B FROM BANK NOTE PRESS, DEWAS TO

I. BELAPUR TRIP

ii. NEW DELHI TRIP

iii. BHOPAL TRIP

iv. AHMEDABAD TRIP

v. NAGPUR TRIP

Page 23: Standard Bidding Document (SBD) (Procurement of Goods and ... · Tel No 00 91 253 2454493 . Fax No 00 91 253 2464100 . EPABX: 00 91 253 2463730-39 . Website: . Tender No.02/2020 27.08.2020

23

Sr. No Item

Description HSN/SAC

Code Unit of

Measurement

Basic Price

per trip basis (Rs.)

IGST @......%

CGST @......%

SGST @......%

Unit rate per trip

(Rs. Inclusive of GST)

1 2 3 4 5 6 7 8 9

2 CARRYING CAPACITY 27 MT

A FROM CURRENCY NOTE PRESS, NASHIK ROAD TO

I. BELAPUR TRIP

ii. AHMEDABAD TRIP

iii. MUMBAI TRIP

iv. NAGPUR TRIP

B FROM BANK NOTE PRESS, DEWAS TO

I. BELAPUR TRIP

ii. NEW DELHI TRIP

iii. BHOPAL TRIP

iv. AHMEDABAD TRIP

v. NAGPUR TRIP

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 (Name and Signature of the Authorized Signatory with date) Office Seal/Stamp

Page 24: Standard Bidding Document (SBD) (Procurement of Goods and ... · Tel No 00 91 253 2454493 . Fax No 00 91 253 2464100 . EPABX: 00 91 253 2463730-39 . Website: . Tender No.02/2020 27.08.2020

24

Note: 1. Bidders have to submit their offer strictly as per the above price schedule in their commercial bid in a separate sealed cover. 2. Bid shall remain valid for acceptance for a period of 120 days from the date of tender opening. 3. The bidder has to quote the applicable GST (i.e. IGST. CGST, SGST) as per GST law 4. Taxes and duties as applicable on the date of opening of price bid shall be taken into consideration for evaluation of bid. 5. Price bids with conditions/ counter conditions are liable to be rejected. 6. The bidder has to indicate SAC/ HSN code in the space provided above

Page 25: Standard Bidding Document (SBD) (Procurement of Goods and ... · Tel No 00 91 253 2454493 . Fax No 00 91 253 2464100 . EPABX: 00 91 253 2463730-39 . Website: . Tender No.02/2020 27.08.2020

25

SECTION XII: QUESTIONNAIRE SECTION XIII: BANK GUARANTEE FORM OF EMD SECTION XIV: MANUFACTURER‟S AUTHORIZATION FORM SECTION XV: BANK GUARANTEE FORM FOR PERFORMANCE SECURITY SECTION XVI: CONTRACT FORM SECTION XVII: LETTER OF AUTHORITY FOR ATTENDING A BID OPENING SECTION XVIII: SHIPPING ARRANGEMENT FOR LINER CARGOES SECTION XIX: PROFORMA OF BILLS FOR PAYMENTS

Please CLICK the link for further details

http://cnpnashik.spmcil.com/SPMCIL/UploadDocument/SBDTEMPLATE1.pdf

TWO BID SINGLE STAGE )TWO PACKETS) TENDER BIDDER‟S CHECK LIST BEFORE TENDER SUBMISSION

Part1:- Techno-Commercial Bid

Sr No Tender Submission Check Points Check before submission Tick (√)

1 Tender Fee

2 Earnest Money Deposit

3 Tender document duly Seal & Signed

4 Term of Delivery: FOR, each unit, duly unloaded

5 Tender Validity 120 days as per the tender

6 Technical Specification-Section VII as per tender

7 Submit the documents as per qualification/Eligibility criteria-Section IX (As Applicable)

8 Fill tender form-Section X duly seal & sign (Without mentioning price)

9 Delivery period: Acceptance of delivery period as per Section VI of tender Document

10 Blank price schedule-format as per Section XI indicating “XXXX”

11 Power of Attorney for signing the bid document and contract, if awarded.

Part II:- PRICE BID

Sr No Tender Submission Check Points Check before submission Tick (√)

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

..…………… (Bidder’s Seal & Sign)