standard bidding document (sbd) -...

21
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 Email:[email protected] Website: www.spmcil.com Not Transferable Security Classification: ________________ TENDER DOCUMENT OF PURCHASE OF: Construction, fabrication of all steel body and all steel driver’s cabin on Tata make LPT 1613 TC/42 chassis with cowl, 4225mm wheel base, full forward control truck chassis. Tender No. 129 / 2011 dated 28.02.2012 This Tender Document Contains 99 Pages. Tender Documents is sold to: Details of Contact person in SPMCIL regarding this tender: Name, Designation: Shri S.S.KORANNE, Chief Purchase & Stores Officer Address: Currency Note Press, Phone : 0253-2461318 Nashik Road-422 101 Fax : 0253-2466333 Maharashtra email : [email protected] India Note- The word “SPMCIL” in this SBD hereinafter referred to as “Currency Note Press, A unit of SPMCIL” which expression, unless repugnant to the context or meaning. M/s______________________________________________________________ Address___________________________________________________________

Upload: ngoxuyen

Post on 13-Apr-2018

226 views

Category:

Documents


1 download

TRANSCRIPT

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

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

Not Transferable

Security Classification: ________________

TENDER DOCUMENT OF PURCHASE OF: Construction, fabrication of all steel body and all steel driver’s cabin on Tata make LPT 1613 TC/42 chassis with cowl, 4225mm wheel base, full forward control truck chassis.

Tender No. 129 / 2011 dated 28.02.2012

This Tender Document Contains 99 Pages. Tender Documents is sold to:

Details of Contact person in SPMCIL regarding this tender: Name, Designation: Shri S.S.KORANNE, Chief Purchase & Stores Officer Address: Currency Note Press, Phone : 0253-2461318 Nashik Road-422 101 Fax : 0253-2466333 Maharashtra email : [email protected] India Note- The word “SPMCIL” in this SBD hereinafter referred to as “Currency Note Press, A unit of SPMCIL” which expression, unless repugnant to the context or meaning.

M/s______________________________________________________________

Address___________________________________________________________

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 SR. No. 129/2011 Date- 28.02.2012

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

Schedule No

Brief description of goods / services

Quantity (with unit)

Earnest Money (in Rs.)

Remarks

1.

Construction, fabrication of all steel body and all steel driver’s cabin on Tata make LPT 1613 TC/42 chassis with cowl, 4225mm wheel base, full forward control truck chassis.

As per Schedule –I of Technical Specification

18,000/-

This notice is being published only as an abundant precaution and is not an open invitation to quote in the tender, participation in this tender is by invitation only and is limited to selected SPMCIL bidders for the item who have been send this tender by post/courier. Unsolicited offers are liable to be ignored.

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

Two Bid

Dates of sale of tender documents N/A

Price of the tender document Rs. 500/-

Place of sale of tender documents N/A

Closing date and time for receipt of tenders At 2.30 pm on 23-03-2012

Place of receipt of tenders New Administration Building Gate, Currency Note Press, Jail Road, Nashik-Road.

Time and date of opening of tenders At 3.00 pm on 23-03-2012

Place of opening of tenders Currency Note Press, Jail Road, Nashik-Road.

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

Administrative officer, New administrative Building Gate, Currency Note Press, Jail Road, Nashik-Road.

1. 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.

2. Tender documents may be purchased on payment of non-refundable fee of Rs 500 per set in the form of account payee demand draft/ cashier’s cheque/ certified cheque, drawn on a scheduled commercial bank in India, in favour of SPMCIL, Unit CNP, payable at Nashik .

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 Rs 200 for international air-mail. The tenderer is to add the applicable postage cost in the non-refundable fee mentioned in Para 3 above.

4. Tenderer may also download the tender documents from the web site www.spmcil.com and submit its tender by utilizing the downloaded document, along with the required non-refundable fee as mentioned in Para 3 above.

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. Sd/-

(S.S.KORANNE) CHIEF PURCHASE & STORES OFFICER

FOR GENERAL MANAGER CURRENCY NOTE PRESS,

NASHIK- ROAD Phone No 0253- 2454493 / 2461318

Address for dropping this tender:

CISF office, New Administration Building Gate, Currency Note Press, Jail Road, Nashik-Road-422 101.

Section II: GENERAL INSTRUCTIONS TO TENDERERS (GIT)

Please CLICK the link for further details

http://www.spmcil.com/SPMCIL/UploadDocument/GIT.pdf

Section III: Special Instructions to Tenderers (SIT)

The following Special Instructions to Tenderers will apply for this purchase. These special instructions will modify/ substitute/ supplement the corresponding General Instructions to Tenderers (GIT) incorporated in Section II. The corresponding GIT clause numbers have also been indicated in the text below:

In case of any conflict between the provision in the GIT and that in the SIT, the provision contained in the SIT shall prevail. Sl.No. GIT Clause

No. Topic SIT Provision

1 4 Eligible Goods and Services (Origin of Goods)

No change

2 8 Pre-bid Conference Not applicable 3 9 Time Limit for receiving

request for clarification of Tender Documents

No change

4 11.2 Tender Currency Indian Rupees 5 12.11 Applicability of Octroi and

Local taxes No change

6 14 PVC Clause & Formula Not change 7 19 Tender Validity No change 8 20.4 Number of Copies of Tenders

to be submitted Single

9 20.9 E-Procurement Not permitted 10 34 Comparison on CIF

Destination basis. Supplement with the following:

Price bid evaluation:

The prices quoted shall be compared on a total price basis (FOR CNP Nashik), including all taxes, duties, packing and forwarding charges, freight, insurance, installation, training etc. as per the price schedule.

11 35.2 Additional Factors for Evaluation of Offers

Not applicable

12 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.

13 43 Parallel Contracts Not applicable

14 50.1, 50.3 Tender For rate Contracts Not applicable

15 51.1, 51.2 PQB Tenders Not applicable 16 52.1, 52.3,

52.5 Tenders involving Purchaser’s and Pre-Production Samples

Not applicable

17 53.4, 53.5, 53.7

EOI Tenders Not applicable

18 54.3.1, 54.5.2

Tenders for Disposal of Scrap Not applicable

19 55.2, 55.3, 55.7, 55.8

Development/ Indigenization Tenders

Not applicable

Section IV: GENERAL CONDITION OF CONTRACT

Please CLICK the link for further details

http://www.spmcil.com/SPMCIL/UploadDocument/GCC.pdf

Section V: Special Conditions of Contract (SCC)

The following Special Conditions of Contract (SCC) will apply for this purchase. The corresponding clauses of General Conditions of Contract (GCC) relating to the SCC stipulations have also been incorporated below. These Special Conditions will modify/ substitute/ supplement the corresponding (GCC) clauses.

Whenever there is any conflict between the provision in the GCC and that in the SCC, the provision contained in the SCC shall prevail.

S No GCC Clause No.

Topic 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 No change

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

8 20.1 Price Adjustment Clause Not applicable

9 21.2 Taxes and Duties If the tenderer fails to include taxes and duties in the tender, no claim thereof will be

considered by purchaser afterwards.

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

Terms and Mode of payments No change

11 24.1 Quantum of LD No change

12 25.1 Bank Guarantee and Insurance for Material Loaned to Contractor

The successful bidder shall submit indemnity bond on Rs.100 stamp paper duly motorized for the total face value of Three TATA LPT 1613/42 chassis amounting to Rupees Thirty One Lakhs.

13 33.1 Resolution of Disputes No change

14 36.3.2, 36.3.9

Disposal/ Sale of Scrap by Tender

Not applicable

Section VI: List of Requirements

Schedule No.

Brief description of goods and services (Related specifications etc. are in Section-VII)

Accounting unit

Quantity Amount of Earnest Money

1. Construction, fabrication of all steel body and all steel driver’s cabin on Tata make LPT 1613 TC/42 chassis with cowl, 4225mm wheel base, full forward control truck chassis.

In number As per Schedule –I of Technical Specification

18,000/-

Required Delivery Schedule :- WITHIN SIX MONTHS FROM THE DATE OF RECEIPT OF SUPPLY ORDER.

Required Terms of Delivery :- AS ABOVE

Destination :- CURRENCY NOTE PRESS, JAIL ROAD, NASHIK ROAD – 422 101 Preferred Mode of Transportation :- BY ROAD.

2. All the copies of tenders shall be complete in all respects with all their attachments/enclosures duly numbered. 3. The total cost inclusive of all elements as cited above on FOR Currency Note Press, Nashik Road (Maharashtra), India, basis should be indicated clearly both in words and figures in the price bid. 4. RISK PURCHASE:

(a) If the supplier after submission of tender and due acceptance of the same, i.e. after placement of notification of award of contract fails to abide by the terms and conditions of these tender documents, or fails to supply the material as per delivery schedule given or at any time repudiates the contract, the purchaser shall have the right to:

(i) Forfeiture of the EMD and

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

(b) For all the purpose the Notification of award of contract will be considered acceptance of tender and formal contract pending signing of

agreement. Supplier has to abide by all the terms and conditions of tender.

(c) In case of procurement through alternative sources and if procurement price is lower, no benefit on this account will be passed on to the supplier.

Section VII: Technical Specifications

Schedule-I: Specification :

TECHNICAL SPECIFICATIONS FOR CONSTRUCTION, FABRICATION OF ALL STEEL BODY AND ALL STEEL DRIVER’s CABIN ON TATA MAKE LPT 1613 TC/42 CHASSIS, 4225 MM WHEEL BASE, FULL FORWARD CONTROL TRUCK CHASSIS WITH COWL OF CURRENCY NOTE PRESS, NASHIK ROAD

Quantity : 03 Nos. having chassis nos.-1) MAT 373348C7A02260 2) MAT 373348C7A02261 3) MAT 373348C7A02262 General : A suitable steel structure generally conforming to the following specifications to be built on LPT 1613 TC / 42 (4225 mm wheel base) truck chassis to construct a goods truck with all steel, driver’s double size cabin, load body, flooring, sides, tail board, super structure and canopy, to carry a pay load of 10 Tonne, fitted with all electrical & mechanical accessories complete with painting accordance with the latest Motor Vehicles Act, (RTO Rules).

A) Driver’s Cabin :

1) Basic frame structure : Double size cabin with integral fully welded and gusseted structure composed of 50 X 50 X 3 mm thick CRCA box section. The shape shall confirm and be in harmony with the new front structure supplied along with the chassis. The length and height of the cabin will be maintained in such a way that the seating arrangement for six persons on fixed seat (behind drivers’ seat) and sleeping arrangement on overhead folding types seat will be comfortable. 2) Paneling : Exterior paneling will be of 2 mm thick CRCA sheet inter locked for waterproofing. Interior paneling will be of 1.5 mm thick CRCA sheet, properly riveted to the basic frame structure by blind rivets.

3) Doors : The frame shall be made out of sections pressed from CRCA sheet of 3 mm thickness and fitted with two sliding doors provided with good quality ball bearings. Both outside and inside paneling will be of 2 mm and 1.5 thick CRCA sheet respectively. Each door will have “slam” type lock to have facility for locking from inside and a locking handle with key from outside. The doors will also be provided with rubber tubing with sponge rubber weather strip fitted with aluminum clips.

4) Seats : The cabin shall have driver’s seat adjustable horizontally and vertically. The cleaner’s seat full size and without back will be fixed at the right angle to backside fixed seat. The seats will be manufactured out of M.S.ERW tubular frame not less than 2 mm thick. One fixed seat for sitting 6 persons and one overhead folding seat comfortable sleeping should be provided at the backside of driver. All the seats should be 75 mm thick and composed of 50 mm and 25 mm rubberized foam and covered with good quality rexin. The coir used for seats should have density as 100 units and of “fibre foam” make. The rubberized foam should be of “Prima” or “Pooja Foam” make. Rexin used should be ‘Rosali ‘ or ‘Viny Royal’ make. The rear fixed seat shall have a toolbox accommodated underneath with locking arrangement. 5) Flooring : The flooring shall be laid with 3 mm thick M.S. sheet laid with good quality rubber matting. Suitable batches shall be provided to facilitate maintenance of the engine, gearbox and brakes etc. Proper supports at required places will be provided under the flooring to avoid bulging.

6) Glasses : 2 (Two ) wind shield glasses, two sliding window glasses for doors, rear view glasses at both the sides of 6 passengers’ seat and tiltable quarter glasses for the ventilation purpose a driver’s and cleaner’s side shall be of 5.5 mm thick toughened glass. The two rear view glasses will be provided with suitable steel guards in the rear load body to avoid damage to the glasses. All safety glasses will be of superior quality ‘ATUL / TUFEX’ make only. 7) Other : The drivers’ cabin shall have suitable arrangement for keeping the vehicle documents like log books, etc and provided with first aid box and one auto fire extinguisher. All other fittings viz. cabin roof lighting (one bulb & one small tube light), two side indicators (left & right), air pressure horn, reflectors, two rear view mirrors, sun visor ( 2 Nos), chromium plated railing handles to climb up in the cabin, grill guards to the head lights, side indicator lamps and tail lamps etc complete with wiring shall be provided by the firm. Wiper machines with set of wipers will be provided by CNP and will be fitted and commissioned by the firm.

The inside of the cabin should be decorated with 1.6 mm thick

laminated sheet with plywood base fixed on the roofing, interior steel paneling and various steel components. The laminated sheet shall be of “Formica” make only.

Roof of the cabin shall be provided internally with 1.5 mm thick CRCA sheet and externally with 3 mm CRCA sheet and 25 mm thermo Cole should be sandwiched between it for thermal insulation. Driver’s cabin shall be fully leak proof from water. One overhead luggage carrier shall be provided on top of the cabin.

8) Painting : Before painting, the surface will be prepared by removal of scale, rust, welding splatter, etc. All M.S. / CRCA components will be granulized before assembly and fabrication to prevent rusting and corrosion. A coat of red – oxide primer shall be applied on all M.S. / CRCA components. The front show, bonnet and overhead luggage carrier shall be painted with coats of synthetic enamel azure blue paint with automotive lacquer. Wherever required the open metallic surfaces inside the driver’s cabin should be painted with synthetic enamel smoke gray paint with automotive lacquer. The paint used should be of “Duco” (I.C.I.) make or equivalent Asian Paint B) REAR LOAD BODY : 1) General : The rear steel body suitably raised over the chassis and extended if required within the permissible limit of the latest Motor Vehicle Act. The length of the flooring will be 5180 mm (17 feet) and width will be maintained suitably in line with driver’s cabin. The height of the rear load body will be 2135 mm (7 feet) minimum. However, the height of the rear load body if required may be slightly changed to keep the structure in harmony with the height of the driver’s cabin and luggage carrier in accordance of Motor Vehicle Act. Necessary electrical lighting arrangements should be provided in rear load body. The light should be located in a suitable place so that the luggage inside the body will not damage the lights. 2) Mounting (Under Frame) : Two C – channels of size 100 X 50 X 6.4 mm thick shall be provided parallel to the chassis as a rafter and should be fixed up to U – clips and nut bolts. 10 Nos of C – channels of 75 X 40 X 6.4 mm size shall be provided in the crossword direction to the rafters at equidistance and should be fitted by U – clips and nut bolts. For other construction of under – frame 50 X 50 X 5 mm thick M.S. angles should be used. 3) Flooring : The M.S. chequred plate 5 mm thick shall be used for flooring over C – channels, which shall be paved without any undue joints. Necessary, angle iron supports of suitable sizes under the M.S. flooring shall be provided at required places to avoid bulging. 4) Sides, front and rear ends: The two sides of the body, the head board and tail board shall be fabricated out of CRCA sheet of 3 mm thickness. The height of two sides and tailboard shall be kept as 810 mm (2’ 8”) from the flooring. The sides and tailboard will be stiffened all along the edges by forming a box section. The tails board shall be reinforced with suitable size M.S. angles. The paneling of both sides shall also be stiffened by fixing / welding 16 Nos of M.S. angles of suitable sizes to avoid bulging. To support side boards 18 Nos vertical stand posts of M.S. / CRCA sections will be provided and fixed rigidly to the under frame. All boards except the tailboard shall be fixed permanently with the under frame and vertical steel posts. The tailboard shall be hinged. The hinges shall be made out of sturdy angle iron. The tail board shall be fitted with good quality M.S. welded link chain (8 mm size) and

heavy duty hook to hold the open shutter, if dropped; it will rest on rubber buffers to be provided on the ends of the chassis long members.

5) Super Structure (Hood ) : The super structure shall be made out of M.S. angle iron size 50 X 50 X 4 mm and not less than nine in number which shall be suitably fixed to the side boards with the nuts and bolts to facilitate easy removal of the hood as and when required. In all 15 or more M.S. flats of size 40 X 5 mm on both sides and on the top of the vehicle shall be fixed at equidistance after covering the entire hood with crimped wire netting of size 15 mm square made out of 1.5 mm G.I. wire. Approximately 18 Nos of M.S. hooks should be provided for tying up manila rope at outer side of the body. Best quality “Duck Back” make one piece tarpaulin shall be covered over the hood and suitably tied with eyelets using good quality manila rope of 12 mm diameter.

In addition to the hinged tail board an additional foldable two leaves welded mesh doors with locking arrangements and tower bolt from inside and outside. The height of these doors should be up to the height of hood of body. Each leaf door shall be in two pieces and operation of the doors should be smooth. One cabin lamp shall be provided in the back side body of the truck with its control in drivers cabin. 6) Mud guard and flaps : Mud guard, fabricated out of 2 mm thick M.S. sheet shall be provided at all wheels, outside edges of the mud guards shall be sent to reduce splashing of water and mud. A good quality rubber flap of 6 mm thickness shall also be provided at each mudguard. The mudguard on the rear wheels shall be supported to the load body under carriage by suitable brackets fabricated out of M.S. flat 25 X 6 mm size. 7) Extra fitment : Following additional items shall be provided and fitted by the firm

a) Battery box b) Number plate and stop signal plate c) Towing hook at the rear end of the chassis d) Two wooden chokers with strong welded M.S. link chains of adequate

length, brackets should be provided near rear wheel for keeping the chokers when not in use.

8) Painting : The complete chassis and all other steel components supplied alongwith the chassis should be painted with 3 coats of fast red colour of “Duco” (I.C.I.) only. Before painting, the surface will be prepared by removal of scale, rust, welding splatter etc. All M.S. /CRCA components will be granulized before fabrication and assembly to prevent rusting and corrosion. A coat of red – oxide primer shall be applied on all M.S. / CRCA components. The

body of vehicle shall be painted with synthetic enamel paint in smoke gray colour of ‘Duco’ (I.C.I.) or equivalent Asian Paint. Lettering : The lettering in capital letters shall be written on the front of the drivers cabin from outside in Hindi and English language.

1) “

” “Currency Note Press : Nashik Road, A Unit of SPMCIL, wholly owned by Govt. of India “

2) “Horn Please” “ ,” on the tail board. 3) The two number plates shall be provided to the vehicle for writing RTO registration number on front and rear side and the “Stop” signal plate on the rear. SPECIAL INSTRUCTIONS : (1) The firm shall hand over the receipt of vehicle chassis complete with all accessories to the CNP. (2) The bodybuilding will be inspected at various stages by the authorized officials of the Currency Note Press. (3) The firm shall carryout minor modifications and suggestions if any pointed out by inspecting officer at various stages without any additional charges. However, this will not be applicable for major changes since that will amount to deviation from the specifications given above. (4) If any of the above specification need modifications, the firm may suggest required modifications in their quotation itself to maintain decent shape of vehicle and to comply with the RTO rules. (5) The completed vehicle in all respects should confirm to the latest Motor Vehicle Rule applicable to goods vehicle. (6) At the time of registration of the vehicle if RTO authorities suggest any modifications that will have to be complied with by the firm at their cost.

(7) The truck chassis (03 Nos) will be handed over to the firm for body building. The successful tenderer have to furnish Indemnity Bond before taking over the truck chassis. (8) The Delivery period of the trucks with complete body building shall be within 6 months for all the three trucks and shall be mentioned and confirmed by in the offers whether the bidders agree to it. It may be noted that if the delivery of the completed truck is not given as per delivery period, the delayed delivery charges deduction from the bill may be applicable. (9) The delivery of the vehicle shall be at Currency Note Press, Nashik Road after final inspection of the vehicle at firm’s work. (10) The tenderer should have their own machinery, technicians and the list of the same (Company profile) shall be enclosed. (11) The tenderer shall have body building experience on the truck chassis and documentary proof to that effect shall be attached. (12) The chassis shall be collected by the successful tenderer from Currency Note Press, Nashik Road. The sole responsibility of the vehicle will be upon the tenderer while the vehicle is being transported to and fro. (13) The successful tenderer will be solely responsible for the safe custody and proper maintenance of chassis or any part thereof till the fabrication is completed in all respects and truck is handed over to Currency Note Press. No part of the chassis will be cut or mutilated by the successful tenderer without prior permission of CNP.

Note: Tenderer’s attention is drawn to GIT clause 17 and GIT sub-clause 10.1. The tenderer is to provide the required details, information, confirmations etc accordingly, failing which it’s tender is liable to be ignored.

Section VIII:

Quality Control Requirements

The material will be accepted on manufacturer’s guarantee certificate to be sent to purchaser. If any defects observed or the material found unsuitable, then the same will be returned to the supplier for free replacement upto currency Note Press, Nashik Road.

Section IX :

Qualification / Eligibility Criteria :

MINIMUM ELGIBILITY CRITERIA

The following shall be the minimum eligibility criteria for selection of bidders technically.

(a) The firm shall enclose attested copy of Sales Tax Registration/ VAT Registration & attested copy of PAN, Service Tax No.

(b) The firm shall enclose attested copies of audited balance sheet & profit and loss account / trading account audited / certified by Chartered Accountant for the completed three financial year i.e. for 2008-2009, 2009-2010 and 2010-2011.

Bidder to furnish stipulated documents in support of fulfillment of qualifying criteria. Non-submission or incomplete submission of documents may lead to rejection of offer.

TABLE No. 1(b) SUMMARY OF PRICE SCHEDULE (FOR INDIAN BIDDERS) : PRICES SHOULD BE

ON FOR, CNP, NASHIK ROAD BASIS. Tender No: 129/2011. Dated: 28.02.2012.

SUMMARY OF PRICE SCHEDULE (FOR INDIAN BIDDERS ONLY)

SrNo

Item description UOM (Unit of measurement)

Basic price/ unit (Rs)

Packing and forwarding charges (Rs), if any

Excise duty (Rs)

CSTagainst Form-C/ VAT@...% as applicable please specify (Rs)

Freight, Insurance, Octri & other charges, if any including delivery at works (Rs)

Total rate per unit (Rs) (FOR CNP, Nashik) inclusive of all taxes, duties, freight octroi and insurance charges

Offered Quantity

Total Price for required quantity of equipment (Rs) (FOR CNP, Nashik) inclusive of all taxes, duties, freight octroi and insurance charges

1 2 3 4 5 6 7 8 9 10 11 1

Construction, fabrication of all steel body and all steel driver’s cabin on Tata make LPT 1613 TC/42 chassis with cowl, 4225mm wheel base, full forward control truck chassis- 03 nos.

FOR CNP Nashik price in words……………… 1. We confirm that there would not be any price escalation during the supply period. 2. We confirm that we will abide by all the tender terms and conditions and we do not have any counter conditions

Note: 1. The TDS (tax deduction at source) and service tax will be applicable for

installation, commissioning, supervisory and training charges. 2. Price bids with conditions/ counter conditions are liable to be rejected.

(Name and Signature with date) Office Seal/Stamp

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

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