37
SECURITY PAPER MILL, HOSHANGABAD - 461005 (M.P), INDIA (A Unit of Security Printing and Minting Corporation of India Limited)(Wholly owned by Government of India)(Miniratna Category- ICPSE & ISO 9001: 2015 & ISO 14001:2015 CERTIFIED) Website:http://spmhoshangabad.spmcil.com E-Mail:[email protected] CIN:U22213DL2006GOI144763 Ph.No:91-7574-255259,Fax No:07574-255170 GSTIN: 23AAJCS6111J3ZE PR Number PR Date Indenter Department 11008900 16.02.2021 CSKHATARKER CIVIL WING Not Transferable Security Classification: TENDER DOCUMENT FOR HIRING OF: REPAIR & RETROFITTING OF OXIDATION POND Tender Number: 6000016077/CIVIL/OXID.POND/278, Dated: 08.05.2021 This Tender Document Contains__________Pages. Details of Contact person in SPMCIL regarding this tender: Name: AMIT YADAV Designation: Dy.Manager (TO) Address: SPM5 (PM5, SPM Hoshangabad) India Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001 T01.1

TENDER DOCUMENT FOR HIRING OF: REPAIR & …

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

SECURITY PAPER MILL,HOSHANGABAD - 461005 (M.P), INDIA(A Unit of Security Printing and Minting Corporation of India Limited)(Whollyowned by Government of India)(Miniratna Category- ICPSE & ISO 9001: 2015 &ISO 14001:2015 CERTIFIED)Website:http://spmhoshangabad.spmcil.comE-Mail:[email protected] CIN:U22213DL2006GOI144763Ph.No:91-7574-255259,Fax No:07574-255170GSTIN: 23AAJCS6111J3ZE

PR Number PR Date Indenter Department

11008900 16.02.2021 CSKHATARKER CIVIL WING

Not Transferable

Security Classification:

TENDER DOCUMENT FOR HIRING OF: REPAIR & RETROFITTING OFOXIDATION POND

Tender Number: 6000016077/CIVIL/OXID.POND/278, Dated:08.05.2021

This Tender Document Contains__________Pages.

Details of Contact person in SPMCIL regarding this tender:

Name: AMIT YADAV

Designation: Dy.Manager (TO)

Address: SPM5 (PM5, SPM Hoshangabad)India

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001T01.1

Tender Number:6000016077

Section1: Notice Inviting Tender (NIT)6000016077 /CIVIL/OXID.POND/278 08.05.2021

(SPMCIL's Tender SI No.) (Date)

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

Schd.No.

Brief Descriptionof Goods/services

Quantity(with unit)

Total Earnest Money(In Rs.)

Remarks

1 Repair & Retrofitting Of Oxidation

Pond1.000 AU 0.00INR ADM OFFICE

SECURITY PAPERMILL,HOSHANGABAD

1 Removal of wild vegetation

2600.000M2

2 Earthwork excavation & removal

of sludge 4500.000M3

3 Excavation trenches up to 600

mm 200.000M

4 P/L PCC 1:3:6 36.000M3

5 P/L NP2 class RCC pile 300 dia 500.000M

6 RCC work 1:1.5:3 22.000M3

7 Supply and Tree Plantation 100.000EA

8 Supply of Garden pipe 1" dia 300.000M

9 Steel reinforcement

2860.000KG

10Brickwork 26.000M3

11Centering & Shuttering work in

wall 112.000M2

12Structural steel work 415.800KG

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

THREE-BIDNational Competetive Bid

Dates of sale of tender documents: From 08.05.2021 to 10.06.2021 during office hours. Place of sale of tender documents ADM OFFICE SECURITY PAPER MILL,

HOSHNAGABAD

Closing date and time for receipt of tenders 11.06.2021 11:00:00 Place of receipt of tenders ADM OFFICE SECURITY PAPER MILL,

HOSHNAGABAD

Time and date of opening of tenders 11.06.2021 15:00:00 Place of opening of tenders ADM OFFICE SECURITY PAPER

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec01.1

Tender Number:6000016077

MILL,HOSHANGABAD

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

AMIT YADAVDy.Manager (TO)

Abbreviation :"AU = ACTIVITY UNIT""EA = EACH""M = METER""M2 = SQUARE METER""M3 = CUBIC METER""KG = KILOGRAM"

2. Interested tenderers may obtain further information about this requirement from the above office selling thedocuments. They may also visit our website mentioned above for further details.

3.Tender documents may be purchased on payment of non-refundable fee of per set in the form of account payeedemand draft/ Rs 560/- (Rs. 500/- + GST @ 12%) cashier's cheque/ certified cheque, drawn on a scheduledcommercial 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 andhttp://eprecure.gov.in and submit its tender by utilizing the downloaded document, along with the requirednon-refundable fee. Bid will liable to be rejected in case of non-submission of tender fee or tender fee not submittedas per Security Paper Mill's format.

5.If requested, the tender documents will be mailed by registered post/ speed post to the domestic tenderers, forwhich extra expenditure per set will be Rs.100/- for domestic post. The tenderer is to add the applicable postagecost 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 purchaseorganization, the tenders will be sold/ received/ opened on the next working day at the appointed time.

7. SUBMISSION OF TENDER:

(i) Tender shall be prepared and submitted in SINGLE STAGE (THREE PACKET) System which includes threeparts i.e. Part I:"PRE-QUALIFICATION BID" Part II: "TECHNO-COMMERCIAL BID" and Part-III: "PRICE-BID"separately in 03 sealed envelopes duly super scribed as :"Pre-Qualification Bid", "Techno-commercial Bid" and"Price-Bid" respectively. The envelope should be Super Scribed our tender enquiry No., Name & Date. Theaforesaid Three envelopes should be put inside an Outer big size envelope duly sealed and this outer envelopeagain should be super scribed our tender enquiry No., Name, date, due date and sent to the Chief GeneralManager, Security Paper Mill, Hoshangabad- 461005 (M.P.)

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

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

(iii) EARNEST MONEY DEPOSIT: Nil and firm shall submit following undertaking on your letter Head duly seal &Signature:

#If we withdraw or modify our bids during period of validity of tender etc. than we will be suspended for the period of03 years for the date of opening of tender.#

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec01.2

Tender Number:6000016077

(8) In case of order material in your favour for Rs. 1,50,000/- or above, the supplier shall furnish the performancesecurity amount/ Security Deposit(S.D) (03% of the ordered value) before supply of material after issue of Purchaseorder by SPM, Hoshangabad in favour of The Security Paper Mill payable at Hoshangabad. The performancesecurity will be return back without any interest to successful tenderer after the completion of all contractualobligations.

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

(10) EXEMPTION WILL BE GIVEN DEPOSITING OF ONLY TENDER FEE & EMD TO ANY DIC/SSI/MSME/NSICREGISTERED FIRM

(11) Tender Fee and Earnest Money Deposit (EMD) is exempted for firms having NSIC registration for the tenderedstores. A copy of valid DIC/SSI/MSME/NSIC is to be submitted along with bid.

(12). In case firm is submitting both MSME certificate and tender fee & EMD alongwith bid and during evaluationMSME certificate found invalid or tendered item is not covered in MSME store list, then firm shall be considered asNon-MSME firm for further evaluation and no benefits of MSME firm shall be given to the firm. Firm shall submit the declaration that "firm agree to be considered as Non-MSME firm and they shall not claimany benefit available to MSME firms in future in their letter head duly seal and signed. Non acceptance of abovecondition and non-submission of above declaration shall liable to rejection of bid"

(13) Make in India Clause :

The provisions of the revised Public Procurement (Preference to Make in India) Order 2017 - dated 04th June 2020(and subsequent amendments, if any) by Department for Promotion of Industry and Internal Trade, GoI shall applyto this PQB to the extent feasible.

Special Instruction: ---------------------------------(I) Micro and Small Enterprises firm are exempted from submitting Tender fees and Earnest Money deposit. Pleasesend the copy of valid registration certificate of Micro and Small Enterprises along with your bid / quotation otherwiseyour offer will not be considered for above exemption. Tendered item should be part of store-list of MSME/DIC/NSICcertificate.

(II)Price quotation in tenders:(a)In tender, participating Micro and Small Enterprises quoting price within price band of L1 + 15 per cent shall alsobe allowed to supply a portion of requirement by bringing down their price to L1 price in a situation where L1 price isfrom someone other than a Micro and Small Enterprise and such Micro and Small Enterprise shall be allowed tosupply up to 25 per cent of total tendered value.

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

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

(d) Minimum 3 per cent reservation for Women owned MSEs within 25 percent mentioned above (i.e. 3 percent outof 25 percent).

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec01.3

Tender Number:6000016077

(III) Special provisions for micro and small enterprises owned by SC or ST:Out of 25 per cent allowed for procurement from Micro and Small Enterprises, a sub-target of 25 per cent (i.e., 4 percent out of 25 per cent) shall be allowed for procurement from Micro and Small Enterprises owned by the ScheduledCaste or the Scheduled Tribe entrepreneurs. Provided that, in event of failure of such Micro and Small Enterprisesto participate in tender process or meet tender requirements and L1 price, 4 per cent sub-target for procurementearmarked for Micro and Small Enterprises owned by Scheduled Caste or Scheduled Tribe entrepreneurs shall bemet from other Micro and Small Enterprises.

(iv)) Relaxation of Norms for Start-ups and Micro & Small Enterprises on Prior experience and prior turnovercriteria:In exercise of Para 16 of Public Procurement Policy for Micro and Small Enterprises Order 2012, Security Paper Mill,Hoshangabad has relaxed the condition of prior turnover and prior experience with respect to Start-ups and Micro &Small Enterprises subject to meeting of quality and technical specifications.

----------------------------------------------------------------

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

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

SECTION - II to XIX : APPLICABLE, EXCEPT SECTION : XIII & XVIII.SECTION -XIII BANK GUARANTEE FORM FOR EMD : NOT APPLICABLESECTION XVIII SHIPPING ARRANGEMENTS FOR LINER CARGOES : NOT APPLICABLE

IMPORTANT NOTE:-

(1) The tender documents are not transferable.

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

(3) E Way Bill - As per Government of India instruction e-Way Bill is mandatory with effect from 01-02-2018 for allinter-State and intra-State movement of goods. Therefore you are requested to generate the e-Way Bill beforebooked the material through common portal of Government and attach e-Way Bill with your invoice. Required GSTdetails of Security Paper Mill, Hoshangabad is as follows:-

Trade Name : SECURITY PAPER MILLCity, State : HOSHANGABAD, MADHYA PRADESHState Code : 23Pin : 461005GSTIN No. : 23AAJCS6111J3ZEPAN No. : AAJCS6111J

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec01.4

Tender Number:6000016077

(4) #BIDDER TO FURNISH STIPULATED DOCUMENTS ALONG WITH TENDER IN SUPPORT OF FULFILLMENTOF TENDER CRITERIA. FURTHER CORRESPONDENCE IN THIS REGARD WILL NOT BE ENTERTAINED FORANY REASON. NON-SUBMISSION OR INCOMPLETE SUBMISSION OF DOCUMENTS MAY LEAD TOREJECTION OF OFFER.#

FIRM SHOULD STRICTLY FOLLOW THE CONDTIONS AND ACTS MENTIONED BELOW :-

I) Safety Conditions -----------------(1) The work has to be carried out under proper supervision and all safety rules and regulations should be followedand also as per direction of our officials.

(2) You have follows all safety norms and labour law act police verification of your employees, insurance, withoutwhich your employees can not permitted for work in our premises.

(3) It will be sole responsibility of the contractor to insure yours workmen against risks of accident and injury while atwork as required by the relevant rules and to pay compensation, if any to them as per workmen#s compensation act.the work will be carried out in a protected area and all the rules and regulations of S.P.M. in that area that are inforce from time to time will have to be followed by the contractor.

(4) The contractor shall assign to his workmen task commensurate with their experience and state health condition.

(5) All personal protective equipment shall have to be provided by firm /contractor.II) Other Important Conditions:--------------------------(A) The Contractor shall be abide by the following Acts :

1. Industrial Dispute Act, 19472. Workmen's Compensation Act, 19233. Payment of Gratuity Act, 19724. Maternity Benefits Act, 19515. Factories Act, 19486. Industrial Employment (Standing Orders) Act, 19467. Child Labour (Prohibition and Regulation) Act, 19868. Inter-state Migrant Workmen (Regulation of Employment and Conditions of Service) Act, 19799. The Building and Other Construction Workers (Regulation of Employment and Conditions of Service) Act, 1996and Cess Act of 1996.

(B) Along with bill following documents must be submitted by the contractor.1. Attendance Sheet certified by User Deptt.2. Wages Sheet with Bank Transfer details to concerned Contract Labours.3. PF Challan along with ECR4. Employee Compensation Policy.5. Copy of Labour License under The Contract Labour (R&A) Act- 1970 if required.

Encl.: Annexure-I (Price Schedule) Annexure-II (Checklist) Annexure - III (Declaration)

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec01.5

Tender Number:6000016077

(AMIT YADAV)DY. Manager (TO)For-Chief General ManagerE-mail : [email protected] :- 07574-286848, 286776, 286588,

CORRESPONDING ADDRESS---------------------THE CHIEF GENERAL MANAGERSECURITY PAPER MILLHOSHANGABAD-461 005 (M.P.)Website: http://spmhoshangabad.spmcil.comPHONE :- (07574)-286847FAX :- (07574)-255170

SIGNATURE OF BIDDER WITH NAME,DESIGNATION & SEAL

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

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

For and on behalf of...........................................

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec01.6

Tender Number:6000016077

Section II: General Instructions to Tenderers (GIT)Part 1: General Instructions Applicable to all type of Tenderers

Kindly refer http://spmhoshangabad.spmcil.com/spmcil/uploaddocument/GIT.pdffor further details (GIT contains 32 pages).

SIGNATURE OF BIDDER WITH NAME,DESIGNATION & SEAL

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec02.1

Tender Number:6000016077

Section II: General Instructions to Tenderers (GIT)Part II: Additional General Instructions Applicable to Specific type of Tenderers

Kindly refer http://spmhoshangabad.spmcil.com/spmcil/uploaddocument/GIT.pdffor further details (GIT contains 32 pages).

SIGNATURE OF BIDDER WITH NAME,DESIGNATION & SEAL

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec02.2

Tender Number:6000016077

Section III: Specific Instructions to Tenderers (SIT)The following Special Instructions to Tenderers will apply for this purchase. These special instructions will modify/substitute/ supplement the corresponding General Instructions to Tenderers (GIT) incorporated in Section II. Thecorresponding 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 shallprevail.(Clauses of GIT listed below include a possibility for variation in their provisions through SIT. There could be otherclauses in SIT as deemed fit.)

Sr No GIT ClauseNo.

Topic SIT Provision

01 4 Eligible Goods and Services (Origin ofGoods)

All good as and related services to be suppliedunder the contract shall have their origin in India orother countries, subject to any restriction imposedin this regard in Section III (SIT) The term 'origin'used in this clause means the place wherethegoods are mined, grown, produced, ormanufactured or from where the related servicesare arranged and supplied.

03 9 Time Limit for receiving request forclarification of Tender Documents

A Tenderer requiring any clarification orelucidation on any issue of the tender documentsmay take up the same with SPMH in writing or byfax/e-mail/telex. SPMH will respond in writing tosuch request provided the same is receivedATenderer requiring any clarification or elucidationon any issue of the tender documents may take upthe same with SPMH in writing or byfax/e-mail/telex. SPMH will respond in writing tosuch request provided the same is received

04 11.2 Tender Currency Supplier is requested to quote price within 2Decimal place.Quotation with price quote beyond2 decimal place is ignored.

07 19 Tender Validity 165 days from the opening date of quotation

08 20.4 Number of Copies of Tenders to besubmitted

Single Copy (Three Parts i.e. 1. Pre-QualificationBid, 2. Technocommerical Bid and 2. Price Bid)

13 51.1, 51.2 Special Condition Supplier should file the returns pertaining to TCS(Section 206C (1 H) for TCS collected, in time andprovide the TCS certificate to SPM. In case of anyCredit loss to SPM by way of their failure to filesReturns and provide TCS certificate in time,SPMreserves the right to recover the amountequivalent to TCS paid along with applicableinterest from the payment of further supplies.

18 SpecialCondition

GST Return Supplier Should file the GST returns for outwardsupplies in time. In case of any Input Credit Lossto SPM by way of their failure to files GST Returnsin time,SPM reserves the right to withhold thepayment of filling of Returns.

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec03.1

Tender Number:6000016077

Section IV: General Conditions of Contract (GCC)Kindly refer http://spmhoshangabad.spmcil.com/spmcil/uploaddocument/GCC.pdffor further details (GCC contains 28 pages).

SIGNATURE OF BIDDER WITH NAME,DESIGNATION & SEAL

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec04.1

Tender Number:6000016077

Section V: Special Conditions of Contract (SCC)The following Special Conditions of Contract (SCC) will apply for this purchase. The corresponding clauses ofGeneral Conditions of Contract (GCC) relating to the SCC stipulations have also been incorporated below. TheseSpecial 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 theSCC shall prevail.(Clauses of GCC listed below include a possibility for variation in their provisions through SCC. There could be otherclauses in SCC as deemed fit)

Sl.No.

GCC ClauseNo.

Topic SCC Provision

03 12.2 Insurance The supplier shall make arrangements for insuringthe goods against loss or damage incidental tomanufacture or acquisition, trasportation, storageand deliver as per clause no. 12.3, 12.4, 12.5Bearby firm

04 14.1 Incidental Services Applicable

05 15 Distribution of Dispatch Documents forclearance/ Receipt of Goods

Applicable

06 16.2, 16.4 Warrantee Clause Applicable as per Section VI Point no. 3 of thistender document

10 19.3 Option Clause The General Manager Security Paper MillHoshangabad may reserve the right to increasethe ordered quantity by 25% at any time, till finaldelivery date of the contract, by giving reasonablenotice even though the quantity ordered initiallyhasbeen supplied in full before the last date ofDelivery Period.

12 21.2 Taxes and Duties Applicable ( Henceforth, every supplier has toindicate the break-up of Tax (GST Etc.) in priceschedule/bills. In case Tax is not applicable onsupplier, they must enclose relevant TaxExemption certificate. It is must for availinginputtax rebate.

15 22, 22.1, 22.2,22.4, 22.3,22.6

Terms and Mode of payments (A) As per Section VI point no. 2 sub point no. 2.5

17 24.1 Quantum of LD If the contractor fails to deliver the goods and/orservices or any installment thereof within theDelivery Period, SPM Hoshangabad shall, withoutprejudice to other rights and remedies available toSPM, Hoshangabad under the contract, deductfrom the contractor price, as Liquidated damages,a sum equivalent to the rate of 0.5 % of thedelivered price of the delayed goods and/orservices along with applicable GST of 18% on theLD amount, for each week of delay or part thereofuntil actual delivery or

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec05.1

Tender Number:6000016077

Sl.No.

GCC ClauseNo.

Topic SCC Provision

18 24.1 Quantum of LD performance, subject to a maximum deduction ofthe 10% (plus GST on the LD amount) of thedealyed goods or servcies.

19 33.1 Resolution of Disputes If dispute or difference of any kind shall arisebetween SPMH and the supplier in connectionwith or relating the contract, the parties shall makeevery effort to resolve the same amicably bymutual consultations. If the parties fail to resolvetheirdispute or difference by such mutualconsulation withing 21 days of its occurrence,then,unless otherwise provided in the SCC, eitherSPMH or the supplier may seek recourse tosettlement of disputes through arbitration act 33.2.

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec05.2

Tender Number:6000016077

Section VI: List of Requirements

ScheduleNo.

Breif Description of goodsand services (RelatedSpecifications etc.are inSection-VII)

Accounting Unit Quantity Amount ofEarnestMoney

Remark

1 Repair & Retrofitting OfOxidation Pond

AU 1.000 0.00INR ADM OFFICESECURITY PAPERMILL,HOSHANGABAD

1. SUBMISSION OF TENDER:

Pre-Qualification bid, Technical bid and financial bid are to be submitted in three separate doubled sealedenvelopes on or before the due date of submission of tenders. It may be noted that the price is not to be quotedeither in the pre-qualification or in technical bid. It shall only be quoted in price bid. Non-adherence to this shall bemaking tender liable for rejection. The envelopes containing bids shall be super scribed Pre-qualification bidTechnical 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 super scribed with words #Pre-Qualification bid, Techno- Commercial Bid & Price Bid against our Tender Document / NIT No., NIT Date & Duedate and be addressed to the General Manager, Security Paper Mill, Hoshangabad# 461 005 (M.P.). Late tendersshall not be accepted. Tenderers shall submit their offers only on prescribed forms. Tender by Telegram/Fax/E-mailshall 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.

1.1 Tenders shall be submitted in parts as below:-

PART # I: PRE-QUALIFICATION BID

A) For MSME Firms:

i. Firm shall submit the valid MSME certificate and the tendered item must be listed in the MSME certificate storelist. Non-submission of valid MSME certificate and non-availability of the tendered item in the store list of thiscertificate shall be liable for the rejection of the bid.ii. Employee Provident Fund Registration related documents.iii. Declaration to provide ESIC policy on award of contract.iv. GST registration related documents.v. Copy of Permanent Account Number (PAN Card).vi. Declaration to provide Labour License after award of contract.vii. Copy of valid Firm Registrationviii. Power of Attorney/ Authorization with the seal of the company of person signing the tender documents.ix. Containing un#priced tender consisting commercial package including all terms and conditions. No price detailsto be given in this tender (as per Section-X).x. Bidder shall submit the documents as per Section-IX: Eligibility Criteria for MSME firm.xi. If required SPM may visit the factory during PQB stage, to ascertain the bidder capability & quality controlmethodology.xii. The tenderer shall submit the acceptance of Technical specification as per Section VII of this tender document.xiii. The tenderer has to submit the acceptance of all terms & conditions of the tender document without anydeviation.xiv. The tenderer has to submit acceptance of all sections of this tender document (GIT, SIT, SCC, Tender form,Questionnaire, etc.)xv. Blank Price Bid without mentioning any price element in it.

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec06.1

Tender Number:6000016077

xvi. Firm shall submit the acceptance of Bid validity, Place of work, Completion period of work and payment termsas per the Section VI point no. 2 of other terms and conditions.

B) For Non-MSME Firms:i. Tender document fees is Rs. 560/- as per NIT.ii. Earnest Money Deposit (EMD): NIL and firm shall submit following undertaking on your letter Head duly seal &Signature:

#If we withdraw or modify our bids during period of validity of tender etc. than we will be suspended for the period of03 years for the date of opening of tender.#iii. Employee Provident Fund Registration related documents.iv. Declaration to provide ESIC policy on award of contract.v. GST registration related documents.vi. Copy of Permanent Account Number (PAN Card).vii. Declaration to provide Labour License after award of contract.viii. Copy of valid Firm Registration.ix. Power of Attorney/ Authorization with the seal of the company of person signing the tender documents.x. Containing un#priced tender consisting commercial package including all terms and conditions. No price detailsto be given in this tender (as per Section-X).xi. Bidders shall submit all the documents as per Section - IX: Eligibility Criteria of this tender document.xii. Financial standing of last 3 years i.e. 2017-18, 2018-19 & 2019-2020 should be certified by accountants i.e.Chartered Accountants (CA) in India.

Note: Non submission of any of the above document may lead to rejection of bid.

PART # II: TECHNO-COMMERCIAL BID

i. The tenderer shall submit the acceptance of Technical specification as per Section VII of this tender document.ii. The tenderer has to submit the acceptance of all terms & conditions of the tender document without anydeviation.iii. The tenderer has to submit acceptance of all sections of this tender document (GIT, SIT, SCC, Tender form,Questionnaire, etc.)vi. Blank Price Bid as per the Section XI without mentioning any price element in it.v. Firm shall submit the acceptance of Bid validity, Place of work, Completion period of work and payment terms asper the Section VI point no. 2(2.5)of other terms and conditions.

PART # III: PRICE BID:

The bidders shall quote the price and other elements of price as per the format given as Section # XI of this tenderdocument Insertion, post script, addition and alteration shall not be recognized unless confirmed by the bidder.

Note: 1. Un- Workable rates shall be liable for rejection.2. BIDDER TO FURNISH STIPULATED DOCUMENTS ALONG WITH TENDER IN SUPPORT OF

FULFILLMENT OF TENDER CRITERIA. FURTHER CORRESPONDENCE IN THIS REGARD WILL NOT BEENTERTAINED FOR ANY REASON. NON-SUBMISSION OR INCOMPLETE SUBMISSION OF DOCUMENTS ONANY PART OF THE TENDER MAY LEAD TO REJECTION OF OFFER.----------------------------------------------------------------

2. OTHER IMPORTANT TERMS AND CONDITIONS:

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec06.2

Tender Number:6000016077

(2.1) Validity: 165 days from the date of opening of the tender, offer valid for a shorter period shall be treated asunresponsive & rejected.

(2.2). Place of work : Security Paper Mill, Hoshangabad

(2.3) Completion Period of work:- Complete work of repair and retrofitting shall be completed within 04 months fromthe date of issue of NAC / PO.

(2.4). Age: Min. 18 to 50 years.

(2.5). TERMS AND MODE OF PAYMENT:a. The payment shall be made on actual completion of work and submission of the bill by the contractor along withthe relevant documents on monthly basis.

b. The payment will be made by SPM through RTGS / NEFT.

c. Applicable taxes may please mention on Price schedule/ Invoice of document along with HSN/ SAC code.

d. Registration certificate of GSTIN issued from the concerned authority may please be attached along with tenderdocument.

e. If income tax is payable then the bill payment will be made after the deduction of such taxes. The TDS certificatewill be provided to the Contractor accordingly. The contractor will provide PAN in bills.

f. Any TDS or surcharge applicable to the contractor then as per rule the deduction from the bill will be madealong with surcharge. The copy of the same will be provided accordingly.

(2.6). PERFORMANCE SECURITY(2.6.1) Within twenty-one days after the issue of purchase order by SPMH, the supplier shall furnish performancesecurity of the value equal to 03% of the value of the contract to SPMH, valid up to sixty days after the date ofcompletion of all contractual obligations by the supplier, including the warranty obligations.

(2.6.2) The performance security shall be denominated in Indian Rupees or in the currency of the contract and shallbe in one of the following forms:

(a) Account payee Demand Draft or Fixed Deposit Receipt drawn on any commercial bank in India, in favour ofSecurity Paper Mill, Hoshangabad as indicate in the clause 3 of NIT.

(b) Bank Guarantee issued by a commercial bank in India, in the prescribed form as provided in Section XV of thisdocument.

(2.6.3) In the event of any loss due to supplier#s failure to fulfill its obligations in terms of the contract, the amount ofthe performance security shall be payable to SPM to compensate SPM for the same.

(2.6.4) In the event of any amendment issued to the contract, the supplier shall, within twenty-one days of issue ofthe amendment, furnish the corresponding amendment to the Performance Security (as necessary), rendering thesame valid in all respects in terms of the contract as amended.

(2.7). SCHEDULE WISE EVALUATIONThe Evaluation of L1 bidder shall be based on the consolidated grand total offered by the bidder as per section - XI(Annexure -I) of this tender document.

(2.8). Any dispute, arising out of the supply order/ contract will be subject to the exclusive jurisdiction of the

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec06.3

Tender Number:6000016077

competent court at Hoshangabad.

(2.9). Authorized representatives of the tenderers, who have submitted tenders on time may attend the tenderopening, provided they bring with them letters of authority through firm.

(2.10). All Sections & pages of the tender documents strictly should be signed, name and sealed by bidder firm.

3. WARRANTY:i. The supplier warrants that the goods supplied under the contract is new, unused and incorporate all recentimprovements in design and materials unless prescribed otherwise by SPM in the contract. The supplier furtherwarrants that the goods supplied under the contract shall have no defect arising from design, materials (except whenthe design adopted and / or the material used are as per SPM's specifications) or workmanship or from any act oromission of the supplier, that may develop under normal use of the supplied goods under the conditions prevailing inIndia.

ii. This warranty shall remain valid for twelve months after the goods or any portion thereof as the case may be, havebeen delivered to the final destination and installed and commissioned at the final destination and accepted by SPMin terms of the contract or for eighteen months from the date of dispatch from the supplier's premises whichever islater.

iii. In case of any claim arising out of this warranty, SPM shall promptly notify the same in writing to the supplier.

iv. Upon receipt of such notice, the supplier shall, with all reasonable speed and time, repair or replace the defectivegoods or parts thereof, free of cost, at the ultimate destination. The supplier shall take over the replaced parts/goods after providing their replacements and no claim, whatsoever shall lie on SPM for such replaced parts/ goodsthereafter.

v. In the event of any rectification of a defect or replacement of any defective goods during the warranty period, thewarranty for the rectified/ replaced goods shall be extended to a further period of twelve months from the date suchrectified / replaced goods starts functioning to the satisfaction of SPM.

vi. If the supplier, having been notified, fails to rectify/ replace the defect(s) within a delivery period,SPM mayproceed to take such remedial action(s) as deemed fit by SPM, at the risk and expense of the supplier and withoutprejudice to other contractual rights and remedies, which SPM may have against the supplier.

-----------------------------------SIGNATURE OF BIDDER WITH NAME,DESIGNATION & SEAL

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec06.4

Tender Number:6000016077

Section VII: Technical SpecificationsThe scope of work for Repair & retrofitting of oxidation pond are shown in below.1. Complete jungle clearing in oxidation pond area.2. Removing of sludge from 3 nos beds of oxidation pond.3. Removing of sludge from 7 nos of inlet and outlet tanks.4. Existing Drain Cleaning in oxidation pond area.5. Laying of NP-2 pipe from gate no-1 to oxidation pond.6. Construction of 2 nos. collection and transfer tanks of size 4x4x1.5 mtrs and 8x8x1 mtrs respectively.7. Tree Plantation near oxidation pond.8. Specifications: The work shall be carried out as per CPWD specification 2009 Vol. I & Vol. II with up to datecorrection slips9. Quantity of work: SPM authority reserve the full rights to increaseor decrease the quantities of item, at the time of award tender and any time during execution of contract period orextended period of contract as per its actual requirement. SPM reserve the rights "that it is not necessary that all theitems will be executed in the said period of contract and therefore the contractor has no right to claim for anyworks/item of works for the execution in the time period of contract or extended period of the contract." 10. Records:The successful firm shall maintain complete officialrecords like material brought at site register, site order book, test register, hindrance register etc. and all documenthave to hand over to SPM after completion of the work. 11. Tools & Plant: All the required tools, plants, equipmentetc. shallbe arranged by the contractor. 12. Payment: Payment shall be made on actual measurement of work andafter submission of bill. 13. Time: Eight months from placing of LOI/PO.Description of workClearing jungle including uprooting of rank vegetation, grass, brushwood, trees and saplings of girth up to 30 cm measured at a height of 1 m above ground level and removal ofrubbish up to a distance of 50 m outside the periphery of the area cleared.Removal of sludge and earth work in excavation by mechanical means(Hydraulic excavator)/manual means over areas (exceeding 30 cm in depth, 1.5 m in width as well as 10 sqm onplan) including getting out and disposal of excavated earth lead upto 50 m and lift upto 1.5 m, as directed byEngineer-in-charge.Cleaning of drains and excavating trenches of required width for pipes,cables, etc including excavation for sockets, and dressing of sides, ramming of bottoms, depth upto 1.5 m, includinggetting out the excavated soil, and then returning the soil as required, in layers not exceeding 20 cm in depth,including consolidating each deposited layer by ramming, watering, etc. and disposing of surplus excavated soil asdirected, within a lead of 50 m : Drain, pipes, cables etc. exceeding 300 mm dia butnot exceeding 600 mmProviding and laying in position cement concrete of specified gradeexcluding the cost of centering and shuttering - All work up to plinth level 1:3:6 (1 Cement : 3 coarse sand (zone-III) :6 graded stone aggregate 20mm nominal size).Providing and laying non-pressure NP2 class (light duty) R.C.C. pipeswith collars jointed with stiff mixture of cement mortar in the proportion of 1:2 (1 cement : 2 fine sand) includingtesting of joints etc. complete 300 mm dia. R.C.C. pipeReinforced cement concrete work in walls (any thickness), includingattached pilasters, buttresses, plinth and string courses, fillets, columns, pillars, piers, abutments, posts and strutsetc. above plinth level up to floor five level, excluding cost of centering, shuttering, finishing and reinforcement :1:1.5:3 (1 cement : 1.5 coarse sand(zone-III) : 3 graded stone aggregate20 mm nominal size).Supply of following trees plant in big poly bag of size 25 cm/ HDPE bagand plantation of trees at site including digging holes in soil and refilling the same with the excavated earth mixedwith manure or sludge in the ratio of 2:1 by volume (2 parts of stacked volume of earth after reduction by 20% : 1part of stacked volume of manure after reduction by 8%) flooding with water, dressing including removal of rubbishand surplus earth, if any, with all leads and lifts all complete as per dirction of SPM 1. Legestromia thorelli hgtRegd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec07.1Tender Number:6000016077

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec07.1

Tender Number:6000016077

150-165 cm2. Mimusops elengi hgt 180-195 cm3. Neem hgt. 150-165 cm4. karanj hgt 150-165 cm5. Awanla hgt 150-165 cmProviding and fixing of PVC fiber braided hose pipe of dia 25mm forgardenningSteel reinforcement for R.C.C. work including straightening, cutting,bending, placing in position and binding all complete Thermo-Mechanically Treated bars of grade Fe-500D or moreBrick work with fly ash bricks class designation10 average compressivestrength Cement mortar 1:4Centering and shuttering including strutting, propping etc. and removalof form for all heights : Walls (any thickness) including attached pilasters, butteresses, plinthand string courses etcStructural steel work in single section, fixed with or withoutconnecting plate, including cutting, hoisting, fixing in position and applying a priming coat of approved steel primer allcomplete. applying a priming coat of approved steel primer all complete.Regd

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec07.2

Tender Number:6000016077

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

Sec08.3

Section VIII: Quality Control Requirements

1. QUALITY CONTROL REQUIREMENT OF CIVIL WORK

The Repair and Retrofitting of oxidation pond to be carried out as per the points shown in below table-A with the help of

specifications / CPWD specification 2019 Vol I & II with up to date correction slip and relevant Indian Standard Code of

Practice .

Table-A

Sr. No.

Items Quality control requirement

1 Design Standard The design of liquid retaining structure shall be carried out as per IS 3370. All design shall to conform to relevant Indian Standard

2 Excavation All excavation work shall be carried out by mechanical equipment unless in opinion of the SPM. The excavation work shall be done to be minimum dimensions as required for safety and working facility. Necessary working space as stipulated by the relevant IS code shall be included in the excavation work

3 Cement 43 Grade Ordinary Portland cement conforming to IS 8112

4 Aggregates Aggregates shall consist of naturally occurring stone and gravel (crushed or uncrushed) and Sand. They shall be chemically inert, strong, hard, clean, durable against weathering, of limited porosity, free from dust/silt/organic impurities/deleterious material and conform to IS 383.

5 Water Water used for both mixing and curing shall conform to IS456. Potable water is generally satisfactory. Water containing any excess of acid, alkali, sugar or salt shall not be used.

The pH value of water shall not be less than 6.

6 Centering and shuttering including removal of form from all height

a. The design and engineering of formwork as well as its construction shall be the responsibility of contractor.

b. The formwork may be of lined timber, plywood, laminated plywood, steel depending upon the type of finish specified. The face of formwork coming to contact with concrete shall be cleaned and two coats of approved mould oil applied before fixing reinforcement.

c. Contractor shall provide adequate props of adjustable steel pipes carried down to a firm bearing without overloading any of the structures.

7 Steel reinforcement for R.C.C. work

a. Thermo-mechanically Treated bars of grade Fe-500D or more for R.C.C. work including straightening, cutting, bending, placing in position and binding all complete.

b. Reinforcement bars shall conform to IS; 432 and/or IS 1786 and welded wire fabric to IS 1566

c. All reinforcement shall be clean, free from pitting, oil grease, paint loose mill scales, rust, dirt, dust or any other substance that will destroy or reduce bond.

8 Concrete Concrete in the works shall be DESIGN MIX CONCRETE OR NOMINAL MIX CONCRETE. All concrete works upto grade M15 can be NOMINAL MIX CONCRETE whereas all other grade, M20 and above, shall be DESIGN MIX CONCRETE. The minimum grade of concrete shall be as per Table 5 of IS 456 for various exposure conditions of concrete. For various environmental conditions, refer Table 3 of IS 456 The minimum cement content for Design Mix Concrete shall be as per Table 5 of IS 456 It shall be CONTRACTOR’s sole responsibility to carry out the mix design at his own cost. Curing period : As per IS 456

Tender Number:6000016077

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

Sec08.4

9 Masonry Brick work (1:6) and half brick work (1:4) with non-modular fly ash bricks conforming to IS: 12894 class designation 10 average compressive strength.

10 Plaster 12 mm cement plaster of mix 1:6 on smooth face of brickwork and 15 mm thick cement plaster of mix 1:6 on rough face of brickwork.

11 Test certificates a. The bidder shall have to submit the RCC cube test & brick test certificate from NABL approved laboratory for the civil works.

b. Structural stability test to be submitted after completion of underground treated waste water collection tank.

2. As per consent condition given by MPPCB, Bhopal the treated discharge effluent must comply with the following

standards,

Sr. No. Parameters UOM Limit Standard

1 pH - - 6.5 – 9.0

2 Suspended Solids mg/l Max 100

3 BOD3 Days 27 ⁰c mg/l Max 30

4 COD mg/l Max 250

5 Oil and grease mg/l Max 10

6 Fecal Coliform MPN/100ml Max 1000

Tender Number:6000016077

Section IX: Qualification/Eligibility Criteria1. Experience & Past Performance - Bidder Firm should have successfully executed similar #Repair and Retrofittingwork of Oxidation Pond# work/sewage collection pit/water & waste water collection pit/open lagoon to any Govt./PSUor any other reputed Organisation in any one year during last five years of period ending 31st March 2021.

Note: Startups and Micro and small enterprises are exempted for experience and past performance criteria.

2. Capability - Bidder Firm must have an annual capacity to execute similar #Repair and Retrofitting work ofOxidation Pond# work/sewage collection pit/water & waste water collection pit/open lagoon.

3. Financial Standing - a) The average annual turn-over of the Bidder during the last three (3) years 2018-19,2019-20 & 2020-21, endingMarch 31st, 2021 should be at least Rs. 8.94 Lakhs.

Note: Startups and Micro and small enterprises are exempted from Average annual turnover criteria.

b) The Bidder firm including local supplier should not have suffered any financial loss for more than one (1) yearduring the last three (3) years ending March 31st, 2021.

c) The net worth of the Bidder firm including local supplier should not have eroded by more than 30% in the lastthree (3) years ending March 31st, 2021.

4. General Conditions as per Ministry of Finance, Department of Expenditure, Public Procurement Division, OM No.F.No.6/18/2019-PPD Dated 23.07.2020:

I. Any bidder from a country which shares a land border with India will be eligible to bid in this tender only if thebidder is registered with the Competent Authority. [The registered committee constituted by the Department forPromotion of Industry and Internal Trade (DPIIT)]

II. #Bidder# (including the term #tenderer#, #consultant# or #service provider# in certain contexts) means anyperson or firm or company, including any member of a consortium or joint venture (that is an association of severalpersons, or firms or companies), every artificial juridical person not failing in any of the descriptions of bidders statedhereinbefore, including any agency branch or office controlled by such person, participating in a procurementprocess.

III. #Bidder from a country which shares a land border with India# for the purpose of this Order means:-

a. An entity incorporated, established or registered in such a country; orb. A subsidiary of an entity incorporated, established or registered in such a country; orc. An entity substantially controlled through entities incorporated, established or registered in such a country; ord. An entity whose beneficial owner is situated in such a country; ore. An Indian (or other) agent of such an entity; orf. A natural person who is a citizen of such a country; org. A consortium or joint venture where any member of the consortium or joint venture falls under any of the above.

IV. The beneficial owner of the purpose of (III) above will be as under:

1. In case of company or Limited Liability Partnership, the beneficial owner is the natural person(s), who, whetheracting alone or together, or through one or more juridical person, has a controlling ownership interest or whoexercises control through other means.

Explanation-

a. #Controlling ownership interest# means ownership of or entitlement to more than twenty-five per cent of shares

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec09.1

Tender Number:6000016077

or capital or profits of the company.b. #Control# shall include the right to appoint majority of the directors or to control the management or policydecisions including by virtue of their shareholding or management rights or shareholders agreements or votingagreements.

2. In case of a partnership firm, the beneficial owner is the natural person(s) who, whether acting alone ortogether, or through one or more juridical person, has ownership of entitlement to more than fifteen percent ofcapital or profits of the partnership.

3. In case of an unincorporated association or body of individuals, the beneficial owner is the natural person(s),who, whether acting alone or together, or through one or more juridical person, has ownership of or entitlement tomore than fifteen percent of the property or capital or profits of such association or body of individuals.

4. Where no natural person is identified under (1) or (2) or (3) above, the beneficial owner is the relevant naturalperson who holds the position of senior managing official.

5. In case of a trust, the identification of beneficial owner(s) shall include identification of the author of the trust,the trustee, the beneficiaries with fifteen percent or more interest in the trust and any other natural person exercisingultimate effective control over the trust through a chain of control or ownership.V. An Agent is a person employed to do any act for another, or to represent another in dealings with third person.

VI. The successful bidder shall not be allowed to sub-contract works to any contractor from a country which sharesa land border with India unless such contractor is registered with the Competent Authority.

VII. Bidders shall submit undertaking as per attached Annexure-III in this Tender.

NOTE:(i) All experience, past performance and capacity/capability related data should be certified by the authorizedsignatory of the Bidder firm. The credentials regarding experience and past performance to the extent required asper the above eligibility criteria as submitted by the Bidder may be verified from the parties for whom work has beendone.

(ii) All financial standing data should be certified by certified accountants# e.g. Chartered Accountants (CA) in Indiaand Certified Public Accountant/ Chartered Accountant of other countries.

(iii). MSME firms shall be exempted from Average Annual Turnover and past experience.

MOST IMPORTANT NOTE:

BIDDER TO FURNISH STIPULATED DOCUMENTS ALONG WITH TENDER IN SUPPORT OF FULFILLMENT OFQUALIFYING CRITERIA. FURTHER CORRESPONDENCE IN THIS REGARD WILL NOT BE ENTERTAINED FORANY REASON. NON-SUBMISSION OR INCOMPLETE SUBMISSION OF DOCUMENTS SHALL LEAD TOREJECTION OF OFFER.

-----------------------------SIGNATURE OF BIDDER WITHNAME, DESIGNATION & SEAL

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec09.2

Tender Number:6000016077

Section X: Tender Form Date:

To,Security Paper Mill, HoshangabadA Unit of Security Printing & MintingCorporation of India Limited(Wholly Owned by Govt. of India)Hoshangabad

Ref: Your Tender document No.6000016077 /CIVIL/OXID.POND/278 dated 08.05.2021

We, the undersigned have examined the above mentioned tender enquiry document, including amendmentNo............., 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 forthe sum of _____________ (total tender amount in figures and words), as shown in the price schedule(s), attachedherewith and made part of this tender.If our tender is accepted, we undertake to supply the goods and perform the services as mentioned above, inaccordance 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 requiredamount in an acceptable form in terms of GCC clause 6, read with modification, if any, in Section V - 'SpecialConditions 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 thistender may be accepted any time before the expiry of the aforesaid period. We further confirm that, until a formalcontract is executed, this tender read with your written acceptance thereof within the aforesaid period shall constitutea binding contract between us.We further understand that you are not bound to accept the lowest or any tender you may receive against yourabove-referred tender enquiry.

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

...................................... (Name and designation)

Duly authorized to sign tender for and on behalf of

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

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

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec10.1

Tender Number:6000016077

Section XI: Price ScheduleFirm Ref. No____________ Date: __________

PRICE SCHEDULE AS PER ATTACHED ANNEXURE - I

Note:-----------

1. Bidders needs to quote for all the charges. Bidder firm shall quote strictly as per price bid format above failing towhich the offer shall be summarily been rejected.

2. The method of evaluation of L1 criteria for awarding the contract on the consolidated grand total offered by thebidder as per section XI of this tender document.

3. Mode of Payment:- Payment will be made through RTGS/ NEFT (Please provide the details as required)S.no. Details1. Name of supplier ............................2. Account No ............................3. Account Type ............................4. Name of the Bank ............................5. Branch ............................6. City ............................7. Branch Code ............................8. MICR Code ............................9. IFSC Code ............................10. GSTIN No. ............................

NOTE: 'BIDDER TO FURNISH STIPULATED DOCUMENTS ALONG WITH TENDER IN SUPPORT OFFULFILLMENT OF TENDER CRITERIA. FURTHER CORRESPONDENCE IN THIS REGARD WILL NOT BEENTERTAINED FOR ANY REASON. NON-SUBMISSION OR INCOMPLETE SUBMISSION OF DOCUMENTS MAYLEAD TO REJECTION OF OFFER.

Declaration:-We confirm that the quoted prices are all inclusive i.e. basic minimum wages, PF, ESI, Bonus, Contractors overheadprofit, uniform charges, etc.,. There would not be any price escalation during the service period. We also confirmthat we will abide by all the tender conditions and we do not have any counter conditions.

-----------------------------------SIGNATURE OF BIDDER WITH NAME,DESIGNATION & SEAL

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec11.1

Tender Number:6000016077

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

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

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

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

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

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

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec12.1

Tender Number:6000016077

Section XIV: Manufacturer's Authorization FORMTo,Security Paper Mill, HoshangabadA Unit of Security Printing & MintingCorporation of India Limited(Wholly Owned by Govt. of India)Hoshangabad

Dear Sirs,

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

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

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

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

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

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec14.1

Tender Number:6000016077

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

AND WHEREAS it has been stipulated by you in the said contract that the supplier shall furnish you with a bankguarantee by a scheduled commercial bank recognized by you for the sum specified therein as security forcompliance 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 toa total of .............................................................................. (amount of the guarantee in words and figures), and weundertake to pay you, upon your first written demand declaring the supplier to be in default under the contract andwithout cavil or argument, any sum or sums within the limits of (amount of guarantee) as aforesaid, without yourneeding 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 thedemand. We further agree that no change or addition to or other modification of the terms of the contract to beperformed thereunder or of any of the contract documents which may be made between you and the supplier shallin 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 SPMCILhaving to substantiate its demand.

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

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

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

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

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

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

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

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

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec15.1

Tender Number:6000016077

Section XVI: Contract FormContract No..............dated.............This is in continuation to this office' Notification of Award No................... dated ....................1. Name & address of the Supplier: ..........................................2. SPMCIL's Tender document No........... dated...........and subsequent Amendment No............ dated........... (If any),issued by SPMCIL3. Supplier's Tender No............. dated...........and subsequent communication(s) No.............. dated......... (If any),exchanged between the supplier and SPMCIL in connection with this tender.4. In addition to this Contract Form, the following documents etc, which are included in the documents mentionedunder paragraphs 2 and 3 above, shall also be deemed to form and be read and construed as part of this contract:(i) General Conditions of Contract;(ii) Special Conditions of Contract;(iii) List of Requirements;(iv) Technical Specifications;(v) Quality Control Requirements;(vi) Tender Form furnished by the supplier;(vii) Price Schedule(s) furnished by the supplier in its tender;(viii) Manufacturers' Authorization Form (if applicable for this tender);(ix) SPMCIL's Notification of AwardNote: The words and expressions used in this contract shall have the same meanings as are respectively assignedto them in the conditions of contract referred to above. Further, the definitions and abbreviations incorporated underclause 0 of Section - V - 'General Conditions of Contract' of SPMCIL's Tender document shall also apply to thiscontract.5. Some terms, conditions, stipulations etc. out of the above-referred documents are reproduced below for readyreference:(i) Brief particulars of the goods and services which shall be supplied/provided by the supplier are as under:(ii) Delivery schedule(iii) Details of Performance Security(iv) Quality Control(a) Mode(s), stage(s) and place(s) of conducting inspections and tests.(b) Designation and address of SPMCIL's inspecting officer(v) Destination and dispatch instructions(vi) Consignee, including port consignee, if any(vii) Warranty clause(viii) Payment terms(ix) Paying authority......................................(Signature, name and address of SPMCIL's authorized official)For and on behalf of..............Received and accepted this contract..................................................(Signature, name and address of the supplier's executive duly authorized to sign on behalf of the supplier)For and on behalf of...........................................(Name and address of the supplier).................................. (Seal of the supplier)Date:Place:

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec16.1

Tender Number:6000016077

Section XVII: Letter of authority for attending a Bid openingThe Chief General Manager,Security Paper Mill, Hoshangabad.

Subject: Authorization for attending bid opening on 08.06.2021 in the Tender of REPAIR & RETROFITTING OFOXIDATION POND.

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

Order of Preference Name Specimen Signatures

1.

1.

Alternate representative

Signatures of bidder or

Officer authorized to sign the bid

Documents on behalf of the bidder.

Note:

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

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec17.1

Tender Number:6000016077

Section XIX: Proforma of Bills for Payments(Refer to Clause 22.6 of GCC)

Name and Address of the Firm.................................................................................................Bill No....................................................................Dated.......................................................Purchase order..................................................No...................................Dated......................Name and address of the consignee.........................................................................................

S.No Authority for Purchase Description of Stores No.orqty.

Rate Rs.P.

Priceper Rs.P

Amount

1. G.S.T. Amount and Rate

2. Freight (if applicable)

3. Packing and Forwarding charges (if applicable)

4. Others (Please specify)

5. PVC Amount (with calculation sheet enclosed)

6. (-) deduction/Discount

7. Net amount payable (in words Rs.)

8. GSTIN No.

9. HSN/SAC Code

10. Shipping Address

11. Place of Supply

12. Billing Address

Despatch detail RR No. other proof of despatch...............................................Dated............................................................(enclosed)

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

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec19.1

Tender Number:6000016077

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

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

Place and Date

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 ofthe supplier for claiming that payment has been fulfilled as required under the contract.

Revenue stamp Signature and of Stamp Supplier

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec19.2

The Price bid should clearly indicate the break-up of the price as under:-

GSTIN No. of your Firm : ________________________________________

SN Description SAC Code Quantity Unit Rate Amount

1 Clearing jungle including uprooting of rank vegetation, grass, brush

wood, trees and saplings of girth up to 30 cm measured at a height of 1

m above ground level and removal of rubbish up to a distance of 50 m

outside the periphery of the area cleared.

2600.00 M2

2

Removal of sludge and earth work in excavation by mechanical means

(Hydraulic excavator)/manual means over areas (exceeding 30 cm in

depth, 1.5 m in width as well as 10 sqm on plan) including getting out

and disposal of excavated earth lead upto 50 m and lift upto 1.5 m, as

directed by Engineer-in-charge.

4500.00 M3

3 Cleaning of drains and excavating trenches of required width for pipes,

cables, etc including excavation for sockets, and dressing of sides,

ramming of bottoms, depth upto 1.5 m, including getting out the

excavated soil, and then returning the soil as required, in layers not

exceeding 20 cm in depth, including consolidating each deposited layer

by ramming, watering, etc. and disposing of surplus excavated soil as

directed, within a lead of 50 m :

3.1 Drain, pipes, cables etc. exceeding 300 mm dia butnot exceeding 600

mm200.00 M

4

Providing and laying in position cement concrete of specified grade

excluding the cost of centering and shuttering - All work up to plinth

level

4.11:3:6 (1 Cement : 3 coarse sand (zone-III) : 6 graded stone aggregate 20

mm nominal size). 36.00 M3

5 Providing and laying non-pressure NP2 class (light duty) R.C.C. pipes

with collars jointed with stiff mixture of cement mortar in the

proportion of 1:2 (1 cement : 2 fine sand) including testing of joints etc.

complete

5.1 300 mm dia. R.C.C. pipe 500.00 M

6

Reinforced cement concrete work in walls (any thickness), including

attached pilasters, buttresses, plinth and string courses, fillets,

columns, pillars, piers, abutments, posts and struts etc. above plinth

level up to floor five level, excluding cost of centering, shuttering,

finishing and reinforcement :

6.11:1.5:3 (1 cement : 1.5 coarse sand(zone-III) : 3 graded stone aggregate

20 mm nominal size). 22.00 M3

7 Supply and tree plantation :

Supply of following trees plant in big poly bag of size 25 cm/ HDPE bag

and plantation of trees at site including digging holes in soil and

refilling the same with the excavated earth mixed with manure or

sludge in the ratio of 2:1 by volume (2 parts of stacked volume of earth

after reduction by 20% : 1 part of stacked volume of manure after

reduction by 8%) flooding with water, dressing including removal of

rubbish and surplus earth, if any, with all leads and lifts all complete as

per the direction of SPM

1. Legestromia thorelli hgt 150-165 cm

2. Mimusops elengi hgt 180-195 cm

3. Neem hgt. 150-165 cm

4. karanj hgt 150-165 cm

5. Awanla hgt 150-165 cm

100.00 EA

8

Supply of garden pipe 1" dia :

Providing and fixing of PVC fiber braided hose pipe of dia 25mm for

gardenning

300.00 M

9

Steel reinforcement for R.C.C. work including straightening, cutting,

bending, placing in position and binding all complete

Thermo-Mechanically Treated bars of grade Fe-500D or more2860.00 KG

10

Brick work :Brick work with fly ash bricks class designation10 average

compressive strength

Cement mortar 1:426.00 M3

ANNEXURE-ISection XI: Price Schedule

TENDER NO. 6000016077/CIVIL/278 Dated : 08.05.2021

11

Centering and shuttering including strutting, propping etc. and removal

of form for all heights : Walls (any thickness) including attached

pilasters, butteresses, plinth and string courses etc112.00 M2

12

Structural steel work in single section, fixed with or without

connecting plate, including cutting, hoisting, fixing in position and

applying a priming coat of approved steel primer all complete415.80 KG

13 Total

14 Any other charges (if any)

15 GST %

16 TCS 0.1% U/s 206C(1H)

17 Total with all taxes

Note:-

1

2

SIGNATURE OF BIDDER WITH NAME

NOTE: 'BIDDER TO FURNISH STIPULATED DOCUMENTS ALONG WITH TENDER IN SUPPORT OF FULFILLMENT OF TENDER CRITERIA. FURTHER CORRESPONDENCE

IN THIS REGARD WILL NOT BE ENTERTAINED FOR ANY REASON. NON-SUBMISSION OR INCOMPLETE SUBMISSION OF DOCUMENTS MAY LEAD TO REJECTION OF

OFFER.

Declaration:-

We confirm that the quoted prices are all inclusive i.e. basic minimum wages, PF, ESI, Bonus, Contractors overhead profit, uniform charges, etc.,. There would

not be any price escalation during the service period. We also confirm that we will abide by all the tender conditions and we do not have any counter

conditions.

-----------------------------------

Bidders needs to quote for all the charges. Bidder firm shall quote strictly as per price bid format above failing to which the offer shall be summarily

been rejected.

The method of evaluation of L1 criteria for awarding the contract on the consolidated grand total offered by the bidder as per section XI of this tender

document.

THREE BID, SINGLE STAGE ( THREE PACKET) TENDER

BIDDER’S C HECK LIST BEFORE TENDER SUBMISSION

6000016077 ANNEXURE - II

Part I : - PRE QUALIFICATON BID

S.No. Tender Submission Check Points Check before

submission Tick ( ) FOR MSME FIRMS

1 Firm shall submit the valid MSME certificate and the tendered item must be listed in the MSME certificate store list.

Non-submission of valid MSME certificate and non-availability of the tendered item in the store list of this

certificate shall lead to rejection of the offer.

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

3 Employee Provident Fund Registration related documents.

4 Declaration to provide ESIC policy on award of contract.

5 GST registration related documents

6 Copy of Permanent Account Number (PAN Card).

7 Declaration to provide Labour License after award of contract.

8 Copy of valid Firm Registration

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

10 Bidder shall submit the documents for the capability criteria as per Section-IX.

11 Submit the declaration as per the Annexure III & IV

FOR NON- MSME FIRMS

1 Tender Fee of Rs. 560/- as per tender document.

2 Earnest Money Deposited - Nil - submit declaration as per section 1

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

4 Employee Provident Fund Registration related documents

5 Declaration to provide ESIC policy on award of contract

6 GST registration related documents

7 Copy of Permanent Account Number (PAN Card) 8 Declaration to provide Labour License after award of contract.

9 Copy of valid Firm Registration.

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

11 Bidders shall submit all the documents as per Section - IX: Eligibility Criteria of this tender document.

12 Financial standing of last 3 years i.e. 2018-19, 2019-2020, 2020-21 should be certified by accountants i.e. Chartered Accountants (CA) in India.

Part II : - TECHNO COMMERCIAL BID- FOR MSME & NON MSME FIRMS

S.No. Tender Submission Check Points Check before submission Tick

( )

1. The tenderer shall submit the acceptance of Technical specification as per Section VII of this tender document

2. The tenderer has to submit the acceptance of all terms & conditions of the tender document without any

deviation.

3. The tenderer has to submit acceptance of all sections of this tender document (GIT, SIT, SCC, Tender form,

Questionnaire, etc.)

4. Blank Price Bid without mentioning any price element in it

5. Firm shall submit the acceptance of Bid validity, Place of work, Completion period of work and payment terms as

per the Section VI point no. 2 of other terms and conditions.

Part III : - PRICE BID

S.No. Tender Submission Check Points Check before

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

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

…………………………. (Bidder’s Seal & Sign)

ANNEXURE-III

Tender No. 6000016077/Civil/278 Dt. 08.05.2021

(To be submitted on the letter head )

DECLARATION

We do hereby declare that,

1. We have not been blacklisted / debarred by BNPMIPL/BRBNMPL/SPMCIL or any Govt.

Departments for participation in tenders. The information provided above is correct and true to

the best of my knowledge and belief.

2. We do hereby declare that we have read and understood all terms and conditions of tender

document including GIT,SIT, GCC, SCC, Technical Specification, Quality Control Criteria and

confirm to abide to those conditions without any counter conditions.

3. "We are accepting all the terms and conditions of the tender document without any deviation

and withdraw all deviations if any"

Signature................................................................

Name.....................................................................

Designation............................................................

Date.......................................................................

Stamp of the Organization.......................................

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

ANNEXURE-IV

Tender No. 6000016077/Civil/278 Dt. 08.05.2021

(To be submitted on the letter head)

DECLARATION

"l have read the clause regarding restrictions on procurement from a bidder of a country which

shares a land border with India. I certify that M/s...............................................................(firm's

name) is not from such a country or, if from such a country, has been registered with the

Competent Authority. I hereby certify that M/s ...........................................................................

(firm's name) fulfills at requirements in this regard and is eligible to be considered." (where

applicable, evidence of valid registration by the competent Authority shall be attached)"

I, the undersigned, declare that the item............................originate in.............................(Name of

the country).

Signature................................................................

Name.....................................................................

Designation............................................................

Date.......................................................................

Stamp of the Organization.......................................

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