Tender Document Qcsu - 0589
Tender Document Qcsu - 0589
Tender Document Qcsu - 0589
(e-tender)
Standard Bidding Document (SBD)
Procurement of Goods & Services
BANK NOTE PAPER MILL INDIA PRIVATE LIMITED
Administrative Building,
Gate No. 1, Paper Mill Compound
Note Mudran Nagar, Mysuru - 570003
Phone: 0821-2401 111, FAX: 0821- 2401 120
M/s.
Address
Page 1 of 74
List of Contents
Section I Notice Inviting Tender Enclosed
Section XVII Letter of Authority for attending a Bid Opening Not Applicable
Page 2 of 74
SECTION I – NOTICE INVITING TENDER
E-tenders are invited from eligible and qualified tenderers for supply of following goods & services:
**For MSE Bidders: Submission of EMD is exempted for Micro and Small Enterprises (MSEs) as per the
Public Procurement Policy for MSEs Order, 2012. MSEs should be registered and also will continue to
remain registered during the tender validity period with District Industries Centre (DIC) or Khadi and
Village Industries Commission (KVIC) or Khadi and Industries Board (KVIB) or Coir Board or National
Small Industries Commission (NSIC) or Directorate of Handicrafts and Handlooms or UDYAM
Registered or Any other body specified by Ministry of MSME. Document: Valid NSIC / KVIC / KVIB /
DIC / UDYAM Registration certificate and Bid Security Declaration as per Annexure-C is to be submitted
by MSE bidders for EMD exemption.
Closing date and time for receipt of tenders 09.12.2022 upto 1430 Hours
Opening date and time for tenders 09.12.2022 upto 1530 Hours
Page 3 of 74
SECTION I – NOTICE INVITING TENDER
1. Interested tenderers may obtain further information about this requirement from the above
office selling the documents. They may also visit our website www.tenderwizard.com/BNP
mentioned above for further details.
2. Aspiring Bidders/Contractors who have not registered in e-tendering should register through
the website E - Tendering (www.tenderwizard.com/BNP) for participating in the Online
Tenders. The registration charges will be Rs. 3,000/- plus applicable taxes (per year) which
needs to be paid through electronic mode only. For details, registration and e-payment, please
visit e-tendering website www.tenderwizard.com/BNP or contact Helpdesk at 8951906455 /
8951944383 / 9686196755.
3. The NIT Form with standard tender documents will be accessible in the e-Tendering website
(viz www.tenderwizard.com/BNP).
4. Class III Digital Signature Certificate (DSC) is mandatory to participate in e-Tenders.
Participating bidders/Contractors have to make sure that they have the valid DSC. If not, they
can procure from any of the RAs approved by CCA.
5. Bidders/Contractors should upload and attach all the Scanned copies of technical
documents/certificates in e-tendering website www.tenderwizard.com/BNP pertaining to their
eligibility criteria mentioned in the NIT, failing which, the bid will not be considered.
6. The tenderer shall satisfy BNPMIPL that they are competent and authorized to submit tender
and/or to enter into a legally binding contract with the BNPMIPL. To this effect, any person
giving a tender shall render documentary evidence that his signature on the tender submitted
by him is legally binding upon himself, his firm or company as the case may be.
7. For those tenderers whose technical bids do not satisfy the eligibility criteria, their financial Bids
will not be opened.
8. In the event of any of the above mentioned dates being declared as a holiday/ closed day for the
purchase organization, the tenders will be sold / received / opened on the next working day at
the appointed time.
9. The tender documents are not transferable.
10. BNPMIPL reserves the right to reject any or all the applied bids without assigning any reason
whatsoever. The tender can be rejected on national security grounds.
Yours faithfully,
For and on behalf of BNPMIPL
Page 4 of 74
IMPORTANT POINTS AT A GLANCE FOR TENDERERS
1. Tenders are to be uploaded on e-tendering portal www.tenderwizard.com/BNP only in Two
part bid system.
i) Part-I - Prequalification Bid & Techno-commercial Bid: Scanned copy of supporting documents
related to eligibility criteria, Tax related documents etc. (As mentioned in Sec – IX: Qualification /
Eligibility Criteria) along with all sections of this tender (except section – XI: Price Schedule, which
has to be submitted as mentioned in Sl.no. ii below) duly signed & stamped by authorised person
in each & every page. (To be submitted through E-portal only)
ii) Part II – Price Bid: Price Bid shall be submitted through e-portal only, the price bid is liable for
rejection if submitted in any other mode. Price Bid should be submitted as per the price bid format
provided in Sec – XI: Price Schedule of this tender. Price Bid submitted in any other format will be
liable for rejection. Price bids with conditions / counter conditions are liable for rejection.
2. Project Completion Schedule: Successful bidder shall successfully complete the project within
11 months from the date of issue of LOI/ Order/ Contract whichever is earlier.
3. Quantity: 02 Nos.
4. Liquidated Damage: A sum equivalent to the 0.5% of the delivered price of the delayed goods
for each week of delay or part thereof until actual delivery or performance, subject to a maximum
deduction of the 10% of the delayed good’s contract price.
5. Guarantee/Warranty: Warranty period shall be 01 (One) year for complete scope of work
including supply items effective from the date of successful installation, commissioning and
testing of the system and as accepted by BNPM.
6. Terms of Payment:
I) SUPPLY:
A) 90% of the supply value shall be released within 30 days after receipt and acceptance of all the
items at BNPM, Mysore as required to complete the project.
B) 10% of the supply value shall be released upon successful completion of the work as defined
in the scope of work and upon acceptance by BNPM.
II) INSTALLATION, COMMISSIONING, TESTING:
100% of the Installation, Commissioning & Testing value shall be released after successful
completion of the work as defined in the scope of work and upon acceptance by BNPM.
Payment shall be made through electronic mode only. RTGS details shall be enclosed along with
Invoice.
7. Security Deposit / Performance Security: Successful bidder shall submit 3% of the total
order value as Security Deposit / Performance Security in form of BG to BNPMIPL within twenty
one days of receipt of LOI. BG should be valid for one year and 60 days (claim period) from the
date of successful completion of commissioning and accepted by BNPM, these includes all
contractual obligations including warranty period of one year from successful completion of
commissioning and accepted by BNPM. Please refer GCC Clause 6 under Section IV.
After submission & confirmation of BG from respective Bank, work order shall be issued / contract
agreement may be signed. If the contact period is extended, then the security deposit is to be
extended suitably.
The Performance Security will be forfeited if the successful tenderer fails to execute the assigned
order as per the requirement of company.
Page 5 of 74
8. Performance of the bidder in executing the previous contracts/orders of BNPMIPL shall be
taken into account during techno commercial evaluation. The bids of the tenderers who were
unsuccessful in completing or delayed the previous orders of BNPMIPL without any valid reason
are liable to be ignored /rejected.
9. Bidder may visit BNPMIPL, before submitting the offer to understand the requirement, prior
approval of competent authority at BNPM has to be obtained by the prospective bidder. However,
the prospective bidder should carry COVID-19 complete vaccination certificate (two doses) while
visiting BNPM, Mysore office. Email may be send at scm.tender@bnpmindia.com in this regard.
10. Copies of Certificates / Documents related to GST Registration, PAN and Professional Tax
Registration Certificate (if applicable) etc. to be provided along with the Bid.
12. Bidders are advised to write the page number on each page of the Technical Bid documents
submitted.
13. Integrity Pact – Applicable for this tender (Refer Section XX: Proforma for Pre-Contract
Integrity Pact)
Page 6 of 74
SECTION II – GENERAL INSTRUCTIONS TO TENDERERS
PART 1: GENERAL INSTRUCTIONS APPLICABLE TO ALL TYPES OF The tenderer shall bear all costs and expenditure incurred
TENDERS and/ or to be incurred by it in connection with its tender
including preparation, mailing and submission of its tender and
A. PREAMBLE for subsequent processing the same. BNPM will, in no case be
responsible or liable for any such cost, expenditure etc.
regardless of the conduct or outcome of the tendering process.
1. Introduction
1.1. Definitions and abbreviations which have been used in these
documents shall have the meanings as indicated in GCC. B. TENDER DOCUMENTS
1.2. For convenience, whole of this Standard Bidding Document
(including all sections) is written with reference to 6. Content of Tender Documents
Procurement of Goods Tenders. However this SBD would be 6.1 The tender documents include:
utilized for all types of Tenders e.g. EOI, PQB, Rate Contract,
Tenders involving Samples, Sale/Disposal of Scrap Material VOLUME I
and Development/ indigenization etc., Procurement of
Services etc. Therefore the construction of all clauses are 1. Notice Inviting Tender (NIT)
to be interpreted in the context of particular type of tender
beyond the letter of the clause, read with the additional 2. General Instructions to Tenderers (GIT)
clauses for the specific type of tenders in Part II GIT/GCC.
Sections, which are not applicable have been marked as Not 3. Special Instructions to Tenderers (SIT)
Applicable 4. General Conditions of Contract (GCC)
1.3. These tender documents have been issued for the
requirements mentioned in Section- VI - "List of 5. Special Conditions of Contract (SCC)
Requirements", which also indicates, inter-alia, the required
6. List of Requirements – Included in Volume II
delivery schedule and terms & place (i.e. destination) of
delivery. 7. List Of Approved Vendors
1.4. This section (Section II - General Instruction to Tenderers" -
GIT) provides the relevant information as well as 8. Quality Control Requirements
instructions to assist the prospective tenderers in
9. Qualification/Eligibility Criteria
preparation and submission of tenders. It also includes the
mode and procedure to be adopted for receipt and opening 10. Tender Form
as well as scrutiny and evaluation of tenders and subsequent
placement of contract. With this limited objective, GIT is not 11. Price Schedule
intended to be complete by itself and the rest of this 12. Commercial Questionnaire for indigenous & imported
document- SIT, GCC and SCC in particular may also be items
thoroughly studied before filling up the Tender Document.
There would be certain topics covered in GIT/SIT as well as 13. Bank Guarantee Form for EMD
in GCC/ SCC from different perspectives. In case of any
conflict between these, provisions of GCC/ SCC would 14. Manufacturer's Authorization Form
prevail. 15. Bank Guarantee Form for Performance Security
1.5. The tenderers shall also read the Special Instructions to
Tenderers (SIT) related to this purchase, as contained in 16. Contract Form
Section Ill of these documents and follow the same
17. Letter of Authority for attending a Bid Opening
accordingly. Whenever there is a conflict between the GIT
and the SIT, the provisions contained in the SIT shall prevail 18. Shipping Arrangements for Liner Cargoes
over those in the GIT.
19. Proforma of Bills for Payments
2. Language of Tender 20. Additional conditions of works contract
The tender submitted by the tenderer and all subsequent
correspondence and documents relating to the tender 21. Application for pre-qualification
exchanged between the tenderer and BNPM, shall be written
22. Proforma for Integrity Pact
in the English language, unless otherwise specified in the
6.2 The relevant details of the required goods and services, the
Tender. However, the language of any printed literature
terms, conditions and procedure for tendering, tender
furnished by the tenderer in connection with its tender may
evaluation, placement of contract, the applicable contract terms
be written in any other language provided the same is
and, also, the standard formats to be used for this purpose are
accompanied by English translation. For purposes of
incorporated in the above-mentioned documents. The
interpretation of the tender, the English translation shall
interested tenderers before formulating the tender and
prevail.
submitting the same to BNPM should read and examine all the
terms, conditions, instructions etc. contained in the tender
3. Eligible Tenderers documents. Failure to provide and/ or comply with the required
This invitation for tenders is open to all suppliers who fulfil information, instructions etc. incorporated in these tender
the eligibility criteria specified in these documents. Please documents may result in rejection of its tender.
refer to Section IX: Qualification/ Eligibility Criteria
7. Amendments to Tender Documents
4. Eligible Goods and Services 7.1. At any time prior to the deadline for submission of tenders,
All goods and related services to be supplied under the BNPM may, for any reason deemed fit by it, modify the tender
contract shall have their origin in India or other countries, documents by issuing suitable amendment(s) to it.
subject to any restriction imposed in this regard in Section 7.2. Such an amendment will be notified in writing by
Ill (SIT). The term "origin" used in this clause means the registered/ speed post or by fax/ telex/ e-mail, followed
place where the goods are mined, grown, produced, or by copy of the same by suitable recorded post to all
manufactured or from where the related services are prospective tenderers, which have received the tender
arranged and supplied. documents and will be binding on them.
7.3. In order to provide reasonable time to the prospective
5. Tendering Expense tenderers to take necessary action in preparing their
Page 7 of 74
SECTION II – GENERAL INSTRUCTIONS TO TENDERERS
tenders as per the amendment, BNPM may, at its discretion, 12. Tender Prices
extend the deadline for the submission of tenders and other 12.1. The Tenderer shall indicate on the Price Schedule provided
allied time frames, which are linked with that deadline. under Volume I all the specified components of prices shown
therein including the unit prices and total tender prices of the
8. Pre-Bid Meeting goods and services it proposes to supply against the
If found necessary, a proposal to call for a pre-bid conference requirement. All the columns shown in the price schedule
may be put-forth in the SIT, for clarification/amendment to should be filled up as required. If any column does not apply to
Technical specifications/techno-commercial conditions in a tenderer, same should be clarified accordingly by the tenderer.
two bid tender. 12.2. If there is more than one schedule in the List of Requirements,
the tenderer has the option to submit its quotation for any one
or more schedules and, also, to offer special discount for
9. Clarification of Tender Documents
combined schedules. However, while quoting for a schedule, the
A Tenderer requiring any clarification or elucidation on any
tenderer shall quote for the complete requirement of goods and
issue of the tender documents may take up the same with
services as specified in that particular schedule.
BNPM in writing or by fax I e-mail/ telex. BNPM will respond
12.3. The quoted prices for goods offered from within India and that
in writing to such request provided the same is received by
for goods offered from abroad are to be indicated separately in
BNPM not later than twenty one days (unless otherwise
the applicable Price Schedules attached under Volume I.
specified in the SIT) prior to the prescribed date of
12.4. While filling up the columns of the price schedule, the following
submission of tender. Copies of the query and clarification
aspects should be noted for compliance:
shall be sent to all prospective bidders who have received the
12.5. For goods offered from within India, the prices in the
bidding documents and/or hosted in its website.
corresponding price schedule shall be entered separately in the
following manner:
C. PREPARATION OF TENDERS a) The price of the goods, quoted ex-factory, ex-showroom,
ex-warehouse or off- the-shelf, as applicable including all
10. Documents Comprising the Tender taxes and duties like sales tax, VAT, custom duty, excise
10.1. The tender to be submitted by Tenderer shall contain the duty etc. already paid or payable on the components and
following documents, duly filled in, as required: raw material used in the manufacture or assembly of the
a) Tender Form and Price Schedule along with list of goods quoted ex-factory etc. or on the previously imported
deviations (ref Clause 19.4) from the clauses of this goods of foreign origin quoted ex-showroom etc.
SBD, if any. b) Any taxes/duties including excise duty, which will be
payable on the goods in India if the contract is awarded.
b) Documentary evidence, as necessary in terms of GIT c) Charges towards inland transportation, insurance and
clauses 3 and 16 establishing that the tenderer is other local costs incidental to delivery of the goods to
eligible to submit the tender and, also, qualified to their final destination as specified in the List of
perform the contract if its tender is accepted. Requirements and
c) Documents and relevant details to establish in d) The price of incidental services, as and if mentioned in List
accordance with GIT clause 17 that the goods and the of Requirements.
allied services to be supplied by the tenderer conform 12.6. For goods offered from abroad, the prices in the corresponding
to the requirement of the tender documents along with price schedule shall be entered separately in the following
list of deviations if any (ref clause 17.3 of GIT). manner:
a) The price of goods quoted FAS/FOB port of shipment, CIF
d) Earnest money furnished in accordance with GIT clause port of entry in India or CIF specified place of destination
18.1. in India as indicated the List of Requirements.
e) Commercial questionnaire for indigenous & imported b) The amount of custom duty and import duty on the goods
items in Volume I. to be imported, wherever applicable.
f) Manufacturer's Authorization Form (ref Section XIV, if c) The charges for inland transportation, insurance and other
applicable) local costs incidental to delivery of the goods from the port
of entry in India to their final destination, as specified in
NB: The tenderers may also enclose in their tenders, the List of Requirements and
technical literature and other documents as and if d) The charges for incidental services, as and if mentioned in
considered necessary by them. the List of Requirements.
10.2. A tender, that does not fulfil any of the above requirements
and/ or gives evasive information/ reply against any such
12.7. Additional information and instruction on Duties and Taxes:
requirement, shall be liable to be ignored and rejected.
If the Tenderer desires to ask for excise duty, sales tax, custom
10.3. Tender sent by fax/email/ telex/ cable shall be ignored. duty etc. to be paid extra, the same must be specifically stated.
In the absence of any such stipulation the price will be taken
inclusive of such duties and taxes and no claim for the same will
11. Tender currencies
be entertained later.
11.1. Unless otherwise specified, the tenderer shall quote only in
12.8. Excise Duty:
Indian rupees.
a) If reimbursement of excise duty intended as extra over the
11.2. Where the tender condition specifies acceptance of quoted prices, the supplier must specifically say so also
quotations in different currencies, then, for domestic goods, indicating the rate, quantum and nature of the duty
prices shall be quoted in INR only and for imported goods, applicable. In the absence of any such stipulation it will be
prices shall be quoted either in INR or in the currency presumed that the prices quoted are firm and final and no
stipulated in the SIT, mentioning, inter-alia, the exchange claim on account of excise duty will be entertained after
rate adopted for converting foreign currency into INR. As the opening of tenders.
regards price(s) for allied services, if any, required with the b) If a Tenderer chooses to quote a price inclusive of
goods, the same shall be quoted in Indian Rupees if such excise duty and also desires to be reimbursed for
services are to be performed I undertaken in India. variation, if any, in the excise duty during the time of
Commission for Indian Agent, if any and if payable shall be supply, the tenderer must clearly mention the same and
indicated in the space provided for in the price schedule and also indicate the rate and quantum of excise duty
quoted in INR only. included in its price. Failure to indicate all such details
in clear terms may result in statutory variations being
11.3. Tenders, where prices are quoted in any other way shall be denied to the tenderer.
treated as unresponsive and rejected. c) Subject to sub clauses 12.8 (a) & {b) above, any change
in excise duty upward/ Downward as a result of any
Page 8 of 74
SECTION II – GENERAL INSTRUCTIONS TO TENDERERS
statutory variation in excise duty taking place within 12.14.2. For insurance of goods to be supplied, relevant instructions
original Delivery Period shall be allowed to the extent as provided under GCC Clause 12 shall be followed.
of actual quantum of excise duty paid by the supplier. 12.14.3. Unless otherwise specifically indicated in this tender
In case of downward revision in excise duty, the actual document, the terms FOB, FAS, CIF etc. for imported goods
quantum of reduction of excise duty shall be offered from abroad, shall be governed by the rules &
reimbursed to BNPM by the supplier. All such regulations prescribed in the current edition of
adjustments shall include all reliefs, exemptions, INCOTERMS, published by the International Chamber of
rebates, concession etc. if any obtained by the supplier. Commerce, Paris
12.14.4. The need for indication of all such price components by the
12.9. Sales Tax/ VAT/ CST/ GST/ Service Tax, work Contract Tax tenderers, as required in this clause (viz., GIT clause 12} is for
If a tenderer asks for sales tax/ VAT/ CST/ GST/ Service Tax/ the purpose of comparison of the tenders by BNPM and will
Work Contract Tax to be paid extra, the rate and nature of no way restrict BNPM's right to award the contract on the
such taxes applicable should be shown separately. Such taxes selected tenderer on any of the terms offered.
will be paid as per the rate at which it is liable to be assessed
or has actually been assessed provided the transaction of
sale is legally liable to such taxes and is payable as per the 13. Indian Agent
terms of the contract. The tenderer shall examine the nature If a foreign tenderer has engaged an agent in India in connection
of transactions and applicability of taxes and duties. with its tender, the foreign tenderer, in addition to indicating
Indian agent's commission, if any, in a manner described under
12.10. Wherever Value Added Tax is applicable, the following may GIT sub clause 11.2 above, shall also furnish the following
be noted: information:
a) The tenderer should quote the exact percentage of VAT a) The complete name and address of the Indian Agent and
that they will be charging extra. its permanent income tax account number as allotted by
b) While quoting the rates, tenderer should pass on (by the Indian Income Tax authority.
way of reduction in prices) the set off/input tax credit b) The details of the services to be rendered by the agent
that would become available to them by switching over for the subject requirement.
to the system of VAT from the existing system of sales One manufacturer can authorize only one agent/Dealer.
tax, duly stating the quantum of such credit per unit of Also one agent cannot represent more than one supplier
the item quoted for. or quote on their behalf in a particular tender enquiry.
Such quote is likely to be rejected. There can be only one
c) The tenderer while quoting for tenders should give the bid from
following declaration: i.) The principal manufacturer directly or one
"We agree to pass on such additional set off/input tax Indian agent on his behalf.
credit as may become available in future in respect of ii.) The foreign principal or any of its branch/
all the inputs used in the manufacture of the final division
product on the date of supply under the VAT scheme iii.) Indian/ Foreign Agent on behalf of only one
by way of reduction in price and advise the purchaser Principal.
accordingly."
d) The supplier while claiming the payment shall furnish 14. Firm Price/Variable Price
the following certificate to the paying authorities: "We 14.1. Unless otherwise specified in the SIT, prices quoted by the
hereby declare that additional set offs/input tax credit tenderer shall remain firm and fixed during the currency of the
to the tune of Rs………..has accrued and accordingly the contract and not subject to variation on any account.
same is being passed on to the purchaser and to that 14.2. In case the tender documents require offers on variable price
effect the payable amount may be adjusted. basis, the price quoted by the tenderers will be subject to
adjustment during original Delivery Period to take care of the
12.11. Octroi and Local Taxes: changes in the cost of labour and material components in
Unless otherwise stated in the SIT, the goods supplied accordance with the price variation formula to be specified in
against contracts placed by BNPM are not exempted from the SIT. If a tenderer submits firm price quotation against the
levy of Town Duty, Octroi Duty, Terminal Tax and other requirement of variable price quotation that tender will be
Levies of local bodies. In such cases, the supplier should prima-facie acceptable and considered further, taking price
make the payment to avoid delay in supplies and forward the variation asked for by the tenderer as zero.
receipt of the same to the purchasing department for 14.3. However, as regards taxes and duties, if any, chargeable on the
reimbursement and also, for further necessary action. goods and payable, the conditions stipulated in GIT clause 12
In cases where exemption is available, suppliers should will apply for both firm price tender and variable price tender.
obtain the exemption certificate from the purchasing 14.4. Subject to provisions of Clause 11 above, where prices are
department to avoid payment of such levies and taxes. quoted in foreign currencies, involving imports - Foreign
12.12. Duties/ Taxes on Raw Materials Exchange Rate Variation (ERV) would be borne by the
BNPM is not liable for any claim from the supplier on account Purchaser within the original Delivery Period. The offer of the
of fresh imposition and/or increase (including statutory Tenderer should indicate import content and the currency used
increase) of excise duty, custom duty, sales tax etc. on raw for calculating import content.
materials and/or components used directly in the 14.5. Base Exchange rate of each major currency used for calculating
manufacture of the contracted goods taking place during the FE content of the contract should be indicated. The base date of
pendency of the contract, unless such liability is specifically ERV would be contract date and variation on the base date can
agreed to in terms of the contract. be given up to the midpoint manufacture, unless firm has
already indicated the time schedule within which material will
12.13. Imported Stores not liable to Above-mentioned Taxes and be imported by the firm.
Duties: 14.6. In case delivery period is refixed/ extended, ERV will not be
Above mentioned Taxes and Duties are not leviable on admissible, if this is due to default of the supplier.
imported Goods and hence would not be reimbursed. 14.7. Documents for claiming ERV:
a) A bill of ERV claim enclosing working sheet
12.14. Customs Duty:
b) Banker's Certificate/debit advice detailing F.E. paid and
In respect of imported stores offered from abroad, the
exchange rate
tenderer shall specify the rate as well as the total amount of
c) Copies of import order placed on supplier
customs duty payable. The tenderer shall also indicate the
d) Invoice of supplier for the relevant import order
corresponding Indian Customs Tariff Number applicable for
the goods in question.
12.14.1. For transportation of imported goods offered from 15. Alternative Tenders
abroad, relevant instructions as incorporated under GCC Unless otherwise specified in the Schedule of Requirements,
Clause 11 shall be followed. alternative tenders shall not be considered.
Page 9 of 74
SECTION II – GENERAL INSTRUCTIONS TO TENDERERS
16. Documents Establishing Tenderer's Eligibility and from/confirmed by any scheduled commercial bank in India
Qualifications as per the format specified in Volume I in these documents.
16.1. Pursuant to GIT clause 10, the tenderer shall furnish, as part 18.5. The earnest money shall be valid for a period of forty five days
of its tender, relevant details and documents establishing its beyond the validity period of the tender.
eligibility to quote and its qualifications to perform the 18.6. Unsuccessful tenderers’ earnest money will be returned to
contract if its tender is accepted. them without any interest, after expiry of the tender validity
16.2. The documentary evidence needed to establish the period, but not later than thirty days after conclusion of the
tenderer's qualifications shall fulfil the following resultant contract. Successful tenderer's earnest money will be
requirements: returned without any interest, after receipt of performance
a) In case the tenderer offers to supply goods, which are security from that tenderer.
manufactured by some other firm, the tenderer has 18.7. Earnest money of a tenderer will be forfeited, if the tenderer
been duly authorized by the goods manufacturer to withdraws or amends its tender or impairs or derogates from
quote for and supply the goods to BNPM. The tenderer the tender in any respect within the period of validity of its
shall submit the manufacturer’s authorization letter to tender. The successful tenderer's earnest money will be
this effect as per the standard form provided under forfeited if it fails to furnish the required performance security
Volume I in this document. within the specified period.
b) The tenderer has the required financial, technical and
production capability necessary to perform the 19. Tender Validity
contract and, further it meets the qualification criteria 19.1. If not mentioned otherwise in the SIT, the tenders shall remain
incorporated in the Volume I in these documents. valid for acceptance for a period of 90 days (Ninety days) in case
c) In case the tenderer is not doing business in India, It of single bid tender system and 120 days in case of two-bid
is/will be duly represented by an agent stationed in system after the date of tender opening prescribed in the
India fully equipped and able to carry out the required tender document. Any tender valid for a shorter period shall be
contractual functions and duties of the supplier treated as unresponsive and rejected.
including after sale service, maintenance & repair etc. 19.2. In exceptional cases, the tenderers may be requested by BNPM
of the goods in question, stocking of spare parts and fast to extend the validity of their tenders up to a specified period.
moving components and other obligations, if any, Such request(s) and responses thereto shall be conveyed by
specified in the conditions of contract and/ or technical surface mail or by fax/email/ telex/cable followed by surface
specifications. mail. The tenderers, who agree to extend the tender validity, are
d) In case the tenderer is an Indian agent quoting on to extend the same without any change or modification of their
behalf of a foreign manufacturer, the Indian agent is original tender and they are also to extend the validity period of
already enlisted under the Compulsory Enlistment the EMD accordingly.
Scheme of Ministry of Finance. Govt. of India operated 19.3. In case the day up to which the tenders are to remain valid falls
through Directorate General of Supplies & Disposals on/subsequently declared a holiday or closed day for BNPM, the
(DGS&D), New Delhi. tender validity shall automatically be extended up to the next
working day.
17. Documents establishing good’s Conformity to Tender 19.4. Compliance with the Clauses of this Tender Document:
document Tenderer must comply with all the clauses of this Tender
17.1. The tenderer shall provide in its tender the required as well Document. In case there are any deviations, these should be
as the relevant documents like technical data. Literature, listed in a chart form without any ambiguity along with
drawings etc. to establish that the goods and services offered justification.
in the tender fully conform to the goods and services
specified by BNPM in the tender documents. For this 20. Signing and Sealing of Tender
purpose the tenderer shall also provide a clause-by-clause 20.1. An authenticated copy of the document which authorizes the
commentary on the technical specifications and other signatory to commit on behalf of the firm shall accompany the
technical details incorporated by BNPM in the tender offer. The individual signing the tender or any other documents
documents to establish technical responsiveness of the connected therewith should clearly indicate his full name
goods and services offered in its tender. and designation and also specify whether he is signing,
17.2. In case there is any variation and/ or deviation between the a) As Sole Proprietor of the concern or as attorney of the Sole
goods & services prescribed by BNPM and that offered by the Proprietor;
tenderer, the tenderer shall list out the same in “Schedule of b) As Partner (s) of the firm;
deviations from Technical specifications” in Volume I of the c) As Director, Manager or Secretary in case the of Limited
tender without ambiguity along with justification. Company duly authorized by a resolution passed by the
17.3. If a tenderer furnishes wrong and/ or misguiding data, Board of Directors or in pursuance of the Authority
statement(s) etc. about technical acceptability of the goods conferred by Memorandum of Association.
and services offered by it, its tender will be liable to be 20.2. The authorized signatory of the tenderer must sign the tender
ignored and rejected in addition to other remedies available at appropriate places and initial the remaining pages of the
to BNPM in this regard. tender.
20.3. The tenderers shall submit their tenders as per the instructions
18. Earnest Money Deposit (EMD) contained in GIT Clause 10.
18.1. Pursuant to GIT clause 10.1(d) the tenderer shall furnish 20.4. Unless otherwise mentioned in the SIT, a tenderer shall submit
along with its tender, earnest money for amount as shown in two copies of its tender marking them as "Original and
the List of Requirements/NIT Clause I. The earnest money is "Duplicate".
required to protect BNPM against the risk of the tenderer's 20.5. The original and other copies of the tender shall either be typed
unwarranted conduct as amplified under sub-clause 23.23.2 or written in indelible ink and the same shall be signed by the
below. tenderer or by a person(s) who has been duly authorized to
18.2. The earnest money shall be denominated in Indian Rupees. bind the tenderer to the contract. The letter of authorization
18.3. The earnest money shall be furnished in one of the following shall be by a written power of attorney, which shall also be
forms: furnished along with the tender.
a) Account Payee Demand Draft or 20.6. All the copies of the tender shall be duly signed at the
b) Banker's cheque or appropriate places as indicated in the tender documents and
c) Bank Guarantee, (only if EMD amount is above Rs. 1 all other pages of the tender including printed literature, if
Lakh) any shall be initialled by the same person(s) signing the
18.4. The demand draft or banker's cheque shall be drawn on any tender. The tender shall not contain any erasure or
scheduled commercial bank in India, in favour of Bank Note overwriting, except as necessary to correct any error made
paper Mill India Private Limited payable at Bangalore. In by the tenderer and, if there is any such correction; the same
case of bank guarantee, the same is to be provided shall be initialled by the person(s) signing the tender.
Page 10 of 74
SECTION II – GENERAL INSTRUCTIONS TO TENDERERS
20.7. The tenderer is to seal the original and each copy of the submitted tenders on time may attend the tender opening,
tender in separate envelopes, duly marking the same as provided they bring with them letters of authority as per the
"Original", "Duplicate” and so on and writing the address of format in Volume I of the corresponding tenderers. The
BNPM and the tender reference number on the envelopes. tender opening official(s) will prepare a list of the
The sentence "NOT TO BE OPENED before ............ (The representatives attending the tender opening. The list will
tenderer is to put the date & time of tender opening) are to contain the representatives' names & signatures and
be written on these envelopes. The inner envelopes are then corresponding tenderers' names and addresses.
to be put in a bigger outer envelope, which will also be duly 24.3. During the tender opening, the tender opening official(s) will
sealed, marked etc. as above. If the outer envelope is not read the salient features of the tenders like description of the
sealed and marked properly as above, BNPM will not assume goods offered, price, special discount if any, delivery period,
any responsibility for its misplacement, premature opening, whether earnest money furnished or not and any other special
late opening etc. features of the tenders, as deemed fit by the tender opening
20.8. For purchasing capital equipment, high value plant, official(s).
machinery etc. of complex and technical nature, tender 24.4. In-case of two bid system mentioned in clause 20.8 above, the
document will seek quotation in two parts (Two Bid technical bids are to be opened in the first instance, at the
System)- first part containing the relevant technical details prescribed time and date. These bids shall be scrutinized and
of the equipment/machinery etc., and in the second part, evaluated by the competent committee/ authority with
price quotation along with other allied issues. First part will reference to parameters prescribed in the tender document.
be known as 'Technical Bid', and the second part ‘Financial Thereafter, in the second stage, the financial bids of only the
bid’. Tenderer shall seal separately 'Technical Bid' and technically acceptable offers (as decided in the first stage) shall
'Financial bid' and covers will be suitably super scribed. Both be opened for further scrutiny and evaluation. Other financial
these sealed covers shall be put in a bigger cover and sealed bids would be returned unopened to the respective bidders
and evaluation would be done as described in clause 25.24.4 under Registered AD/ Reliable Courier or any other mode with
below. Further details would be given in SIT, if considered proof of delivery.
necessary.
20.9. If permitted in the SIT, the tenderer may submit its tender F. SCRUTINY AND EVALUATION OF TENDERS
through a-tendering procedure.
25. Basic Principle
D. Submission of Tenders Tenders will be evaluated on the basis of the terms & conditions
already incorporated in the tender document, based on which
21. Submission of Tenders tenders have been received and the terms, conditions etc.
21.1. Unless otherwise specified, the tenderers are to deposit the mentioned by the tenderers in their tenders. No new condition
tenders in the tender box kept for this purpose at a place as will be brought in while scrutinizing and evaluating the tenders.
indicated in para 1 of NIT. In case of bulky tender, which
cannot be put into tender box, the same shall be submitted 26. Preliminary Scrutiny of Tenders
by the tenderer by hand to the designated officers of BNPM,
as indicated in clause 1 of NIT. The officer receiving the 26.1. The tenders will first be scrutinized to determine whether they
tender will give the tenderer an official receipt duly signed are complete and meet the essential and important
with date and time. requirements, conditions etc. as prescribed in the tender
21.2. The tenderers must ensure that they deposit their tenders document. The tenders, that do not meet the basic
not later than the closing time and date specified for requirements, are liable to be treated as unresponsive and
submission of tenders. In the event of the specified date for ignored.
submission of tender falls on/is subsequently declared a 26.2. The following are some of the important aspects, for which a
holiday or closed day for BNPM, the tenders will be received tender may be declared unresponsive and ignored;
up to the appointed time on the next working day. a) Tender is unsigned.
b) Tenderer is not eligible.
22. Late Tender c) Tender validity is shorter than the required period.
A tender, which is received after the specified date and time d) Required EMD has not been provided.
for receipt of tenders will be treated as "late" tender and will e) Tenderer has quoted for goods manufactured by a
be ignored. different firm without the required authority letter from
that manufacturer.
23. Alteration and Withdrawal of Tender f) Tenderer has not agreed to give the required
23.1. The tenderer, after submitting its tender, is permitted to performance security.
alter/modify its tender so long as such g) Goods offered are not meeting the required specification
alterations/modifications are received duly signed, sealed etc.
and marked like the original tender, within the deadline for h) Tenderer has not agreed to essential condition(s)
submission of tenders. Alterations/modifications to tenders specially incorporated in the tender enquiry.
received after the prescribed deadline will not be i) Against a schedule in the List of Requirement
considered. (incorporated in the tender Enquiry), the Tenderer has
23.2. No tender should be withdrawn after the dead line for not quoted for the entire requirement as specified in that
submission of tender and before expiry of the tender validity schedule. (Example: In a schedule, it has been stipulated
period. If a tenderer withdraws the tender during this that the Tenderer will supply the equipment, install and
period, it will result in forfeiture of the earnest money commission it and also train BNPM’s operators for
furnished by the tenderer in its tender besides other operating the equipment. The Tenderer has however,
sanctions by BNPM. quoted only for supply of the equipment).
43. Parallel Contracts- NOT APPLICABLE 50. Rate Contract Tenders- NOT APPLICABLE
50.1 In addition to GIT in Part I above, following GIT will be
BNPM reserves its right to conclude Parallel contracts with applicable to rate contract Tenders:
more than one bidder (for the same tender). If this is a) Earnest Money Deposit (EMD) is not applicable.
foreseen at the time of Tendering, a clause would be included b) In the Schedule of Requirement, no commitment of quantity
in SIT giving further details. is mentioned: only the anticipated requirement is
mentioned without any commitment.
44. Serious Misdemeanours c) BNPM reserves the right to conclude more than one rate
44.1 Following would be considered serious misdemeanours: contract for the same item.
a) Submission of misleading/ false/ fraudulent d) Unless otherwise specified in SIT, the currency of a Rate
information/ documents by the bidder in their bid Contract would normally be for one year.
b) Submission of fraudulent / un-encashable Financial e) During the currency of the Rate Contract, BNPM may
Instruments stipulated under Tender or Contract withdraw the rate contract by serving suitable notice. The
Condition. prescribed notice period is generally thirty days.
c) Violation of Code of Ethics laid down in Clause 32 of the f) During the currency of the Rate Contract, BNPM would
GCC. have the option to renegotiate the price with the rate
d) Cartel formation or quotation of Pool/ Co-ordinated contract holders.
rates leading to "Appreciable Adverse Effect on g) During the currency of the Rate Contract, in case of
Competition" (AAEC) as identified under the emergency, BNPM may purchase the same item through ad
Competition Act, 2002. hoc contract with a new supplier.
e) Deliberate attempts to pass off inferior goods or short h) Usually, the terms of delivery in rate contracts are FOR
quantities. dispatching station.
f) Violation of Fall Clause by Rate Contract holding Firms. i) Supply orders, incorporating definite quantity of goods to
g) Attempts to influence BNPM's Decisions on scrutiny, be supplied along with all other required conditions
comparison, evaluation and award of Tender. following the rate contract terms, will be issued by
44.2 Besides, suitable administrative actions, like rejecting the nominated Direct Demanding Officers (DDO) for obtaining
offers or delisting of registered firms, BNPM would ban/ supplies through the rate contract.
blacklist Tenderers committing such misdemeanour, j) BNPM is entitled to place supply orders up to the last day of
including declaring them ineligible to be awarded BNPM the validity of the rate contract and, though supplies against
contracts for indefinite or for a stated period. such supply orders will be affected beyond the validity
period of the rate contract, all such supply will be guided by
45. Notification of Award the terms & conditions of the rate contract.
45.1 Before expiry of the tender validity period, BNPM will notify k) The rate contract will be guided by "Fall Clause" as
the successful tenderer(s) in writing, by registered/speed described below.
post or by fax/email I telex/ cable (to be confirmed by 50.2 Fall Clause
registered/speed post that its tender for goods & services, If the rate contract holder reduces its price or sells or even offers
which have been selected by BNPM, has been accepted, also to sell the rate contracted goods, following conditions of sale
briefly indicating therein the essential details like similar to those of the rate contract, at a price lower than the
description, specification and quantity of the goods & rate contract price, to any person or organization during the
services and corresponding prices accepted. The successful currency of the rate contract, the rate contract price will be
tenderer must furnish to BNPM the required performance automatically reduced with effect from that date for all the
security within twenty one days from the date of this subsequent supplies under the rate contract and the rate
notification. Relevant details about the performance security contract amended accordingly. Any violation of the fall clause
have been provided under GCC Clause 6 under Section IV. would be considered a serious misdemeanour under clause 44
45.2 The notification of award shall constitute the conclusion of of the GIT and action, as appropriate, would be taken as per
the contract. provision of that clause.
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.
(Clauses of GIT listed below include a possibility for variation in their provisions through SIT. There
could be other clauses in SIT as deemed fit.)
Sl. No. GIT Clause no Topic SIT Provision
PREAMBLE-Introduction, Language of
Tender, Eligible Tenderers, Eligible
1 1, 2, 3, 4, 5, 6, 7 Goods and Services (Origin of Goods), No Change
Tendering Expense, Tender Documents,
Amendments to Tender Documents
Pre Bid meeting will be conducted
on 30.11.2022 at 1500 Hrs.
through video conferencing,
Bidders interested to participate
in Pre-bid meeting will be
provided the VC link through
email based on request. Interested
bidders may send email for
participation along with all pre bid
queries by 29.11.2022, 1500 Hrs.
at scm.tender@bnpmindia.com. In
2 8 Pre-bid Conference case any bidder intends to visit
BNPM may attend pre bid meeting
in person on the same day.
Address: Bank Note Paper Mill
India Pvt. Ltd., Administrative
Building, Entry Gate No. 2, Paper
Mill Compound, Note Mudran
Nagar, Mysore - 570003.
However, the prospective bidder
should carry COVID-19 complete
vaccination certificate (two doses)
while visiting BNPM, Mysore
office.
Should not be later than 07 days
Time Limit for receiving request for
3 9 prior to prescribed date of
clarification of Tender Documents
submission of tender.
Documents Comprising the Tender,
No Change except the taxes will be
10, 11, 12, 13, Tender Currencies, Tender Prices,
4 applicable as per GST rules (GIT:
14, 15 Indian Agent, PVC Clause & Formula,
Clause 12.7 to Clause 12.13)
Alternative tenders
Documents Establishing Tenderer's
5 16 No Change
Eligibility and Qualifications
Documents establishing Good's
6 17 No Change
Conformity to Tender document
Page 16 of 74
SECTION III – SPECIAL INSTRUCTIONS TO TENDERERS
16. The bidder shall consider the following points while quoting GST Rate in their bid:
a) In case of unregistered bidders, the rate and amount of GST shall be shown as “Nil”.
b) In case of a compounding dealer, GST shall be quoted as “Nil” as compounded dealers cannot collect
GST from the consumers. The price quoted therefore shall be construed as all inclusive.
c) In case of work contracts or pure labour contracts, the bidder shall quote single GST rate for the work.
d) In case of composite supplies, i.e., a supply consisting of one principal supply and other ancillary
supplies, the supply will attract the GST Rate of the principal supply. For example, if Item A in the supply
order is the major or principal supply and other items are ancillary supplies, the bidder shall quote the
GST Rate applicable to the principal goods (i.e., Item A) being supplied.
e) In case of mixed supply, i.e., a combination of two or more individual goods made together for a single
price (each of these items can be supplied separately and is not dependent on any other), the total supply
will attract the GST rate of the item which has the highest rate of tax. For example, if Item A in the mixed
supply attracts highest rate of tax, the bidder shall quote the GST rate applicable to item A for total mixed
supply.
f) In case of supplies which are neither composite nor mixed supplies, the bidder shall quote the GST Rate
applicable to each item of supply separately.
g) If there is any difference of opinion regarding classification in HSN code, the bidder shall sought
clarification/raise query within the given time from the date of tender and it would be clarified before
submitting the bid. Once clarified then that will be final & binding and no deviation shall be granted.
17. Tender Evaluation for determination of L-1 price: (Applicable for Indigenous / Domestic Bidders)
a) If the tenderer/bidder does not include the details of GST separately in the tender/quotation, the same
shall be rejected.
b) The HSN code of the product/services shall be determined at the tendering stage itself and mentioned
in the price bid format to quote the GST rate according to the specified HSN code.
c) The evaluation of tender for three categories of GST registration is provided below:
Particulars Registered Compounding Unregistered*
Quoted Price (incl. P&F, xxx xxx xxx
Insurance & Freight Charges)
Add: GST X - X
Add: Cess on GST xx - xx
Less Input Credit X - X
Effective price xxx +X+xx -X xxx xxx +X+xx -X
* If the bidder participating in the tender is unregistered, the GST shall be payable by the purchaser under
reverse charge and shall be added to the quoted rate to arrive at the Gross price and input credit, if any
shall be deducted from the total landed cost to arrive at the net comparable price.
18. Other instructions for the bidders to claim any GST liability, failing which, the GST liability will not be
paid/reimbursed/accepted:
a) Registered/compounding Contractor/supplier (successful bidder) should produce GST Invoice
containing all the particulars stated in Rule 46 of the CGST Rules, 2017 in accordance with the provisions
of Section 31 of the CGST ACT.
b) The successful bidder should mandatorily update the invoice details in GSTR-1, details of outward
supplies of goods or services within the prescribed time under GST Act.
c) The Payment shall be made net of TDS as per the provisions of CGST/SGST/IGST Act.
Page 18 of 74
SECTION III – SPECIAL INSTRUCTIONS TO TENDERERS
d) Wherever there is difference in the amount admitted, the successful bidder may be directed to issue
a Credit Note (in case of reduction in the Invoice value)/Debit Note (in case of increase in the Invoice
value), and payment shall be released only after the receipt of such Debit or Credit Note.
e) Successful bidder should provide the relevant documents to confirm the tax charged on the invoice
has been paid to the credit of Government after adjusting with ITC, if any.
f) Successful bidder should provide indemnification as follows: “In the event of non-compliances with
respect to GST ACT and Rules by the successful bidder, the successful bidder should refund the GST
liability within 10 days from the date of GST reversal in GSTRN failing which the purchaser shall recover
the GST amount from the retention amount (whether in BG or in Cash) held by the company”.
19. Corrigendum / Addendum, if any, shall be hosted on Company’s website
(https://www.bnpmindia.com/) & E-tendering portal: www.tenderwizard.com/BNP only.
20. The Company discourages the engagement of agents for brokering contracts and hence intending
bidders are requested to take note of the above that engagement of agents for brokering contracts may
result in dis-qualification.
(To be signed & stamped and submitted along with Techno Commercial Bid – Part 1)
Page 19 of 74
SECTION IV – GENERAL CONDITIONS OF CONTRACT
include any company or association or body of individuals,
PART 1: GENERAL CONDITIONS OF CONTRACT APPLICABLE whether incorporated or not.
TO ALL TYPES OF TENDERS
xiv.) The heading of these conditions shall not affect the
1. Definitions; Interpretation and Abbreviations: In interpretation or construction thereof.
the contract, unless the context otherwise requires:
xv.) Terms and expressions not defined herein shall have
1.1. Definitions and Interpretation: the meanings assigned to them in the Indian Sale of Goods Act.
1930 (as amended) or the Indian Contract Act, 1872 (as amended)
i.) "Contract" means the letter or memorandum or the General Clauses Act, 1897 (as amended) as the case may be.
communicating to the Contractor the acceptance of this tender and
includes Intimation of Award" of this tender; "Contract" includes xvi.) PARTIES: The parties to the contract are the
Bid Invitation, Instructions to Tenderers, Tender, Acceptance of "Contractor" and the "Purchaser", as defined above;
Tender, General Conditions of Contract, Schedule of
xvii.) "Tender" means quotation/bid received from a
Requirements, particulars and the other conditions specified in
firm/supplier.
the acceptance of tender and includes a repeat order which has
been accepted or acted upon by the Contractor and a formal xviii.) "Goods" means the articles, material, commodities,
agreement, if executed. livestock, furniture, fixtures, raw material, spares, instruments,
machinery, equipment, industrial plant etc. which the supplier is
ii.) "Contractor" or "Supplier" means the individual or the
required to supply to BNPM under the contract. Other homologous
firm supplying the goods and services. The term includes his
terms are: Stores, Materials etc.
employees, agents, successors, authorized dealers, stockists and
distributors. Other homologous terms are: Vendor, Firm, xix.) "Services" means services allied and incidental to the
Manufacturer, OEM etc.; supply of goods, such as transportation, installation,
commissioning, provision of technical assistance, training, after
iii.) "Drawing" means the drawing or drawings specified in
sales service, maintenance service and other such obligations of
or annexed to the Specifications:
the supplier covered under the contract.
iv.) "Government" means the Central Government or a State
xx.) "Earnest Money Deposit" (EMD) means monetary
Government as the case may be;
guarantee to be furnished by a Tenderer along with its tender
v.) The "Inspecting Officer" means the person, or
xxi.) "Performance Security" means monetary guarantee to
organisation specified in the contract for the purpose of inspection
be furnished by the successful Tenderer for due performance of
of stores of work under the contract and includes his/their
the contract placed on it. Performance Security is also known as
authorised representative.
Security Deposit or Performance Bank Guarantee.
vi.) "Purchase Officer'' means the officer signing the
xxii.) "Consignee" means the person to whom the goods are
acceptance of tender and includes any officer who has authority to
required to be delivered as specified in the Contract. If the goods
execute the relevant contract on behalf of the Purchaser:
are required to be delivered to a person as an interim consignee
vii.) The "Purchaser" means Bank Note Paper Mill India for the purpose of dispatch to another person as provided in the
Private Limited (BNPM)- the organization purchasing goods and Contract then that "another" person is the consignee, also known
services as incorporated in the documents as ultimate consignee.
viii.) "Signed" includes stamped, except in the case of an xxiii.) "Specification” or "Technical Specification” means
acceptance of tender or any amendment thereof; the drawing/ document/ standard that prescribes the
requirement to which product or service has to conform.
ix.) "Test" means such test as is prescribed by the
particulars or considered necessary by the Inspecting Officer or xxiv.) "Inspection" means activities such as measuring,
any agency acting under the direction of the Inspecting Officer: examining, testing, analyzing, gauging one or more characteristics
of the product or service and comparing the same with the
x.) The delivery of the stores shall be deemed to have specified requirement to determine conformity.
happened on delivery of the stores in accordance with the terms
of the contract, after approval by the Inspecting Officer, if so xxv.) "Day" means calendar day.
provided in the contract -
Page 20 of 74
SECTION IV – GENERAL CONDITIONS OF CONTRACT
"DDO" means Direct Demanding Officer 2.3 Other Laws and Conditions that will govern the
Contract:
"DGS&D" in Rate Contracts means Directorate General of
Supplies and Disposals Besides GCC and SCC following conditions and Laws will also be
applicable and would be considered as part of the contract:
"DP" Delivery Period
a) Indian Contracts Act, 1872
"ECS" Electronic clearing system
b) Sale of Goods Act, 1930
"ED" Excise Duty
c) Arbitration and Conciliation Act, 1996
"EMD" Earnest money deposit
d) Competition Act, 2002 as amended (Amendment Act),
"EOI" Expression of Interest (Tendering System) 2007
"ERV" Exchange rate variations e) Contractor's Tender Submissions including Revised
Offer during Negotiations if any
"FAS" Free alongside shipment
f) Conditions in other parts of the Tender Documents
"FOB" Freight on Board
g) Correspondence including counter-offers if any;
"FOR" Free on Rail
between the Contactor and BNPM during the Tender Finalization
"GCC" General Conditions of Contract
h) Notification of award and Contract Documents
"GIT" General Instructions to Tenderers
i) Subsequent Amendments to the Contract
"GST" Goods and Services Tax which will replace Sales Tax
j) Any other applicable law/ regulation
"H1, H2 etc" means First Highest, Second Highest Offers etc. in
3. Use of contract documents and information
Disposal Tenders means
3.1 The supplier shall not, without BNPM's prior written
"Incoterms" International Commercial Terms, 2010 (of ICC)
consent, disclose the contract or any provision thereof including
"L1, L2 etc" First or second Lowest Offer etc. any specification, drawing, sample or any information furnished
by or on behalf of BNPM in connection herewith, to any person
"LC" Letter of Credit other than the person(s) employed by the supplier in the
performance of the contract emanating from this tender
"LD or L/D" Liquidated Damages document. Further, any such disclosure to any such employed
person shall be made in confidence and only so far as necessary
"LSI" Large Scale Industry for the purposes of such performance for this contract.
"NIT" Notice Inviting Tenders. 3.2 During the process of procurement of Security or
Sensitive Machinery and Items, Tender Documents and the
"NSIC" National small industries corporation
specifications/ drawings of such items would be issued only to
"PQB" Pre-qualification bidding Vendors having security clearance within the validity of such
clearance and he shall maintain absolute secrecy and strictly
"PSU" Public Sector Undertaking control the number of copies and access to the documents and
copies thereof, in addition to safeguards mentioned in sub-para
"PVC" Price variation clause above.
"RC" Rate contract 3.3 Further, the supplier shall not, without BNPM's prior
written consent, make use of any document or information
"RR or RIR" Railway Receipt mentioned in GCC sub-clause 3.1 above except for the sole purpose
of performing this contract.
"SBD" or "T Document" (Standard) BID / Tender Document
3.4 Except the contract issued to the supplier, each and
"SCC" Special Conditions of Contract
every other document mentioned in GCC sub-clause 3.1 above
"SIT" Special Instructions to Tenderers shall remain the property of BNPM and, if advised by BNPM, all
copies of all such documents shall be returned to BNPM on
"BNPM" / Purchaser Bank Note Paper Mill India Private Limited completion of the supplier's performance and obligations under
this contract.
"SSI" Small Scale Industry
4. Patent Rights
"ST" Sales Tax
4.1 The supplier shall, at all times, indemnify BNPM, free of
"VAT" Value Added Tax cost, against all claims which may arise in respect of goods &
services to be provided by the supplier under the contract for
2. Application infringement of any right protected by patent, registration of
designs or trademarks. In the event of any such claim in respect of
2.1 The General Conditions of Contract incorporated in this
alleged breach of patent, registered designs, trademarks etc. being
section shall be applicable for this purchase to the extent the same
made against BNPM, BNPM shall notify the supplier of the same
are not superseded by the Special Conditions of Contract (SCC)
and the supplier shall, at his own expenses take care of the same
prescribed under Section V of this document.
for settlement without any liability to BNPM.
2.2 General Conditions of the contract shall not be changed
5. Country of Origin
from one tender to other.
Page 21 of 74
SECTION IV – GENERAL CONDITIONS OF CONTRACT
5.1 All goods and services to be supplied and provided for 8.3 Packing instructions:
the contract shall have the origin in India or in the countries with
which the Government of India has trade relations. Unless otherwise mentioned in the Technical Specification and
Quality Control Requirements and in SCC under Volume I, the
5.2 The word "origin" incorporated in this clause means the supplier shall make separate packages for each consignee (in case
place from where the goods are mined, cultivated, grown, there is more than one consignee mentioned in the contract) and
manufactured, produced or processed or from where the services mark each package on three sides with the following with indelible
are arranged. paint of proper quality:
6.1 Within twenty-one days after the issue of notification of b) Brief description of goods including quantity
award by BNPM, the supplier shall furnish performance security
to BNPM for an amount equal to ten per cent of the total value of c) Packing list reference number
the contract, valid up to sixty days after the date of completion of
d) Country of origin of goods
all contractual obligations by the supplier, including the warranty
obligations. e) Consignee's name and full address and
6.2 The Performance security shall be denominated in f) Supplier's name and address
Indian Rupees or in the currency of the contract and shall be in one
of the following forms: 9. Inspection and Quality Control
a) Account Payee Demand Draft drawn on any commercial 9.1 BNPM and/or its nominated representative(s) will,
bank in India, in favour Bank Note Paper Mill India Private Limited. without any extra cost to BNPM, inspect and/or test the ordered
goods and the related services to confirm their conformity to the
b) Bank Guarantee issued by a commercial bank in India, contract specifications and other quality control details
in the prescribed form as provided in Volume I of this document. incorporated in the contract. BNPM shall inform the supplier in
advance, in writing, BNPM's programme for such inspection and
6.3 In the event of any loss due to supplier's failure to fulfil
also the identity of the officials to be deputed for this purpose.
its obligations in terms of the contract, the amount of the
performance security shall be payable to BNPM to compensate 9.2 The Technical Specification and Quality Control
BNPM for the same. Requirements incorporated in the contract shall specify what
inspections and tests are to be carried out and, also, where and
how they are to be conducted. If such inspections and tests are
6.4 In the event of any amendment issued to the contract, conducted in the premises of the supplier or its subcontractor(s),
the supplier shall, within twenty- one days of issue of the all reasonable facilities and assistance, including access to relevant
amendment, furnish the corresponding amendment to the drawings, design details and production data, shall be furnished
Performance Security (as necessary), rendering the same valid in by the supplier to BNPM's inspector at no charge to BNPM.
all respects in terms of the contract, as amended.
9.3 If during such inspections and tests the contracted
6.5 Subject to GCC sub-clause 6.3 above, BNPM will release goods fail to conform to the required specifications and standards,
the performance security without any interest to the supplier BNPM's inspector may reject them and the supplier shall either
on completion of the supplier's all contractual obligations replace the rejected goods or make all alterations necessary to
including the warranty obligations. meet the specifications and standards, as required, free of cost to
BNPM and resubmit the same to BNPM's inspector for conducting
7. Technical Specifications and Standards the inspections and tests again.
7.1. The Goods & Services to be provided by the supplier 9.4 In-case of re-inspection because of rejection of goods at
under this contract shall conform to the technical specifications first scheduled inspection due to non-conformity of goods to
and quality control parameters mentioned in Technical specifications or for any other reason attributable to the supplier,
Specifications in Volume II and Quality Control Requirements costs of the inspector(s), from second inspection onwards,
under volume I of this tender document. towards travel & boarding shall be to vendor’s account.
8. Packing and Marking 9.5 In case the contract stipulates pre-despatch inspection
of the ordered goods at suppliers premises, the supplier shall put
8.1 The packing for the goods to be provided by the up the goods for such inspection to BNPM's inspector well ahead
supplier should be strong and durable enough to withstand, of the contractual delivery period, so that BNPM's inspector is
without limitation, the entire journey during transit including able to complete the inspection within the contractual delivery
transhipment (if any), rough handling, open storage etc. period.
without any damage, deterioration etc. As and if necessary, the
size, weights and volumes of the packing cases shall also take into 9.6 If the supplier renders the goods to BNPM's inspector
consideration, the remoteness of the final destination of the goods for inspection at the last moment without providing reasonable
and availability or otherwise of transport and handling facilities at time to the inspector for completing the inspection within the
all points during transit up to final destination as per the contract. contractual delivery period, the inspector may carry out the
inspection and complete the formality beyond the contractual
8.2 The quality of packing, the manner of marking delivery period at the risk and expense of the supplier. The fact
within & outside the packages and provision of accompanying that the goods have been inspected after the contractual delivery
documentation shall strictly comply with the requirements as period will not have the effect of keeping the contract alive and
provided in Technical Specifications and Quality Control this will be without any prejudice to the legal rights and remedies
Requirements under Volume II and in SCC under Section V. In case available to BNPM under the terms & conditions of the contract.
the packing requirements are amended due to issue of any
amendment to the contract, the same shall also be taken care of by 9.7 BNPM's contractual right to inspect, test and, if
the supplier accordingly. necessary, reject the goods after the goods' arrival at the final
destination shall have no bearing of the fact that the goods have
Page 22 of 74
SECTION IV – GENERAL CONDITIONS OF CONTRACT
previously been inspected and cleared by BNPM's inspector 13.1 If specified in the List of Requirements and in the
during pre-despatch inspection mentioned above. resultant contract, the supplier shall supply any or all of the
following materials, Information etc. pertaining to spare parts
9.8 Goods accepted by BNPM and/or its inspector at manufactured and/or supplied by the supplier:
initial inspection and in final inspection in terms of the contract
shall in no way dilute BNPM's right to reject the same later, if a) The spare parts as selected by BNPM to be purchased
found deficient in terms of the warranty clause of the contract, as from the supplier, subject to the condition that such purchase of
incorporated under GCC Clause 16. the spare parts shall not relieve the supplier of any contractual
obligation including warranty obligations; and
10. Terms of Delivery
b) In case the production of the spare parts is
10.1 Goods shall be delivered by the supplier in accordance discontinued:
with the terms of delivery specified in the contract.
i) Sufficient advance notice shall be given to BNPM before
11. Transportation of Goods such dis-continuation to provide adequate time to BNPM to
purchase the required spare parts etc. &
11.1 The supplier shall not arrange part-shipments and/ or
transhipment without the express/prior written consent of BNPM. ii) Immediately following such dis-continuation, the
supplier shall provide BNPM designs, drawings, lay-outs &
11.2 Instructions for transportation of domestic goods
specifications of spare parts as required by BNPM free of cost.
including goods already imported by the supplier under its own
arrangement: 13.2 Supplier shall carry sufficient inventories to assure ex-
stock supply of consumable spares for the goods so that the same
In case no instruction is provided in this regard in the
are supplied to BNPM promptly on receipt of order from BNPM.
specification, the supplier shall arrange transportation of the
ordered goods as per its own procedure. 14. Incidental services
11.3 Shipping Arrangement for Foreign Contracts: In the 14.1 Subject to the stipulation, if any, in the SCC under
case of FOB/FAS contracts, shipping arrangements shall be made volume I and the Technical Specifications, the supplier shall be
by the Ministry of Shipping & Transport (Chartering Wing), New required to perform any or all of the following services.
Delhi, INDIA, in accordance with details given in Volume I. The
Contractor shall give adequate notice to the Forwarding a) Providing required jigs and tools for assembly, start-up
Agents/Nominees about the readiness of the cargo from time to and maintenance of the goods
time and at least six weeks' notice in advance of the required
position for finalising the shipping arrangements. In the case of b) Supplying required number of operation &
C&F contracts, the Contractor shall arrange shipment in maintenance manual for the goods
accordance with the requirements of the Ministry of Shipping &
c) Installation and commissioning of the goods
Transport, New Delhi, INDIA, indicated in the Volume I (as
applicable). d) Training of BNPM's operators for operating and
maintaining the goods
12. Insurance
e) Providing after sales service during the tenure of the
12.1 Unless otherwise instructed in the SCC, the supplier
contract
shall make arrangements for insuring the goods against loss or
damage incidental to manufacture or acquisition, transportation, f) Providing maintenance service after expiry of the
storage and delivery in the following manner: warranty period of the goods if so incorporated in the contract
12.2 In case of supply of domestic goods on CIF destination 14.2 Prices to be paid to the supplier by BNPM for any of the
basis, the supplier shall be responsible till the entire stores required incidental services, if not already included in the contract
contracted for arrives in good condition at the destination. The price during the placement of the contract, shall be settled and
transit risk in this respect shall be covered by the Supplier by decided in advance by BNPM and the supplier. However, such
getting the stores duly insured. The insurance cover shall be prices shall not exceed the contemporary rates charged by the
obtained by the Supplier in its own name and not in the name of supplier to other customers for similar services.
BNPM or its Consignee.
15. Distribution of Despatch Documents for Clearance/
12.3 In the case of FOB and C&F offers for import of Goods, Receipt of Goods
insurance shall be arranged by the Purchaser. However, the
supplier must give sufficient notice to the Purchaser prior to the 15.1 The supplier shall send all the relevant despatch
date of shipment, so that the Insurance Cover for the shipment can documents well in time to BNPM to enable BNPM to clear or
be activated. The Supplier must co-ordinate so as to ensure that receive (as the case may be) the goods in terms of the contract.
the Shipment sails only with Insurance cover in place. Unless otherwise specified in the SCC, the usual documents
involved and the practice to be followed in general for this purpose
12.4 In case of Import of Goods, even in case where the are as follows:
insurance is paid by the Purchaser, and loss or damage shall be
made good by the Contractor free of cost, without waiting for the 15.2 For Domestic Goods, including goods already imported
settlement of insurance claim. The payment after settlement of by the supplier under its own arrangement Within 24 hours of
insurance claim shall be reimbursed by the Purchaser to the despatch, the supplier shall notify BNPM, consignee, and others
Contractor. Contractor shall be entirely responsible to make good concerned if mentioned in the contract, the complete details of
loss/damage without waiting for settlement of insurance claim so despatch and also supply the following documents to them by
that machine is commissioned within the time specified in the registered post/speed post (or as instructed in the contract):
contract.
a) Supplier's Invoice indicating, inter alia description and
13. Spare parts specification of the goods, quantity, unit price, total value
b) Packing list
Page 23 of 74
SECTION IV – GENERAL CONDITIONS OF CONTRACT
c) Insurance certificate 16.5 In the event of any rectification of a defect or
replacement of any defective goods during the warranty period,
d) Railway receipt/Consignment note the warranty for the rectified/ replaced goods shall be extended
to a further period of twelve months from the date such rectified/
e) Manufacturer's guarantee certificate and in-house
replaced goods starts functioning to the satisfaction of BNPM.
inspection certificate
16.6 If the supplier, having been notified, fails to
f) Inspection certificate issued by BNPM's inspector, if
rectify/replace the defect(s) within a reasonable period (or
applicable
within the period, if specified in the SCC), BNPM may proceed to
g) Expected date of arrival of goods at destination and take such remedial action(s) as deemed fit by BNPM, at the risk
and expense of the supplier and without prejudice to other
h) Any other document(s), as and if specifically mentioned contractual rights and remedies, which BNPM may have against
in the contract. the supplier.
15.3 For Imported Goods, within 3 days of dispatch, the 17. Assignment
supplier shall notify BNPM, consignee and others concerned if
mentioned in the contract, the complete details of dispatch and 17.1 The Supplier shall not assign, either in whole or in
also supply the following documents to them by Courier (or as part, its contractual duties, responsibilities and obligations to
instructed in the Contract), besides advance intimation by Fax/ perform the contract, except with BNPM's prior written
email: permission.
b) Original Invoice 18.1 The Supplier shall notify BNPM in writing of all sub
contracts awarded under the contract if not already specified in its
c) Packing List tender. Such notification, in its original tender or later, shall not
relieve the Supplier from any of its liability or obligation under the
d) Certificate of Origin from Seller's Chamber of terms and conditions of the contract.
Commerce
18.2 Sub contract shall be only for bought out items and sub-
e) Certificate of Quality and current manufacture from assemblies.
OEM
18.3 Sub contracts shall also comply with the provisions of
f) Dangerous Cargo Certificate, if any. GCC Clause 5 “Country of Origin").
h) Performance Bond / Warranty Certificate 19.1 Once a contract has been concluded, the terms and
conditions thereof shall generally not vary. However if necessary,
16. Warranty BNPM may, by a written order given to the supplier at any time
during the currency of the contract, amend the contract by making
16.1 The supplier warrants that the goods supplied under
alterations and modifications within the general scope of
the contract is new, unused and incorporates all recent
contract in any one or more of the following:
improvements in design and materials unless prescribed
otherwise by BNPM in the contract. The supplier further warrants a) Specifications, drawings, designs etc. where goods to be
that the goods supplied under the contract shall have no defect supplied under the contract are to be specially manufactured for
arising from design, materials (except when the design adopted BNPM,
and / or the material used are as per BNPM's specifications) or
workmanship or from any act or omission of the supplier, that may b) Mode of packing
develop under normal use of the supplied goods under the
conditions prevailing in India. c) Incidental services to be provided by the supplier
16.2 This warranty shall remain valid for twelve months d) Mode of dispatch
after the goods or any portion thereof as the case may be, have
been delivered to the final destination and installed and e) Place of delivery, and
commissioned at the final destination and accepted by BNPM in
f) Any other area(s) of the contract as felt necessary by
terms of the contract or for fifteen months from the date of
BNPM depending on the merits of the case.
despatch of the last item to be supplied under the contract from
the supplier's premises for domestic goods (including goods 19.2 In the event of any such modification/alteration
already imported by the supplier under its own arrangement) or causing increase or decrease in the cost of goods and services to
for eighteen months from the date of shipment from the port of be supplied and provided, or in the time required by the supplier
loading in the source country for imported goods offered from to perform any obligation under the contract, an equitable
abroad, whichever is earlier, unless specified otherwise in the adjustment shall be made in the contract price and/or contract
specifications. delivery schedule, as the case may be, and the contract amended
accordingly. If the Supplier doesn't agree to the adjustment made
16.3 In case of any claim arising out of this warranty, BNPM
by BNPM, the supplier shall convey its views to BNPM within
shall promptly notify the same in writing to the supplier.
twenty one days from the date of the supplier's receipt of BNPM's
16.4 Upon receipt of such notice, the supplier shall, within a amendment/modification of the contract.
reasonable span of time (or within the period, if specified in the
19.3 Option Clause: By a suitable provision in the SCC, the
SCC), repair or replace the defective goods or parts thereof, free of
Purchaser may reserve the right to increase the ordered quantity
cost, at the ultimate destination. The supplier shall take over the
by 25% at any time, till final delivery date of the contract, by giving
replaced parts/goods after providing their replacements and no
reasonable notice even though the quantity ordered initially has
claim, whatsoever shall lie on BNPM for such replaced
been supplied in full before the last date of Delivery Period.
parts/goods thereafter.
Page 24 of 74
SECTION IV – GENERAL CONDITIONS OF CONTRACT
20. Prices b) Cases where Installation, Erection and Commissioning
are the responsibility of the Supplier-80%- 90% net FOB/FAS
20.1 Prices to be charged by the supplier for supply of goods price (as specified in the SCC) will be paid against invoice,
and provision of services in terms of the contract shall not vary inspection certificate (where applicable), shipping documents etc.
from the corresponding prices quoted by the supplier in its tender and balance within 21-30 days of successful installation and
or during negotiations, if any, and incorporated in the contract commissioning at the consignee's premises and acceptance by the
except for any price adjustment authorized in the SCC. consignee.
21. Taxes and Duties c) Payment of Agency Commission against FOB/FAS
Contract - Entire 100% agency commission is generally paid in
21.1 Supplier shall be entirely responsible for all taxes,
Indian Rupees; after all other payments have been made to the
duties, fees, levies etc. incurred until delivery of the contracted
supplier in terms of the contract.
goods to BNPM.
22.4 Unless specified otherwise in the SCC, the following
general conditions will apply for payment to the supplier.
21.2 Further instruction, if any, shall be as provided in the
22.5 The payment shall be made in the currency/ currencies
SCC.
authorized in the contract.
22. Terms and Mode of Payment: Unless specified
22.6 The supplier shall send its claim for payment in writing
otherwise in SCC, the terms of payments would be as follows:
as per Section XIX - " Proforma for Bill for Payments", when
contractually due, along with relevant documents etc., duly signed
with date, as specified in sec and in a manner as also specified
22.1 Unless otherwise specified in SCC, usual payment term therein.
is 100% on receipt and acceptance of goods by the Purchaser and
on production of all required documents by the supplier. While claiming payment, the supplier is also to certify in the bill
that the payment being claimed is strictly in terms of the contract
22.2 For Domestic Goods: Unless otherwise specified in the and all the obligations on the part of the supplier for claiming that
SCC, payments to suppliers are usually made by account payee payment has been fulfilled as required under the contract. The
cheque or through ECS only. supply should take place in sequence of erection and installation
for claiming payment.
22.2.1 Where the terms of delivery is FOR dispatching Station,
the payment terms depending on the value and nature of the 22.7 The important documents which the supplier is to
goods, mode of transportation etc. maybe - 60% to 90% (as furnish while claiming payment are:
specified in SIT) on proof of dispatch and other related documents
and balance on receipt at site and acceptance by the consignee. a) Original Invoice
23.4 When the period of delivery is extended due to delay for 25. Custody and Return of BNPM Materials/
reasons attributable to the supplier, the amendment letter Equipment Documents loaned to Contractor
extending the delivery period shall, inter alia contain the following
conditions: 25.1 Whenever stores are required to be issued to the
firm/contractor for fabrication or prototypes or sub-assemblies
a) BNPM shall recover from the supplier, under the are issued for guidance in fabrication, these would be issued
provisions of the clause 24 of the General Conditions of Contract, against appropriate Bank Guarantee as specified in SCC. In
liquidated damages on the goods and services, which the Supplier addition to the Bank Guarantee, appropriate insurance may be
has failed to deliver within the delivery period stipulated in the asked for if specified in the SCC.
contract.
25.2 In-case of failure of returning of all drawings and
b) That no increase in price on account of any ground samples issued to the contractor in connection with the contract,
whatsoever, including any stipulation in the contract for increase besides withholding final payment, any other sanction, as deemed
in price on any other ground and, also including statutory increase fit by BNPM, shall be issued against the supplier.
in or fresh imposition of customs duty, excise duty, sales tax or on
account of any other tax or duty which may be levied in respect of 26. Termination for default
the goods and services specified in the contract, which takes place
after the date of delivery stipulated in the contract shall be 26.1 BNPM, without prejudice to any other contractual
rights and remedies available to it (BNPM), may by written notice
Page 26 of 74
SECTION IV – GENERAL CONDITIONS OF CONTRACT
of default sent to the supplier, terminate the contract in whole or within thirty days after the supplier's receipt of the notice of
in part, if the supplier fails to deliver any or all of the goods or fails termination shall be accepted by BNPM following the contract
to perform any other contractual obligation(s) within the time terms, conditions and prices. For the remaining goods and
period specified in the contract, or within any extension thereof services. BNPM may decide:
granted by BNPM pursuant to GCC sub-clauses 23.3 and 23.4.
a) To get any portion of the balance completed and
26.2 In the event of BNPM terminates the contract in whole delivered at the contract terms, conditions and prices; and / or
or in part, pursuant to GCC sub- clause 26.1 above, BNPM may
procure goods and/ or services similar to those cancelled, with b) To cancel the remaining portion of the goods and
such terms and conditions and in such manner as it deems fit at services and compensate the supplier by paying an agreed
the "Risk and Cost" of the supplier and the supplier shall be liable amount for the cost incurred by the supplier towards the
to BNPM for the extra expenditure, if any, incurred by BNPM for remaining portion of the goods and services.
arranging such procurement.
30. Governing language
26.3 Unless otherwise instructed by BNPM, the supplier
30.1 The contract shall be written in English language
shall continue to perform the contract to the extent not
following the provision as contained in GIT clause 2. All
terminated.
correspondence and other documents pertaining to the contract,
27. Termination for insolvency which the parties exchange, shall also be written accordingly in
that language.
If the supplier becomes bankrupt or otherwise
insolvent, BNPM reserves the right to terminate the contract at 31. Notices
any time, by serving written notice to the supplier without any
31.1 Notice, if any, relating to the contract given by one party
compensation, whatsoever, to the supplier, subject to further
to the other, shall be sent in writing or by cable or telex or facsimile
condition that such termination will not prejudice or affect the
and confirmed in writing. The procedure will also provide the
rights and remedies which have accrued and I or will accrue
sender of the notice, the proof of receipt of the notice by the
thereafter to BNPM.
receiver. The addresses of the parties for exchanging such
28. Force Majeure notices will be the addresses as incorporated in the contract.
28.1 In the event of any unforeseen event directly interfering 31.2 The effective date of a notice shall be either the date
with the supply of stores arising during the currency of the when delivered to the recipient or the effective date specifically
contract, such as war, hostilities, acts of the public enemy, civil mentioned in the notice, whichever is later.
commotion, sabotage, fires, floods, explosions, epidemics,
32. Code of Ethics
quarantine restrictions, strikes, lockouts, or acts of God, the
Contractor shall, within a week from the commencement BNPM as well as Bidders, Suppliers, Contractors, and Consultants
thereof, notify the same in writing to the Purchaser with under BNPM contracts shall observe the highest standard of
reasonable evidence thereof. Unless otherwise directed by BNPM ethics during the procurement or execution of such contracts. In
in writing, the supplier shall continue to perform its obligations pursuit of this policy, for the purposes of this provision, the terms
under the contract as far as reasonably practical, and shall seek all set forth below are defined as follows:
reasonable alternative means for performance not prevented by
the Force Majeure event. If the force majeure condition(s) a) "Corrupt practice" means the offering, giving, receiving,
mentioned above be in force for a period of 90 days or more at any or soliciting, directly or indirectly, of anything of value to influence
time, either party shall have the option to terminate the contract the action of a public official in the procurement process or in
on expiry of 90 days of commencement of such force majeure by contract execution;
giving 14 days' notice to the other party in writing. In case of such
termination, no damages shall be claimed by either party against b) "Fraudulent practice" means a misrepresentation or
the other, save and except those which had occurred under any omission of facts in order to influence a procurement process or
other clause of this contract prior to such termination. the execution of a contract;
28.2 Notwithstanding the provisions contained in GCC c) "Collusive practice" means a scheme or arrangement
clauses 23, 24 and 26, the supplier shall not be liable for between two or more Bidders, with or without the knowledge of
imposition of any such sanction so long the delay and/ or failure the Purchaser, designed to establish bid prices at artificial, non-
of the supplier in fulfilling its obligations under the contract is the competitive levels; and
result of an event of Force Majeure.
d) "Coercive practice" means harming or threatening to
28.3 In case due to a Force Majeure event BNPM is harm, directly or indirectly, persons or their property,
unable to fulfil its contractual commitment and responsibility, procurement process or affect the execution of a contract.
BNPM will notify the supplier accordingly and subsequent
actions taken on similar lines described in above sub-paragraphs. e) A particular violation of ethics may span more than one
of above mentioned unethical practices.
29. Termination for convenience
32.1 The following policies will be adopted in order to
29.1 BNPM reserves the right to terminate the contract, in maintain the standards of ethics during procurement:
whole or in part for its (BNPM's) convenience, by serving written
notice on the supplier at any time during the currency of the a) A proposal for award will be rejected if it is determined
contract. The notice shall specify that the termination is for the that the Bidder recommended for award has, directly or through
convenience of BNPM. The notice shall also indicate inter-alia, the an agent, engaged in corrupt, fraudulent, collusive or coercive
extent to which the supplier's performance under the contract is practices in competing for the Contract in question.
terminated, and the date with effect from which such termination
b) A contract will be cancelled if it is determined at any
will become effective.
time that BNPM representatives/officials have directly or
29.2 The goods and services which are complete and indirectly, engaged in corrupt, fraudulent collusive or coercive
ready in terms of the contract for delivery and performance practices during the procurement or the execution of that
contract.
Page 27 of 74
SECTION IV – GENERAL CONDITIONS OF CONTRACT
c) In case any individual staff is found responsible, Part II: Additional General Conditions of Contract for specific
suitable disciplinary proceedings should be initiated against such Types of Tenders in addition/ modification to clauses
staff under the applicable conduct rules. The existing provisions mentioned above:
under the Indian law including the instructions of Central
Vigilance Commission should be followed in this regard. 36. Disposal / Sale of Scrap by Tender
d) Firms or individuals shall be banned/ blacklisted after 36.1 During the currency of contract, no variation in price or rate
following due process, including declaring them ineligible, either shall be admissible.
indefinitely or for a stated period of time, to be awarded a BNPM
36.2 Payment and Default
contract, if it at any time determines that they have, directly or
through an agent, engaged in corrupt, fraudulent, collusive or 36.2.1 Payment may be made in the form of cash or Demand Draft
coercive practices in competing for, or in executing, a BNPM /Pay order issued by any scheduled commercial bank and drawn
contract. in favour of the Account mentioned in the NIT.
33. Resolution of disputes 36.2.2 No interest will be paid to the purchaser for the amounts
paid or deposited with the BNPM and subsequently found
33.1 If dispute or difference of any kind shall arise between refundable to the purchaser under any of the conditions of the
BNPM and the supplier in connection with or relating to the contract.
contract, the parties shall make every effort to resolve the same
amicably by mutual consultations. If the parties fail to resolve their 36.2.3 If the purchaser fails to deposit sale value for a sold lot
dispute or difference by such mutual consultation within twenty within the allowed period as per relevant clause BNPMIPL may
one days of its occurrence, then, unless otherwise provided in the forfeit the security deposit. Requests for an extension of this
SCC, either BNPM or the supplier may seek recourse to settlement period, made by the purchaser may be considered by the BNPMIPL
of disputes through arbitration as per The Arbitration and and may at its discretion, on the merits of the case, allow further
conciliation Act 1996 as per following clause. time not excluding 50 days from the date of the contract. Interest
shall be leviable on such amount at a rate 2% per annum higher
33.2 Arbitration Clause: - Any dispute or difference than the PLR of State Bank of India, from the date of expiry of the
whatsoever arising between the Parties out of or relating to the payment date to actual date of payment (actual date of payment
construction, meaning, scope operation or effect of this Agreement inclusive).
or the validity or the breach thereof shall be settled by arbitration
in accordance with the Arbitration and Conciliation Act, 1996 and 36.2.4 The lot or lots in respect of which forfeiture has been made,
under the Rules of Arbitration of the Indian Council of Arbitration shall be deemed to have been abandoned by the purchaser to all
and the award made in pursuance thereof shall be binding on the intents and purposes and may be re-sold or otherwise disposed of
Parties. The Arbitral Tribunal shall consist of three Arbitrators. at the discretion of the BNPMIPL without reference to the
The venue of the Arbitration shall be Bangalore and it shall be purchaser concerned and without incurring any liability on part of
conducted in English language. BNPMIPL whatsoever in respect there under.
34. Applicable Law 36.2.5 In case extension is granted by BNPMIPL and due to late
payment of sale amount the delivery cannot be completed by the
34.1 The contract shall be interpreted in accordance with the purchaser, in accordance with the relevant clause of Special
laws of India. Conditions of Tender sale, then ground rent shall also be leviable
as per relevant clause of Special Conditions of Tender sale.
34.2 Irrespective of the place of delivery, or the place of
performance or the place of Payments under the contract, the 36.2.6 On production of proof of having made payment, nominated
contract shall be deemed to have been made at the place from authority shall issue a delivery order authorizing the purchaser to
which the notification of acceptance of the tender has been issued. take delivery of the Scrap Materials.
Page 28 of 74
SECTION IV – GENERAL CONDITIONS OF CONTRACT
the concerned premises. The decision of the BNPMIPL with regard that the purchaser in default shall not be entitled to claim
to the working hour shall be final and binding on the purchaser. any profit which may arise from such resale.
Purchaser will not be allowed to lift the Scrap Material from more
than one location at a time.
37. Integrity Pact
36.3.5 The purchased stores will be carried away by the purchaser
at his risk and no claims against the BNPMIPL will be entertained
37.1 If the tender value is above 10 Crore, the Contractor
for shortage in weight which may be discovered after the materials shall sign the Integrity Pact as per the prescribed format
have left the premises wherefrom delivery is taken. If required the (Section XX).
purchaser shall provide his own bags, cases or other receptacles
for the removal of the scrap. Name and Contact details of IEM:
Mr. Salil Kumar Jha C300, SKS Flats,
36.3.6 The BNPMIPL shall not be responsible for any accident that Sheikh Sarai, Phase- I, New Delhi -110017.
may occur to purchaser's labours /servants for any reasons E-mail: skjha_lck@rediffmail.com
whatsoever. The purchaser will himself have to ensure the safety
of his workers and shall be liable to pay claims, whatsoever if any.
BNPMIPL will not carry any responsibility of such payments. The
purchaser will be responsible to supply personal protection
equipments to his labour/servant and staff and no additional
charges are admissible for the same.
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.
(Clauses of GCC listed below include a possibility for variation in their provisions through SCC. There
could be other clauses in SCC as deemed fit)
GCC Clause
Sl. No. Topic SCC Provision
No.
Definitions; Interpretation and
Abbreviations, Application, Use of
1 1 to 5 contract documents and No Change
information, Patent Rights,
Country of Origin
Successful bidder shall submit 3% of the
total order value as Security Deposit /
Performance Security in form of BG to
BNPMIPL within twenty one days of
receipt of LOI. BG should be valid for
one year and 60 days (claim period)
from the date of successful completion
of commissioning & accepted by BNPM,
these includes all contractual
obligations including warranty period
of one year from successful completion
of commissioning & accepted by BNPM.
2 6 Performance Security Please refer GCC Clause 6 under Section
IV.
After submission & confirmation of BG
from respective Bank, work order shall
be issued / contract agreement may be
signed. If the contact period is extended,
then the security deposit is to be
extended suitably.
The Performance Security will be
forfeited if the successful tenderer fails
to execute the assigned order as per the
requirement of company.
Technical Specifications and
Standards, Packing and Marking,
Inspection and Quality Control,
Terms of Delivery, Transportation
3 7 to 15 No Change.
of Goods, Insurance, Spare parts,
Incidental Services, Distribution
of Dispatch Documents for
Clearance/ Receipt of Goods
Warranty period shall be 01 (One) year
4 16 Warranty
for complete scope of work including
Page 30 of 74
SECTION V – SPECIAL CONDITIONS OF CONTRACT
Page 31 of 74
SECTION V – SPECIAL CONDITIONS OF CONTRACT
Page 32 of 74
SECTION V – SPECIAL CONDITIONS OF CONTRACT
19. Damage to Property: Successful bidder shall be responsible for making good to the satisfaction of
the Purchaser any loss of and any damage to all structures and properties belonging to the Owner
(BNPM) or being executed or procured by the Purchaser or of other agencies within the premises of the
work of the Owner, if such loss or damage is due to fault and/or the negligence or wilful acts or omission
of the Successful bidder, his employees, agents, representatives or sub-successful bidder. The Successful
bidders shall indemnify and keep the Purchaser harmless of all claims for damage to Owner's property
arising under or by reason of this contract.
20. Health & Safety Regulation: Successful bidder shall comply with the Health and Safety policy of the
Company & should issue a certified photo-identity card to each of his employees employed for this
contract and shall be authenticated by the designated security officer of BNPM. This photo-identity card
should be shown to the security personnel at the entry.
Due to obvious security reasons, the staff deployed by the successful bidder must adhere to all rules and
regulations and security restrictions as prescribed by the BNPM from time to time.
21. Compliance to workmen related statutory requirements: Successful Bidder shall ensure that
workmen employed by them for carrying out Installation & Commissioning activity at the site should be
covered under ESI, PF & Workmen compensation as per the prevailing norms & rules (As Applicable).
The bidder shall comply at its own cost with all statutory provisions as laid down under various labour
laws in India as applicable from time to time. In case of violation of such statutory provisions under the
labour law by the successful bidder, there will not be any liability on BNPM and the contract will be
liable for termination.
22. Tax deduction at source: All statutory deduction as applicable shall be deducted at source as per
rules at prevailing rates, unless certificate, if any, for deduction at lesser rate or nil deduction is
submitted by the Successful bidder from appropriate authority.
The successful bidder shall provide accurate particulars of PAN number as required, under Section
206AA of Income Tax Act 1961.
23. Payment of claims and damages:
a) Should the Purchaser have to pay money in respect of claims or demands against any damage caused
by the successful bidder, the amount so paid and the costs incurred by the Purchaser shall be charged
to and paid by the Successful bidder and the Successful bidder shall not be entitled to dispute or question
the right of the Purchaser to make such payments notwithstanding the same may have been without his
consent or authority or in law or otherwise to the contrary.
b) In every case in which by virtue of the provisions of Employee’s Compensation Act, or other Acts, the
Purchaser is obliged to pay Compensation to a Workman employed by the Successful bidder in execution
of the works, the Purchaser will recover from the Successful bidder the amount of compensation so paid
and without prejudice to the rights of Purchaser under the said Act. Purchaser shall be at liberty to
recover such amount or any part thereof by deducting it from the security
c) Deposit or from any sum due to the Successful bidder whether under this contract or otherwise. The
Purchaser shall not be bound to contest any claim made under Section 12 sub section (1) of the said Act,
except on the written request of the Successful bidder and upon his giving to the Purchaser full security
for all costs for which the Purchaser might become liable in consequence of contesting such claim.
24. Action and compensation in case of bad work: If it shall appear to the Purchaser that any work
has been executed with bad, imperfect or unskilled workmanship, or with materials, or that any
materials or articles provided by the Successful bidder for execution of the work are not of standards
specified/inferior quality to that contracted for, or otherwise not in accordance with the contract, the
Page 33 of 74
SECTION V – SPECIAL CONDITIONS OF CONTRACT
Successful bidder shall on demand in writing from the Purchaser or his authorised representative
specifying the work, materials or articles complained of, notwithstanding that the same may have been
inadvertently passed, certified and paid for, forthwith rectify or remove and reconstruct the work so
specified and at his own charge and cost and expenses and in the event of failure to do so within a period
of 15 days of such intimation/ information/knowledge, the Successful bidder shall be liable to pay
compensation equivalent to the cost of reconstruction by the Purchaser. On expiry of 15 days period
mentioned above, the Purchaser may by themselves or otherwise rectify or remove and re-execute the
work or remove and replace with others, the materials or articles complained of as the case may be at
the risk and expenses in all respects of the Successful bidder. The decision of the Purchaser as to any
question arising under this clause shall be final and conclusive and shall not be raised as a dispute or
shall be arbitrable.
25. Defects after taking over or termination of work contract by owner: Successful bidder shall
remain responsible and liable to make good all losses or damages that may occur/appear to the work
carried out under this Contract within the warranty period which is one year form the date of
completion of commissioning and accepted by BNPM.
26. Safety & Security Measures: Successful bidder should scrupulously conform to the safety and
security norms as stipulated by BNPM while working in the security area. The successful bidder shall
take all the precaution while executing this work. Protective gear such as safety helmets, boots, belts,
gloves etc. shall be provided by the successful bidder at his own cost to all his workers at site.
Successful bidder shall impose such requirements on all sub-contractors also. It shall be the
responsibility of the successful bidder to ensure that such protective gear is worn at all times by all
personnel working at site. BNPM shall have the right to stop any person not wearing such protective
gear from working on the site.
Successful bidder has to abide by the security rules of the company and ensure the character and
antecedent of the persons deployed at BNPM Plant, Mysore (Relevant documents as per the format may
be furnished whenever it is asked to do so).
27. Preference for Micro and Small Enterprises (MSE):
Public procurement policy for Micro and Small Enterprises (MSEs) order, 2012 as notified by Govt. of
India (GOI) along with its amendments as available in www.msme.gov.in shall be applicable to this
tender.
Quantity is non-splittable for this tender.
28. Performance of the contractor: Contractor (Successful Bidder) shall be evaluated for their
performance. The performance shall be based on timeliness of deliveries, quality of service, technical
support, responsiveness etc.
Based on the above criteria, the Contractor (Successful Bidder) shall be rated in category “A”, “B” & “C”.
The vendor with rating “C” shall be disqualified/debarred from participating in the tender for certain
period.
29. Against receipt of below mentioned notification (in bold) through email from tenderwizard portal,
bidder must resubmit the bid even if the bidder have already submitted the bid through tenderwizard
portal.
Notification: If you have already submitted the tender, then ensure that you resubmit the tender.
Else, your bid may be liable to be auto disqualified by the system. And service provider holds no
responsibility for the same. In case, you are yet to submit the tender, then please ensure that you
submit it before the tender closing time.
Page 34 of 74
SECTION V – SPECIAL CONDITIONS OF CONTRACT
30. Submission / resubmission of the bid is the responsibility of the bidders only. Bidder should check
and confirm at their end regarding the submission / resubmission of their bid till the due date & time of
bid submission. BNPM / Keonics / Tenderwizard will not be responsible for non-submission / non-
resubmission of any bid.
(To be signed & stamped and submitted along with Techno-commercial Bid Part –I)
Page 35 of 74
SECTION VI – LIST OF REQUIREMENTS
Tentative
Brief Description of Goods / *Earnest Money
Schedule Qty. Remarks
Services Deposit (in Rs.)
No. (with unit)
1. Required Completion Schedule: Successful bidder shall successfully complete the project within 11
months from the date of issue of LOI/ Order/ Contract whichever is earlier.
2. Required Terms of Delivery: F.O.R Basis, BNPMIPL, Mysuru as per the specification given in Section
VII and Price bid should be as per Section XI.
Address:
Engineering Stores
Bank Note Paper Mill India Private Limited
Paper Mill Compound
Note Mudran Nagar,
Mysuru – 570 003
(To be signed & stamped and submitted along with Techno-commercial Bid Part –I)
Page 36 of 74
SECTION VII – TECHNICAL SPECIFICATIONS / SCOPE OF WORK
1. THE PROJECT:
The proposed project is to upgrade the Quality Control System for two paper machines in Bank Note
Paper Mill India Pvt. Ltd., Mysore
2. PROJECT DESCRIPTION:
2.1. OBJECTIVE
General objective of the proposed project is to upgrade the Voith LSC Quality Control System for two
paper machines and integration with the existing Voith DCS through Profibus / Canbus or any other
suitable communication. The project shall be a turnkey project
3. SCOPE OF WORK:
3.1. GENERAL
Bidder is required to Design, Supply, Deliver, Install, Test, Commission, set to work the system complete
and performance acceptance test with all necessary permits, ancillary and items as mentioned in the
tender without disturbing the paper machine equipment’s.
3.2. PERMITS AND AUTHORITY APPROVAL:
Bidder shall be responsible for securing all types of permits and statutory approvals deemed necessary
for the contract implementation and occupancy.
3.3. DESIGN:
Bidder shall prepare and submit Mechanical and Electrical drawings for BNPM approval:
3.3.1 Bidder shall submit technical catalogue, data and calculation of the proposed equipment
and materials.
3.3.2 It shall be the bidder’s responsibility to calculate the resistance head for all fans and verify
capacities.
3.3.3 Bidder shall ensure that the system operates in accordance to the design intent.
3.4. SUPPLY AND INSTALLATION OF QUALITY CONTROL SYSTEM:
Bidder shall supply, deliver and install the following:
3.4.1 Check and verify equipment capacities, resistances in accordance to the design and actual
requirements.
3.4.2 Complete Design, Supply, Installation, Commissioning, Stabilization and Training of
Quality control system in paper machine.
3.4.3 Complete removal of QCS frame, QCS scanner carriage, pipes, conduits, cables and other
accessories of the existing QCS;
3.4.4 Installation of new QCS system with Basis weight, Ash, Colour, Moisture, Caliper and
Fiber orientation sensors in the existing base with necessary equipment plinths, equipment
foundation, supports, fixtures and alignment of the QCS scanner according to the paper
orientation.
3.4.5 Fixing the control panel and necessary junction boxes in a safe location.
3.4.6 Installation of Servers, operator stations with necessary communication.
3.4.7 Setting up the communication between new QCS and the existing Voith Siemens DCS.
3.4.8 Supply of Project/Technical Manual (03 sets) covering System Overview, Components,
Operation, Maintenance and Troubleshooting etc.
3.4.9 Supply of Complete Project Software Backup in an external storage device.
3.4.10 Necessary modifications of ducts for the existing air blower and water chiller including
electrical & controls.
3.4.11 Calibrate and correlate the sensors with Lab values.
3.4.12 Necessary wiring, modification in wiring, cable tray supply and laying, cables supply and
laying.
3.4.13 Cut necessary wall and floor openings for pipe/duct penetrations and embedment’s.
3.4.14 Restore and make good openings/penetration to acceptable state.
3.4.15 Equipment electrical works including power supply, controls and accessories and others
necessary to complete and put the system in operation.
Page 37 of 74
SECTION VII – TECHNICAL SPECIFICATIONS / SCOPE OF WORK
3.4.16 Supply of all necessary Hardware and Software {as per specifications provided in point-
4 & 5 below} for the system.
3.4.17 Customization of Application Software if any.
3.4.18 Any other work not mentioned above but required to complete the upgradation work.
3.4.19 Comprehensive AMC for 5 years after completion of warranty period shall be included
and the vendor should maintain minimum mandatory spares at BNPM site to avoid delay in
attending breakdown.
3.5. POWER SUPPLY AND CONTROLS:
3.5.1 Bidder shall be responsible for verifying location, position and sizing of power supply and
connections.
3.5.2 Bidder shall install necessary cables, conduits, modules and other accessories to connect
the existing Voith supplied Siemens DCS system.
3.5.3 The incoming supply for the QCS system is under BNPM scope.
3.6. NOISE AND VIBRATION
Bidder shall be responsible for ensuring noise and vibration criteria are met as defined in the technical
specifications and elsewhere in the tender documents.
3.7. TESTING AND COMMISSIONING
3.7.1 Bidder shall develop commissioning plan and procedure.
3.7.2 Factory acceptance test as per defined specifications of QCS system at bidder’s premises.
3.7.3 Site acceptance test of the system at BNPM as per QCS specification.
3.7.4 Performance and functional test of the system to be conducted for 72 Hours at BNPM,
Mysuru
3.8. OPERATION AND MAINTENANCE
3.8.1 Bidder shall prepare and submit operation and maintenance manual including as-built
documents.
3.8.2 Bidder shall provide training for Operation, Maintenance and Troubleshooting of the
system at BNPM site.
3.8.3 Warranty Period for the system shall be one year from the date of successful
commissioning of the system and certification by BNPM.
3.9. SECURITY AND SAFETY
Bidder shall follow the BNPM security and safety policies for completing the turnkey project.
4. DETAILED SPECIFICATION OF QUALITY CONTROL SYSTEM:
4.1 General Requirements / Scope Remarks
230VAC 50Hz single phase uninterrupted
4.1.1 Working voltage
power supply
4.1.2 Deckle size 2800mm
4.1.3 Speed of the paper machine Min=50 mts./min, Max=120mts./min
4.1.4 Substrate Cotton based paper
4.1.5 GSM 100 +/- 20
Total QCS Systems / Scanners required
4.1.6 02 nos.
(Reel) with frame
Single point moisture Scanner (base) with
4.1.7 02 nos.
auto transporter
Suitable for accommodating 2800mm paper
width with the extra provision for accessing
4.1.8 Scanner length
the carriage for maintenance at drive side of
paper machine.
Standard built of the frame, totally enclosed,
4.1.9 Construction
dust and moisture proof, suitable for high
Page 38 of 74
SECTION VII – TECHNICAL SPECIFICATIONS / SCOPE OF WORK
temperature and high humidity working
conditions.
Suitable paper guides to be provided. Stainless
4.1.10 Guides Steel linear guide rails / bridge bearings or
better system to be provided.
4.1.11 Web support rollers Suitable support rollers to be provided
Required on both sides of the scanner.
4.1.12 Remote Operator panels Connected to remote operating panels and
integrated to the safety doors.
4.1.13 Safety door interlock Required
4.1.14 At web break auto retraction to garage Required for both Reel and Base scanners
Required amount of positive air pressure need
4.1.15 Air pressure to be maintained inside the enclosure of the
scanner to prevent entry of dust.
Suitable communication ports need to be
4.1.16 Communication
provided on the scanner for connecting laptop.
Required to communicate (send or receive the
4.1.17 Profibus/IO communication
data) with other systems
Coordinated machine speed control with
4.1.18 Required
existing DCS
A suitable state-of-the-art Laptop with all
trouble shooting and necessary supporting
4.1.19 Trouble shooting tools
software/ diagnostic tools installed, to be
supplied.
A set of all tools and tackles required for the
4.1.20 Tool and tackles
general maintenance to be supplied.
All necessary / mandatory spares and
consumables need to be supplied which are
4.1.21 Spares required for smooth operation of system
during warranty period of one year. This shall
be part of initial supply.
Required: Bidder to provide declaration on
letterhead confirming spares and consumables
4.1.22 Spares and Consumables support
support for 10 years from the date of
completion of commissioning of system.
4.1.23 Cooling system Suitable air cooling system need to be supplied
Interface with the existing DCS required using
4.1.24 Interface mechanism to DCS
Profibus.
Necessary reports / trends / graphs
(shift/day/period/history) to be generated by
the system and that data also needs to be
transferred to our existing MIS system.
4.1.25 Reports & Trends Parameter average value in trend and table
form. All parameters under 2 sigma evaluation
(MD & CD). Trends with FFT analysis and
average values. (Reports to be custom based as
per the process requirements if needed)
Page 39 of 74
SECTION VII – TECHNICAL SPECIFICATIONS / SCOPE OF WORK
4.1.26 Roll weight and length calculation Required
Sample position measurement option and
4.1.27 Required
sample report
4.1.28 2D and 3D Profile display To be provided for all measurements.
4.1.29 Grade setting Provision for grade settings required.
4.1.30 Alarms and warning indications Required for safety and other system faults.
4.1.31 License and Keys (Hardware & Software) Required with life time validity
Servers: Required with preloaded latest
version operating software, QCS software
and hardware for one main and one spare
4.1.32 Industrial type required (Plug and Play type)
server with raid redundancy, Antivirus
with life time license in both main server
and spare as well.
Operator Station/Client: Required with
preloaded latest version operating
software, QCS software and hardware for
4.1.33 two main systems and one spare system Industrial type required (Plug and Play type)
with raid redundancy, Antivirus software
with life time license in both main and
spare as well.
Compliance to applicable statutory
regulations in context to data secrecy.
4.1.34 Required
Secrecy of BNPM data to be maintained and
shall not be disclosed to any third party
1) Training required for understanding
working principles, maintenance and
troubleshooting of all sensors.
2) Onsite operations training consisting of
4.1.35 Training, Documents and Drawings
setting parameters, calibration and data
backup of the servers.
3) Necessary Documents, Manuals and
Updated drawings to be provided.
4.1.36 Machine Shutdown for Installation work Approx. 03 days
Stabilization and calibration of the scanner
4.1.37 Approx. 03 days
with the product quality parameters
4.1.38 Travel, lodging and boarding Bidder’s scope
4.1.39 Turnkey project Required
4.1.40 Warranty One year after performance acceptance.
Voith / Valmet / ABB / Honeywell / Any
reputed manufacturer who has supplied the
4.1.41 Approved makes
system to Bank Note / Currency Paper Mill in
India or abroad.
Shall comply all relevant national and
4.1.42 Standards
international statutory regulations.
Measurements and dimensions required Actual dimensions required for the system to
4.1.43
for Installation of the scanner and sensors be taken by the bidder before bidding for
Page 40 of 74
SECTION VII – TECHNICAL SPECIFICATIONS / SCOPE OF WORK
installation of new QCS. Sample drawing for
scanner and sensor carriage mounting is
provided in point 6 (page no. 46)
(i) 2 Visits for each machine in a year
(ii) 24x7 Online support all along the year
Comprehensive AMC for 5 years after (iii) Minimum mandatory spares to be stocked
4.1.44
completion of warranty period at BNPM in order to avoid breakdowns
For details regarding Comprehensive AMC,
please refer section XI: Price Schedule
Installation of Nucleonic gauges shall be
4.1.45 with certified RSO in compliance with Under bidders scope
AERB.
All statutory approvals required for the
4.1.46 Under bidders scope
scanner
Complete removal of the existing QCS
scanner with chillers, blowers, ducts, safety
4.1.47 Under bidders scope
enclosures, pipes, wires, trays and other
accessories.
Installation and Commissioning of new
scanner with new chillers, new blowers,
new ducts, new pipes, safety enclosures,
4.1.48 Under bidders scope
base plates, instrumentation components
and other necessary accessories in place of
existing scanner.
4.1.49 Performance and acceptance test at site 72 hours with continuous operation required.
4.2 Sensors Remarks
4.2.1 Basis Weight (MD Control) On line Control
4.2.2 Moisture On line Control
(Measurement only) Must exclude security
4.2.3 Caliper thread while calculating paper thickness.
Contact less type preferred.
4.2.4 Ash On line control provision to be made
4.2.5 Color L, a, b, ∆E with Brightness Tolerance +/- 0.2, On line control
All sensors will work online and give
4.2.6 Sensor type
continuous measurements.
4.2.7 Air wipes Required for all sensors
4.2.8 Calibration tools and verified samples Standard kits to be provided along with supply
Page 41 of 74
SECTION VII – TECHNICAL SPECIFICATIONS / SCOPE OF WORK
v) Carriage rails: Stainless Steel / Chrome Coated
vi) Rollers: Steel Rollers
vii) Power requirements: 230 VAC, 50/60 Hz
viii)Cooling/Sealing air: Yes, Required
ix) Water Cooling for Sensors: Yes, Required
x) Environmental conditions: Max. temp. 70°C / 158 °F, 10-95% RH, non-condensing
xi) Other Requirements: Latest model not older than 4 years to be offered
xii) Sensor communication bus: Standard Ethernet/Profibus/Canbus/Any other suitable method
5.1.2: FIXED POINT C – FRAME:
i) Platform with Moisture Measurement: Required
ii) Max. Operating Span from Sheet Edge: 600 mm
iii) Scanning: Not required
iv) Max sheet angle: +/- 20°
v) Water Cooling for Sensor: Required
vi) Web Support rollers: Required
vii) Other Requirements: Latest model not older than 4 years to be offered
viii)Sensor Communication bus: Standard Ethernet/Any other suitable method
5.2: SENSOR SPECIFICATIONS:
5.2.1: BASIS WEIGHT SENSOR:
i) Basis Weight radioactive Isotope: Kr85
ii) Measurement range: 50-150 GSM
iii) Accuracy: ±0.08% or 0.12 g/m² (approx.)
iv) Repeatability: ±0.08% or 0.09 g/m² (approx.)
v) Environmental conditions: Max. temp. 85 °C/185 °F, 10-95% RH, non-condensing
vi) Profile resolution: 5 mm (approx.)
vii) Internal Samples: Required preferably more than 2
viii)Window cover material: Preferably metal window covers
ix) Removal Security thread info: Required
x) Communication/ Data processing: Truly Digital required
xi) Sensor Construction: Air sealed with individual sensors
xii) Security thread compensation: To be offered as must
xiii) Other Requirements: Latest model not older than 4 years to be offered
5.2.2: MOISTURE SENSOR:
i) Moisture Application: Security Paper
ii) Measurement range: Maximum 50 g/m2water weight
iii) Accuracy: ±0.10% moisture (approx.)
iv) Repeatability: ±0.05% moisture (approx.)
v) Environmental conditions: Max. temp. 85°C/185°F, 10...95% RH, non-condensing
vi) Profile resolution: 5 mm (approx.)
vii) Spot size: 5 mm (approx.)
viii)Sampling rate: More than 50 kHz
ix) Moisture-% calculation rate: 1 kHz
x) Integration time: 1 ms
xi) Communication/ Data processing: Truly Digital required
xii) True same Spot measurement: Required
xiii) Filter wheel Technology: Not to be offered
Page 42 of 74
SECTION VII – TECHNICAL SPECIFICATIONS / SCOPE OF WORK
xiv) Security thread compensation: To be offered as must
xv) Other Requirements: Latest model not older than 4 years to be offered
5.2.3: WEB TEMPERATURE:
i) Application: Security Paper
ii) Measurement range: Up to 150 °C
iii) Accuracy: ±0.5%
iv) Environmental conditions: Max. temp. 85°C/185°F, 10...95% RH, non-condensing
v) Profile resolution: 5 mm (approx.)
vi) Spot size: 5 mm (approx.)
vii) Sampling rate: More than 50 kHz
viii)Calculation rate: 1 kHz
ix) Integration time: 1 ms
x) Communication/ Data processing: Truly Digital required
xi) True same Spot measurement: Required
xii) Other requirements: Latest model not older than 4 years to be offered
xiii) Security thread compensation: To be offered as must
5.2.4: ASH SENSOR:
i) Measurement: Using Low energy X-Ray / X-Ray Fluorescence
ii) Application: Security Papers
iii) Accuracy: ±0.3% percent ash (total ash) (approx.)
iv) Repeatability: ±0.2% percent ash (total ash) (approx.)
v) Environmental conditions: Max. temp. 85°C/185°F, 10-95% RH, non-condensing
vi) Profile resolution: 5 mm (approx.)
vii) Low energy X-ray based measurement is preferred
viii)Communication/ Data processing: Truly digital required
ix) Security thread compensation: To be offered as must
x) Other Requirements: Latest model not older than 4 years to be offered
5.2.5: CALIPER:
i) Measurement type: Non- Contact type/Light touch
ii) Measurement: Optical Caliper
iii) Measurement range: 50...500 µm
iv) Accuracy: +/- 1.0 µm
v) Repeatability: 0.5 µm (approx.)
vi) Environmental conditions: Max. temp. 85 °C/185 °F, 10...95% RH, non-condensing
vii) Profile resolution: 5 mm (approx.)
viii)Sampling rate: More than 2.0 kHz
ix) Security thread compensation: To be offered as must
x) Other Requirements: Latest model not older than 4 years to be offered
5.2.6: COLOR AND BRIGHTNESS MEASUREMENT:
i) Measurement: Color L, a, b and Brightness
ii) Application: Security Paper with thread
iii) Measurement range: 360...720nm with 5 nm resolution
iv) Opacity range: 60...100%
v) Measurements: Reflectance spectrum, UVin and UVex CIEXYZ, UVin and UVex CIELAB, UVin and
UVex Hunter Lab, UVin and UVex Brightness (TAPPI, ISO), UVin and UVex CIE Whiteness and Tint
Fluorescence index Opacity
Page 43 of 74
SECTION VII – TECHNICAL SPECIFICATIONS / SCOPE OF WORK
vi) Accuracy: ±0.2(CIELAB); ±0.4(Br); ±0.5(Opacity) (approx.)
vii) Repeatability: ±0.05(CIELAB); ±0.10(Br); ±0.10(Opacity) (approx.)
viii)Detector read-out frequency: 50 Hz (approx.)
ix) Environmental conditions: Max. temp. 85°C, 10...95%RH, non-condensing
x) Sensor geometry: 45/0° UV- excluded color 420 nm UV cut
xi) Profile resolution: 10 mm
xii) Security thread compensation: To be offered as must
xiii) Other requirements: Latest model not older than 4 years to be offered
5.2.7: FIBER ORIENTATION MEASUREMENT:
i) Measurement: Fiber Orientation Measurement
ii) Application: Security Paper
iii) Fiber Orientation Angle: +90 to -90°
iv) Max/Min orientation ratio: 1 to 2 (approx.)
v) MD/CD orientation ratio: 0.5 to 2 (approx.)
vi) Accuracy: 0.5° (approx.)
vii) Repeatability: 0.3° (approx.)
viii)Other Requirements: Latest model not older than 4 years to be offered
5.2.8: Data processing should happen within sensor, no extra Interface cards to be used for sensor
data processing. This is required to avoid multiple communication Interfaces.
5.3: CONTROLS:
5.3.1: WEIGHT MD CONTROL:
i) Multi variable MPC: Required
ii) Oven-Dry Weight Control: To be considered including feedback and feed forward weight controls
for two formers.
iii) Control Tuning method: Model based, and tuning parameters can be programmed based on
process events or conditions e.g. breaks, grade changes
iv) On-line model manager: A Library should be available for 1st or 2nd order models preferably
v) Automatic MD Control tuning tools: Should be offered as inbuilt application.
5.3.2: MOISTURE MD CONTROL (BOTH PRE AND AFTER DRYER SYSTEMS):
i) Multi variable MPC: Required
ii) Paper Moisture Control: Standard moisture control adjusts one manipulated variable, normally
steam pressure.
iii) Control Tuning method: Model based and tuning parameters can be programmed based on
process events or conditions e.g. breaks, grade changes
iv) On-line model manager: A Library should be available for 1st or 2nd order models preferably
v) Automatic MD Control tuning tools: Should be offered as inbuilt application
5.4.4: OTHER APPLICATIONS:
i) Intelligent scanning control application: Required
ii) Multiple speed scanning: Required
iii) Situational variable scanning speeds: Required
iv) Coordinated Machine speed control: Required
v) Intra Scan application and interface to MD controls: Required
vi) Intermediate MD value collection and FFT analysis: Required
vii) Automatically adapted for start-up and break recovery: Required
viii)Providing the Intra Scan values to MD-controls: Required
Page 44 of 74
SECTION VII – TECHNICAL SPECIFICATIONS / SCOPE OF WORK
ix) Edge analysis application: Required
x) Preset fixed point analysis application: Required
xi) Configuration graphics for fixed point analysis: Required
xii) Data analysis tools: Required
xiii) Process stability trends: Required
xiv) MD and CD Variability Detection: Required
xv) Measurement of variability bands in MD and CD: Required
xvi) MD and CD variation identification: Required
xvii) History Data for trends: 1 year history required
xviii) History data for MIS Reports: 180 Days history required
5.4.5: SYSTEM DESIGN:
i) Number of Operator stations per machine: 02 Sets (with dual monitors 24” one set for wet end
and another for dry end)
ii) Number of Engineering stations: 01 Set (with dual monitors 24”)
iii) Preferred architecture: Server less architecture
iv) Controller Capacity: RAM 512 MB or higher; CPU speed more than 500 MHz
v) Compliance to G3 Environment: Required for Controller, I/O cards, Power supplies
vi) Communication between QCS and Cabinet: Preferred Fiber optic or Any other suitable method
vii) Communication between Cabinet to PC: Ethernet/Profibus/Canbus/Any other suitable method
viii) Communication between I/O to System: Ethernet/Profibus/Canbus/ Any other suitable method
ix) All I/O to be connected through isolators: Yes, with 1 input -2 output isolators to be considered for
all Input and output signals
x) QCS / DCS selection for loops: To be offered for control parameters used in QCS system
Note:
1. Need to inform the Inputs and Outputs required from BNPM by Vendor (both Analog and Digital)
to integrate the QCS with existing DCS for optimal control and measurement to meet the requirement
of point no. 4.1.24.
2. The scope of work is not limited, however it is extended to the sense that all the viable requirements
for the functioning of the QCS and for the satisfaction of the buyer are included in the scope, not
limiting to the integration with the existing/ensuing systems.
3. For any deviations written consent may be availed.
Page 45 of 74
SECTION VII – TECHNICAL SPECIFICATIONS / SCOPE OF WORK
Page 46 of 74
SECTION VIII – QUALITY CONTROL REQUIREMENTS
Quality Control System offered shall be as per the technical specifications / Scope of work
provided in Section-VII: Technical Specifications / Scope of work. In case of deviation from the
tender technical specification / scope of work, bidder has to submit deviation statement point
wise
(To be signed & stamped and submitted along with Techno-commercial Bid Part –I)
Page 47 of 74
COMMERCIAL COMPLIANCE STATEMENT:
Whether
Sl. Requirements of BNPMIPL, Terms & Deviation,
Features Agreed by
no. conditions if any
the firm
Liquidated
06 As per the GCC in Section IV Yes agreed
Damages
Performance
07 As per the SCC in Section V Yes agreed
security
Compliance to SIT
10 As per SIT: Sec - III, SCC: Sec -V Yes agreed
& SCC clauses
Page 48 of 74
SECTION IX – QUALIFICATION/ ELIGIBILITY CRITERIA
Page 49 of 74
SECTION IX – QUALIFICATION/ ELIGIBILITY CRITERIA
* Any bidder from a country which shares a land border with India will be eligible to bid in the
tender only if the bidder is registered with the Competent Authority (The Registered Committee
constituted by the Department for Promotion of Industry and Internal Trade)
I) Bidder means any person or firm or company, including any member of a consortium or
joint venture (that is an association of several persons, or firms, or companies), every
artificial judicial person not falling in any of the descriptions of bidders stated
hereinbefore, including any agency branch or office controlled by such person
participating in a procurement process.
II) “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; or
b) A subsidiary controlled through entities incorporated, established or registered in
such a country, or
c) An entity substantially controlled through entities incorporated, established or
registered in such a country, or
d) An entity whose beneficial owner is situated in such a country; or
e) An India (or other) agent of such an entity; or
f) A natural person who is a citizen of such a country; or
g) A consortium or joint venture where any member of the consortium or joint venture
falls under any of the above.
III) The beneficial owner for the purpose of (iii) above will be as under :-
1) In case of a company or limited liability partnership, the beneficial owner is the natural person
(s), who, whether acting alone or together, or through one or more judicial person, has a
controlling ownership interest or who exercise control through other means.
Further explanation:
a) “Continuing ownership interest” means ownership of or entitlement to more than twenty five
per cent of shares or capital or profits of the company;
b) “Control” shall include the right to appoint majority of the director or to control the management
or policy decision including by virtue of their shareholding or management rights or shareholder
agreements or voting agreements;
2) In case of partnership firm, the beneficial owner is the natural person(s) who, whether acting
alone or together, or through one or more judicial person, has ownership of entitlement to more
than fifteen percent of capital 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 judicial
person, has ownership of or entitlement to more 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 natural person who holds the position of senior managing official;
5) In case of a trust, the identification of beneficial owners(s) shall include identification of the
author of the trust, the trustee, the beneficiaries with fifteen percent or more interest in the trust
Page 50 of 74
SECTION IX – QUALIFICATION/ ELIGIBILITY CRITERIA
and any other natural person exercising ultimate effective control over the trust through a chain
of control or ownership
IV) An agent is a person employed to do any act for any another, or to represent another in dealings
with tired person.
V) The successful bidder shall not be allowed to sub contract works to any contractor from a country
which shares a land border with India unless such contractor is registered with the Competent
Authority.
VI) A bidder is permitted to procure raw material, components, sub-assemblies etc. from the
vendors from countries which shares a land border with India. Such vendors will not be required to
be registered with the competent authority, as it is not regarded as sub-contracting.
VII) However, in case a bidder has proposed to supply finished goods procured directly/indirectly
from the vendors from the countries sharing land border with India, such vendor will be required
to be registered with the competent authority.
------------------------------------------------------------------------------------------------------------------------------
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.
All experience, past performance and capacity/ capability related/ data should be certified by the
authorised signatory of the bidder firm. The credentials regarding experience and past performance
to the extent required as per eligibility criteria submitted by bidder may be verified from the parties
for whom work has been done.
We confirm that, we are competent and legally authorized to submit the tender and / or to enter
into legally binding contract. We ………………………………………………………. (Name of the company) have
submitted the required documents in support of the eligibility criteria mentioned above.
(To be signed & stamped and submitted along with Techno-commercial Bid Part –I)
Page 51 of 74
SECTION IX – QUALIFICATION/ ELIGIBILITY CRITERIA
ANNEXURE -A
e- Tender No. BNPM/NCB/QCSU/0589/2022-23, dated: 16.11.2022
DECLARATION
I) 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. The director/proprietor of the bidding firm are not closely related to BNPMIPL.
In case, at any time the information furnished is found to be false, you may disqualify/ debar me/ us as
deemed fit.
II) 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.
Signature ______________________________________________
Name---------------------------------------------------------
Designation-------------------------------------------------
Date----------------------------------------------------------
Page 52 of 74
SECTION IX – QUALIFICATION/ ELIGIBILITY CRITERIA
ANNEXURE –B
e- Tender No. BNPM/NCB/QCSU/0589/2022-23, dated: 16.11.2022
DECLARATION
I have read the clause regarding restrictions on procurement from a bidder of a country which shares a
land border with India. I hereby certify that M/s ………………………………………………………………. 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 ………………………………….………………………………………. fulfills all 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----------------------------------------------------------
Page 53 of 74
SECTION IX – QUALIFICATION/ ELIGIBILITY CRITERIA
ANNEXURE C
We, the undersigned, declare that we will automatically be suspended from being eligible for bidding in
any tender with Bank Note Paper Mill India Private Limited, Mysore for the period of 12 months, if we
are withdrawing our Bid during the period of bid validity (or) fail / refuse to furnish the performance
security / execute the contract, if awarded.
Signature--------------------------------------------------
Name---------------------------------------------------------
Designation-------------------------------------------------
Date----------------------------------------------------------
Page 54 of 74
SECTION IX – QUALIFICATION/ ELIGIBILITY CRITERIA
ANNEXURE-D
e-Tender No. BNPM/NCB/QCSU/0589/2022-23, dated: 16.11.2022
10
Signature----------------------------------------------------
Name---------------------------------------------------------
Designation-------------------------------------------------
Date----------------------------------------------------------
Stamp of the Organization-------------------------------
Page 55 of 74
SECTION X- TENDER FORM
(Bidder shall use this covering letter while submitting the offer)
To
Date _______
Bank Note Paper Mill India Private Limited
Administrative Building
Entry Gate No 1, Paper Mill Compound,
Note Mudran Nagar
Mysuru 570 003
Karnataka
Page 56 of 74
SECTION XI – PRICE SCHEDULE
(TO BE FILLED ONLINE ONLY THROUGH E-PORTAL)
(A copy of sealed & signed blank price schedule has to be submitted along with pre-qualification & techno-commercial offer)
Dear Sir,
Sub: Price bid for Design, Supply, Installation, Testing, Commissioning & Performance acceptance test of Quality Control System for Paper Machine
at BNPM Plant, Mysuru
Page 57 of 74
SECTION XI – PRICE SCHEDULE
(TO BE FILLED ONLINE ONLY THROUGH E-PORTAL)
(A copy of sealed & signed blank price schedule has to be submitted along with pre-qualification & techno-commercial offer)
Unit Price
(incl. of
P&F, Effective Total
P&F,
Freight & Unit Effective
Freight, Total
Transit Less: Price price
Basic Transit GST on Unit
Insurance Input (net of (net of
Sch. HSN/ Unit Insurance GST Unit Price
Description UOM Qty & any Credit input tax input tax
No. SAC price & any (%) Price (incl. of
other (GST) credit) credit)
(INR) other (INR) GST)
charges(if (INR) (F.O.R (F.O.R
charges (if (INR)
any) per Mysore) Mysore)
any) excl.
unit (INR) (INR) (INR)
of GST)
(INR)
Total effective price for Design, Supply, Installation, Testing, Commissioning & Performance acceptance test of Quality Control System for Paper Machine at BNPM
Plant, Mysuru with Comprehensive Annual Maintenance Contract (CAMC) for 05 Years post completion of warranty period (INR)
1. Effective price will be calculated based on Total price i.e. (Unit price, P&F, Insurance, Freight & GST amount) less input GST amount. L-1 status shall be decided
considering total effective price i.e. considering all the schedules (line items) together.
2. Bidder shall note that no extra cost will be considered over and above the price quoted in the price bid and hence bidder shall ensure that price submitted in the
price bid is quoted considering complete technical specifications / Scope of work as defined in the tender document.
3. Bidder shall be eligible to pass on the input credit which has been deducted from Total price to arrive at Effective price.
4. BNPM has the right to correct any discrepancy in arithmetic calculation, erroneous HSN/SAC, GST rate.
5. Price quoted for Schedule-3 shall be considering the points mentioned below
i) Price quoted shall be considering 02 Nos. of Qcs
ii) Price quoted shall include atleast 2 preventive maintenance visits of 4 days each and atleast 01 emergency visit of 4 days in a year (if required) for each Quality
Control System (QCS). Incase emergency visit has not been carried out during the CAMC period, the price for the same will be reduced proportionately from the final
bill submitted for the CAMC period. Illustration for proportionate deduction is provided in point no. xi)
Page 58 of 74
SECTION XI – PRICE SCHEDULE
(TO BE FILLED ONLINE ONLY THROUGH E-PORTAL)
(A copy of sealed & signed blank price schedule has to be submitted along with pre-qualification & techno-commercial offer)
iii) Price quoted shall include atleast 40 hours of online support in a year.
iv) Since the price quoted is for Comprehensive AMC (CAMC), Basic unit price shall include the cost of spares to be maintained at BNPM (for each year) for trouble
free operation of the Quality Control System.
v) Breakup of Spares (each year) to be maintained at BNPM shall be provided in FORM: B-2, it may be noted that total price for all the spares together should not
exceed the yearly CAMC price.
vi) Boarding, Lodging, Conveyance Charges and any other charges (if applicable) shall be included in the Basic Unit Price. It may be noted that no cost will be payable
over and above the price quoted in price bid.
vii) Bidder shall provide the detailed scope of work for CAMC (without price) along with the technical bid.
viii) In case spares maintained at BNPM remains unutilised then cost of same will be reduced from the next subsequent year CAMC
ix) Price quoted shall remain fixed for all the five years.
x) Bidders may please note that CAMC order shall be placed 30 days before completion of warranty period.
xi) Illustration for Proportionate deduction from the final invoice submitted after completion of CAMC Period. For example, during the CAMC period 3 visits has been
considered (i.e. 2 preventive and 1 emergency) and requirement for emergency visit has not arised. Then, deduction will be as follows
Step -1: (CAMC Price quoted – Spares price provided for the CAMC Period) = Price for service activity for the CAMC Period
Step-2: Price for service activity for the CAMC Period/Total visits planned for the CAMC Period = Price for 01 visit during the CAMC Period
Step-3: Price for 01 visit during the CAMC Period (Based on this proportionate amount will be deducted from the final bills submitted after completion of CAMC
period)
Seal ( )
Name
Note:
i) Price should be quoted exactly as per the format given above; Price bids with conditions / Counter conditions are liable for rejection.
ii) Multiple / Variable rate for single item, would lead to rejection of offer.
(To be signed & stamped and submitted along with Techno-commercial Bid Part –I)
Page 59 of 74
SECTION XI – PRICE SCHEDULE
(TO BE FILLED ONLINE ONLY THROUGH E-PORTAL)
(A copy of sealed & signed blank price schedule has to be submitted along with pre-qualification & techno-commercial offer)
Dear Sir,
Sub: Price bid for Design, Supply, Installation, Testing, Commissioning & Performance acceptance test of Quality Control System for Paper Machine
at BNPM Plant, Mysuru
….
Total effective price for Spares (for each year) to be maintained for trouble free operation of Quality Control System at BNPM Plant, Mysuru (List of spares
under this header to be provided in the technical bid)
1. Bidder shall provide the list of Spares (item wise for each year) which is to be maintained for trouble free operation of Quality Control System at BNPM Plant, Mysuru
2. Bidder shall note that L-1 status shall be decided based on total effective price quoted in the FORM: B-1 only. Price in FORM: B-2 is only breakup price of schedule line 3 of FORM: B-1.
No separate L-1 status for price quoted in FORM: B-2 only shall be made.
Seal ( )
Name
Signature with Date
Note: i) Price should be quoted exactly as per the format given above; Price bids with conditions / Counter conditions are liable for rejection.
ii) Multiple / Variable rate for single item, would lead to rejection of offer.
(To be signed & stamped and submitted along with Techno-commercial Bid Part –I)
Page 60 of 74
SECTION XII – QUESTIONNAIRE
The 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 to substantiate the corresponding statement.
In case a tenderer furnishes a wrong or evasive answer against any of the under mentioned question/
issues, its tender will be liable to be ignored.
Name of bank:
Branch:
IFSC:
MICR:
Page 61 of 74
SECTION XII – QUESTIONNAIRE
NEFT/RTGS
9 a) Online:
Details:_______________Dtd:____________
We also confirm that the undersigned is duly authorized and have the competence to submit the tender
and / or to enter into legally binding contract for and on behalf of the firm.
………………………………….
(Signature with date)
(Full name, Designation & address of the person duly authorised sign on behalf of the tenderer)
For and on behalf of
………………………………..
………………………………..
(Name, address and stamp of the tendering firm)
Page 62 of 74
SECTION XIII – BANK GUARRANTEE FORMAT FOR EMD
Beneficiary:
Bank Note Paper Mill India Private Limited
Administrative Building,
Paper Mill Compound, Note Mudran Nagar,
Mysuru- 570003, Karnataka, India
Date:…………….
Are bound unto Bank Note Paper Mill India Private Limited (hereinafter called the "BNPMIPL") in the
sum of …………......................................... for which payment will and truly to be made to the said BNPMIPL, the
Bank binds itself, its successors and assigns by these presents.
2) If the tenderer having been notified of the acceptance of his tender by BNPMIPL during the period of
its validity:-
a) Fails or refuses to furnish the performance security for the due performance of the contract.
We undertake to pay Bank Note Paper Mill India Private Limited up to the above amount upon receipt
of its first written demand, without Bank Note Paper Mill India Private Limited having to substantiate
its demand, provided that in its demand BNPMIPL will note that the amount claimed by it is due to it
owing to the occurrence of one or both the two conditions, specifying the occurred condition (s).
This guarantee will remain in force for a period of forty five days after the period of tender validity and
any demand in respect thereof should reach the Bank not later than the above date.
……………………………………….
Signature of the authorized officer of the Bank)
………………………………………..
Name, authorization/ signature no. and designation of the officer
Seal, Name & Address of the Bank and Address of the Branch
Page 63 of 74
SECTION XIV- MANUFACTURER’S AUTHORIZATION FORM
To
Bank Note Paper Mill India Private Limited
Administrative Building, Entry Gate 1,
Paper Mill Compound, Note Mudran Nagar,
Mysore – 570003
Dear Sirs,
We, ____________________________ who are proven and reputable manufacturers of ____________________ (name
and description of the goods offered in the tender) having factories at _____________________hereby
authorise Messrs ____________________ (name and address of the agent) to submit a tender, process the same
further and enter into a contract with you against your requirement as contained in the above 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 address of the above agent) is authorized to submit a tender,
process the same further and enter into a contract with you against your requirement as contained
in the above referred tender enquiry documents for the above goods manufactured by us.
We also hereby extend our full warranty, as applicable as per clause 16 of the General
Conditions of Contract read with modification, if any, in the Special Conditions of Contract for the goods
and services offered for supply by the above firm against this tender document.
Yours faithfully,
Note: This letter of authorization should be on the letter head of the manufacturing firm and
should be signed by a person competent and having the power of attorney to legally bind the
manufacturer.
Page 64 of 74
SECTION XV– BANK GUARANTEE FORM FOR PERFORMANCE
SECURITY
Page 65 of 74
SECTION XV– BANK GUARANTEE FORM FOR PERFORMANCE
SECURITY
Page 66 of 74
SECTION XVI– CONTRACT FORM
Page 67 of 74
SECTION XVII– LETTER OF AUTHORITY FOR ATTENDING BID
OPENING
Page 68 of 74
SECTION XVIII– SHIPPING ARRANGEMENTS FOR LINER
CARGOES
Page 69 of 74
SECTION XIX– PROFORMA OF BILLS FOR PAYMENT
Page 70 of 74
SECTION XX– PROFORMA FOR PRE-CONTRACT INTEGRITY
PACT
(To be submitted on Rs. 200/- Non-Judicial Stamp Paper)
The Bank Note Paper Mill India Private Limited having its registered and corporate office at
Administrative Building, Entry Gate 1, Paper Mil Compound, Note Mudran Nagar, Mysuru 570003
hereinafter referred to the “PURCHASER”
AND
(Name and address of bidder) hereinafter referred to as the Bidder.
The purchaser intends to award, under laid down organizational procedures contract(s) for “Design,
Supply, Installation, Testing, Commissioning & Performance Acceptance Test of Quality
Control System for Paper Machine at BNPM Plant, Mysuru”. The purchaser values full compliance
with all relevant laws of the land, rules, regulations, economic use of resources and of
fairness/transparency in its relations with its BIDDER(s) and /or Contractor(s).
In order to achieve these goals, the PURCHASER will appoint an Independent External Monitor (IEM),
who will monitor the tender process and the execution of the contract for compliance with the
principles mentioned above.
1. Commitments of the PURCHASER
The PURCHASER commits itself to take all measures necessary to prevent corruption and to observe
the following principles:
1.1 No employee of the PURCHASER, personally or through family members will in connection with the
tender for, or the execution of a contract, demand, take a promise for, or accept, for self or third
person, any material or immaterial benefit which the person is not legally entitled to.
1.2 The PURCHASER will during the tender process treat all BIDDER(s) with equity and reason. The
PURCHASER will in particular, before and during the tender process, provide to all BIDDER(s) the
same information and will not provide to any BIDDER(s) confidential /additional information
through which the BIDDER(s) could obtain an advantage in relation to the tender process or the
contract execution.
1.3 The PURCHASER will exclude from the process all known prejudiced persons.
a. If the PURCHASER obtains information on the conduct of any of its employees which is criminal
offence under the IPC/PC Act, or if there be a substantive suspicion in this regard, the
PURCHASER will initiate necessary disciplinary proceedings or any other action as deemed fit
including criminal proceedings.
2. Commitments of Bidders
2.1 The BIDDER commits itself to take all measures necessary to prevent corruption. He commits
himself to observe the following principles during his participation in the tender process and during
the contract execution.
(a) The BIDDER will not, directly or through any other person or firm, offer, promise or give to any
of the PURCHASER’s employees involved in the tender process or the execution of the contract
or to any third person any material or other benefit which he/she is not legally entitled to, in
order to obtain in exchange any advantage of any king whatsoever during the tender process or
during the execution of the contract.
(b) The BIDDER will not enter with other BIDDER into any undisclosed agreement or
understanding, whether formal or informal. This applies in particular to prices, specifications,
certifications, subsidiary contracts, submission or non-submission of bids or any other actions
to restrict competitiveness or to introduce cartelization in the bidding process.
Page 71 of 74
SECTION XX– PROFORMA FOR PRE-CONTRACT INTEGRITY
PACT
(c) The BIDDER will not commit any offence under the relevant IPC/PC Act, further the BIDDER
will not use improperly, for purpose of competition or personal gain, or pass on to others, any
information or document provided by the PURCHASER as part of the business relationship,
regarding plans, technical proposals and business details including information contained or
transmitted electronically.
(d) The BIDDER of foreign origin shall disclose the name and address of the Agents/ representatives
in India, if any. Similarly the BIDDER of Indian Nationality shall furnish the name and address of
the foreign Principles, if any. Further, all the payments made to the Indian agent/ representative
have to be in Indian Rupees only.
(e) The BIDDER will, when presenting his bid, disclose any and all payment he has made, is
committed to or intends to make to agents, brokers or any other intermediaries in connection
with the award of the contract.
(f) A person signing Integrity pact shall not approach the Courts while representing the matters to
IEMs and he/she will await their decision in the matter
2.2 The BIDDER(s) will not instigate third persons to commit offences outlined above or be an
accessory to such offences.
If the BIDDER, before award or during execution has committed a transgression through a violation of
Section 2, above or in any other firms such as to put his reliability or credibility in question, the
PURCHASER is entitled to disqualify the bidder from the tender process or to take action as per the
procedure mentioned in the “Guidelines on Banning of business dealings”.
4. Compensation for damages:
4.1 If the PURCHASER has disqualified the BIDDER from the tender process prior to the award
according to Section 3, the PURCHASER is entitled to demand and recover the damages equivalent to
Earnest Money Deposit/ Bids Security.
4.2 If the PURCHASER, has terminated the contract according to Section3, or if the PURCHASER is
entitled to terminate the contract according to Section 3, the PURCHASER shall be entitled to demand
and recover from the BIDDER Liquidated damages of the contract value or the amount equivalent
Performance Bank Guarantee.
5. Previous Transgression:
5.1 The BIDDER declares that no previous transgressions occurred in the last three years in any other
company in any country confirming to the anti-corruption approach or any other Public Sector
Enterprise in India that could justify his exclusion from the tender process.
5.2 If the BIDDER makes in correct statement on this subject, he can be disqualified from the tender
process or action can be taken.
6.1 The BIDDER undertakes to demand from all sub-contractors a commitment in conformity with this
Integrity Pact, and to submit it to the PURCHASER before contract signing.
6.2 The PURCHASER will enter into agreements with identical conditions as this one with all BIDDERS.
6.3 The PURCHASER will disqualify from the tender process all BIDDERS who do not sign this Pact or
violate this provisions.
Page 72 of 74
SECTION XX– PROFORMA FOR PRE-CONTRACT INTEGRITY
PACT
7. Criminal charges against violating BIDDER:
8.1 The PURCHASER has appointed independent external monitor for this pact as per below details:
8.2 The monitor is not subject to instructions by the representatives of the parties and performs his
function neutrally and independently and report to MD.
8.3 The BIDDER accepts that the Monitor has right to access without restriction to all project
documentation of the PURCHASER including provided by the BIDDERS. The contractor will also
grant the Monitor, upon his request and demonstration of a valid interest, un-restricted and un-
conditional access to his project documentation. The same is applicable to sub-contractors.
The Monitor is under contractual obligation to treat the information and documents of the bidder
with confidentiality.
8.4 The PURCHASER will provide to the Monitor sufficient information about all meetings among the
BIDDERS related to the project provided such meetings could have an impact on the contractual
relation between the PURCHASER and the BIDDERS. The BIDDERS offer to the Monitor the option
to participate in such meetings.
8.5 As soon as the Monitor notices, or believe to notice, a violation of this agreement, he will sole inform
the Management of the PURCHASER and request the Management to discontinue or take corrective
action, or to take other relevant action. The Monitor can in this regard submit Non-binding
recommendations. Beyond this, the Monitor has no right to demand from the parties that they act
in a specific manner, refrain from action or tolerate action.
8.6 The Monitor will submit a written report to the Managing Director, within 8-10 weeks from the date
of reference or intimation to him by the PURCHASER and should the occasion arise, submit
proposals for correcting problematic situations.
8.7 If the Monitor has reported to the Managing Director, a substantiated suspicion of an offence under
relevant IPC/PC Act, and the Managing Director has not, within the reasonable time taken visible
action to proceed against such offence or reported it to the Chief Vigilance Officer, the Monitor may
also transmit this information directly to the Chairman/Board of Directors.
8.8 The word ‘Monitor’ would include both singular and plural.
9. Pact Validity:
The validity of this Integrity Pact shall be from the date of its signing and valid for 60 days after
complete conclusion of the contractual obligations to the complete satisfaction of both the
PURCHASER and the BIDDER and after completion of warranty period. In case the BIDDER is
unsuccessful this Integrity Pact shall expire after five months from the date of the signing of the
contract. If any claim is made/ lodged during this time, the same shall be binding and continue to be
Page 73 of 74
SECTION XX– PROFORMA FOR PRE-CONTRACT INTEGRITY
PACT
valid despite the lapse of this pact as specified above, unless it is discharged/determined by Managing
Director.
10.1 This agreement is subject to Indian Law, Place of performance and Jurisdiction is the
Registered Office of the PURCHASER i.e. Mysore.
10.2 Changes and supplements as well as termination notices need to be made in writing. Side
agreements have not been made.
10.3 If the contractor is a partnership or a consortium, this agreement must be signed by all
partners or consortium members.
10.4 Should one or several provisions of this agreement turn out to be invalid, the remainder of
this agreement remains valid. In this case, the parties will strive to come to an agreement to
their original intentions.
10.5 Issues like warranty/ guarantee etc. shall be outside the purview of IEMs.
10.6 In the event of any contradiction between the Integrity Pact and its Annexure, if any, the
clause in the Integrity Pact will prevail.
Designation Designation
Witness: Witness:
1. 1.
2. 2.
Page 74 of 74