100
SECURITY PRINTING PRESS A Unit of Security Printing & Minting Corporation of India Limited (Wholly owned by Government of India) Mint Compound,Saifabad, Hyderabad-500063 Web:http://spphyderabad.spmcil.com Tel:04023456957/5532 Email:[email protected] Fax:040-23456687 CIN: U22213DL2006GOI144763 GSTIN: 36AAJCS6111J1Z9 Not Transferable Security Classification: NON-SECURITY TENDER DOCUMENT FOR PURCHASE OF: FIRE ALARM DETECTION AND ANNOUNCE SYSTEM - QTY 1 SET This Tender Document Contains__________Pages. Tender Document is sold to: The Bidder, INDIA ( 104573 ) Details of Contact person in SPMCIL regarding this tender: Name: NILANJAN MUKHERJEE Designation: Assitant Manager (Marketi Address: SPPH (Security Printing Press, Hyd) India Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001 T01.1 Tender Number: 6000010492 /SPPH/A-II/E-458/2017/5998, Dated:22.03.2018

TENDER DOCUMENT FOR PURCHASE OF: FIRE ALARM …spphyderabad.spmcil.com/UploadDocument/E-458 Tender Enquiry... · SECURITY PRINTING PRESS A Unit of Security Printing & Minting Corporation

  • Upload
    vodan

  • View
    215

  • Download
    1

Embed Size (px)

Citation preview

SECURITY PRINTING PRESSA Unit of Security Printing & Minting Corporation of India Limited (Wholly owned byGovernment of India)

Mint Compound,Saifabad, Hyderabad-500063Web:http://spphyderabad.spmcil.com Tel:04023456957/5532Email:[email protected] Fax:040-23456687CIN: U22213DL2006GOI144763GSTIN: 36AAJCS6111J1Z9

Not Transferable

Security Classification: NON-SECURITY

TENDER DOCUMENT FOR PURCHASE OF: FIRE ALARMDETECTION AND ANNOUNCE SYSTEM - QTY 1 SET

This Tender Document Contains__________Pages.

Tender Document is sold to:

The Bidder,INDIA

( 104573 )

Details of Contact person in SPMCIL regarding this tender:Name: NILANJAN MUKHERJEE

Designation: Assitant Manager (Marketi

Address: SPPH (Security Printing Press, Hyd)India

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

Tender Number: 6000010492 /SPPH/A-II/E-458/2017/5998, Dated:22.03.2018

dp.sagar
Typewritten text
100

Tender Number:6000010492

Section1: Notice Inviting Tender (NIT)

Schd.No.

Brief Descriptionof Goods/services

Quantity(with unit)

Earnest Money(In Rupee)

Remarks

1 Fire Alarm detection & Announce

system1.000 SET 135000.00INR

0.00 LATE QUOTATIONSWILL NOT BEACCEPTED

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

THREE-BIDNational Competetive Bid

Dates of sale of tender documents: From 22.03.2018 to 24.04.2018 during office hours.

Place of sale of tender documents ADMIN OFFICE, SPP, HYDERABAD

Closing date and time for receipt of tenders 24.04.2018 14:00:00

Place of receipt of tenders TENDER BOX AT SECURITY GATE SPP,HYD

Time and date of opening of tenders 24.04.2018 15:00:00

Place of opening of tenders ADMIN BLOCK, SPP, HYDERABAD

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

IMTIYAZ KHANAssistant Manager (MM)

1. Description of services: Design, Supply, Installation, Testing, Commissioning and Training of Intelligent AnalogSoft-Addressable Fire Alarm Detection & Annunciation System on Turnkey basis in various areas of SPP,Hyderabad - Qty 1 Set as per Section - VII "Technical Specifications".

2. Interested tenderers may obtain further information about this requirement from the above office. They may alsovisit our website http://spphyderabad.spmcil.com for further details.

3. Validity of tenders should be for 165 days from the date of opening Tenders.

4. Tender documents may be purchased on payment of non-refundable fee of INR 500 per set in the form ofaccount payee demand draft/ cashiers cheque/ certified cheque, drawn on a scheduled commercial bank in India, infavour of General Manager, Security Printing Press, payable at Hyderabad. The same fee can also be paid in theabove mentioned forms along with the EMD with the tender document, if using downloaded tender documents fromthe web site mentioned.

5. The Public Procurement Policy for MSEs order 2012 is applicable.

6. If requested, the tender documents will be mailed by registered post/speed post to the domestic tenderers forwhich extra expenditure will be INR 500 for domestic mail. The tenderer is to add the applicable postage cost in thenon-refundable fee mentioned above.

7. Tenderer may also download the tender documents from the web site http://spphyderabad.spmcil.com and submitits tender by utilizing the downloaded document, along with the required non-refundable fee as mentioned above.

8. Tenderers shall ensure that their tenders, duly sealed and signed, complete in all respects as per instructionscontained in the Tender Documents, are dropped in the tender box located at the address given below on or beforethe closing date and time indicated in the Para 1 above, failing which the tenders will be treated as late and rejected.

9. TENDER BY POST/ HAND/ COURIER RECEIVED ON OR BEFORE THE DUE DATE AND TIME SHALL BEACCEPTED. POSTAL DELAY/ DELAY BY COURIER SERVICE ETC. SHALL NOT BE CONDONED AFTER THE

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

6000010492 /SPPH/A-II/E-458/2017/5998 22.03.2018

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

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

Tender Number:6000010492

DUE DATE AND TIME.

10. In the event of any of the above mentioned dates declared as a holiday/closed day for the purchaseorganisation, the tenders will be sold/received/opened on the next working day at the appointed time.

11. The tender documents are not transferable.

12. The essence of this tender is price, delivery and adherence to technical specifications. This tender is not adevelopment tender. Bidders having proven track record of having manufactured and supplied similar fire alarmsystem should only participate.

Note: The person designated by the bidder firm, who wish to be present during any or all of the Bid opening stagesat SPP, Hyderabad should have in person, the Letter of Authority (Section XVII of the SBD) for attending a BidOpening with him/ her duly signed and attested by the bidding firm at each stage.

(NILANJAN MUKHERJEE)AM(Mktg)& CPSOFOR GENERAL MANAGERSecurity Printing Press,Saifabad, Hyderabad, Telangana - 500 063Ph.No.040 - 23253607/23253621FAX: (+) 91-40-2345 6687Email: [email protected]

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

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

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

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

dp.sagar
Typewritten text
sd/-

Tender Number:6000010492

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

Section II: General Instructions to Tenderer (GIT)Part I: General Instructions Applicable to all Types of TendersA PREAMBLE1. Introduction1.1 Definitions and abbreviations, which have been used in these documents, shall have the meanings as indicatedin GCC.1.2 For sake of convenience, whole of this Standard Bidding Document (including all sections) is written inreference to Procurement of Goods Tenders. However this SBD would be utilized for all types of Tenders e.g. EOI,PQB, Rate Contract, Tenders involving Samples, Sale/ Disposal of Scrap Material and Development/ Indigenizationetc. Procurement of Services etc. Therefore the construction of all clauses are to be interpreted in the context ofparticular type of tender beyond the letter of the clause, read with the additional clauses for the specific type oftenders in Part II GIT/ GCC.1.3 These tender documents have been issued for the requirements mentioned in Section #VI - "List ofRequirements", which also indicates, inter-alia, the required delivery schedule and terms & place (i.e. destination) ofdelivery.1.4 This section (Section II - "General Instruction Tenderers" - GIT) provides the relevant information as well asinstructions to assist the prospective tenderers in preparation and submission of tenders. It also includes the modeand procedure to be adopted for receipt and opening as well as scrutiny and evaluation of tenders and subsequentplacement of contract. With this limited objective, GIT is not intended to be complete by itself and the rest of thisdocument - SIT, GCC and SCC in particular may also be thoroughly studied before filling up the Tender Document.There would be certain topics covered in GIT/SIT as well as in GCC/ SCC from different perspectives. In case of anyconflict between these, provisions of GCC/ SCC would prevail.1.5 The tenderers shall also read the Special Instructions to Tenderers (SIT) related to this purchase, as containedin Section III of these documents and follow the same accordingly. Whenever there is a conflict between the GITand the SIT, the provisions contained in the SIT shall prevail over those in the GIT.2. Language of TenderThe tender submitted by the tenderer and all subsequent correspondence and documents relating to the tenderexchanged between the tenderer and SPMCIL, shall be written in the Hindi or English language, unless otherwisespecified in the Tender. However, the language of any printed literature furnished by the tenderer in connection withits tender may be written in any other language provided the same is accompanied by Hindi or English translation.For purposes of interpretation of the tender, the English translation shall prevail.3. Eligible TenderersThis invitation for tenders is open to all suppliers who fulfill the eligibility criteria specified in these documents. Pleaserefer to Section IX: Qualification/ Eligibility Criteria4. Eligible Goods and ServicesAll goods and related services to be supplied under the contract shall have their origin in India or other countries,subject to any restriction imposed in this regard in Section III (SIT). The term "origin" used in this clause means theplace where the goods are mined, grown, produced, or manufactured or from where the related services arearranged and supplied.5. Tendering ExpenseThe tenderer shall bear all costs and expenditure incurred and/ or to be incurred by it in connection with its tenderincluding preparation, mailing and submission of its tender and for subsequent processing the same. SPMCIL will, inno case be responsible or liable for any such cost, expenditure etc regardless of the conduct or outcome of thetendering process.B TENDER DOCUMENTS6. Content of Tender Documents6.1 The tender documents includes:1. Section I - Notice Inviting Tender (NIT)2. Section II - General Instructions to Tenderers (GIT)3. Section III - Special Instructions to Tenderers (SIT)4. Section IV -General Conditions of Contract (GCC)5. Section V - Special Conditions of Contract (SCC)

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

Tender Number:6000010492

6. Section VI - List of Requirements7. Section VII - Technical Specifications8. Section VIII - Quality Control Requirements9. Section IX - Qualification/ Eligibility Criteria10. Section X - Tender Form11. Section XI - Price Schedule12. Section XII - Questionnaire13. Section XIII - Bank Guarantee Form for EMD14. Section XIV - Manufacturer#s Authorization Form15. Section XV - Bank Guarantee Form for Performance Security16. Section XVI - Contract Form17. Section XVII: Letter of Authority for attending a Bid Opening18. Section XVIII: Shipping Arrangements for Liner Cargoes19. Section XIX: Proforma of Bills for Payments6.2 The relevant details of the required goods and services, the terms, conditions and procedure for tendering,tender evaluation, placement of contract, the applicable contract terms and, also, the standard formats to be usedfor this purpose are incorporated in the above-mentioned documents. The interested tenderers before formulatingthe tender and submitting the same to SPMCIL, should read and examine all the terms, conditions, instructions etc.contained in the tender documents. Failure to provide and/ or comply with the required information, instructions etc.incorporated in these tender documents may result in rejection of its tender.7. Amendments to Tender Documents7.1 At any time prior to the deadline for submission of tenders, SPMCIL may, for any reason deemed fit by it,modify the tender documents by issuing suitable amendment(s) to it.7.2 Such an amendment will be notified in writing by registered/ speed post or by fax/ telex/ e-mail, followed bycopy of the same by suitable recorded post to all prospective tenderers, which have received the tender documentsand will be binding on them.7.3 In order to provide reasonable time to the prospective tenderers to take necessary action in preparing theirtenders as per the amendment, SPMCIL may, at its discretion extend the deadline for the submission of tenders andother allied time frames, which are linked with that deadline.8. Pre-Bid conferenceIf found necessary, a prebid conference may be stipulated in the SIT, for clarification/ amendment to Technicalspecifications/techno-commercial conditions in two bid tender.9. Clarification of Tender DocumentsA Tenderer requiring any clarification or elucidation on any issue of the tender documents may take up the samewith SPMCIL in writing or by fax / e-mail/ telex. SPMCIL will respond in writing to such request provided the same isreceived by SPMCIL not later than twenty one days (unless otherwise specified in the SIT) prior to the prescribeddate of submission of tender. Copies of the query and clarification shall be sent to all prospective bidders who havereceived the bidding documents.C PREPARATION OF TENDERS10. Documents Comprising the Tender10.1 The tender to be submitted by Tenderer shall contain the following documents, duly filled in, as required:a) Tender Form and Price Schedule along with list of deviations (ref Clause 19.19.4) from the clauses of this SBD,if any.b) Documentary evidence, as necessary in terms of GIT clauses 3 and 16 establishing that the tenderer is eligibleto submit the tender and, also, qualified to perform the contract if its tender is accepted.c) Documents and relevant details to establish in accordance with GIT clause 17 that the goods and the alliedservices to be supplied by the tenderer conform to the requirement of the tender documents along with list ofdeviations if any (ref clause 17.17.3 of GIT).d) Earnest money furnished in accordance with GIT clause 18.18.1 alternatively, documentary evidence as perGIT clause 18.18.2 for claiming exemption from payment of earnest money. ande) Questionnaire as per Section XII.f) Manufacturer's Authorization Form (ref Section XIV, if applicableNB: The tenderers may also enclose in their tenders, technical literature and other documents as and if considered

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

Tender Number:6000010492

necessary by them.10.2 A tender, that does not fulfill any of the above requirements and/ or gives evasive information/ reply against anysuch requirement, shall be liable to be ignored and rejected.10.3 Tender sent by fax/email/ telex/ cable shall be ignored.11. Tender currencies11.1 Unless otherwise specified, the tenderer shall quote only in Indian rupees.11.2 Where the tender condition specifies acceptance of quotations in different currencies, then, for domestic goods,prices shall be quoted in Indian rupees only and for imported goods, prices shall be quoted either in Indian rupees orin the currency stipulated in the SIT, mentioning, inter-alia, the exchange rate adopted for converting foreigncurrency into Indian Rupees. As regards price(s) for allied services, if any required with the goods, the same shall bequoted in Indian Rupees if such services are to be performed / undertaken in India. Commission for Indian Agent, ifany and if payable shall be indicated in the space provided for in the price schedule and quoted in Indian Rupeesonly.11.3 Tenders, where prices are quoted in any other way shall be treated as unresponsive and rejected.12. Tender Prices12.1 The Tenderer shall indicate on the Price Schedule provided under Section XI all the specified components ofprices shown therein including the unit prices and total tender prices of the goods and services it proposes to supplyagainst the requirement. All the columns shown in the price schedule should be filled up as required. If any columndoes not apply to a tenderer, same should be clarified accordingly by the tenderer.12.2 If there is more than one schedule in the List of Requirements, the tenderer has the option to submit itsquotation for any one or more schedules and, also, to offer special discount for combined schedules. However, whilequoting for a schedule, the tenderer shall quote for the complete requirement of goods and services as specified inthat particular schedule.12.3 The quoted prices for goods offered from within India and that for goods offered from abroad are to beindicated separately in the applicable Price Schedules attached under Section XI.12.4 While filling up the columns of the price schedule, the following aspects should be noted for compliance:12.5 For goods offered from within India, the prices in the corresponding price schedule shall be entered separatelyin the following manner:a) The price of the goods, quoted ex-factory, ex-showroom, ex-warehouse or off-the-shelf, as applicable, includingall taxes and duties like sales tax, VAT, custom duty, excise duty etc. already paid or payable on the componentsand raw material used in the manufacture or assembly of the goods quoted ex-factory etc or on the previouslyimported goods of foreign origin quoted ex-showroom etc.b) Any sales or other taxes and any duties including excise duty, which will be payable on the goods in India if thecontract is awarded.c) Charges towards inland transportation, insurance and other local costs incidental to delivery of the goods totheir final destination as specified in the List of Requirements andd) The price of incidental services, as and if mentioned in List of Requirements.12.6 For goods offered from abroad, the prices in the corresponding price schedule shall be entered separately inthe following manner:a) The price of goods quoted FAS / FOB port of shipment, CIF port of entry in India or CIF specified place ofdestination in India as indicated in the List of Requirements.b) Wherever applicable, the amount of custom duty and import duty on the goods to be imported.c) The charges for inland transportation, insurance and other local costs incidental to delivery of the goods fromthe port of entry in India to their final destination, as specified in the List of Requirements. andd) The charges for incidental services, as and if mentioned in the List of Requirements.12.7 Additional information and instruction on Duties and Taxes:If the Tenderer desires to ask for excise duty, sales tax, custom duty etc. to be paid extra, the same must bespecifically stated. In the absence of any such stipulation the price will be taken inclusive of such duties and taxesand no claim for the same will be entertained later.12.8 Excise Duty:a) If reimbursement of excise duty is intended as extra over the quoted prices, the supplier must specifically sayso also indicating the rate, quantum and nature of the duty applicable. In the absence of any such stipulation it willbe presumed that the prices quoted are firm and final and no claim on account of excise duty will be entertainedafter the opening of tenders.

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec02.3

Tender Number:6000010492

b) If a Tenderer chooses to quote a price inclusive of excise duty and also desires to be reimbursed for variation, ifany, in the excise duty during the time of supply, the tenderer must clearly mention the same and also indicate therate and quantum of excise duty included in its price. Failure to indicate all such details in clear terms may result instatutory variations being denied to the tenderer.c) Subject to sub clauses 12.8 (a) & (b) above, any change in excise duty upward/ downward as a result of anystatutory variation in excise duty taking place within original Delivery Period shall be allowed to the extent of actualquantum of excise duty paid by the supplier. In case of downward revision in excise duty, the actual quantum ofreduction of excise duty shall be reimbursed to SPMCIL by the supplier. All such adjustments shall include all reliefs,exemptions, rebates, concession etc. if any obtained by the supplier.12.9 Sales Tax/ VAT/ CST/ GST:If a tenderer asks for sales tax/ VAT/ CST/ GST to be paid extra, the rate and nature of such taxes applicable shouldbe shown separately. Such taxes will be paid as per the rate at which it is liable to be assessed or has actually beenassessed provided the transaction of sale is legally liable to such taxes and is payable as per the terms of thecontract.12.10 Wherever Value Added Tax is applicable, the following may be noted :(i) The tenderer should quote the exact percentage of VAT that they will be charging extra.(ii) While quoting the rates, tenderer should pass on (by way of reduction in prices) the set off/input tax credit thatwould become available to them by switching over to the system of VAT from the existing system of sales tax, dulystating the quantum of such credit per unit of the item quoted for.(iii) The tenderer while quoting for tenders should give the following declaration:"We agree to pass on such additional set off/input tax credit as may become available in future in respect of all theinputs used in the manufacture of the final product on the date of supply under the VAT scheme by way of reductionin price and advise the purchaser accordingly."iv) The supplier while claiming the payment shall furnish the following certificate to the paying authorities: #Wehereby declare that additional set offs/input tax credit to the tune of Rs. ____________ has accrued and accordinglythe same is being passed on to the purchaser and to that effect the payable amount may be adjusted .12.11 Octroi and Local Taxes:Unless otherwise stated in the SIT, the goods supplied against contracts placed by SPMCIL are not exempted fromlevy of Town Duty, Octroi Duty, Terminal Tax and other Levies of local bodies. In such cases, the supplier shouldmake the payment to avoid delay in supplies and forward the receipt of the same to the purchasing department forreimbursement and, also, for further necessary action. In cases where exemption is available, suppliers should obtain the exemption certificate from the purchasingdepartment to avoid payment of such levies and taxes.12.12 Duties/ Taxes on Raw MaterialsSPMCIL is not liable for any claim from the supplier on account of fresh imposition and/or increase (includingstatutory increase) of excise duty, custom duty, sales tax etc. on raw materials and/or components used directly inthe manufacture of the contracted goods taking place during the pendency of the contract, unless such liability isspecifically agreed to in terms of the contract.12.13 Imported Stores not liable to Above-mentioned Taxes and Duties:Above mentioned Taxes and Duties are not leviable on imported Goods and hence would not be reimbursed.12.14 Customs Duty:In respect of imported stores offered from abroad, the tenderer shall specify the rate as well as the total amount ofcustoms duty payable. The tenderer shall also indicate the corresponding Indian Customs Tariff Number applicablefor the goods in question.12.14.1. For transportation of imported goods offered from abroad, relevant instructions as incorporated underGCC Clause 11 shall be followed.12.14.2. For insurance of goods to be supplied, relevant instructions as provided under GCC Clause 12 shall befollowed.12.14.3. Unless otherwise specifically indicated in this tender document, the terms FOB, FAS, CIF etc. forimported goods offered from abroad, shall be governed by the rules & regulations prescribed in the current edition ofINCOTERMS, published by the International Chamber of Commerce, Paris12.14.4. The need for indication of all such price components by the tenderers, as required in this clause (viz., GITclause 12) is for the purpose of comparison of the tenders by SPMCIL and will no way restrict SPMCIL#s right toaward the contract on the selected tenderer on any of the terms offered.

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec02.4

Tender Number:6000010492

13. Indian AgentIf a foreign tenderer has engaged an agent in India in connection with its tender, the foreign tenderer, in addition toindicating Indian agent#s commission, if any, in a manner described under GIT sub clause 11.2 above, shall alsofurnish the following information:a) The complete name and address of the Indian Agent and its permanent income tax account number as allottedby the Indian Income Tax authority.b) The details of the services to be rendered by the agent for the subject requirement.One manufacturer can authorize only one agent/dealer. Also one agent cannot represent more than one supplier orquote on their behalf in a particular tender enquiry. Such quote is likely to be rejected. There can be only one bidfroma) The principal manufacturer directly or one Indian agent on his behalfb) The foreign principal or any of its branch/ divisionc) Indian/ Foreign Agent on behalf of only one Principal.14. Firm Price / Variable Price14.1 Unless otherwise specified in the SIT, prices quoted by the tenderer shall remain firm and fixed during thecurrency of the contract and not subject to variation on any account.14.2 In case the tender documents require offers on variable price basis, the price quoted by the tenderers will besubject to adjustment during original Delivery Period to take care of the changes in the cost of labour and materialcomponents in accordance with the price variation formula to be specified in the SIT. If a tenderer submits firm pricequotation against the requirement of variable price quotation, that tender will be prima-facie acceptable andconsidered further, taking price variation asked for by the tenderer as zero.14.3 However, as regards taxes and duties, if any, chargeable on the goods and payable, the conditions stipulated inGIT clause 12 will apply for both firm price tender and variable price tender.14.4 Subject to provisions of Clause 11 above, where prices are quoted in foreign currencies, involving imports -Foreign Exchange Rate Variation (ERV) would be borne by the Purchaser within the original Delivery Period. Theoffer of the Tenderer should indicate import content and the currency used for calculating import content.14.5 Base Exchange rate of each major currency used for calculating FE content of the contract should be indicated.The base date of ERV would be contract date and variation on the base date can be given up to the midpointmanufacture, unless firm has already indicated the time schedule within which material will be imported by the firm.14.6 In case delivery period is refixed/ extended, ERV will not be admissible, if this is due to default of the supplier.14.7 Documents for claiming ERV:i. A bill of ERV claim enclosing working sheetii. Banker#s Certificate/debit advice detailing F.E. paid and exchange rateiii. Copies of import order placed on supplieriv. Invoice of supplier for the relevant import order15. Alternative TendersUnless otherwise specified in the Schedule of Requirements, alternative tenders shall not be considered.16. Documents Establishing Tenderer#s Eligibility and Qualifications16.1 Pursuant to GIT clause 10, the tenderer shall furnish, as part of its tender, relevant details and documentsestablishing its eligibility to quote and its qualifications to perform the contract if its tender is accepted.16.2 The documentary evidence needed to establish the tenderer#s qualifications shall fulfill the followingrequirements:a) In case the tenderer offers to supply goods, which are manufactured by some other firm, the tenderer has beenduly authorized by the goods manufacturer to quote for and supply the goods to SPMCIL. The tenderer shall submitthe manufacturer#s authorization letter to this effect as per the standard form provided under Section XIV in thisdocument.b) The tenderer has the required financial, technical and production capability necessary to perform the contractand, further, it meets the qualification criteria incorporated in the Section IX in these documents.c) in case the tenderer is not doing business in India, it is/ will be duly represented by an agent stationed in Indiafully equipped and able to carry out the required contractual functions and duties of the supplier including after saleservice, maintenance & repair etc. of the goods in question, stocking of spare parts and fast moving componentsand other obligations, if any, specified in the conditions of contract and/ or technical specifications.d) In case the tenderer is an Indian agent quoting on behalf of a foreign manufacturer, the Indian agent is alreadyenlisted under the Compulsory Enlistment Scheme of Ministry of Finance, Govt. of India, operated through

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec02.5

Tender Number:6000010492

Directorate General of Supplies & Disposals (DGS&D), New Delhi.17. Documents establishing Good#s Conformity to Tender document17.1 The tenderer shall provide in its tender the required as well as the relevant documents like technical data,literature, drawings etc. to establish that the goods and services offered in the tender fully conform to the goods andservices specified by SPMCIL in the tender documents. For this purpose the tenderer shall also provide aclause-by-clause commentary on the technical specifications and other technical details incorporated by SPMCIL inthe tender documents to establish technical responsiveness of the goods and services offered in its tender.17.2 In case there is any variation and/ or deviation between the goods & services prescribed by SPMCIL and thatoffered by the tenderer, the tenderer shall list out the same in a chart form without ambiguity along with justification,and provide the same along with its tender.17.3 If a tenderer furnishes wrong and/ or misguiding data, statement(s) etc. about technical acceptability of thegoods and services offered by it, its tender will be liable to be ignored and rejected in addition to other remediesavailable to SPMCIL in this regard.18. Earnest Money Deposit (EMD)18.1 Pursuant to GIT clause 10.1(d) the tenderer shall furnish along with its tender, earnest money for amount asshown in the List of Requirements. The earnest money is required to protect SPMCIL against the risk of thetenderer#s unwarranted conduct as amplified under sub-clause 23.23.2 below.18.2 The tenderers who are currently registered and, also, will continue to remain registered during the tendervalidity period with DGS&D or with National Small Industries Corporation, New Delhi all with SPMCIL are exempted from payment of earnestmoney. In case the tenderer falls in these categories, it should furnish certified copy of its valid registration details(with DGS&D or NSIC or SPMCIL as the case may be).18.3 The earnest money shall be denominated in Indian Rupees.18.4 The earnest money shall be furnished in one of the following forms:a) Account Payee Demand Draft orb) Fixed Deposit Receipt orc) Banker#s cheque ord) Bank Guarantee, only in the case of Global TenderThe demand draft, fixed deposit receipt or banker#s cheque shall be drawn on any scheduled commercial bank inIndia, in favour of Account specified in the Clause 3 of NIT. In case of bank guarantee, the same is to be providedfrom/confirmed by any scheduled commercial bank in India as per the format specified under Section XIII in thesedocuments.18.5 The earnest money shall be valid for a period of forty five days beyond the validity period of the tender.18.6 Unsuccessful tenderers# earnest monies will be returned to them without any interest, after expiry of the tendervalidity period, but not later than thirty days after conclusion of the resultant contract. Successful tenderer#s earnestmoney will be returned without any interest, after receipt of performance security from that tenderer.18.7 Earnest money of a tenderer will be forfeited, if the tenderer withdraws or amends its tender or impairs orderogates from the tender in any respect within the period of validity of its tender. The successful tenderer#s earnestmoney will be forfeited if it fails to furnish the required performance security within the specified period.19. Tender Validity19.1 If not mentioned otherwise in the SIT, the tenders shall remain valid for acceptance for a period of 90 days(Ninety days) in case of single bid tender system and 120 days in case of two-bid system after the date of tenderopening prescribed in the tender document. Any tender valid for a shorter period shall be treated as unresponsiveand rejected.19.2 In exceptional cases, the tenderers may be requested by SPMCIL to extend the validity of their tenders upto aspecified period. Such request(s) and responses thereto shall be conveyed by surface mail or by fax/email/ telex/cable followed by surface mail. The tenderers, who agree to extend the tender validity, are to extend the samewithout any change or modification of their original tender and they are also to extend the validity period of the EMDaccordingly.19.3 In case the day upto which the tenders are to remain valid falls on/ subsequently declared a holiday or closedday for SPMCIL, the tender validity shall automatically be extended upto the next working day.19.4 Compliance with the Clauses of this Tender Document: Tenderer must comply with all the clauses of thisTender Document. In case there are any deviations, these should be listed in a chart form without any ambiguity

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec02.6

Tender Number:6000010492

along with justification.20. Signing and Sealing of Tender20.1 An authenticated copy of the document which authorizes the signatory to commit on behalf of the firm shallaccompany the offer. The individual signing the tender or any other documents connected therewith should clearlyindicate his full name and designation and also specify whether he is signing,(a) As Sole Proprietor of the concern or as attorney of the Sole Proprietor;(b) As Partner (s) of the firm;(c) as Director, Manager or Secretary in case the of Limited Company duly authorized by a resolution passed by theBoard of Directors or in pursuance of the Authority conferred by Memorandum of Association.20.2 The authorized signatory of the tenderer must sign the tender at appropriate places and initial the remainingpages of the tender.20.3 The tenderers shall submit their tenders as per the instructions contained in GIT Clause 10.20.4 Unless otherwise mentioned in the SIT, a tenderer shall submit two copies of its tender marking them as"Original" and "Duplicate".20.5 The original and other copies of the tender shall either be typed or written in indelible ink and the same shall besigned by the tenderer or by a person(s) who has been duly authorized to bind the tenderer to the contract. Theletter of authorization shall be by a written power of attorney, which shall also be furnished along with the tender.20.6 All the copies of the tender shall be duly signed at the appropriate places as indicated in the tender documentsand all other pages of the tender including printed literature, if any shall be initialed by the same person(s) signingthe tender. The tender shall not contain any erasure or overwriting, except as necessary to correct any error madeby the tenderer and, if there is any such correction; the same shall be initialed by the person(s) signing the tender.20.7 The tenderer is to seal the original and each copy of the tender in separate envelopes, duly marking the sameas "Original", "Duplicate" and so on and writing the address of SPMCIL and the tender reference number on theenvelopes. The sentence "NOT TO BE OPENED" before #### (The tenderer is to put the date & time of tenderopening) are to be written on these envelopes. The inner envelopes are then to be put in a bigger outer envelope,which will also be duly sealed, marked etc. as above. If the outer envelope is not sealed and marked properly asabove, SPMCIL will not assume any responsibility for its misplacement, premature opening, late opening etc.20.8 For purchasing capital equipment, high value plant, machinery etc. of complex and technical nature, tenderdocument will seek quotation in two parts (Two Bid System)- first part containing the relevant technical details of theequipment / machinery etc., and in the second part, price quotation along with other allied issues. First part will beknown as 'Technical Bid', and the second part 'Financial bid'. Tenderer shall seal separately 'Technical Bid' and'Financial bid' and covers will be suitably super scribed. Both these sealed covers shall be put in a bigger cover andsealed and evaluation would be done as described in clause 25.24.4 below. Further details would be given in SIT, ifconsidered necessary.20.9 If permitted in the SIT, the tenderer may submit its tender through e-tendering procedure.D SUBMISSION OF TENDERS21. Submission of Tenders21.1 Unless otherwise specified, the tenderers are to deposit the tenders in the tender box kept for this purpose at aplace as indicated in para 1 of NIT. In case of bulky tender, which cannot be put into tender box, the same shall besubmitted by the tenderer by hand to the designated officers of SPMCIL, as indicated in clause 1 of NIT. The officerreceiving the tender will give the tenderer an official receipt duly signed with date and time.21.2 The tenderers must ensure that they deposit their tenders not later than the closing time and date specified forsubmission of tenders. In the event of the specified date for submission of tender falls on / is subsequently declareda holiday or closed day for SPMCIL, the tenders will be received upto the appointed time on the next working day.22. Late TenderA tender, which is received after the specified date and time for receipt of tenders will be treated as "late" tender andwill be ignored.23. Alteration and Withdrawal of Tender23.1 The tenderer, after submitting its tender, is permitted to alter / modify its tender so long as such alterations /modifications are received duly signed, sealed and marked like the original tender, within the deadline forsubmission of tenders. Alterations / modifications to tenders received after the prescribed deadline will not beconsidered.23.2 No tender should be withdrawn after the deadline for submission of tender and before expiry of the tendervalidity period. If a tenderer withdraws the tender during this period, it will result in forfeiture of the earnest money

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec02.7

Tender Number:6000010492

furnished by the tenderer in its tender besides other sanctions by SPMCIL.E TENDER OPENING24. Opening of Tenders24.1 SPMCIL will open the tenders at the specified date and time and at the specified place as indicated in clause 1of NIT. In case the specified date of tender opening falls on / is subsequently declared a holiday or closed day forSPMCIL, the tenders will be opened at the appointed time and place on the next working day.24.2 Authorized representatives of the tenderers, who have submitted tenders on time may attend the tenderopening, provided they bring with them letters of authority as per the format in SBD XVII from the correspondingtenderers. The tender opening official(s) will prepare a list of the representatives attending the tender opening. Thelist will contain the representatives# names & signatures and corresponding tenderers# names and addresses.24.3 During the tender opening, the tender opening official(s) will read the salient features of the tenders likedescription of the goods offered, price, special discount if any, delivery period, whether earnest money furnished ornot and any other special features of the tenders, as deemed fit by the tender opening official(s).24.4 In the case of two bid system mentioned in clause 20.8 above, the technical bids are to be opened in the firstinstance, at the prescribed time and date. These bids shall be scrutinized and evaluated by the competentcommittee/ authority with reference to parameters prescribed in the tender document. Thereafter, in the secondstage, the financial bids of only the technically acceptable offers (as decided in the first stage) shall be opened forfurther scrutiny and evaluation. Other financial bids would be returned unopened to the respective bidders underRegistered AD/ Reliable Courier or any other mode with proof of delivery.F SCRUTINY AND EVALUATION OF TENDERS25. Basic PrincipleTenders will be evaluated on the basis of the terms & conditions already incorporated in the tender document, basedon which tenders have been received and the terms, conditions etc. mentioned by the tenderers in their tenders. Nonew condition will be brought in while scrutinizing and evaluating the tenders.26. Preliminary Scrutiny of Tenders26.1 The tenders will first be scrutinized to determine whether they are complete and meet the essential andimportant requirements, conditions etc. as prescribed in the tender document. The tenders, that do not meet thebasic requirements, are liable to be treated as unresponsive and ignored.26.2 The following are some of the important aspects, for which a tender may be declared unresponsive andignored;a) Tender is unsigned.b) Tenderer is not eligible.c) Tender validity is shorter than the required period.d) Required EMD has not been provided.e) Tenderer has quoted for goods manufactured by a different firm without the required authority letter from thatmanufacturer.f) Tenderer has not agreed to give the required performance security.g) Goods offered are sub-standard, not meeting the required specification etc.h) Tenderer has not agreed to essential condition(s) specially incorporated in the tender enquiry.i) Against a schedule in the List of Requirement (incorporated in the tender enquiry), the Tenderer has not quotedfor the entire requirement as specified in that schedule. (Example: In a schedule, it has been stipulated that theTenderer will supply the equipment, install and commission it and also train SPMCIL#s operators for operating theequipment. The Tenderer has however, quoted only for supply of the equipment).27. Minor Infirmity/ Irregularity/ Non-ConformityIf during the preliminary examination, SPMCIL find any minor infirmity and/ or irregularity and/ or non-conformity in atender, SPMCIL may waive the same provided it does not constitute any material deviation and financial impact and,also, does not prejudice or affect the ranking order of the tenderers. Wherever necessary, SPMCIL will convey itsobservation on such #minor# issues to the tenderer by registered/ speed post etc. asking the tenderer to respond bya specified date. If the tenderer does not reply by the specified date or gives evasive reply without clarifying the pointat issue in clear terms, that tender will be liable to be ignored.28. Discrepancy in Prices28.1 If, in the price structure quoted by a tenderer, there is discrepancy between the unit price and the total price(which is obtained by multiplying the unit price by the quantity), the unit price shall prevail and the total pricecorrected accordingly, unless SPMCIL feels that the tenderer has made a mistake in placing the decimal point in the

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec02.8

Tender Number:6000010492

unit price, in which case the total price as quoted shall prevail over the unit price and the unit price correctedaccordingly.28.2 If there is an error in a total price, which has been worked out through addition and/ or subtraction of subtotals,the subtotals shall prevail and the total corrected; and28.3 If there is a discrepancy between the amount expressed in words and figures, the amount in words shall prevail,subject to sub clause 28.1 and 28.2 above.28.4 If, as per the judgment of SPMCIL, there is any such arithmetical discrepancy in a tender, the same will besuitably conveyed to the tenderer by registered / speed post. If the tenderer does not agree to the observation ofSPMCIL, the tender is liable to be ignored.29. Discrepancy between original and copies of TenderIn case any discrepancy is observed between the text etc. of the original copy and that in the other copies of thesame tender set, the text etc. of the original copy shall prevail. Here also, SPMCIL will convey its observationsuitably to the tenderer by register / speed post and, if the tenderer does not accept SPMCIL#s observation, thattender will be liable to be ignored.30. Clarification of BidsDuring evaluation and comparison of bids, purchaser may, at its discretion ask the bidder for clarification of its bid.The clarification should be received within 7 days from the bidder from date of receipt of such request. The requestfor clarification shall be in writing and no change in prices or substance of the bid shall be sought, offered orpermitted. No post bid clarification at the initiative of the bidder shall be entertained.31. Qualification/ Eligibility CriteriaTenders of the tenderers, who do not meet the required qualification/ eligibility criteria prescribed in Section IX, willbe treated as unresponsive and will not be considered further.32. Conversion of tender currencies to Indian RupeesIn case the tender document permits the tenderers to quote their prices in different currencies, all such quotedprices of the responsive tenderers will be converted to a single currency viz., Indian Rupees for the purpose ofequitable comparison and evaluation, as per the B.C. selling exchange rates established by the State Bank of Indiafor similar transactions, as on the date of tender opening.33. Schedule-wise EvaluationIn case the List of Requirements contains more than one schedule, the responsive tenders will be evaluated andcompared separately for each schedule. The tender for a schedule will not be considered if the completerequirements prescribed in that schedule are not included in the tender. However, as already mentioned in GIT subclause 12.2, tenderers have the option to quote for any one or more schedules and offer discounts for combinedschedules. Such discounts, wherever applicable, will be taken into account to determine the tender or combinationof tenders offering the lowest evaluated cost for SPMCIL in deciding the successful tenderer for each schedule,subject to that tenderer(s) being responsive.34. Comparison on CIF Destination BasisUnless mentioned otherwise in Section-III # Special Instructions to Tenderers and Section-VI # List ofRequirements, the comparison of the responsive tenders shall be on CIF destination basis, duly delivered,commissioned, etc. as the case may be.35. Additional Factors and Parameters for Evaluation and Ranking of Responsive Tenders35.1 Further to GIT Clause 33 above, SPMCIL#s evaluation of a tender will include and take into account thefollowing:a) in the case of goods manufactured in India or goods of foreign origin already located in India, sales tax & othersimilar taxes and excise duty & other similar duties, which will be contractually payable (to the tenderer), on thegoods if a contract is awarded on the tenderer; andb) In the case of goods of foreign origin offered from abroad, customs duty and other similar import duties/ taxes,which will be contractually payable (to the tenderer) on the goods if the contract is awarded on the tenderer.35.2 SPMCIL#s evaluation of tender will also take into account the additional factors, if any, incorporated in SIT inthe manner and to the extent indicated therein.35.3 As per policies of the Government from time to time, the purchaser reserves its option to give price preferenceto Small Scale Industries in comparison to the large scale Industries. This price preference cannot however be takenfor granted and every endeavor need to be made by such firms to bring down cost and achieve competitiveness.35.4 If the tenders have been invited on variable price basis, the tenders will be evaluated, compared and ranked onthe basis of the position as prevailing on the day of tender opening and not on the basis of any future date.

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec02.9

Tender Number:6000010492

36. Tenderer#s capability to perform the contract36.1 SPMCIL, through the above process of tender scrutiny and tender evaluation will determine to its satisfactionwhether the tenderer, whose tender has been determined as the lowest evaluated responsive tender is eligible,qualified and capable in all respects to perform the contract satisfactorily. If, there is more than one schedule in theList of Requirements, then, such determination will be made separately for each schedule.36.2 The above mentioned determination will, inter-alia, take into account the tenderer#s financial, technical andproduction capabilities for satisfying all the requirements of SPMCIL as incorporated in the tender document. Suchdetermination will be based upon scrutiny and examination of all relevant data and details submitted by the tendererin its tender as well as such other allied information as deemed appropriate by SPMCIL.37. Cartel Formation/ Pool RatesCartel formation or quotation of Pool/ Co-ordinated rates, leading to "Appreciable Adverse Effect on Competition"(AAEC) as identified in Competition Act, 2002, as amended by Competition (Amendment) Act, 2007, would beconsidered as a serious misdemeanor and would be dealt accordingly as per Clause 44 below.38. NegotiationsNormally there would be no price negotiations. But SPMCIL reserves its right to negotiate with the lowest acceptablebidder (L1), who is technically cleared/approved for supply of bulk quantity and on whom the contract would havebeen placed but for the decision to negotiate, under special circumstances in accordance with CVC guidelines i.e.Normally there should be no negotiation. Selection of contractors by negotiations should be a rare exception ratherthan the rule and may be resorted to only in the exceptional circumstances under the following circumstances:--a. Where the procurement is done on proprietary basisb. Items to be procured are supplied by only a limited sources of supplyc. Items where there is suspicion of cartel formation..39. Contacting SPMCIL39.1. From the time of submission of tender to the time of awarding the contract, if a tenderer needs to contactSPMCIL for any reason relating to this tender enquiry and / or its tender, it should do so only in writing.39.2. It will be treated as a serious misdemeanor in case a tenderer attempts to influence SPMCIL#s decisionon scrutiny, comparison, evaluation and award of the contracts. In such a case the tender of the tenderer shall beliable for rejection in addition to appropriate administrative actions being taken against that tenderer, as deemed fitby SPMCIL, in terms of clause 44 of GIT.G AWARD OF CONTRACT40. SPMCIL#s Right to Accept any Tender and to Reject any or All TendersSPMCIL reserves the right to accept in part or in full any tender or reject any tender without assigning any reason orto cancel the tendering process and reject all tenders at any time prior to award of contract, without incurring anyliability, whatsoever to the affected tenderer or tenderers.41. Award CriteriaSubject to GIT clause 36 above, the contract will be awarded to the lowest evaluated responsive tenderer decidedby SPMCIL in terms of GIT Clause 34.42. Variation of Quantities at the Time of AwardNo variation of quantities at the time of awarding the contract.43. Parallel ContractsSPMCIL reserves its right to conclude Parallel contracts, with more than one bidder (for the same tender). If this isforeseen at the time of Tendering, a clause would be included in SIT giving further details.44. Serious Misdemeanors44.1. Following would be considered serious misdemeanors:i. Submission of misleading/ false/ fraudulent information/ documents by the bidder in their bidii. Submission of fraudulent/ unencashable Financial Instruments stipulated under Tender or Contract Condition.iii. Violation of Code of Ethics laid down in Clause 32 of the GCC.iv. Cartel formation or quotation of Pool/ Co-ordinated rates leading to "Appreciable Adverse Effect onCompetition" (AAEC) as identified under the Competition Act, 2002.v. Deliberate attempts to pass off inferior goods or short quantities.vi. Violation of Fall Clause by Rate Contract holding Firms.vii. Attempts to influence SPMCIL#s Decisions on scrutiny, comparison, evaluation and award of Tender.44.2. Besides, suitable administrative actions, like rejecting the offers or delisting of registered firms, SPMCIL

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec02.10

Tender Number:6000010492

would ban/ blacklist Tenderers committing such misdemeanor, including declaring them ineligible to be awardedSPMCIL contracts for indefinite or for a stated period.45. Notification of Award45.1 Before expiry of the tender validity period, SPMCIL will notify the successful tenderer(s) in writing, by registered/ speed post or by fax/email / telex/ cable (to be confirmed by registered / speed post) that its tender for goods &services, which have been selected by SPMCIL, has been accepted, also briefly indicating therein the essentialdetails like description, specification and quantity of the goods & services and corresponding prices accepted. Thesuccessful tenderer must furnish to SPMCIL the required performance security within twenty one days from the dateof this notification. Relevant details about the performance security have been provided under GCC Clause 6 underSection IV.45.2 The notification of award shall constitute the conclusion of the contract.46. Issue of Contract46.1 Within seven working days of receipt of performance security, SPMCIL will send the contract form (as perSection XVI) duly completed and signed, in duplicate, to the successful tenderer by registered / speed post.46.2 Within seven days from the date of issue of the contract, the successful tenderer will return the original copy ofthe contract, duly signed and dated, to SPMCIL by registered / speed post.47. Non-receipt of Performance Security and Contract by SPMCILFailure of the successful tenderer in providing performance security within 21 days of receipt of notification of awardand / or returning contract copy duly signed in terms of GIT clauses 45 and 46 above shall make the tenderer liablefor forfeiture of its EMD and, also, for further sanctions by SPMCIL against it.48. Return of EMDThe earnest money of the successful tenderer and the unsuccessful tenderers will be returned to them without anyinterest, whatsoever, in terms of GIT Clause 18.6.49. Publication of Tender ResultThe name and address of the successful tenderer(s) receiving the contract(s) will be mentioned in the notice board/bulletin/ web site of SPMCIL.

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec02.11

Tender Number:6000010492

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

Part II: Additional General Instructions Applicable to Specific Types of Tenders:50. Rate Contract Tenders

50.1 In addition to GIT in Part I above, following GIT will be applicable to rate contract Tenders:i. Earnest Money Deposit (EMD) is not applicable.ii. In the Schedule of Requirement, no commitment of quantity is mentioned; only the anticipated requirement ismentioned without any commitment.iii. SPMCIL reserves the right to conclude more than one rate contract for the same item.iv. Unless otherwise specified in SIT, the currency of a Rate Contract would normally be for one year.v. During the currency of the Rate Contract, SPMCIL may withdraw the rate contract by serving suitable notice.The prescribed notice period is generally thirty days.vi. During the currency of the Rate Contract, SPMCIL would have the option to renegotiate the price with the ratecontract holders.vii. During the currency of the Rate Contract, in case of emergency, SPMCIL may purchase the same item throughad hoc contract with a new supplier.viii. Usually, the terms of delivery in rate contracts are FOR dispatching station.ix. Supply orders, incorporating definite quantity of goods to be supplied along with all other required conditionsfollowing the rate contract terms, will be issued by nominated Direct Demanding Officers (DDO) for obtainingsupplies through the rate contract.x. SPMCIL is entitled to place supply orders up to the last day of the validity of the rate contract and, thoughsupplies against such supply orders will be affected beyond the validity period of the rate contract, all such supplywill be guided by the terms & conditions of the rate contract.xi. The rate contract will be guided by #Fall Clause# as described below.50.2 Fall ClauseIf the rate contract holder reduces its price or sells or even offers to sell the rate contracted goods, followingconditions of sale similar to those of the rate contract, at a price lower than the rate contract price, to any person ororganization during the currency of the rate contract, the rate contract price will be automatically reduced with effectfrom that date for all the subsequent supplies under the rate contract and the rate contract amended accordingly.Any violation of the fall clause would be considered a serious misdemeanor under clause 44 of the GIT and action,as appropriate, would be taken as per provision of that clause.50.3 Performance SecurityValue of Performance Security would be stipulated in the SIT. Performance Security shall, however, not bedemanded again in the individual supply orders issued subsequently against rate contracts.50.4 Renewal of Rate ContractsIn case, it is not possible to conclude new rate contracts before the expiry of existing ones, due to some specialreasons, the existing rate contracts would be extended with same terms, conditions etc for a suitable period, with theconsent of the rate contract holders. Rate contracts of the firms, who do not agree to such extension, will be left out.Period of such extension would generally not be more than three months.

51. Prequalification Bidding

51.1 Prequalification Bidding is for short listing of qualified Bidders who fulfill the Prequalification criteria as laid downin SIT or in Section IX of SBD # #Qualification Criteria# for procurement of Goods or Services as listed in Section VIof SBD # #List of Requirements#. Shortlisted Bidders would be informed of their qualification and short listing inaccordance with the stipulations laid down in the SIT. Unless otherwise stipulated in the SIT the PQB short listingwould be valid only till the next procurement tender. Further conditions will be elaborated in the SIT.51.2 If stipulated in the SIT, only these shortlisted qualified bidders would be invited to participate in the Procurementof the requirements. Otherwise SIT may also indicate that instead of floating a separate PQB tender, it may becombined with the Procurement Tender, as a three bid tender. Initially the first Packet containing PQB would beopened and evaluation would be done. Thereafter the rest of tender would be handled as a two bid system for onlythose bidders who succeed in PQB.

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec02.12

Tender Number:6000010492

52. Tenders involving Samples

52.1 Normally no sample would be called along with the offer for evaluation.52.2 Purchaser#s Samples: If indicated in the SIT, A Purchaser#s sample may be displayed to indicate requiredcharacteristics over and above the Specifications for perusal of the bidders. Name and Designation of theCustodian, Place, Dates and Time of inspection of Purchaser#s sample will be indicated in the SIT. The supplies inthe contract will have to meet the indicated required characteristics for which the Purchaser#s sample wasdisplayed, besides meeting the specification listed in Section VII # #Technical Specifications# of the SBD. He wouldbe issued a sealed Purchaser#s sample for the purpose at the time of award of the contract.52.3 Pre-Production Samples: If stipulated in SIT, successful contractor would be required to submit aPre-Production sample(s) to the Inspecting Officer/ or the nominated authority mentioned in the contract within thetime specified therein. If the Contractor is unable to do so, he must apply immediately to the Office issuing theacceptance of tender for extension of time stating the reasons for the delay. If the Purchaser is satisfied that areasonable ground for an extension of time exists, he may allow such additional time as he considers to be justified(and his decision shall be final) with or without alteration in the delivery period stipulated in the contract and on suchconditions as he deems fit. In the event of the failure of the Contractor to deliver the pre-production sample by thedate specified in the acceptance of tender or any other date to which the time may be extended as aforesaid by thePurchaser or of the rejection of the sample, the Purchaser shall be entitled to cancel the contract and, if so desired,purchase or authorize the purchase of the stores at the risk and cost of the Contractor (unless specified otherwise inthe SIT). In such an event, in case of Security Items where urgency develops due to such delays, SPMCIL reservesits right to procure not more than one year#s requirement against this #Risk & Cost# tender from existingpre-qualified and security cleared firms. Bulk production and supply will only be allowed if this sample(s) pass theTests laid down in the Section VIII # #Quality Control Requirements# in the SBD.52.4 Testing of Samples: Tests, procedures and testing laboratories for testing samples would be detailed in theSection VIII # #Quality Control Requirements# in the SBD.52.5 Validation/ Prolonged Trials: If specified in SIT or in the Section VIII # #Quality Control Requirements# in theSBD, pre-production samples may have to undergo validation or extended trial before their performance can bedeclared satisfactory.52.6 Parameters Settings and duration of Validation Tests would be indicated in the Section VIII # #Quality ControlRequirements# in the SBD. It would also stipulate the period or event marking end of validation trials. It would alsobe indicated therein whether the Permission to start bulk production will have to wait full validation or it can go on inparallel.

53. Expression of Interest (EOI) Tenders:

53.1 EOI tenders are floated for short listing firms who are willing and qualified for: -i. Registration of Vendors for Supply of particular Stores or certain categories of Stores.ii. Development of new items or Indigenization of Imported stores53.2 The qualification /eligibility criteria required and the format of submission of such Data would be indicated in theSection IX # #Qualification Criteria# in the SBD.53.3 Objectives and scope of requirement would be indicated in the Section VI # #List of Requirements# in the SBD.Indicative quantity required yearly and its future requirements would also be indicated.53.4 In case of EOI for Development of new Items or for Indigenization, prospective firms would be given opportunityto inspect the Machine/ Item at the place of installation at the place, dates and Time mentioned in SIT.53.5 In case EOI is for registration of vendors, Registration Fees and validity period of registration would be detailedin the SIT.53.6 Short List of Suppliers: The suppliers shall be evaluated for short listing, inter-alia, based on their pastexperience of supplying goods in similar context, financial strength, technical capabilities etc. Each supplier will beassigned scores based on weightages assigned to each of the criteria mentioned in the Section IX # #QualificationCriteria# in the SBD.53.7 If stipulated in the SIT, the Firm#s capacity and Capability may be assessed by a nominated Committee or by athird party nominated by SPMCIL.53.8 All suppliers who secure the minimum required marks (normally 50% unless otherwise specified in the Section

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec02.13

Tender Number:6000010492

IX) would be short listed. Section IX may alternatively specify minimum qualifying requirement for each of the criteriai.e. minimum years of experience, minimum number of assignments executed, minimum turnover etc. Under suchcircumstances, all suppliers who meet the minimum requirement, as specified, will be short listed.53.9 In case of EOI for registration of vendors, registration letters would be issued to the shortlisted tenderers.53.10 In case of EOI for development/ indigenization, these shortlisted tenderers would only be allowed toparticipate in the subsequent development/ indigenization tenders.

54. Tenders For Disposal of Scrap:

54.1 Introduction: The tender is for Sale of Scrap material lying at various locations. Details of scrap for saleincluding Description, Present Condition, Lot Size and its Location would be given in the Section VI # #List ofRequirements#.54.2 #As Is; Where Is; Whatever Is# Basis of This Sale:54.2.1 This sale of Scrap is strictly on #As Is; Where Is; Whatever Is# basis. Tenderer must satisfy himself on allmatters with regard to quality, quantity; nature of stores etc., before tendering as no complaint or representation ofany kind shall be entertained after the sale contract is concluded.54.2.2 The description of lot in the particulars of sale has been given for the purpose of identification thereofonly and the use of such description shall not constitute the sale thereof to be sale by description and no sale shallbe invalid by reason of any defect or deviation or variation in any lot or on account of any lot not being exactlydescribed and the purchaser shall not be entitled to claim any damage or compensation whatsoever on account ofsuch fault, error in description, weight or the like.54.2.3 All quantities of scrap whether by weight or measurement mentioned in the Tender notice are onlyapproximate and should the quantity , on actual weight or measurement basis as the case may be and wheneverdelivered on such basis, works out less than the advertised and /or projected quantity, the SPMCIL shall not underany circumstances be liable to make good any such deficiency54.2.4 SPMCIL reserves right to increase or decrease the quantity of any item or items or terminate the contractat any stage by giving one week's notice. No claim whatsoever shall lie against the SPMCIL on account of suchtermination of the contract or variation in the quantity.54.2.5 SPMCIL shall have the right to remove certain items which it feels were not intended for sale but wereinadvertently made a part of the scrap material or of the lot offered for sale lying at the premises or were joined orattached to the material offered for sale.54.2.6 Tenderers desirous of purchasing and participating in the tender must visit the site before submitting theoffer, after taking due permission from the concerned Stock Holders. The Tenderers submitting the offers shall bedeemed to have visited the site and acquainted themselves thoroughly with materials intended for sale in all respect.54.2.7 Any person giving offer shall be deemed to have made himself fully conversant with the Terms andConditions of the Tender Sale, as well as the location and condition of the materials being sold and shall be deemedto have agreed to all the stated terms and conditions herein under.54.3 Submission of Offer:54.3.1 Unless specified otherwise in the SIT, tenders shall hold good for acceptance for a minimum period of 90days (ninety days) from the date of opening of the tenders. The offers of the tenderers shall be irrevocable.54.3.2 The SPMCIL reserves right to reject any offer without assigning any reason therefor.54.3.3 Unless otherwise stated in the SIT, the amount of EMD in such tenders would be 5% of the value of thetender. The Earnest Money shall be forfeited if the tenderer unilaterally withdraws, amends, impairs or derogatesfrom his offer in any respect within the period of validity of his offer.54.3.4 If the offer of the tenderer is not accepted by the SPMCIL, the Earnest Money deposit made by thetenderer shall be refunded to him. No interest shall be payable on such refunds. The EMD deposited by thesuccessful tenderer shall remain with the SPMCIL till payment of the security deposit (SD) money, as stipulated inrelevant Clause, has been made. It may be adjusted as part of the total SD money at the discretion of the SPMCIL.54.3.5 Commercial tax/terminal tax, Octroi, municipal tax or any other taxes/duties etc. whatever in force shallbe payable extra by the purchaser as per rules applicable to SPMCIL. Current and valid PAN and sales/commercialtax registration number wherever applicable must be provided in the Bid of the Tenderer.54.3.6 All arrangement for lifting and transportation of scrap material, including manpower, crane, transportvehicle and trolley etc, if required shall be made by the purchaser concerned only and the SPMCIL shall not provideor help in providing any such arrangements and the rate quoted by the purchaser must include such and all

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec02.14

Tender Number:6000010492

incidental charges.54.3.7 Registered dealers who are exempted from payment of Sales Tax must submit copies of theirRegistration certificate of concerned authority and shall be required to submit necessary form duly completed in allrespect to SPMCIL or its representatives before obtaining delivery order, duly signed by the partner of the firm or theperson authorized to do so.54.3.8 Evaluation of tenders for Disposal of scrap will be done on similar basis as Tenders for Procurement ofGoods, except that the selection of the bidders shall be on the basis of the highest responsive Bidder (H1). In casefull quantity is not offered to be taken by the Highest Bidder, parallel contracts would be placed.

54.4 Notification of Acceptance and Award of Contract:54.4.1 The successful tenderer, herein after referred to as purchasers, shall have to submit security deposit(SD) @ 10% of the total sale value of the contract within 5 working days of issue of the sale contract (excluding thedate of issue of sale contract). The SD shall be deposited in the form of bank draft/pay order, drawn on anynationalized or recognized bank in favour of SPMCIL as mentioned in clause 3 of NIT in connection with EMD.54.4.2 The purchaser has to pay balance payment within 20 days from the date of notification of acceptance,which is to be issued by SPMCIL or his authorized representative, in form of Bank draft drawn on any nationalized orrecognized bank in favor of same authority as mentioned above. In case of any, default to deposit balance payment,SPMCIL reserves right to terminate the contract and forfeit the security deposit.54.5 Disposal Tenders for Security and Sensitive Machinery and Items:54.5.1 Non-Misuse Declaration: The bidder is required to give an undertaking that he or his employees or legalheirs will ensure that such items purchased from SPMCIL, will be utilized only for scrap recovery and will not bemisused for any other purpose. He will also ensure that this undertaking is honoured and it got underwritten fromfurther down the line scrap processors/ re-purchasers, if any. In case his firm changes hands, it will be hisresponsibility to ensure that the new owners honour and underwrite this undertaking.54.5.2 If stipulated in SIT delivery would be given only in dis-mantled/ cut-up condition.

55. Development and Indigenization Tenders:

55.1 Already developed firms or firms who have already received development orders for the item (with whateverresults) would not be considered in such tenders.55.2 If specified in SIT the contract documents may be issued free of cost, and submission of earnest money depositand security deposit may be relaxed.55.3 If specified in SIT, The Tenderers may quote separately fori. Price/rate for bulk supply of item in development/indigenization supplies andii. Separately, cost of development including cost of pre-production samples. Firms would be paid only for thenumber of samples specified in the Tender. If he has to manufacture more samples due to failure of earlier one, hewould not be paid for it.55.4 L1 would be determined on the basis of rate of item quoted including reference to total cost of the developmentcost (including the cost of prototype) plus the notional total cost of quantities that will be required over next threeyears, wherever applicable.55.5 Development contracts may, as far as feasible, be concluded with two or more contractors in parallel.55.6 The ratio of splitting of the supply order between various development agencies/firms in cases of paralleldevelopment, including criteria thereof, would be specified in the SIT.55.7 However, in case the requirement is meager and complex technology is involved, or quantity of the equipment/spares is limited/small/ uneconomic if distributed between two vendors, the entire order could be placed upon the L1vendor only.55.8 If specified in SIT, Advance and Intermediate Payment to Suppliers may be allowed.

55.9 Quantity for Development Commitment

In Next three years, after the newly developed firm is able to successfully complete Development orders with +/-5%tolerance, 20% of annual quantity requirement may be reserved for Newly Developed firms.55.10 Period of Development Commitment

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec02.15

Tender Number:6000010492

A newly developed firm would be granted this facility till only three years after completing the initial Developmentorder. However this facility is not a bar to the firm from competing with already established firms for quantities largerthan 20% provided their prices and performance so warrant. Thereafter they would have to compete on equal termswith other already developed firms.

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

Tender Number:6000010492

Section III: Specific Instructions to Tenderers (SIT)The following Special Instructions to Tenderers will apply for this purchase. These special instructions will modify/substitute/ supplement the corresponding General Instructions to Tenderers (GIT) incorporated in Section II. Thecorresponding GIT clause numbers have also been indicated in the text below:In case of any conflict between the provision in the GIT and that in the SIT, the provision contained in the SIT shallprevail.(Clauses of GIT listed below include a possibility for variation in their provisions through SIT. There could be otherclauses in SIT as deemed fit.)

Sr No GIT ClauseNo.

Topic SIT Provision

01 4 Eligible Goods and Services (Origin ofGoods)

All goods and services to be provided shall havetheir origin in India

02 8 Prebid Conference The Pre-Bid Conference will be held on09.04.2018 at 11.00 AM at SPP Hyderabad.

03 9 Time Limit for receiving request forclarification of Tender Documents

Within 21 days from the date of uploading of thetender

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

05 12.10 Applicability of Octroi and Local taxes As applicable Detailed in Section VI.

06 14 PVC Clause & Formula No price variation will be permitted

07 19 Tender Validity 165 days Detailed in Section VI.

08 20.4 Number of Copies of Tenders to besubmitted

02 copies, one original and one duplicate to besubmitted.

09 20.9 E-Procurement Not applicable

10 35.2 Additional Factors for Evaluation of Offers Not applicable

11 43 Parallel Contracts Not applicable

12 50.1, 50.3 Tender For rate Contracts Not applicable

13 51.1, 51.2 PQB Tenders As per section IX : Pre-Qualification Bid.

14 52.1, 52.3,52.5

Tenders involving Purchaser#s andPre-Production Samples

Not applicable

15 53.4, 53.5,53.7

EOI Tenders Not applicable

16 54.3.1, 54.5.2 Tenders for Disposal of Scrap Not applicable

17 55.2, 55.3,55.7, 55.8

Development/ Indigenization Tenders Not applicable

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

Tender Number:6000010492

Section IV: General Conditions of Contract (GCC)Part I: General Conditions of Contract applicable to all types of Tenders 1. Definitions; Interpretation and Abbreviations: In the contract, unless the context otherwise requires:1.1 Definitions and Interpretation:(i) "Contract" means the letter or memorandum communicating to the Contractor the acceptance of this tenderand includes "Intimation of Award" of his tender; "Contract" includes and Bid Invitation, Instructions to Tenderers,Tender, Acceptance of Tender, General Conditions of Contract, Schedule of Requirements, particulars and theother conditions specified in the acceptance of tender and includes a repeat order which has been accepted oracted upon by the Contractor and a formal agreement, if executed;(ii) "Contractor" or "Supplier" means the individual or the firm supplying the goods and services. The term includeshis employees, agents, successors, authorized dealers, stockists and distributors. Other homologous terms are:Vendor, Firm, Manufacturer, OEM etc.;(iii) "Drawing" means the drawing or drawings specified in or annexed to the Specifications;(iv) "Government" means the Central Government or a State Government as the case may be;(v) The "Inspecting Officer" means the person, or organisation specified in the contract for the purpose ofinspection of stores of work under the contract and includes his/their authorised representative;(vi) "Purchase Officer" means the officer signing the acceptance of tender and includes any officer who hasauthority to execute the relevant contract on behalf of the Purchaser;(vii) The "Purchaser" means SPMCIL # the organization purchasing goods and services as incorporated in thedocuments;(viii) "Signed" includes stamped, except in the case of an acceptance of tender or any amendment thereof;(ix) "Test" means such test as is prescribed by the particulars or considered necessary by the Inspecting Officerwhether performed or made by the Inspecting Officer or any agency acting under the direction of the InspectingOfficer;(x) The delivery of the stores shall be deemed to take place on delivery of the stores in accordance with the termsof the contract, after approval by the Inspecting Officer if so provided in the contract #a. The consignee at his premises; orb. Where so provided, the interim consignee at his premises; orc. A carrier or other person named in the contract for the purpose of transmission to the consignee: ord. The consignee at the destination station in case of contract stipulating for delivery of stores at destinationstation.(xi) "Writing" or "Written" includes matter either in whole or in part, in manuscript, typewritten, lithographed,cyclostyled, photographed or printed under or over signature or seal, as the case may be.(xii) Words in the singular include the plural and vice-versa.(xiii) Words importing the masculine gender shall be taken to include the feminine gender and words importingpersons shall include any company or association or body of individuals, whether incorporated or not.(xiv) #The heading of these conditions shall not affect the interpretation or construction thereof.(xv) Terms and expression not herein defined shall have the meanings assigned to them in the Indian Sale ofGoods Act, 1930 (as amended) or the Indian Contract Act, 1872 (as amended) or the General Clauses Act, 1897 (asamended) as the case may be.(xvi) PARTIES: The parties to the contract are the "Contractor" and the "Purchaser", as defined above;(xvii) "Tender" means quotation / bid received from a firm / supplier.(xviii) "Goods" means the articles, material, commodities, livestock, furniture, fixtures, raw material, spares,instruments, machinery, equipment, industrial plant etc. which the supplier is required to supply to SPMCIL underthe contract. Other homologous terms are: Stores, Materials etc.(xix) "Services" means services allied and incidental to the supply of goods, such as transportation, installation,commissioning, provision of technical assistance, training, after sales service, maintenance service and other suchobligations of the supplier covered under the contract.(xx) "Earnest Money Deposit" (EMD) means monetary guarantee to be furnished by a Tenderer along with itstender.(xxi) "Performance Security" means monetary guarantee to be furnished by the successful Tenderer for dueperformance of the contract placed on it. Performance Security is also known as Security Deposit or PerformanceBank Guarantee.(xxii)"Consignee" means the person to whom the goods are required to be delivered as specified in the Contract. If

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

Tender Number:6000010492

the goods are required to be delivered to a person as an interim consignee for the purpose of dispatchdespatch toanother person as provided in the Contract then that "another" person is the consignee, also known as ultimateconsignee.(xxiii) "Specification" or "Technical Specification" means the drawing/ document/ standard that prescribes therequirement to which product or service has to conform.(xxiv) "Inspection" means activities such as measuring, examining, testing, analyzing, gauging one or morecharacteristics of the product or service and comparing the same with the specified requirement to determineconformity.(xxv) "Day" means calendar day.1.2 Abbreviations:"AAEC" means "Appreciable Adverse Effect on Competition" as per Competition Act"AAEC" means"Appreciable Adverse Effect on Competition" as per Competition Act"BG" means Bank Guarantee"BG" means Bank Guarantee"BL or B/L" means Bill of Lading"BL or B/L" means Bill of Lading"CD" means Custom Duty"CD" means Custom Duty"CIF" means Cost, Insurance and Freight Included"CIF" means Cost, Insurance and Freight Included"CMD" means Chairman and Managing Director"CMD" means Chairman and Managing Director"CPSU" means Central Public Sector Undertaking"CPSU" means Central Public Sector Undertaking"CST" means Central Sales Tax"CST" means Central Sales Tax"DDO" means Direct Demanding Officer in Rate Contracts"DDO" means Direct Demanding Officer in RateContracts"DGS&D" means Directorate General of Supplies and Disposals"DGS&D" means Directorate General ofSupplies and Disposals"DP" means Delivery Period"DP" means Delivery Period"ECS" means Electronic clearing system"ECS" means Electronic clearing system"ED" means Excise Duty"ED" means Excise Duty"EMD" means Earnest money deposit"EMD" means Earnest money deposit"EOI" means Expression of Interest (Tendering System)"EOI" means Expression of Interest (TenderingSystem)"ERV" means Exchange rate variations"ERV" means Exchange rate variations"FAS" means Free alongside shipment"FAS"means Free alongside shipment"FOB" means Freight on Board"FOB" means Freight on Board"FOR" means Free on Rail"FOR" means Free on Rail"GCC" means General Conditions of Contract"GCC" means General Conditions of Contract"GIT" means General Instructions to Tenderers"GIT" means General Instructions to Tenderers"GST" means Goods and Services Tax which will replace Sales Tax"GST" means Goods and Services Taxwhich will replace Sales Tax"H1, H2 etc" means First Highest, Second Highest Offers etc in Disposal Tenders"H1, H2 etc" means FirstHighest, Second Highest Offers etc in Disposal Tenders"Incoterms" means International Commercial Terms, 2000 (of ICC)"Incoterms" means InternationalCommercial Terms, 2000 (of ICC)"L1. L2 etc" means First or second Lowest Offer etc."L1. L2 etc" means First or second Lowest Offer etc."LC" means Letter of Credit"LC" means Letter of Credit"LD or L/D" means Liquidated Damages"LD or L/D" means Liquidated Damages"LSI" means Large Scale Industry"LSI" means Large Scale Industry"NIT" means Notice Inviting Tenders."NIT" means Notice Inviting Tenders."NSIC" means National small industries corporation"NSIC"means National small industries corporation"PQB" means Pre qualification bidding"PQB" means Pre qualification bidding"PSU" means Public Sector Undertaking"PSU" means Public Sector Undertaking"PVC" means Price variation clause"PVC" means Price variation clause"RC" means Rate contract"RC" means Rate contract"RR or R/R" means Railway Receipt"RR or R/R" means Railway Receipt"SBD" or"T E Document" means (Standard) BID / Tender Document

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec04.2

Tender Number:6000010492

"T E Document" means (Standard) BID / Tender Document"SCC" means Special Conditions of Contract"SCC" means Special Conditions of Contract"SIT" means Special Instructions to Tenderers"SIT" means Special Instructions to Tenderers"SPMCIL" means Security Printing and Minting Corporation Limited"SPMCIL" means Security Printing andMinting Corporation Limited"SSI" means Small Scale Industry"SSI" means Small Scale Industry"ST"means Sales Tax"ST" means Sales Tax"VAT" means Value Added Tax which is due to replace Sales Tax and CST"VAT" means Value Added Taxwhich is due to replace Sales Tax and CST

2. Application2.1. The General Conditions of Contract incorporated in this section shall be applicable for this purchase to theextent the same are not superseded by the Special Conditions of Contract (SCC) prescribed under Section V of thisdocument.2.2. General Conditions of the contract shall not be changed from one tender to other.2.3. Other Laws and Conditions That will Govern the Contract:Besides GCC and SCC following conditions and Laws will also be applicable and would be considered as part of thecontract:i. Indian Contracts Act, 1872ii. Sale of Goods Act, 1930iii. Arbitration and Conciliation Act, 1996iv. Competition Act, 2002 as amended by Competition (Amendment Act), 2007v. Contractor#s Tender Submissions including Revised Offer during Negotiations if anyvi. Conditions in other parts of the Tender Documentsvii. Correspondence including counter-offers if any; between the Contactor and SPMCIL during the TenderFinalizationviii. Notification of award and Contract Documentsix. Subsequent Amendments to the Contract 3. Use of contract documents and information3.1. The supplier shall not, without SPMCIL#s prior written consent, disclose the contract or any provision thereofincluding any specification, drawing, sample or any information furnished by or on behalf of SPMCIL in connectiontherewith, to any person other than the person(s) employed by the supplier in the performance of the contractemanating from this tender document. Further, any such disclosure to any such employed person shall be made inconfidence and only so far as necessary for the purposes of such performance for this contract.3.2. During the process of procurement of Security or Sensitive Machinery and Items, Tender Documents and thespecifications/ drawings of such items would be issued only to Vendors having security clearance within the validityof such clearance and he shall maintain absolute secrecy and strictly control the number of copies and access to thedocuments and copies thereof, in addition to safeguards mentioned in sub-para above.3.3. Further, the supplier shall not, without SPMCIL#s prior written consent, make use of any document orinformation mentioned in GCC sub-clause 3.1 above except for the sole purpose of performing this contract.3.4. Except the contract issued to the supplier, each and every other document mentioned in GCC sub-clause 3.1above shall remain the property of SPMCIL and, if advised by SPMCIL, all copies of all such documents shall bereturned to SPMCIL on completion of the supplier#s performance and obligations under this contract. 4. Patent Rights4.1. The supplier shall, at all times, indemnify SPMCIL, free of cost, against all claims which may arise in respect ofgoods & services to be provided by the supplier under the contract for infringement of any right protected by patent,registration of designs or trademarks. In the event of any such claim in respect of alleged breach of patent,registered designs, trademarks etc. being made against SPMCIL, SPMCIL shall notify the supplier of the same andthe supplier shall, at his own expenses take care of the same for settlement without any liability to SPMCIL. 5. Country of Origin5.1. All goods and services to be supplied and provided for the contract shall have the origin in India or in thecountries with which the Government of India has trade relations.5.2. The word "origin" incorporated in this clause means the place from where the goods are mined, cultivated,grown, manufactured, produced or processed or from where the services are arranged.

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec04.3

Tender Number:6000010492

6. Performance Bond/ Security6.1. Within twenty-one days after the issue of notification of award by SPMCIL, the supplier shall furnishperformance security to SPMCIL for an amount equal to ten per cent of the total value of the contract, valid up tosixty days after the date of completion of all contractual obligations by the supplier, including the warrantyobligations.6.2. The Performance security shall be denominated in Indian Rupees or in the currency of the contract and shall bein one of the following forms:a) Account Payee Demand Draft or Fixed Deposit Receipt drawn on any commercial bank in India, in favour of thesame official of SPMCIL as indicated in the clause 3 of NIT in reference to EMD.b) Bank Guarantee issued by a commercial bank in India, in the prescribed form as provided in section XV of thisdocument.6.3. In the event of any loss due to supplier#s failure to fulfill its obligations in terms of the contract, the amount ofthe performance security shall be payable to SPMCIL to compensate SPMCIL for the same.6.4. In the event of any amendment issued to the contract, the supplier shall, within twenty-one days of issue of theamendment, furnish the corresponding amendment to the Performance Security (as necessary), rendering the samevalid in all respects in terms of the contract, as amended.6.5. Subject to GCC sub-clause 6.3 above, SPMCIL will release the performance security without any interest to thesupplier on completion of the supplier#s all contractual obligations including the warranty obligations. 7. Technical Specifications and Standards7.1. The Goods & Services to be provided by the supplier under this contract shall conform to the technicalspecifications and quality control parameters mentioned in `Technical Specification# and #Quality ControlRequirements# under Sections VII and VIII of this document. 8. Packing and Marking8.1. The packing for the goods to be provided by the supplier should be strong and durable enough to withstand,without limitation, the entire journey during transit including transshipment (if any), rough handling, open storage etc.without any damage, deterioration etc. As and if necessary, the size, weights and volumes of the packing casesshall also take into consideration, the remoteness of the final destination of the goods and availability or otherwise oftransport and handling facilities at all points during transit upto final destination as per the contract.8.2. The quality of packing, the manner of marking within & outside the packages and provision of accompanyingdocumentation shall strictly comply with the requirements as provided in Technical Specifications and QualityControl Requirements under Sections VII and VIII and in SCC under Section V. In case the packing requirementsare amended due to issue of any amendment to the contract, the same shall also be taken care of by the supplieraccordingly.8.3. Packing instructions:Unless otherwise mentioned in the Technical Specification and Quality Control Requirements under Sections VIIand VIII and in SCC under Section V, the supplier shall make separate packages for each consignee (in case thereis more than one consignee mentioned in the contract) and mark each package on three sides with the followingwith indelible paint of proper quality:a) contract number and dateb) brief description of goods including quantityc) packing list reference numberd) country of origin of goodse) consignee#s name and full address andf) supplier#s name and address 9. Inspection and Quality Control9.1. SPMCIL and/ or its nominated representative(s) will, without any extra cost to SPMCIL, inspect and/ or test theordered goods and the related services to confirm their conformity to the contract specifications and other qualitycontrol details incorporated in the contract. SPMCIL shall inform the supplier in advance, in writing, SPMCIL#sprogramme for such inspection and, also the identity of the officials to be deputed for this purpose.9.2. The Technical Specification and Quality Control Requirements incorporated in the contract shall specify whatinspections and tests are to be carried out and, also, where and how they are to be conducted. If such inspectionsand tests are conducted in the premises of the supplier or its subcontractor(s), all reasonable facilities andassistance, including access to relevant drawings, design details and production data, shall be furnished by thesupplier to SPMCIL#s inspector at no charge to SPMCIL.

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec04.4

Tender Number:6000010492

9.3. If during such inspections and tests the contracted goods fail to conform to the required specifications andstandards, SPMCIL#s inspector may reject them and the supplier shall either replace the rejected goods or make allalterations necessary to meet the specifications and standards, as required, free of cost to SPMCIL and resubmitthe same to SPMCIL#s inspector for conducting the inspections and tests again.9.4. In case the contract stipulates pre-despatch inspection of the ordered goods at suppliers premises, the suppliershall put up the goods for such inspection to SPMCIL#s inspector well ahead of the contractual delivery period, sothat SPMCIL#s inspector is able to complete the inspection within the contractual delivery period.9.5. If the supplier tenders the goods to SPMCIL#s inspector for inspection at the last moment without providingreasonable time to the inspector for completing the inspection within the contractual delivery period, the inspectormay carry out the inspection and complete the formality beyond the contractual delivery period at the risk andexpense of the supplier. The fact that the goods have been inspected after the contractual delivery period will nothave the effect of keeping the contract alive and this will be without any prejudice to the legal rights and remediesavailable to SPMCIL under the terms & conditions of the contract.9.6. SPMCIL#s contractual right to inspect, test and, if necessary, reject the goods after the goods# arrival at thefinal destination shall have no bearing of the fact that the goods have previously been inspected and cleared bySPMCIL#s inspector during pre-despatch inspection mentioned above.9.7. Goods accepted by SPMCIL and/ or its inspector at initial inspection and in final inspection in terms of thecontract shall in no way dilute SPMCIL#s right to reject the same later, if found deficient in terms of the warrantyclause of the contract, as incorporated under GCC Clause 16. 10. Terms of Delivery10.1. Goods shall be delivered by the supplier in accordance with the terms of delivery specified in thecontract. 11. Transportation of Goods11.1. The supplier shall not arrange part-shipments and/ or transshipment without the express/ prior writtenconsent of SPMCIL.11.2. Instructions for transportation of domestic goods including goods already imported by the supplier underits own arrangement: In case no instruction is provided in this regard in the SCC, the supplier will arrangetransportation of the ordered goods as per its own procedure.11.3. Shipping Arrangement for Foreign Contracts: In the case of FOB/FAS contracts, shipping arrangementsshall be made by the Ministry of Shipping & Transport (Chartering Wing), New Delhi, INDIA, in accordance withdetails given in SBD Section XVIII. The Contractor shall give adequate, notice to the Forwarding Agents/Nomineesabout the readiness of the cargo from time to time and at least six weeks# notice in advance of the required positionfor finalising the shipping arrangements. In the case of C&F contracts, the Contractor shall arrange shipment inaccordance with the requirements of the Ministry of Shipping & Transport, New Delhi, INDIA, indicated in the sameSBD section (as applicable). 12. Insurance:12.2 Unless otherwise instructed in the SCC, the supplier shall make arrangements for insuring the goods againstloss or damage incidental to manufacture or acquisition, transportation, storage and delivery in the following manner:12.3 In case of supply of domestic goods on CIF destination basis, the supplier shall be responsible till the entirestores contracted for arrive in good condition at destination. The transit risk in this respect shall be covered by theSupplier by getting the stores duly insured. The insurance cover shall be obtained by the Supplier in its own nameand not in the name of SPMCIL or its Consignee.12.4 In the case of FOB and C&F offers for import of Goods, insurance shall be arranged by the Purchaser.However, the supplier must give sufficient notice to the Purchaser prior to the date of shipment, so that theInsurance Cover for the shipment can be activated. The Supplier must co-ordinate so as to ensure that theShipment sails only with Insurance cover in place.12.5 In case of Import of Goods, even in case where the insurance is paid by the Purchaser, and loss or damageshall be made good by the Contractor free of cost, without waiting for the settlement of insurance claim. Thepayment after settlement of insurance claim shall be reimbursed by the Purchaser to the Contractor. It will beentirely the responsibility of the Contractor to make good loss/damage without waiting for settlement of insuranceclaim so that machine is commissioned within the time specified in the contract. 13. Spare parts13.1. If specified in the List of Requirements and in the resultant contract, the supplier shall supply/ provide anyor all of the following materials, information etc. pertaining to spare parts manufactured and/ or supplied by the

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec04.5

Tender Number:6000010492

supplier:a) The spare parts as selected by SPMCIL to be purchased from the supplier, subject to the condition that suchpurchase of the spare parts shall not relieve the supplier of any contractual obligation including warranty obligations;andb) In case the production of the spare parts is discontinued:i. sufficient advance notice to SPMCIL before such discontinuation to provide adequate time to SPMCIL topurchase the required spare parts etc., andii. immediately following such discontinuation, providing SPMCIL, free of cost, the designs, drawings, layouts andspecifications of the spare parts, as and if requested by SPMCIL.13.2. Supplier shall carry sufficient inventories to assure ex-stock supply of consumable spares for the goodsso that the same are supplied to SPMCIL promptly on receipt of order from SPMCIL. 14. Incidental services14.1. Subject to the stipulation, if any, in the SCC (Section-V) and the Technical Specification (Section # VII),the supplier shall be required to perform any or all of the following services.a) Providing required jigs and tools for assembly, start-up and maintenance of the goodsb) Supplying required number of operation & maintenance manual for the goodsc) Installation and commissioning of the goodsd) Training of SPMCIL#s operators for operating and maintaining the goodse) Providing after sales service during the tenure of the contractf) Providing maintenance service after expiry of the warranty period of the goods if so incorporated in the contract14.2. Prices to be paid to the supplier by SPMCIL for any of the required incidental services, if not alreadyincluded in the contract price during the placement of the contract, shall be settled and decided in advance bySPMCIL and the supplier. However, such prices shall not exceed the contemporary rates charged by the supplier toother customers for similar services. 15. Distribution of Despatch Documents for Clearance/ Receipt of Goods15.1. The supplier shall send all the relevant despatch documents well in time to SPMCIL to enable SPMCIL toclear or receive (as the case may be) the goods in terms of the contract. Unless otherwise specified in the SCC, theusual documents involved and the drill to be followed in general for this purpose are as follows:15.2. For Domestic Goods, including goods already imported by the supplier under its own arrangement Within24 hours of despatch, the supplier shall notify SPMCIL, consignee, and others concerned if mentioned in thecontract, the complete details of despatch and also supply the following documents to them by registered post /speed post (or as instructed in the contract):(a) Supplier#s Invoice indicating, inter alia description and specification of the goods, quantity, unit price, totalvalue;(b) Packing list;(c) Insurance certificate;(d) Railway receipt/ Consignment note;(e) Manufacturer#s guarantee certificate and in-house inspection certificate;(f) Inspection certificate issued by SPMCIL#s inspector(g) Expected date of arrival of goods at destination and(h) Any other document(s), as and if specifically mentioned in the contract.15.3. For Imported Goods, within 3 days of dispatchdespatch, the supplier will Notify SPMCIL, consignee andother concerned if mentioned in the contract, the complete details of dispatchdespatch and also supply the followingdocuments to them by Courier (or as instructed in the Contract), besides advance intimation by Fax/ email:(a) Clean on Board Airway Bill/Bill of Lading (B/L)(b) Original Invoice(c) Packing List(d) Certificate of Origin from Seller#s Chamber of Commerce(e) Certificate of Quality and current manufacture from OEM(f) Dangerous Cargo Certificate, if any.(g) Insurance Policy of 110% if CIF/CIF contract.(h) Performance Bond/Warranty Certificate 16. Warranty16.1. The supplier warrants that the goods supplied under the contract is new, unused and incorporate all

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec04.6

Tender Number:6000010492

recent improvements in design and materials unless prescribed otherwise by SPMCIL in the contract. The supplierfurther warrants that the goods supplied under the contract shall have no defect arising from design, materials(except when the design adopted and / or the material used are as per SPMCIL#s specifications) or workmanship orfrom any act or omission of the supplier, that may develop under normal use of the supplied goods under theconditions prevailing in India.16.2. This warranty shall remain valid for twelve months after the goods or any portion thereof as the case maybe, have been delivered to the final destination and installed and commissioned at the final destination andaccepted by SPMCIL in terms of the contract or for fifteen months from the date of despatch from the supplier#spremises for domestic goods (including goods already imported by the supplier under its own arrangement) or foreighteen months after the date of shipment from the port of loading in the source country for imported goods offeredfrom abroad, whichever is earlier, unless specified otherwise in the SCC.16.3. In case of any claim arising out of this warranty, SPMCIL shall promptly notify the same in writing to thesupplier.16.4. Upon receipt of such notice, the supplier shall, with all reasonable speed (or within the period, if specifiedin the SCC), repair or replace the defective goods or parts thereof, free of cost, at the ultimate destination. Thesupplier shall take over the replaced parts/ goods after providing their replacements and no claim, whatsoever shalllie on SPMCIL for such replaced parts/ goods thereafter.16.5. In the event of any rectification of a defect or replacement of any defective goods during the warrantyperiod, the warranty for the rectified/ replaced goods shall be extended to a further period of twelve months from thedate such rectified / replaced goods starts functioning to the satisfaction of SPMCIL.16.6. If the supplier, having been notified, fails to rectify/ replace the defect(s) within a reasonable period (orwithin the period, if specified in the SCC), SPMCIL may proceed to take such remedial action(s) as deemed fit bySPMCIL, at the risk and expense of the supplier and without prejudice to other contractual rights and remedies,which SPMCIL may have against the supplier. 17. Assignment17.1. The Supplier shall not assign, either in whole or in part, its contractual duties, responsibilities andobligations to perform the contract, except with SPMCIL#s prior written permission. 18. Sub Contracts18.1. The Supplier shall notify SPMCIL in writing of all sub contracts awarded under the contract if not alreadyspecified in its tender. Such notification, in its original tender or later, shall not relieve the Supplier from any of itsliability or obligation under the terms and conditions of the contract.18.2. Sub contract shall be only for bought out items and sub-assemblies.18.3. Sub contracts shall also comply with the provisions of GCC Clause 5 ("Country of Origin"). 19. Modification of contract19.1. Once a contract has been concluded, the terms and conditions thereof will generally not be varied.However if necessary, SPMCIL may, by a written order given to the supplier at any time during the currency of thecontract, amend the contract by making alterations and modifications within the general scope of contract in any oneor more of the following:(a) Specifications, drawings, designs etc. where goods to be supplied under the contract are to be speciallymanufactured for SPMCIL,(b) mode of packing,(c) incidental services to be provided by the supplier(d) mode of despatch,(e) place of delivery, and(f) any other area(s) of the contract, as felt necessary by SPMCIL depending on the merits of the case.19.2. In the event of any such modification/ alteration causing increase or decrease in the cost of goods andservices to be supplied and provided, or in the time required by the supplier to perform any obligation under thecontract, an equitable adjustment shall be made in the contract price and/ or contract delivery schedule, as the casemay be, and the contract amended accordingly. If the supplier doesn#t agree to the adjustment made by SPMCIL,the supplier shall convey its views to SPMCIL within twenty one days from the date of the supplier#s receipt ofSPMCIL#s amendment / modification of the contract.19.3. Option Clause: By a suitable provision in the SCC, the Purchaser may reserve the right to increase theordered quantity by 25% at any time, till final delivery date of the contract, by giving reasonable notice even thoughthe quantity ordered initially has been supplied in full before the last date of Delivery Period.

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec04.7

Tender Number:6000010492

20. Prices20.1. Prices to be charged by the supplier for supply of goods and provision of services in terms of the contractshall not vary from the corresponding prices quoted by the supplier in its tender or during negotiations, if any, andincorporated in the contract except for any price adjustment authorized in the SCC. 21. Taxes and Duties21.1. Supplier shall be entirely responsible for all taxes, duties, fees, levies etc. incurred until delivery of thecontracted goods to SPMCIL.21.2. Further instruction, if any, shall be as provided in the SCC. 22. Terms and Mode of Payment: Unless specified otherwise in SCC, the terms of payments would be as follows:22.1. Unless otherwise specified in SCC, usual payment term is 100% on receipt and acceptance of goods bythe Purchaser and on production of all required documents by the supplier.22.2. For Domestic Goods: Unless otherwise specified in the SCC, payments to suppliers are usually made byaccount payee cheque or through ECS only.22.2.1. Where the terms of delivery is FOR dispatchingdispatching Station, the payment terms, depending on thevalue and nature of the goods, mode of transportation etc. maybe # 60% to 90% (as specified in SIT) on proof ofdispatchdespatch and other related documents and balance on receipt at site and acceptance by the consignee.22.2.2. Where the terms of delivery is CIF destination/delivery at site/FOR destination, usual payment term is100% on receipt and acceptance of goods by the consignee and on production of all required documents by thesupplier.22.2.3. Where goods to be supplied also need installation and commissioning by the supplier, the payment termsare generally as under:(a) For a contract with terms of delivery as FOR dispatching stationi. 60% on proof of dispatchdespatch along with other specified documentsii. 30% on receipt of the goods at site by the consignee and balanceiii. 10% on successful installation and commissioning and acceptance by the user department.(b) For a contract with terms of delivery as CIF destination/ Delivery at site/FOR destinationi. 90% on receipt and acceptance of goods by the consignee at destination and on production of all requireddocuments by the supplierii. 10% on successful installation and commissioning and acceptance by the consignee. 22.3. For Imported Good: Unless otherwise specified in SCC, payments are made through an irrevocableLetter of Credit (LC).(a) Cases where Installation, Erection and Commissioning (if applicable) are not the responsibility of the Supplier #100 % net FOB/FAS price is to be paid against invoice, shipping documents, inspection certificate (whereapplicable), manufacturers# test certificate, etc.(b) Cases where Installation, Erection and Commissioning are the responsibility of the Supplier # 80% - 90% netFOB/FAS price (as specified in the SCC) will be paid against invoice, inspection certificate (where applicable),shipping documents etc. and balance within 21 - 30 days of successful installation and commissioning at theconsignee#s premises and acceptance by the consignee.(c) Payment of Agency Commission against FOB/FAS Contract # Entire 100% agency commission is generallypaid in Indian Rupees; after all other payments have been made to the supplier in terms of the contract.22.4. Unless specified otherwise in the SCC, the following general conditions will apply for payment to thesupplier.22.5. The payment shall be made in the currency / currencies authorized in the contract.22.6. The supplier shall send its claim for payment in writing as per Section XIX # " Proforma for Bill forPayments", when contractually due, along with relevant documents etc., duly signed with date, as specified in SCCand in a manner as also specified therein.22.7. While claiming payment, the supplier is also to certify in the bill that the payment being claimed is strictlyin terms of the contract and all the obligations on the part of the supplier for claiming that payment has been fulfilledas required under the contract.22.8. The important documents which the supplier is to furnish while claiming payment are:a) Original Invoiceb) Packing Listc) Certificate of country of origin of the goods from seller#s Chamber of Commerce.d) Certificate of pre-dispatchdespatch inspection by SPMCIL#s representative/ nominee

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec04.8

Tender Number:6000010492

e) Manufacturer#s test certificatef) Performance/ Warrantee Bondg) Certificate of Insuranceh) Clean on Bill of lading/ Airway bill/ Rail receipt or any other dispatchdespatch document, issued by agovernment agency (like postal department) or an agency duly authorized by the concerned ministry/ departmenti) Consignee#s Certificate confirming receipt and acceptance of goodsj) Dangerous Cargo Certificate, if any, in case of Imported Goods.k) Any other document specified.22.9. While claiming reimbursement of duties, taxes etc. (like sales tax, excise duty, custom duty) fromSPMCIL, as and if permitted under the contract, the supplier shall also certify that, in case it gets any refund out ofsuch taxes and duties from the concerned authorities at a later date, it (the supplier) shall refund to SPMCIL,SPMCIL#s share out of such refund received by the supplier. The supplier shall also refund the applicable amount toSPMCIL immediately on receiving the same from the concerned authorities.22.10. In case where the supplier is not in a position to submit its bill for the balance payment for want ofreceipted copies of Inspection Note from the consignee and the consignee has not complained about thenon-receipt, shortage, or defects in the supplies made, balance amount will be paid by the paying authority withoutconsignee#s receipt certificate after three months from the date of the preceding part payment for the goods inquestion, subject to the following conditions:a) The supplier will make good any defect or deficiency that the consignee (s) may report within six months fromthe date of despatch of goods.b) Delay in supplies, if any, has been regularized.c) The contract price where it is subject to variation has been finalized.d) The supplier furnishes the following undertakings:"I/ We, __________________ certify that I/ We have not received back the Inspection Note duly receipted by theconsignee or any communication from SPMCIL or the consignee about non-receipt, shortage or defects in the goodssupplied. I/ We ______ agree to make good any defect or deficiency that the consignee may report within threemonths from the date of receipt of this balance payment or six months from the date of despatch whichever is later.. 23. Delay in the supplier#s performance23.1. The time for and the date specified in the contract or as extended for the delivery of the stores shall bedeemed to be the essence of the contract and the supplier shall deliver the goods and perform the services underthe contract within the time schedule specified by SPMCIL in the List of Requirements and as incorporated in thecontract.23.2. Subject to the provision under GCC clause 28, any unexcused delay by the supplier in maintaining itscontractual obligations towards delivery of goods and performance of services shall render the supplier liable to anyor all of the following sanctions besides any administrative action:a) imposition of liquidated damages,b) forfeiture of its performance security andc) termination of the contract for default.23.3. If at any time during the currency of the contract, the supplier encounters conditions hindering timelydelivery of the goods and performance of services, the supplier shall promptly inform SPMCIL in writing about thesame and its likely duration and make a request to SPMCIL for extension of the delivery schedule accordingly. Onreceiving the supplier#s communication, SPMCIL shall examine the situation as soon as possible and, at itsdiscretion, may agree to extend the delivery schedule, with or without liquidated damages for completion ofsupplier#s contractual obligations by issuing an amendment to the contract.23.4. When the period of delivery is extended due to unexcused delay by the supplier, the amendment letterextending the delivery period shall, inter alia contain the following conditions:a) SPMCIL shall recover from the supplier, under the provisions of the clause 24 of the General Conditions ofContract, liquidated damages on the goods and services, which the Supplier has failed to deliver within the deliveryperiod stipulated in the contract.b) That no increase in price on account of any ground, whatsoever, including any stipulation in the contract forincrease in price on any other ground and, also including statutory increase 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 the goods andservices specified in the contract, which takes place after the date of delivery stipulated in the contract shall beadmissible on such of the said goods and services as are delivered and performed after the date of the delivery

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec04.9

Tender Number:6000010492

stipulated in the contract.c) But nevertheless, SPMCIL shall be entitled to the benefit of any decrease in price on account of reduction in orremission of customs duty, excise duty, sales tax or any other duty or tax or levy or on account of any other grounds,which takes place after the expiry of the date of delivery stipulated in the contract.23.5. The supplier shall not despatch the goods after expiry of the delivery period. The supplier is required toapply to SPMCIL for extension of delivery period and obtain the same before despatch. In case the supplierdespatches the goods without obtaining an extension, it would be doing so at its own risk and no claim for paymentfor such supply and / or any other expense related to such supply shall lie against SPMCIL. 24. Liquidated damages24.1. Subject to GCC clause 28, if the supplier fails to deliver any or all of the goods or fails to perform theservices within the time frame(s) incorporated in the contract, SPMCIL shall, without prejudice to other rights andremedies available to SPMCIL under the contract, deduct from the contract price, as liquidated damages, a sumequivalent to the ½% percent (or any other percentage if prescribed in the SCC) of the delivered price of the delayedgoods and/ or services for each week of delay or part thereof until actual delivery or performance, subject to amaximum deduction of the 10% (or any other percentage if prescribed in the SCC) of the delayed goods# orservices# contract price(s). During the above mentioned delayed period of supply and / or performance, theconditions incorporated under GCC sub-clause 23.4 above shall also apply.

25. Custody and Return of SPMCIL Materials/ Equipment/ Documents loaned to Contractor25.1. Whenever stores are required to be issued to the firm/contractor for fabrication or prototypes orsub-assemblies are issued for guidance in fabrication, these would be issued against appropriate Bank Guaranteeas specified in SCC. In addition to the Bank Guarantee, appropriate insurance may be asked if specified in the SCC.25.2. All drawings and samples issued to the contractor in connection with the contract must be returned byhim. Final payment will be withheld if this is not done, besides any other sanction deemed fit by SPMCIL. 26. Termination for default26.1. SPMCIL, without prejudice to any other contractual rights and remedies available to it (SPMCIL), may, bywritten notice of default sent to the supplier, terminate the contract in whole or in part, if the supplier fails to deliverany or all of the goods or fails to perform any other contractual obligation(s) within the time period specified in thecontract, or within any extension thereof granted by SPMCIL pursuant to GCC sub-clauses 23.3 and 23.4.26.2. In the event of SPMCIL terminates the contract in whole or in part, pursuant to GCC sub-clause 26.1above, SPMCIL may procure goods and/ or services similar to those cancelled, with such terms and conditions andin such manner as it deems fit at the "Risk and Cost" of the supplier and the supplier shall be liable to SPMCIL forthe extra expenditure, if any, incurred by SPMCIL for arranging such procurement.26.3. Unless otherwise instructed by SPMCIL, the supplier shall continue to perform the contract to the extentnot terminated. 27. Termination for insolvency27.1. If the supplier becomes bankrupt or otherwise insolvent, SPMCIL reserves the right to terminate thecontract at any time, by serving written notice to the supplier without any compensation, whatsoever, to the supplier,subject to further condition that such termination will not prejudice or affect the rights and remedies which haveaccrued and / or will accrue thereafter to SPMCIL. 28. Force Majeure28.1. In the event of any unforeseen event directly interfering with the supply of stores arising during thecurrency of the contract, such as war, hostilities, acts of the public enemy, civil commotion, sabotage, fires, floods,explosions, epidemics, quarantine restrictions, strikes, lockouts, or acts of God, the Contractor shall, within a weekfrom the commencement thereof, notify the same in writing to the Purchaser with reasonable evidence thereof.Unless otherwise directed by SPMCIL in writing, the supplier shall continue to perform its obligations under thecontract as far as reasonably practical, and shall seek all reasonable alternative means for performance notprevented by the Force Majeure event. If the force majeure condition(s) mentioned above be in force for a period of90 days or more at any time, either party shall have the option to terminate the contract on expiry of 90 days ofcommencement of such force majeure by giving 14 days# notice to the other party in writing. In case of suchtermination, no damages shall be claimed by either party against the other, save and except those which hadoccurred under any other clause of this contract prior to such termination.28.2. Notwithstanding the provisions contained in GCC clauses 23, 24 and 26, the supplier shall not be liablefor imposition of any such sanction so long the delay and/ or failure of the supplier in fulfilling its obligations under

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec04.10

Tender Number:6000010492

the contract is the result of an event of Force Majeure.28.3. In case due to a Force Majeure event SPMCIL is unable to fulfill its contractual commitment andresponsibility, SPMCIL will notify the supplier accordingly and subsequent actions taken on similar lines described inabove sub-paragraphs. 29. Termination for convenience29.1. SPMCIL reserves the right to terminate the contract, in whole or in part for its (SPMCIL#s) convenience,by serving written notice on the supplier at any time during the currency of the contract. The notice shall specify thatthe termination is for the convenience of SPMCIL. The notice shall also indicate inter-alia, the extent to which thesupplier#s performance under the contract is terminated, and the date with effect from which such termination willbecome effective.29.2. The goods and services which are complete and ready in terms of the contract for delivery andperformance within thirty days after the supplier#s receipt of the notice of termination shall be accepted by SPMCILfollowing the contract terms, conditions and prices. For the remaining goods and services, SPMCIL may decide:a) to get any portion of the balance completed and delivered at the contract terms, conditions and prices; and / orb) to cancel the remaining portion of the goods and services and compensate the supplier by paying an agreedamount for the cost incurred by the supplier towards the remaining portion of the goods and services. 30. Governing language30.1. The contract shall be written in Hindi or English language following the provision as contained in GITclause 2. All correspondence and other documents pertaining to the contract, which the parties exchange, shall alsobe written accordingly in that language. 31. Notices31.1. Notice, if any, relating to the contract given by one party to the other, shall be sent in writing or by cableor telex or facsimile and confirmed in writing. The procedure will also provide the sender of the notice, the proof ofreceipt of the notice by the receiver. The addresses of the parties for exchanging such notices will be the addressesas incorporated in the contract.31.2. The effective date of a notice shall be either the date when delivered to the recipient or the effective datespecifically mentioned in the notice, whichever is later. 32. Code of EthicsSPMCIL as well as Bidders, Suppliers, Contractors, and Consultants under SPMCIL contracts shall observe thehighest standard of ethics during the procurement or execution of such contracts. In pursuit of this policy, for thepurposes of this provision, the terms set forth below are defined as follows:(a) "Corrupt practice" means the offering, giving, receiving, or soliciting, directly or indirectly, of anything of value toinfluence the action of a public official in the procurement process or in contract execution;(b) "Fraudulent practice" means a misrepresentation or omission of facts in order to influence a procurementprocess or the execution of a contract;(c) "Collusive practice" means a scheme or arrangement between two or more Bidders, with or without theknowledge of the Purchaser, designed to establish bid prices at artificial, non competitive levels; and(d) "Coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property toinfluence their participation in the procurement process or affect the execution of a contract.(e) A particular violation of ethics may span more than one of above mentioned unethical practices.32.1. The following policies will be adopted in order to maintain the standards of ethics during procurement:(a) A proposal for award will be rejected if it is determined that the Bidder recommended for award has, directly orthrough an agent, engaged in corrupt, fraudulent, collusive or coercive practices in competing for the Contract inquestion.(b) A contract will be cancelled if it is determined at any time that SPMCIL representatives/ officials have directly orindirectly, engaged in corrupt, fraudulent, collusive or coercive practices during the procurement or the execution ofthat contract.(c) In case any individual staff is found responsible, suitable disciplinary proceedings should be initiated againstsuch staff under the applicable government conduct rules. The existing provisions under the Indian law including theinstructions of Central Vigilance Commission should be followed in this regard.(d) Firms or individuals shall be banned/ blacklisted after following due process, including declaring them ineligible,either indefinitely or for a stated period of time, to be awarded a SPMCIL contract, if it at any time determines thatthey have, directly or through an agent, engaged in corrupt, fraudulent, collusive or coercive practices in competingfor, or in executing, a SPMCIL contract.

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec04.11

Tender Number:6000010492

33. Resolution of disputes33.1. If dispute or difference of any kind shall arise between SPMCIL and the supplier in connection with orrelating to the contract, the parties shall make every effort to resolve the same amicably by mutual consultations. Ifthe parties fail to resolve their dispute or difference by such mutual consultation within twenty one days of itsoccurrence, then, unless otherwise provided in the SCC, either SPMCIL or the supplier may seek recourse tosettlement of disputes through arbitration as per The Arbitration and conciliation Act 1996 as per following clause.33.2. Arbitration Clause:- If both parties fail to reach such amicable settlement, then either party (thePurchaser or Seller) may within 21 days of such failure give a written notice to the other party requiring that allmatters in dispute or difference be arbitrated upon. Such written notice shall specify the matters which are indifference or of difference of which such written notice has been given and no other matter shall be referred to thearbitration in accordance with the conciliation and arbitration rules of International Chamber of Commerce(ICC)/United National Commission on International Trade Law (UNCITRL) by three arbitrators appointed inaccordance with the procedure set out in clause below. The arbitration proceeding shall be held in New Delhi andshall be conducted in English language. All documentation to be reviewed by the arbitrators and/ or submitted by theparties shall be written or translated into English. Venue of arbitration shall be New Delhi. The arbitrator orarbitrators appointed under this article shall have the power to extend time to make the award with the consent ofthe parties. Pending reference to arbitration, the parties shall make all endeavours to complete the contract/work inall respects and all disputes, if any, will finally be settled in the arbitration. 34. Applicable Law34.1. The contract shall be interpreted in accordance with the laws of India.34.2. Irrespective of the place of delivery, or the place of performance or the place of Payments under thecontract, the contract shall be deemed to have been made at the place from which the notification of acceptance ofthe tender has been issued.34.3. The courts of the place from where the notification of acceptance has been issued # shall alone havejurisdiction to decide any dispute arising out or in respect of the contract. 35. Secrecy35.1. The Contractor shall take all reasonable steps necessary to ensure that all persons employed in anywork in connection with the contract, have full knowledge of the Official Secrets Act and any regulations framedthereunder.35.2. Any information obtained in the course of the execution of the contract by the Contractor,; his servants oragents or any person so employed, as to any matter whatsoever, which would or might be directly or indirectly, ofuse to any enemy of India, must be treated secret and shall not at any time be communicated to any person.35.3. Any breach of the aforesaid conditions shall entitle the Purchaser to cancel the contract and to purchaseor authorise the purchase of the stores at the risk and cost of the Contractor, In the event of such cancellation, thestores or parts manufactured in the execution of the contract shall be taken by the Purchaser at such price as heconsiders fair and reasonable and the decision of the Purchaser as to such price shall be final and binding on theContractor.Part II: Additional General Conditions of Contract for specific Types of Tenders in addition/ modificationto clauses mentioned above: 36. Disposal/ Sale of Scrap by Tender36.1 During the currency of contract, no variation in price or rate shall be admissible.36.2 Payment and Default36.2.1 Payment may be made in the form of cash or Demand Draft /Pay order issued by any scheduledcommercial bank and drawn in favor of the Account mentioned in the NIT.36.2.2 No interest will be paid to the purchaser for the amounts paid or deposited with the SPMCIL andsubsequently found refundable to the purchaser under any of the conditions of the contract.36.2.3 If the purchaser fails to deposit sale value for a sold lot within the allowed period as per relevant clauseSPMCIL may forfeit the security deposit. Requests for an extension of this period, made by the purchaser may beconsidered by the SPMCIL and may at its discretion, on the merits of the case, allow further time not excluding 50days from the date of the contract. Interest shall be leviable on such amount at a rate 2% per annum higher than thePLR of State Bank of India, from the date of expiry of the payment date to actual date of payment (actual date ofpayment inclusive).36.2.4 The lot or lots in respect of which forfeiture has been made, shall be deemed to have been abandonedby the purchaser to all intents and purposes and may be re-sold or otherwise disposed of at the discretion of theSPMCIL without reference to the purchaser concerned and without incurring any liability on part of SPMCIL

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec04.12

Tender Number:6000010492

whatsoever in respect there under.36.2.5 In case extension is granted by SPMCIL and due to late payment of sale amount the delivery cannot becompleted by the purchaser, in accordance with the relevant clause of Special Conditions of Tender sale, thenground rent shall also be leviable as per relevant clause of Special Conditions of Tender sale.36.2.6 On production of proof of having made payment, nominated authority shall issue a delivery orderauthorizing the purchaser to take delivery of the Scrap Materials.36.3 Deliveries, Delays and Breach of Contact36.3.1 The Title of goods or material sold shall not be deemed to have been passed to the Purchaser/ Bidderuntil and unless the full and final payment has been made by the purchaser, in accordance with the contract to theSPMCIL and the authorized Officer has issued the Delivery Order in favor of the purchaser. The materials sold maybe removed from the premises only on production of the cash receipt for the payment and a delivery order from theOfficer authorized by the SPMCIL.36.3.2 Unless specified otherwise in SIT, delivery period for lifting of material shall be within 60 days from thedate of finalization of contract agreement.36.3.3 The work of delivery will be supervised by Stock Holder or his authorized representative, representativeof accounts Department and Security Staff duly authorized by SPMCIL for the propose of delivery. Delivery will beallowed during working hours.36.3.4 No delivery of or materials sold shall be given on Sundays, Gazetted holidays and other shall holidaysobserved by SPMCIL. The delivery of the goods or material shall be effected from the premises concerned onlyduring its normal working hours. In order to complete the delivery within the working hours all loading must ceasehalf an hour before the normal closing time of the concerned premises. The decision of the SPMCIL with regard tothe working hour shall be final and binding on the purchaser. Purchaser will not be allowed to lift the Scrap Materialfrom more than one location at a time.36.3.5 The purchased stores will be carried away by the purchaser at his risk and no claims against the SPMCILwill be entertained for shortage in weight which may be discovered after the materials have left the premiseswherefrom delivery is taken. If required the purchaser shall provide his own bags, cases or other receptacles for theremoval of the scrap.36.3.6 The SPMCIL shall not be responsible for any accident that may occur to purchaser#s labors/servants forany reasons whatsoever. The purchaser will himself have to ensure the safety of his workers and shall be liable topay claims, whatsoever if any. SPMCIL will not carry any responsibility of such payments. The purchaser will beresponsible to supply personal protection equipments to his labour/servant and staff and no additional charges areadmissible for the same.36.3.7 The materials sold, shall be removed by the purchaser within the period specified in relevant clause ofSpecial Condition of Sale.36.3.8 If due to any default on the part of the SPMCIL, the purchaser is unable to remove the materials soldwithin the specified period, the SPMCIL may extend the period therefore and in such an event purchaser will beentitled to take delivery of the goods or the materials sold within such extended Delivery period.36.3.9 If contractor fails to lift sold scrap within the specified period, penalty shall be levied at the rate of 0.5%per day of the value of un-removed Scrap. Moreover the material shall remain at the purchaser#s risk until removalthereof. Further SPMCIL will be entitled to charge the ground rent as stated in relevant Para of SCC, for the area inwhich the materials sold are kept or stored # which would be recovered by the SPMCIL from the Purchaser beforeremoval of the material and in the event of default in payment thereof, the SPMCIL at may its discretion shall beentitled to order the re-sale of such materials and forfeit the Security deposit or sale amount or both, paid by thepurchaser.36.3.10 If the purchaser makes slow progress with his contract and the SPMCIL is of opinion that he may fail tofulfill the contract within the time specified in the conditions of sale, it will be lawful for the SPMCIL to cancel thewhole contract or such portion thereof as may not have been completed and the SPMCIL shall be at liberty todispose off the goods in any manner at the risk and expense of the purchaser.36.3.11 The purchaser will have to comply with the provisions of the Contract Labour (Regulations and AbolitionAct 1970 and Central Rules 1971 and obtain license from the Assistant Labour Commissioner or the competentauthorities empowered to issue such license. Any failure on the part of the purchaser in this regard will be at his riskand consequences. He shall comply with Workman#s Compensation Act 1923, Payment of Wages Act 1936, andMinimum Wages Act 1948 and all the other related statutory and legal provisions and obligations. The purchasershall also indemnity the SPMCIL against any claim / liabilities that may occur to the contractor#s labors and servants

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec04.13

Tender Number:6000010492

due to any reasons whatsoever.If the purchaser makes default in complying with any of the condition of the contract, the sale of lot or lots in respectof which such default is made may be cancelled and such lot or lots may be put up again for sale and in such anevent if a lower price is offered and accepted for such lot or lots then the purchaser shall be liable to pay thedifference in price thereof together with all expenses occasioned by such resale in default to the SPMCIL providedfurther that the purchaser in default shall not be entitled to claim any profit which may arise from such resale.

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec04.14

Tender Number:6000010492

Section V: Special Conditions of Contract (SCC)The following Special Conditions of Contract (SCC) will apply for this purchase. The corresponding clauses ofGeneral Conditions of Contract (GCC) relating to the SCC stipulations have also been incorporated below. TheseSpecial Conditions will modify/ substitute/ supplement the corresponding (GCC) clauses.Whenever there is any conflict between the provision in the GCC and that in the SCC, the provision contained in theSCC shall prevail.(Clauses of GCC listed below include a possibility for variation in their provisions through SCC. There could be otherclauses in SCC as deemed fit)

Sl.No.

GCC ClauseNo.

Topic SCC Provision

01 8.2 Packing and Marking As applicable

02 11.2 Transportation of Domestic Goods As applicable on F.O.R. SPP Basis

03 12.2 Insurance As applicable

04 14.1 Incidental Services As applicable

05 15 Distribution of Dispatch Documents forclearance/ Receipt of Goods

As applicable

06 16.2, 16.4 Warrantee Clause As applicable

07 19.3 Option Clause Not Applicable

08 20.1 Price Adjustment Clause Not Applicable

09 21.2 Taxes and Duties HSN/SAC code and GST% should be mentionedfor the service. GST registration number of thefirm should also be mentioned.

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

Terms and Mode of payments 80% payment of the material cost upon receipt ofmaterial and balance 20% payment of the cost ofmaterial + 100% payment towards installation,commissioning, testing & training after completionof FAT and issue of FAC.

11 24.1 Quantum of LD As applicable

12 25.1 Bank Guarantee and Insurance for MaterialLoaned to Contractor

Not applicable

13 33.1 Resolution of Disputes 33.2, Venue of all Arbitration will be Hyderabad

14 36.3.2, 36.3.9 Disposal/ Sale of Scrap by Tender Not applicable

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

Tender Number:6000010492

Section VI: List of RequirementsScheduleNo.

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

Accounting Unit Quantity Amount ofEarnestMoney

Remarks

1 Fire Alarm detection &Announce system

SET 1.000 135000.00INR 0.00

LATEQUOTATIONSWILL NOT BEACCEPTED

1. Description of material : Design, Supply, Installation, Testing, Commissioning and Training of Intelligent AnalogSoft-Addressable Fire Alarm Detection & Annunciation System on Turnkey basis in various areas of SPP,Hyderabad - Qty 1 Set as per Section - VII "Technical Specifications".

2. Delivery Schedule:a) Supply of all Equipment/deliverables to be made within Two(2)Months from the date of issue of Purchase Orderandb) Installation, Testing & Commissioning to be completed within a period of 06 months, thereafter.

3. Only the firms agreeing to the above mentioned delivery schedule, will be considered for this tender.

4. All the copies of tenders shall be complete in all respects with all their attachment/enclosures duly numbered andsigned on each and every page.

5. Price bid should be submitted as per format in Section XI. Rate quoted should be on firm price basis. Vagueoffers like duties as applicable will not be considered.

6. The firm should not have been blacklisted /debarred for dealing by Government of India / State Governments /Central or State PSU / Autonomous bodies / Government agencies etc., in any manner and an undertaking shouldbe submitted along with the Bid to this effect.

7. Warranty: One year from completion of Final Acceptance Test.

8. This is a turnkey project and cannot be split in different ratios.

9. The tender fee and Earnest Money Deposit amount is exempted for MSEs in compliance with Public ProcurementPolicy for MSEs order, 2012, provided that the tendered item is listed in registration certificate. Also the firm needsto provide a proof regarding current registration which should be valid on the date of Tender opening.

9.1. The Earnest Money should be furnished in any one of the following forms (a) Account Payee Demand Draft or(b) Fixed Deposit Receipt or (c) Bankers Cheque.

9.2. The Earnest Money shall be valid up to a period of six months from the date of validity of the tender.

9.3. The L1 firm shall be issued the Notification of Award of Contract (NAC). After issue of NAC the successfulbidder will be required to pay 10% of the value of the contract to Security Printing Press, Hyderabad, India as aPerformance Security. The Performance Bond/Security Deposit shall be valid up to 36 months from the date ofissue. This period is inclusive of warranty period of 1 year from completion of Final Acceptance Test.If due to any reason the Final Acceptance Test is delayed/ extended then the validity of the Performance Securityshall be extended accordingly by the firm.

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

Tender Number:6000010492

9.4. Both the Earnest Money Deposit and Performance Security in the form of Performance Bond/Security Deposit,shall be payable in favour of "General Manager, Security Printing Press, Hyderabad" and shall be drawn on any"Scheduled Commercial Bank" in India.

10. MSE firms owned by Schedule Caste / Schedule Tribes entrepreneurs should produce documentary evidence ofthe same at the time of submitting offer. No claim will be admitted after opening of tender.

11. The firm should indicate the following information regarding capacity and performance:

a) Name of the system being installed.b) Total Annual Capacity of the manufacturer.c) Supply orders in hand and proportionate capacity to supply required system.

12. LICENSES AND PERMITS : Wherever applicable, the successful bidder shall ensure himself and also satisfythe General Manager, Security Printing Press, Hyderabad, a Unit of Security Printing And Minting Corporation ofIndia Limited, that the successful bidder possesses the legal license / permit to use a particular product / process/design / patent. The successful bidder shall be held responsible for all the civil/criminal and tortuous consequencesarising from any claim from any third party in this regard.

13. RISK PURCHASE:(a) If the supplier after submission of tender and due acceptance of the same i.e. after issue of Notification ofAward of Contract fails to abide by the terms and conditions of these tender documents, or fails to supply thedeliverables as per delivery schedule given or at any time repudiates the contract, the purchaser shall have the rightto:

i: Forfeiture of the EMD and

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

(b) For all the purpose the Notification of Award of contract will be considered acceptance of tender and formalcontract pending signing of agreement. Supplier has to abide by all the terms and conditions of tender

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

Required Delivery Destination: At Security Printing Press, Mint Compound, Saifabad Hyderabad 500063, Telangana

Preferred mode of Transportation: By Road through registered common carrier.

14. LIQUIDATED DAMAGES: Subject to GCC clause 28, if the supplier fails to deliver any or all of the goods or failsto perform the services within the time frame(s) incorporated in the contract, SPMCIL shall, without prejudice toother rights and remedies available to SPMCIL under the contract, deduct from the contract price, as liquidateddamages, a sum equivalent to the 0.5% percent (or any other percentage if prescribed in the SCC) of the deliveredprice of the delayed goods and/or services for each week of delay or part thereof until actual delivery orperformance, subject to a maximum deduction of the 10% (or any other percentage if prescribed in the SCC) of thedelayed goods' or services' contract price(s). During the above mentioned delayed period of supply and/orperformance, the conditions incorporated under GCC sub-clause 23.4 above shall also apply.

15. (GIT 20.8) SIGNING AND SEALING OF TENDERS: Pre-Qualification Bid, Technical Bid, and Price bid are to be

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

Tender Number:6000010492

submitted in three separate double sealed envelopes on or before the due date of submission of tenders. It may benoted that the price is not to be quoted either in the Pre-Qualification Bid or Technical bid. It shall only be quoted inPrice bid. Non-adherence to this shall make tender liable for rejection. The envelopes containing bids shall be superscribed as PRE-QUALIFICATION BID, TECHNICAL BID and PRICE BID, as the case may be, for " Design, Supply,Installation, Testing, Commissioning and Training of Intelligent Analog Soft-Addressable Fire Alarm Detection &Annunciation System on Turnkey basis in various areas of SPP, Hyderabad - Qty 1 Set." along with the tendernumber. The sealed envelopes shall again be put in another sealed cover and should be superscribed as " Design,Supply, Installation, Testing, Commissioning and Training of Intelligent Analog Soft-Addressable Fire AlarmDetection & Annunciation System on Turnkey basis in various areas of SPP, Hyderabad - Qty 1 Set, due date as perSection 1 (NIT) along with the tender number, name of the bidder firm and the name of the manufacturer if thebidder firm is an agent, in the following format:

Tender Number-Tender Name-Date of tender opening-Bidder firm name-Manufacturer name-

16. Late tenders shall not be accepted. Tenderers shall submit their offers only on prescribed forms. Tender bytelegram/fax /e-mail shall not be accepted. Tender by post/ hand/ courier received on or before the due date andtime shall be accepted. Postal delay/ delay by courier service etc. shall not be condoned after the due date and time.

17. Tenders shall be submitted in parts as below:

PART-I-PRE-QUALIFICATION BID:

(a) Containing un-priced tender documents consisting of experience, past performance, capacity/capability relateddata, financial standing data, declaration etc. as specified under Section IX in this tender document.(b) Earnest Money Deposit.(c) Tender document fee.(d) Non-Blacklist Declaration - The firm should give a declaration that the firm have not have been blacklisted/debarred for dealing by Government of India / any State Governments / Central or State PSU / Autonomous bodies/ Government agencies etc., in any manner (both Agent firm & Principal manufacturer).(e) Manufacturers authorization letter, if the bidder is not the manufacturer.(f) Complete postal address with contact numbers and name of the authorized contact person of the bidder and themanufacturer, if the bidder firm is not the manufacturer.(g) The bidder is requested to provide the financial standings of the principal manufacturer like Balance Sheet, Profit& Loss account statement, Income statement etc. in English language only, duly certified by the CharteredAccountants(CA) in India.(h) List of customers to whom this material is supplied in last 5 years, ending 31st March 2017, with relevant P.O.copies, invoice, Delivery challans etc.

PART-II-TECHNICAL BID :

(a) The Tenderer shall submit detailed technical offer as per technical specifications given in Section VII and list ofrequirement given in section VI of this tender document.(b) The tenderer has to download and submit the acceptance of all section of this tender document (GIT, SIT, SCC,GCC), Technical specifications, List of Requirement, Tender form, Questionnaire, etc. by filling up the forms andaffixing their companies official stamp and signing at each page of the tender document. THE PRICE IS NOT TO BEFILLED IN THE TENDER FORM.(c) The bidder firm shall submit the blank Price Bid clearly mentioning all the elements including percentage of tax,duty as applicable, but excluding the actual price. Mentioning the Price anywhere in the Technical Bid will lead todisqualification of the firm from the tender evaluation process.

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

Tender Number:6000010492

PART III-PRICE BID :

The tenderers shall quote the prices strictly as per the proforma given in Section-XI of the tender document.

18. Pre-Bid Conference (Ref-Sr No: 2 of Section III): The Pre-Bid conference will be held on 09-04-2018 at 11.00AM in the Admin Block of SPP Hyderabad. The prospective bidders are requested to attend the pre-bid conferencefor clarification on Pre-Qualification and Technical Issues. The queries of Pre-Bid conference if any should reach toGeneral Manager, Security Printing Press, Hyderabad on or before 05-04-2018. In writing by letter / fax / email.

19. Applicability of Octroi and Local taxes (Ref-Sr No: 5 of Section III):i) The tenderer should quote the exact percentage of GST that they will be charging extra.ii) The tenderer while quoting for tenders should give the following declaration:"We agree to pass on such additional set off / input tax credit as may become available in respect of all the inputsused in the manufacture of the final product on the date of supply under the GST scheme by way of reduction inprice and advise the purchaser accordingly."iii) The supplier while claiming the payment shall furnish the following certificate to the paying authorities:"We hereby declare that additional set offs / input tax credit to the tune of Rs. Has accrued and accordingly thesame is being passed on to the purchaser and to that effect the payable amount may be adjusted".

20. Tender Validity (Ref-Sr No: 7 of Section III):i) The tenders shall remain valid for acceptance for a period of 165 days after the date of tender opening prescribedin the tender document. Any tender valid for a shorter period shall be treated as unresponsive and rejected.ii) In exceptional cases, the tenderers may be requested by SPP, Hyderabad to extend the validity of their tendersupto a specified period. Such request(s) and response thereto shall be conveyed by surface mail or by fax / e-mailfollowed by surface mail. The tenderers who agree to extend the tender validity, are to extend the same without anychange or modification of their original tender and they are also to extend its tender validity period of the EMD (ifapplicable) accordingly. A tenderer, however, may not agree to extend its tender validity without forfeiting its EMD.iii) In case the day upto which the tenders are to remain valid falls on / subsequently declared a holiday or closedday for SPP, Hyderabad, the tender valid shall automatically be extended upto the next working day.

21. (GIT 24.4) Opening of Tenders:The Pre-Qualification Bids are to be opened in the first instance, at the prescribed time and date. These bids shallbe scrutinized and evaluated by the competent committee/ authority with reference to the parameters prescribed inthe Eligibility criteria. Thereafter, in the second stage, the Techno commercial Bids of only Pre qualified bidders (asdecided in the first stage) shall be opened at a later date and time for further scrutiny and further evaluation. Thesebids shall be scrutinized and evaluated by the competent committee/ authority with reference to the parametersprescribed in the tender document. Subsequently, in the third stage, the Price Bids of only the Technicallyacceptable offers (as decided in the second stage) shall be opened for further scrutiny and evaluation. Intimationregarding opening of Techno-Commercial Bid and Price bid shall be given to acceptable tenderers to enable them toattend the Technical and Price bid opening, if they so desire. The persons who wish to attend the bid openingprocess may be present along with the Letter of Authority as per Section XVII of SBD in person failing which theperson shall not be allowed to attend the same.

22. Price Evaluation and Award of Contract:22.1. For the purpose of determination of the L1 bidder, SPP shall consider and evaluate the total the cost of 1) costof Equipment/Material + 2) cost towards Installation, Commissioning, Testing & Training + 3) cost forComprehensive Annual Maintenance Contract (AMC)for 3 years after expiry of warranty period.22.2. However the final contract / Purchase Order shall be placed for cost of Equipment/Material + 2) cost towardsInstallation, Commissioning, Testing & Training only and the order for the Comprehensive AMC for 3 years shall beplaced after the expiry of the warranty period, if required at the rate quoted in the price in the tender and no changein rates except any statutory charges/ taxes shall be entertained then.

23. (GIT Clause 40): AWARD OF CONTRACT: SPP's Right to Accept any Tender and to Reject any or All Tenders:SPP reserves the right to accept in part or in full any tender or reject any tender without assigning any reason or to

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

Tender Number:6000010492

cancel the tendering process and reject all tenders at any time prior to award of contract, without incurring anyliability, whatsoever to the affected tenderer or tenderers.

24. Fall Clause: If the contract holder reduces its price or sells or even offers to sell the contracted goods, followingconditions of sale similar to those of the contract, at a price lower than the contract price, to any person ororganization during the currency of the contract, the contract price will be automatically reduced with effect from thatdate for all the subsequent supplies under the contract and the contract amended accordingly. Any violation of thefall clause would be considered a serious misdemeanor under clause of the GIT and action, as appropriate, wouldbe taken as per provision of that clause.

25. Any dispute in the matter will be under Hyderabad (Telangana) Jurisdiction only.

26. All the data pertaining to financial experience, past performance should be of principal manufacturer.

27. No revised quotations will be permitted during the validity of the tender.

28. No conditional tender shall be accepted.

29. Inspection and Quality control:At the discretion of the General Manager, Security Printing Press, Hyderabad a Pre-Shipment inspection may becarried out by SPP officials at the manufacturers site for examination of the tendered material before shipment. Thesupplier shall communicate to SPP prior to readiness of the material in order to depute representatives forpre-shipment inspection. All expenses towards the travel, lodging, miscellaneous expenditure and daily allowancesshall be borne by the purchaser.

30. SPP reserves the right to inspect the manufacturing facility of the supplier during the tendering process toascertain the capability of the supplier.

31. The firm should submit the following undertaking"We agree to withdraw all the deviations, if any, unconditionally and accept the terms and conditions of the tenderdocument including the technical specifications."

32. The firm should submit Power of Attorney of the Authorised signatory who is signing the total bid document.

33. Bidder shall have valid authorization from Original Equipment Manufacturer (OEM) for the offered items.

34. In case, on behalf of OEM a system integrator is participating in the Tender then, he shall submit validauthorization letter from the OEM (ink signed) indicating their relation with the bidder, consent to participate in thisTender and confirmation of support, troubleshooting during commissioning as well as life time of the system.

35. OEM of F.A system, outside India, who are submitting offer for this Tender shall have Authorized representativesin India for support related to documentation, technical services, trouble shooting, erection and commissioning aswell any sort of coordination works. The OEM shall clearly specify the Authorized Indian representatives details inthe said letter and he shall furnish an undertaking that incase of change in Indian Representative/agent during thecurrency of contract or afterwards during the life time of the system, OEM shall continue to support forcommissioning and trouble shooting.

36. The Bidder shall give an undertaking in writing that all the information drawings etc contained in this TenderDocument is the property of SPP and they will not divulge any data, drawings, documentation or system informationto any other individual, firm o partner directly or indirectly in any manner detrimental to the interest of SPP.

37. Manufacturers/ manufacturers under license or their authorized dealers who are exclusively appointed by theprincipal manufacturer to represent them in the country shall be eligible to apply or to take part in the bid. Onemanufacturer can participate through one authorized agent or one agent can participate on behalf of one Principal

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec06.5

Tender Number:6000010492

Manufacturer only.

37.1 Manufacturer's authorization letter: In case the bidder firm/ tenderer offers to supply #Fire Alarm System#,which is manufactured by some other firm, the tenderer has to be duly authorized by the manufacturer of the statedsystem to quote for and supply the same to Security Printing Press, a unit of SPMCIL. The tenderer shall submit themanufacturer's authorization letter to this effect as per the standard form provided under section XIV in thisdocument. Also the letter of authorisation should be on the letter head of the manufacturing firm and should besigned by a person competent and having the power of attorney to legally bind the manufacturer.

37.2 While evaluating the tender all credentials of the principal manufacturer only shall be considered. Howeverauthorized agent can participate / submit the tender on behalf of principal manufacturer. Purchase Order shall beplaced on the principal manufacturer only. In case the tenderer is an Indian agent quoting on behalf of foreignmanufacturer, the Indian agent should be already enlisted under the compulsory enlistment scheme of Ministry ofFinance, Govt. of India, operated through Directorate General of Supplies and Disposals (DGS&D). Documentaryevidence regarding same to be submitted along with the tender.

37.3 All experience, past performance and capacity/ capability related/ data should be certified by the authorizedsignatory of the bidder firm. The bidder should submit documentary evidence regarding the past supply. Thecredentials regarding experience and past performance to the extent required as per eligibility criteria submitted bybidder should be verified from the parties for whom work has been done, hence copies of orders and correspondingexperience certificate are to be submitted along with offer.

37.4 All financial standing data should be certified by certified accountants# e.g. Chartered Accountants (CA) inIndia and in English Language only.

37.5 Decision on Finalization of tender will be taken based on the documents submitted along with the tender. Alldocuments must be submitted as per tender requirement failing which offers will be liable for rejection and no furthercorrespondence will be made/ entertained for clarification after opening of the tender.

37.6 All the pages submitted are to be required & sealed by Authorised Signatory failing which tender shall betreated as unresponsive.

37.7 The tender is for manufacturers and suppliers who have proven capacity, capability and experience. This is nota Development Tender.

38. Failure & Termination:a) Cancellation of contract for default: Without prejudice to any other remedy for breach of contract, like removalfrom the list of registered vendors, by written notice of default sent to the vendor, the contract may be terminated inwhole or in part:(i) If the vendor fails to provide any or all the material/ services within the time period(s) specified in the contract, orany extension thereof granted.(ii) If the vendor fails to perform any other obligation under the contract within the period(s) specified in the contractor any extension thereof granted.b) Termination of contract for convenience:Security Printing Press, Hyderabad may at any time terminate thecontract by giving two months prior notice in writing to that effect and shall have the liberty to appoint any otheragency to carry out your obligation under this contract.

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec06.6

Tender Number:6000010492

Section VII: Technical Specifications

As per Annexure - A

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

Annexure - A

DESIGN SUPPLY INSTALLATION TESTING AND COMMISSIONING OF INTELLIGENT

ANALOG SOFT-ADDRESSABLE FIRE ALARM DETECTION ALONG) AND ANNAUNCIATION

SYSYTEM ON TURN KEY BASIS IN VARIOUS AREAS OF SPP. HYDERABAD

Bill of Quantity:--

INTELLIGENT ANALOG SOFT-ADDRESSABLE FIRE ALARM DETECTION AND

ANNAUNCIATION SYSYTEM ON TURN KEY BASIS IN VARIOUS AREAS OF SPP

HYDERABAD .

(A)

Sr. No

Description QTY Unit

1. SITC of Multi loop Intelligent Analogue Addressable Fire Alarm Control Panel with features as:- Min.150-200 devices per loop in any combination, Networkable, 4 lines x 40 characters display, steel IP30 enclosure, 1000 events stored in the memory, Day / Night programming functions. Batteries included complete with necessary accessories to provide back up 24 hours in stand by mode & 30 mins in alarm conditions. Panel shall be suitable for all devices mentioned in the Tender document specs.. UL/LPCB/EN/VDS approved.

1 Each

Make: BOSCH/VELOX by ATEIS/ESSER/ SIEMENS/NOTIFIER/GST/EDWARDS or Equivalent as per the specifications and standards mentioned in the Tender Document

2. SITC of Repeater Panel suitable for above control panel with all necessary control keys complete with necessary installation hardware & accessories UL/LPCB/EN/VDS approved Supplying, Installation, Testing and Commissioning of Repeater Panel with not less than 600-character Backlit Liquid Crystal Display. The LCD shall Display all events / detectors, devices status of complete systems and provide for remote reset, acknowledge, drill and silence of the control panel from remote locations

1 Each

Make: BOSCH/VELOX by ATEIS/ESSER/ SIEMENS/NOTIFIER/EDWARDS/GST or Equivalent as per the specifications and standards mentioned in the Tender Document

3. SITC of Intelligent Analogue Addressable APPROX Each

Multi-criteria Detector with isolator base with following features:-, In-built isolator/isolator base in each device. Day/Night operation, 360deg visible bi-colour LED, Magnetic Test feature, Double dust trap complete with necessary installation hardware & accessories UL/LPCB/EN/VDS approved

.800

Make: BOSCH/VELOX by ATEIS/ESSER/ SIEMENS/NOTIFIER/EDWARDS/GST or Equivalent as per the specifications and standards mentioned in the Tender Document

4. SITC of Addressable Manual Call Point with Reset Lock & Key arrangement with back box, microprocessor based complete with necessary installation hardware & accessories UL/LPCB/EN/VDS approved

36 Each

Make: BOSCH/VELOX by ATEIS/ESSER/ SIEMENS/NOTIFIER/EDWARDS/GST or Equivalent as per the specifications and standards mentioned in the Tender Document

5. Supply, installation, testing & commissioning of Ceiling mounted Addressable Intelligent wall sounder and flasher complete with necessary installation interface, mounting base hardware & accessories. The Sounder shall be made of ABS plastic material &shall have the Db level of 90 dBs and a multi tone facility, UL/LPCB/EN/VDS-approved. .

36 Each

Make: BOSCH/VELOX by ATEIS/ESSER/ SIEMENS/NOTIFIER or Equivalent as per the specifications and standards mentioned in the Tender Document

6. SITC of Addressable Relay output module for AHU integration complete with necessary installation interface hardware & accessories UL/LPCB/EN/VDS approved . Make: BOSCH/VELOX by ATEIS/ESSER/ SIEMENS/NOTIFIER or Equivalent as per the specifications and standards mentioned in the Tender Document.

15 Each

7. SITC of Addressable UV Flame Detectors The system shall be integrated with Main Fire

18 Each

alarm Panel. The detectors should be of same make of that panel. The detector should be able to detect flame at distance of 10mtrs.detector shall have three sensitivity levels. The system shall be designed & installed according NFPA/EN standards. It shall be UL/LPCB/EN/VDS approved

Make: BOSCH/VELOX by ATEIS/ESSER/ SIEMENS/NOTIFIER or Equivalent as per the specifications and standards mentioned in the Tender Document

8. Auto dialer facility complete with all the accessories and peripherals, software etc. as per specs mentioned somewhere in the Tender Document.(The dedicated lease line will be supplied by spp.)

1 Unit

9. WIRING & CONDUITING 1 Lot

2C x 1.5 mm2, Multi Stranded Copper conductor Twisted Pair, Shielded, FRLS Armoured Cable 650 V as per IS 1554, with GI saddle spacers every 0.3 meter with Single compression Cable Glands, ABS Junction Boxes( wherever required ), terminals, Ferruling complete.(The approximate quantity as worked out by us is approximately.

10. Supply and laying of 4C x 1.5 Sq.mm, Multi stranded Copper conductor, FRLS Armoured cable 650 V as per IS 1554 laid on surface with GI saddle-spacers every 0.3 meters. Complete with GI Junction Box, lugs, cable compression glands, cable tags and Ferruling. (For interconnection between Fire Alarm Panel & Repeater Panel)

1 Lot

11. Any miscellaneous material and devices as required for integration including modules, fabrication material, clamps, data cables, connectors ,CPVC pipes etc.

1 Lot

12. Battery charger UPS and Battery Bank as required for the total secondary protection of all equipment’s and devices for 24 hours backup as well as for regular supply for devices if required.

1 Lot

13. Laser jet Printer 1 Each

14. PC for programming with i7 core duo processer, LED 18 inch monitor,1 TB or more

1 Each

SATA HDD ,optical mouse, windows 7 software along with FA system software complete licensed copies.

Note: Above mentioned quantity is indicative without commitment from the corporations subject to change as per site requirement. Tenders are requested to assessment May kindly done before quoting of rate. (B)

Sl No

Description of services Unit Rate/Unit

1. Design Supply Installation, commissioning and Testing of the entire Fire Alarm system as per above specification and make.

Lot

2. Charges for training in Software, integration and hardware handling form operation and maintenance point of view.

Lot

( C)

AMC CHRAGES FOR POST WARRANTY PERIOD/DLP.

(Detail scope of work is mentioned in section VII of Tender Document.)

Sl No Description Rate/Year.

1. AMC charges for first year

2. AMC charges for second year

3. AMC charges for third year

Brief History:---

Security Printing Press,a Unit of Spmcil, New Delhi is engaged in manufacturing of

various types of security documents for the Government of India and its States. It

houses various sections and areas used for their security printing works where

different machines, man power and raw material and other inventories plus assets are

installed. Some of the areas are air conditioned, some areas are supplied Ventilation

air and some areas are non-air-conditioned.

The whole area to be covered under the Fire alarm system is divided in to two main

Buildings located in the same premises and each area is again divided in to various

sections by walls, wooden partitions, gangways and XPM jalis.

For all these areas SPP intend to upgrade the physical security using Automatic early

Fire detection and Alarm system.

The details of the SPP’s various areas along with the dimensions are as given Annexure ”A” below ANNEXTURE “1”

Sub: - Area of the various section of SPP where

S No Name of the

Section

Code

Name

Area

(LXB)

in SQ.

Meres

Type of

system

proposed

Remarks

1.

Hall No.1 A1 24x42

meter

Multidetector False Ceiling

proposed&98Nos

Boxes of size

2.7m x 2.7

2.

Hall No.2 A2 36 x30 Multidetector False Ceiling

with 162 Nos

box (2.7m x2.7)

3.

Hall No.3 A3 36 x30 Multidetector False Ceiling

with box 160

Nos (2.7 x 2.7

m)

4.

Hall No.4 A4 24 x 42 Multidetector Not Ceiling with

Boxes 162 Nos

(2.7 x 2.7m)

5.

Store A5 a. 18 x18

b.12 x 12

Multidetector No False Ceiling

60

6.

Pre-Press A6 18.5 x

17.5

Multidetector False Ceiling 24

7.

Billing

Section

A7 42 x 13.4 Multidetector No False Ceiling

24

8.

Control

Office

A8 18 x6 Multidetector No False Ceiling

10

9.

CPDS+APFM+

Main

Conference

Hall

A9 48 x 24 Multidetector No False Ceiling

10.

Admin office

Ground floor

A10 18 x18 Multidetector Fall Ceiling

11.

Frist floor

Admin

Building

A11 18 X 6 Multidetector Fall Ceiling

12.

Second floor

of Admin

Building

A12 18 x 18 Multidetector Fall Ceiling

13.

Third floor of

Admin

Building

A13 18 x 18 Multidetector False Ceiling

ANENXURE II

SYSTEM DESCRIPTION:--- Fire Alarm System shall consists of multi loop Fire Alarm Control Panel (with

20%expandableloop features complete with required cards interfaces ready for

installation) with intelligent addressable multi sensor fire detectors, addressable

manual call points (MCP), remote response indicators, SMF batteries,

addressablehooter (sounder), auto diallers, repeater panel, interfacing devices,

mounting accessories and detector test kit. The locations and quantity of the

detectors, Manual Call Points, Hooters etc tentatively given .However, while installing

the detectors, some more studies, if needed, may have to be carried out by the firm.

DETAILED SCOPE OF WORK:

General Description

1. Design the system and its complete layout as per the defined quantities in various sections of SPP. Prepare and submit detailed performance data of various system modules and drawings, detailed selection and drawings of various signal initiating devices,. Wiring drawings and details and makes of cables and wires.

2. It is not the intent to specify completely herein all details of design and

construction of the equipment/system and apparatus/devices required.

However, the equipment shall conform in all respects to high standards of

engineering, design and workmanship and be capable of performing in

continuous operation.

3. In order to have the clear idea of the premises of SPP, the intending firm may

visit SPP before submitting the quote for site survey. Any complaints latter on

for any under visual ion as respect to the total scope will not be entertained.

Firm who want to visit SPP need to give at a mail/letter at least 7 days in

advance to Purchase Department SPP for their scheduled visit and after

confirmation from SPP may visit SPP.

4. The firm shall quote separately for comprehensive Annual Maintenance

Contract (including all material and labour) for full Three (3) years period after

the defect liability period (DLP)/Warranty period.

5. The firm shall bear full responsibility for all kinds of maintenance which

include periodic maintenance as well as attending to all break-down and

emergency calls at short notice whenever called. During this 3-year period the

scope of annual maintenance includes repair and replacement of one or all

parts as required.

1. The firm shall furnish a list of recommended spares along with quantity and unit price schedule to the Employer along with the bid. SPP reserves the right to order the required spares during the tenure or on completion of the DLP at the prices quoted which should be valid for the entire maintenance period i.e., 10 years after warranty period.

2. All equipment and components shall be new, and the manufacturer's current model. The materials, appliances, equipment and devices shall be tested and listed by a nationally/Internationally recognized approval agency As defined in Tech. specifications of the Tender separately) for use as part of a protected premises protective signalling (fire alarm) system.

3. The authorized representative of the manufacturer of the major equipment, such as control panels, and detectors shall be responsible for the satisfactory installation of the complete system.

4. All equipment and components shall be installed in strict compliance with manufacturers' recommendations and as per the international standards. Also the firm shall consult the manufacturer's installation manuals for all wiring diagrams, schematics, physical equipment sizes, etc., before beginning system installation.

5. Prior to initiating the work, the firm will have to dismantle the existing detector system and its panel as well wired detector system, including cabling etc.

6. All equipment shall be attached to walls and ceiling/floor assemblies and shall

be held firmly in place (e.g. detectors 7. shall not be supported solely by suspended ceilings).Fasteners, clamps and

supports shall be adequate to support the required load.

8. The Fire Alarm equipment shall be carefully designed to determine their conformance with reference to material, workmanship, finish, markings and dimensions to assess its conformance with other requirements of national and International standards stated or reasonably implied otherwise.However,all the constituent units of fire alarm equipment supplied to the provisions of this specification shall be subjected to visual, dimensional and functional inspection and testing to the satisfaction of the purchaser

9. The fire detection and alarm system shall monitor and display the activation of each device in the system, such as multi detector, manual break-glass unit, VESD System, Hooters, Blinkers or any other input device which may be required.

10. The system shall initiate output functions such as automatic alarm annunciation via Hooters, ventilation plan shut down, automatic notification to the Fire main control panel, Auto Dialler system Repeater Panel and activation of audible hooters.

11. At present SPP has nearly 2 distributed AHU’s and 2 small unit installed in the same premises supplying conditioned air to various sections of SPP, the system

integrator will have to supply and integrate the detectors, relays, cablings, interfaces with SPP’s AHU’s so as to shut down them individually as per the air under fire The required electrical circuit diagrams of the AHU will give for reference during installation work.

12. The system shall be of the addressable intelligent type, completely supervised, such that a break in any wire (loop) shall not prevent any device from operating. The system shall be of the type such that each device connected to the system shall be provided with unique address and separately identified at the Main control panel (MCP) and Repeater panel.

13. The wiring shall be monitored against faults such as opens, shorts, earth’s or data transmission failure. Each detection addressable loops, capable of handling up to points shall return to the control panel.

14. Since SPP’s area is divided in to sub sections we intend to install two Main Fire Control Panels which (If required by SPP)will be looped by suitable data and communication cables so that the two panels will represent it as a main panel at the Repeater panel proving all the required data to the fire fighting personnel.

15. Our main Fire Control panels will be installed at a Central place as decided by SPP somewhere at a central place in the premises and the repeater panels will be installed at our Fire department in SPP premises somewhere around 100 running meters from the main fire control panels.

16. The firm will have to integrate both these systems to get a full proof protection described in the following technical specifications via the Main Fire Control Panel and Repeater panels along with its accessories..

2. SCOPE OF WORK IN DETAIL:--

1. The scope of work shall include Design, supply, installation, testing and commissioning of intelligent analogue addressable Fire alarm & detection system. It shall include all accessories, secondary power supplies as required for the equipment’s installed for back up and fail safe operation during power failures as per the details given somewhere in the Technical specification, required hardware, software, supports, data cables, power cables& conduits, earthling to the equipment’s etc., as required for the satisfactory operation of the system.

2. The system shall have an overall 20% spare capacity that includes but not limited to communication network, terminal strips, amplifier, batteries,

etc., reserved for future expansion. 3. Supply and installation of all equipment cabinets, panels, and data

communication network cables and all associated hardware. 4. Supply and installation of all interconnecting cables between Fire Alarm control

panel, Repeater panel, Detectors and input/output devices. 5. Supply installation testing and commissioning of Auto Dialler facility using SPP

leased line. 6. Supply installation Testing and commissioning of Earthling system for the whole

system .SPP will provide the source to tap the earthling point form where the

firm will carry out its sub branch using copper strip of 25x5 mm for the main panel and repeater panels.

7. Dismantling and shifting of old discarded existing fire alarm system as mentioned elsewhere in the Tender Document to the designated place in the spp premises.

8. The quantity of cable mentioned in the BOQ is tentative and may have variation of at least +/- 20% which is based on our estimation and survey hence while billing the same will be measured and billed on actual.

9. The firm will have to provide complete manufacturer’s specifications for all items that are to be supplied. Including vendor name of every item to be supplied, part number, model number etc in detail. The firm on whom PO will be placed will have to get all the supplied material as per the PO and then only the execution shall start.

10. Provide as-built documentation & all other associated project operational documentation (such as technical manuals, Original copies of the software etc.) on approved media, the sum total of which accurately represents the final system.

11. Provide all the software on CD’s and HDD for future use by SPP. The supplied software shall not have any validity period and shall be operational for indefinite period for use of SPP.

12. No used components shall be used as any part or piece of installed system. 13. Vendor should ensure warranty of the System for 1yearfrom the date of FAT

(Final Acceptance Test) by SPP and shall give service back up for 7 x 24 hrs of a week against any failure, software / hardware problem etc.

14. The firm on whom Purchase Order will be placed will have to give the escalation matrix for their service personnel.

15. Vendor should submit their separate offer for 3 Years AMC with their terms &conditions, which will commence after the expiry of the warranty period/DLP.

16. However, while deciding the lowest bidder, the cost of AMC for next three (3) years will be taken into consideration.

17. The Warranty period will start only after FAT of the system is performed to the full satisfaction of SPP and as defined somewhere in the Tender.

18. Necessary training for the successful operation & trouble shooting to the SPP’s four each responsible staff (Including fire fighting and Engineering) is also included in the scope.

19. Vendor should consider all required Liaoning work related to Fire alarm & detection system with State / Municipal authorities for getting Fire NOC.

20. The firms authorized person/agency carrying out the electrification work must have Valid Authorized Electrical Contractors license and he will submit the certified report of the electrification work, duly and signed and sealed by him, after completion of work along with other requirements as stated in Tech spec. somewhere in the Tender Document.

21. Before carrying out any electrical works, the firm will have to consult the Electrical department In-charge for taking temporary connections or main supply connections.

22. The firm will have to follow all the safety and security regulations of India Security press throughout the completion of works which are mentioned somewhere in the specifications.

3. CIVIL WORKS:--

1. All necessary civil works including but not limited to excavations, making or breaking of walls, partitions, removing and refitting of false ceilings for laying cables or for installation of detectors/piping, providing fabrication items for hanging the detectors where the area being irregular does not support to fix it on ceiling or partition or height(Maximum hanging detectors will be limited to 20 nos), if required, making, closing of cut-outs in the wall, necessary supports and grouting, drilling etc are included in the scope.

2. All Civil works like chasing & making good the chases making pockets for grouting if necessary, grouting of panels etc. is Included in scope.

3. Fabrication and fixing of supports, frames etc. are included in the scope.

4. If any damage occurs to the civil structure, false ceiling etc during the

execution of work, the firm will have to repair the same at their cost.

4. MATERIALS AND SERVICES:-- i) LABOUR& TOOLS TACKLES: The firmon whom PO will be finalized shall provide at its cost, all necessary material, tools, tackles, ladders, skilled and unskilled manpower, Supervisor for proper execution of works specified in the schedule of the quantities and as per drawings and specifications. Ii) ACTIVITY CHART RELATED TO WORKS: The firmon whom PO will be finalized shall provide detail Bar chart of activities based on completion period and civil work schedule made on MS project or similar software and get approval prior to starting the work. Mile stones for supply of important material & completion of specific jobs shall be indicated clearly as per the Terms and conditions of Purchase Order. iii) MAKE OF MATERIAL: The firmon whom PO will be finalized shall provide all material of specific makes and approvals mentioned in Bid stage. All the items of particular type shall be of same make. However the firm will have to confirm the make of each item/system specifically during the bid stage. iv) AUTHORITIES AND LAWS: The firmon whom PO will be finalized shall confirm to all provisions of any National and International law where National Law is silent, pertaining to works and to the regulations along with by laws of related authorities and for water/electricity supply. Firm shall indemnify SPP from all conflicts arising out of provisions of regulations& laws.

v) MATERIAL AND WORKMANSHIP: All the materials to be supplied for execution of works shall be of first quality, new and strictly as per specifications. The contractor shall be responsible for any loss or damages to the installed as well uninstalled material until the FAT takes place. All the installation rates are deemed to include dismantling of the existing old discarded FA system wired as well as wireless, handling, erection, providing required software, integration, programming of devices, fabrication services &erection hard ware required for all items. All the works shall be executed with highest quality of workmanship and as directed by Fire & Safety Officer of SPP. Or authorised competent authority of SPP. 5. SCHEDULE OF QUANTITIES AND DRAWINGS: SCHDULE OF WORK: The schedule of quantities for the Cables indicates nearest approximate quantities of the items works. There is a possibility of upward or downward variation of cable quantities due to site requirements up to 20% and the firm will have to consider the same while submitting the quote. However billing will be done on actual measurement of cable length. The firm on whom P.O is placed shall take exact measurements for items like cables, earth strips prior to bringing and cutting the same. 6. SUFFICIENCY OF SCHEDULE: The Bidder firm shall be deemed to have satisfied himself before tendering as to correctness and sufficiency of his tender for works and prices quoted therein which shall cover all obligations under contract for satisfactory completion of works, and stipulated performance of system/equipment in his preview. 7. MEASUREMENTS& BILLS: Measurements and billing shall be done by specific method detailed below. 1. The firmon whom PO will be finalized shall maintain a proper measurement book (Triplicate) on site and take measurement from time to time. 2. SPP’s representative / shall check these measurements from time to time. Coordination for checking will be firm’s responsibility. 3. The firmon whom PO will be finalized shall make bills based on checked measurements only. 5. The firmon whom PO will be finalized shall submit minimum 3 copies of bill with:-- a) Measurement sheets copies duly signed. b) Copies of signed challan. c) Summary sheet. 8. CONTRACTOR’S RESPONSIBILITY: 1. Contractor shall be responsible for injury to person animal or things, for all damages caused to property from operations or negligence of himself or his employees/subcontractors. 2. The contractor shall indemnify SPP and hold them harmless in respect of any and all expenses arising from such injury or damage and claims arising thereof.

3. The damages to the property, plant and equipment caused due to such negligence shall be made good by the contractor at his own cost to the satisfaction of the officer In charge within a specific time. 4. The SPP shall be entitled to deduct amount of damage, compensation for loss arising from such damages/injuries/accidents in case of default. All laws related to PF, ESI, Medical insurance etc. shall be adhered to by the contractor. No child labour shall be employed by contractor. 9. CO-ORDINATION: I. The firm on whom PO will be finalized or their agencies working at site will be

responsible for smooth functioning and timely completion of works. II. The firm on whom PO will be finalized shall arrange his work program accruing

to the schedules and time period given in the contract order. III. Site meeting: Qualified/responsible representative shall attend necessary site

meeting from firms’ side to take site instruction/decision in view of trouble shooting and progress review of works.

IV. He will have to coordinate with SPP’s related authorities as well local authorities if any.

10. SPECIAL CONDITIONS OF CONTRACT:----

(a) STORAGE AND OFFICE SHED: I. The SPP will either provide a room or designated area for storing their material

tools and tackles. In case of proving only open space by SPP, firm has to prepare his own store and office shed. The contractor will be responsible for safety of his materials stored on site. The contractor shall make his own arrangements for housing of his staff.

II. The firm will not be given space to put up Labour camp. The firm shall make his own arrangement outside the premises without causing any hindrances to SPP.

III. After completion of work, the office & store shed shall be dismantled /removed by the contractor at his own cost.

(b) WORKING HOURS TIMINGS AND POLICE VERIFICATION:--

I. The firm will have to provide a Police verification report for their personnel working in SPP’s premises without which entry will not be permitted.

II. They will have to intimate the names and designation of their authorized person who shall be available at site throughout the completion of works.

III. The regular working hours for the firm/their appointed agency personnel will be from 8.00 am to 5.00pm excluding lunch hours (12.00 pm to 1.00pm), Sundays and holidays.

IV. However, in case of exigencies of work, the firm may request SPP authorities to perform the work during lunch hours, extended hours/silent hours or Sundays and holidays which will be granted subject to description of SPP authorities.

(c) ELECTRICITY AND WATER:

Security Printing Press, Hyderabad will provide any of these facilities free of charge basis at one place for normal works preparations. Contractor shall have to make his own arrangements for further use of the facility like tapping the power supply for welding or for illumination purpose etc. as per the safety standards followed at SPP.Unavailability of power & water cannot be deemed as reasons for delay. (d)MAINTENANCE OF SITE Contractor should keep the site, building office clean of debris, wood pieces, any clutter of the used material or removed material etc. during the period of contract & work will not be considered as complete till last particle of debris is disposed off to the satisfaction of the SPP authorities. (e)SECURITY RULES: The contractor shall strictly follow all safety and security rules of Security Printing Press, Hyderabad, particularly bearing upon the inward & outward movements of vehicles, people, stored raw material and finished security stuff, machinery and equipment and shall also execute the work in such a manner so as to cause the minimum disturbance to the day to day working of various sections. (f)DISPLAY OF DRAWINGS AT SITE: The drawings maintained on the site shall be carefully mounted on boards of appropriate size. They shall be protected from rain, ants or other insects. The contractor shall provide at his own cost a display board for showing the details of work as directed and instructed by the Officer in Charge/Safety Officer. (g) EXAMINATION OF DRAWINGS: The firmon whom PO will be finalized shall examine the relevant drawings, specifications of work which shall be available at SPP Office. No claims shall be entertained for the assumptions made by Tenderer, if any. (h) BAR-CHART: Firm shall prepare bar chart and finalize the same in consultation with Officer in charge and other Departmental heads as per the Terms of contract. This bar chart will also indicate inputs from SPP if any and Links with other works, if any. Following items shall be included: --- a. Time required for each activity and their relationship. b. Quantities in each activity. c. Resource planning such as equipment & tools to be employed and manpower to be employed for each activity. e. Schedule of drawings required by him for completing the project as per chart. Bar charts shall be done in M.S. Project or equivalent software and shall be available on Compact Disc (CD). The Bar chart shall be reviewed in every site meeting by all agencies. f. The firm will be bound to provide the minimum resources shown in the bar chart.

g. In case it is found at any interim stage that the PROGRESS OF WORK is slow and completion time of any activity is likely to extend beyond the target dates the firm will have to increase the planned resources. h. Provision of time will be made by the firm for SPP personnel to carry out their part of the work and such lapse of time will be considered by the CONTRACTOR in the planning schedule. No compensation will be paid for idle labour due day to day work activities of SPP employees. (i) WORK- PROGRESS:

1. The firm shall submit progress report for every site meeting with updated bar-chart marking up to date. Progress up to previous day compared to planned Bar chart and %comparison (lag/lead) with approved bar chart.

2. Contractor & his site engineers will be responsible for monitoring correctness of civil works required for electrical and FA system works being executed by their agencies. Necessary follow up for such work will also be done in view of expediting the works through weekly meetings with CMTO.

(j) APPROVAL OF DRAWINGS: As per scope of work firm shall submit 4 sets of working drawings for approval with softcopy before commencement of work but within one month of placement of order which includes, a) Shop drawing for Fire Alarm & detection system (as per the scope of work), b) Cables & Conduit( where crossings will come) layout details. c) Detailed cable route layout d) Standard installation details including floor plans showing locations of various Devices. Contractor’s senior engineer / representative shall be made available at SPP’s office for any discussion on as required. (k)TENDER DRAWING: The tender drawings are meant for guidance only & may not represent exact size &shape of the above building. However they will give a fair idea of the work involved. Complete list of tender drawings available for inspection is given elsewhere in the tender. Firm shall examine the relevant tender drawings (which shall be issued along with the tender documents) & specification of work. No claim shall be entertained for the assumption made by the CONTRACTOR. (11) MAINTENANCE SERVICES DURING WARRANTY PERIOD AND ANUUAL MAINTENANCE PERIOD. POST CONTRACT MAINTENANCE:-- i) Complete maintenance and repair service for the fire alarm system shall be available from a factory trained authorized representative of the manufacturer of the major equipment for a period of 10(ten) years after expiration of the guarantee/ DLP.

ii) As part of the submittal, include a quote for maintenance contract to provide all maintenance including that of consumables like filter etc. , test, and repair described below. Include also a quote of unscheduled maintenance/repair, including hourly rates for technicians trained on this equipment, and response travel costs. Submittals that do not identify all post contract maintenance costs will not be accepted. Rates and costs shall be valid for the period of three (3) years after expiration of the guaranty. iii) Maintenance and testing shall be as mentioned below in the Tender Specifications or as required by NFPA standards/ local authority. A preventive maintenance schedule shall be provided by the contractor that shall describe the protocol for preventive maintenance as per relevant standards mentioned in the Tender Document.

(a) PREVENTIVE MAINTENANCE SERVICE:-- a) This is a preventive maintenance support under which VENDOR'S

Maintenance team including skilled and unskilled labours with required Tools tackles and equipment ‘swill visit the SPP site on a scheduled visit as follows:---

b) Minimum 4 (four ) number of visits per Year c) All services are to be provided during normal working hours unless

requested to do differently. The services performed include the following tasks with respect to SPP’s system:----

d) Systematic examination, adjustment and cleaning of all installed hardware system components and software including battery charger, battery banks, detectors ,cabling, Integration equipment’s, sounders, hooters, manual call points, system components, Main fire panels and Repeater Panels, Power supply checks, AC Voltage across Phase & Neutral , Phase & Earth , Neutral & Earth ,Checking of DC voltage across the DC power supply Communication cables will be checked for loose terminations LED indications check in all modules Sort out any problematic issues concerned with the system and corrective actions for the problem existing.

e) It shall include testing the whole system and its components for their flaw less functioning, repairs of the same wherever required, cleaning and deducting of system, field test for performance verifications.

f) Each smoke detector shall be tested in accordance with the requirements of NFPA and relevant standards including manufacturer’s recommendations. Cleaning the suction blower and its related accessories

g) Each circuit in the fire alarm system shall be tested quarterly. h) Provide Technical Assistance on queries. i) Control and updating of system documentation j) Scheduled engineer will be available to SPP, during normal working

hours. (b) .BREAKDOWN MAINTENANCE SERVICES:--

1. This is breakdown maintenance support with respect to firms entire system

including system components, cabling and workmanship. 2. Engineers Call out will be based on SPP’s request. 3. There is no limit on the number of calls to be attended. Every breakdown call

reported by SPP shall be attended within 08(Eight Hours) hours from the time call is made.

4. The firms engineer shall perform required repairs and maintenance services. Where applicable action items and programs shall be carried out to prevent breakdown situations.

5. Three levels of support shall be available for solution of problems and firm will have to give their escalation matrix complete with name designation, contact number and address for the same.

6. First level shall be available in the region very close to the SPP.. 7. Second level is from the works, which is equipped with a Technical support

group consisting of highly trained technical experts who will be providing support to SPP. This is an additional support provided to strengthen the service engineer attending the calling case he requires some technical support for some typical problems. This is for technical support required during emergency. Technical solution on telephone is also covered under this service.

(c).PENALTY FOR NON PERFORMANCE OF PREVENTIVE AND BREAKDWON WORKS AS PER SCHEDULE OR AFTER THE CALL IS MADE:--

a) If the required services as mentioned above are delayed due to the firms lapses proportionate deductions on prorate basis will be made from the payment of firm.

b) In case ,due to lapses to repair the breakdowns of the system and is not attended within 03 days and SPP suffers fire losses, the firm will be held responsible for the same and will have to make good the losses to SPP as fixed by the Committee appointed by SPP Authorities..

(d)STOCK OF SPARES AND CONSUMABLE DURING WARRANTY AND POST WARANTY PERIOD:--

The firm shall submit a list of minimum spares required for the day to day maintenance after the expiry of warranty period however during the warranty period they will have to keep the required inventory in their stock to be maintained at SPP for avoiding any sort of delay due to non-availability of spares. (e)SERVICE REPORT:-- For every visit covered under preventive maintenance or corrective/break down calls Firms engineer shall make a service report, which will be signed by both i.e. Firm’s representative in charge safety/ Fire Officer. One copy will be retained by SPP and one will be with firm.

(12) CERTIFICATIONS: Together with the shop drawing submittal, System test and Healthy Certificates, Compliance of Statutory requirement Certificates, the firm shall submit a certification from the major equipment manufacturer indicating that the proposed supervisor of installation and the proposed performer of contract maintenance is an authorized representative of the major equipment manufacturer. Include names and addresses in the certification. (13) WARRANTY AND AMC: a) At least one (1) year comprehensive on - site warranty of the system ( covering software, hardware, spare-parts, labour, etc.) supplied / installed / tested / commissioned shall have to be provided by the firm. During this period no payment whatsoever shall be made to the contractor, even for any preventive maintenance/breakdown will be paid by SPP. (14) DELIVERY SCHEDULE Supply of all Equipment/deliverables to be made within Two(2)Months from the date of issue of PO and Installation, Testing & Commissioning to be completed within a period of 06 months, thereafter. (15) TECHNICAL DOCUMENTS: After final completion of work the firm will have to provide documents for the following information in addition to and in accordance with;

a) Complete plan drawings showing all devices, panels, cables and conduit runs. b) Project specific system interconnection (riser) diagrams. (System architecture.)

Dimensional drawings/manufacturer's specification data for each component. c) Complete elementary and/or schematic drawings for all Fire Alarm System

electrical and electronic circuits. d) Typical component connection and interconnection diagrams. e) Complete system wiring diagrams for all components and interfaces to

equipment supplied by others. f) Complete sequence of operations of all functions of the system. A fire alarm

typical input/output functional matrix clearly defining fire alarm event and action.

g) Detailed colour conventions proposed for all graphics and graphic elements.

h) The Contractor shall submit a listing of the manufacturer’s representatives

responsible for installation coordination and service. (15 ) INSPECTION, TESTING & COMMISSIONING

a) The Fire Alarm equipment shall be carefully examined to determine their conformance with reference to material, workmanship, finish, markings and dimensions to assess its conformance with other requirements stated or reasonably implied otherwise. All the constituent units of fire alarm equipment supplied to the provisions of this specification shall be subjected to visual,

dimensional and functional inspection and testing to the satisfaction of the purchaser.

b) Pre-dispatch Inspection:-- I. Testing and verification of all major FA components (Like MFCP,

Repeater Panel, Detectors, Manual call pointed) shall be carried out at

manufacturer’s works to ensure that the detectors are working

satisfactorily as per technical specification and components are in good condition.

II. A document from the original supplier shall be submitted for verification to ensure that the components are new and are not older than 6 month.

III. The cables shall test for routine & acceptance tests at cable manufacturers work as per specifications and latest standards.

(16) INSTALLATION & COMMISSIONING Installation at site

1. All the equipment supplied shall be installed at site as per the engineering drawings duly approved by SPP.

2. Installation shall be in accordance with the NFPA 72, local and state codes, as shown on the drawings and as recommended by the major equipment manufacturer

3. The supplier shall obtain specific clearance in writing wherever a part of the work is sub-contracted. However, firm will be fully responsible for the activities carried out by the sub-contractor.

4. The supplier shall inform day-to-day progress of the work to the i/c Safety & Fire officer or authorized representative from SPP.

5. All the connected components, detectors, cables, piping’s shall be tested for their continuity, leakages and working; at different phases of completion of the installation process.

6. The fire alarm signal interfacing cables, data cable patches other than cables mentioned in the BOQ shall be routed through 25 mm surface mounted conduit pipe to avoid damage wherever road crossings are to be made or SPP’s site Engineer suggests.

7. Supply and installation of conduits and required bends, clamps, fixtures, hardware accessories are in the scope of supplier.

8. All the cabling, conduit and installation shall be laid as per relevant standards or practice in vogue and shall have aesthetic look .

9. Total installation Testing Commissioning of the entire system shall be in the scope of supplier.

10. Junction boxes used as back boxes for fire alarm system field devices shall be 4-inch square with 2 1/8-inch minimums in depth. Install adapter plates and extension rings where required. Junction boxes for concealed conduit system shall be flush mounted Smoke detectors are to be installed after the building has been final cleaned and the jobsite is clear of all waste debris and or work that would allow dirt/dust into the building.

11. Upon initial installation, all fire alarm detection devices shall have the original plastic dust covers installed. Dust covers shall not be removed until installation is completed and the system is ready for test.

12. Each conductor shall be identified as shown on the shop drawings by attaching permanent alphanumeric wire markers within 2 inches of the wire termination at both ends. Marker legends shall be visible. Junction box and pull box covers shall be painted yellow or have embossed adhesive tape labelling that is minimum 1/4-inch white letters over a yellow background with text “Fire Alarm”. Install end-of-line device in box with text “End-of-Line” or “EOL”. Number-code or Color-code conductors, appropriately and permanently for identification and servicing of system.

13. Splices shall only be made on terminal strips. All fire alarm wring shall be installed as per route finalized in drawing. All external wiring shall be color-coded and shall not be installed in the same outlet box, junction box, or conduit with conductors of lighting or power systems.

14. Locate and install the detector assembly for optimum response time and easy accessibility.

15. All Devices shall be labelled with its unique system address. Use permanent, printed label with black font on white background.

16. At the end of each loop required terminator resistor is to be provided. (17) Commissioning: Final Acceptance Test (FAT)

1. The entire fire alarm system shall be field tested in accordance with ‘Directorate of Telangana Fire Services’ standards and other applicable standards in the presence of the representatives of the SPP. Inspection and test method shall be in compliance with Inspection and test record forms that are recommended by the ‘Directorate of Telangana Fire Services’. Results of such testing shall be recorded on forms approved for the purpose, certified and submitted to the ‘Directorate of Telangana Fire Services’ and SPP prior to final acceptance.

2. A very extensive testing of the system under real plant conditions shall be carried out to remove the remaining hardware/software bugs for a period of min.2 months.

3. After successful completion of the semi-industrial run, the equipment will be considered as having been commissioned.

4. After it is commissioned, the system shall be handed over to SPP. The supplier shall prepare a commissioning document containing all the test results, conclusions and other details.

5. The FAT shall be conducted in the presence of the SPP representatives and under the supervision of the Supplier/Manufacturer. Prior to FAT, the Purchaser shall be provided drawings showing the correct address for all addressable alarm initiation devices.

6. The address shall be shown in their respective locations for the device on drawings. Signals shall be sequentially numbered as the address of the controlling module.

7. At least one half of all tests shall be performed on battery standby power.

8. System wiring shall be tested to demonstrate correct system response and correct subsequent system operation in the event of;

a. Open, short, and ground fault for intelligent analogy signalling circuit. b. Open, short, and ground fault for intelligent digital signalling circuit. c. Open, short, and ground fault for network signalling circuit. d. Intelligent device removal. e. Primary power or battery disconnected. f. Type of device miss-match the address ID. g. Polarity check.

9. System indications shall be demonstrated as follows:--- a) Correct message display for each alarm input at the remote control

panel, central control panel and Repeater (operator’s workstation graphic) display.

b) Correct annunciator light for each alarm input at each annunciator and colour graphic of operator’s workstation.

c) Secondary power capacities shall be demonstrated as follows:-- I. System primary power shall be disconnected for a period of 24

hours .At the end of that period an alarm condition shall be created and the system shall perform as specified for a period of 30 minutes.

II. System primary power shall be restored 48 hours and system charging current shall be normal trickle charge for a fully charges battery pack.

III. System battery voltages and charging currents shall be checked at the fire alarm control panel using the test code and displayed on the LCD display.

10. The entire system needs to be tested in compliance with National and International Standards including Directorate of Telangana Disaster management.

11. Fire Services’. The tests are included, but not limited to, air handler duct

smoke detection shutdown interface, and power shutdown. 12. In the event of system failure to perform as specified and programmed during

the FAT, the test shall be terminated at the discretion of the Purchaser. 13. The Contractor shall retest the system correcting all deficiencies and providing

test documentation to the Purchaser without additional cost to the Purchaser. 14. In the event that software changes are required during the FAT, a utility

program shall be provided by the system manufacturer to compare the edited program with the original. The utility shall field a printed list of the changes and all system functions, inputs and outputs affected by the changes. The items listed by the program shall be the minimum acceptable to be retested before calling for resumption of the FAT. The printed list and the printer log of the retesting shall be submitted before scheduling of the FAT.

15. The Purchaser may elect to require the complete FAT to be performed again if, in their opinion, modifications to the system hardware or software warrant complete retesting.

16. Perform all electrical and mechanical tests required by the equipment manufacturer’s certification form. In addition, measure and adjust each of the ionization detectors to the maximum stable sensitivity setting. This must be performed with the detector at its operational environmental conditions in the area. Bench settings are not acceptable. All test and report costs shall be in the contract price. A checkout report shall be prepared by the installation Engineers /technicians and submitted in triplicate, of which one copy will be registered with the equipment manufacturer.

Burn in Test at site 1. All the electronic sub-units shall be subjected to Burn-in test under rated load

conditions. 2. The burn-in period shall be for a continuous period of 100 hrs. During which

time the subunit shall be kept switched „ON‟ under prevalent ambient

conditions; the performance of the sub-units shall be checked before, during and after the test and there shall not be any deviation from the specifications.

Functional Test at site 1. All the functional tests shall be performed in the presence of the indenter or

his authorized representative at the site. 2. The firm needs to prepare a detailed testing procedure for testing all the types

of detectors and this document needs to get the approval of the indenting officer prior to the testing of the system and its components. Integrated testing of the system with sample detectors of each type wired together shall be done for establishing the functioning of the system Fire and fault alarm conditions shall be simulated on each line and channel and the complete operation sequence shall be checked.

3. On sample basis, the channels and loops shall be tested for their capability for various detectors combinations and types of detectors.

Endurance test

1. A continuous run test for 48 hrs shall also be conducted on the whole system with simulated channels for its integrity for both physical and functional means.

2. Self-diagnostic tests and tests for alarm/trouble etc. shall also be conducted and no failure shall occur.

3. At the end of tests the test reports shall be supplied to the indenter. Acceptance of the System

1. The system shall be declared functional after successful testing and commissioning. The supplier shall make 4 copies (in CD) and three hard copy of as built drawings, maintenance manuals, operation manuals and related software and submit the same for final acceptance of the system to the purchaser.

2. The report shall include, but not be limited to: a. A complete list of equipment installed and wired. b. Indication that all equipment is properly installed and functions and conforms to these Specifications.

c. Serial numbers, locations by zone and model number for each installed detector. All intelligent devices shall be tested and logged for correct address and sensitivity using test equipment specifically designed for that purpose.

3. The purchaser on receipt of the same shall give necessary approval of acceptance.

4. Supplier shall prepare a commissioning procedure for approval by the purchaser and test and commission the system as per approved procedure for working as per the specification. The supplier shall carry out any modification coming during commissioning and within the Guarantee period.

5. All test equipment; instruments, tools, and labour that required conducting the system tests shall be provided by the Contractor.

6. The following equipment, but not limited to, shall be a minimum for conducting such tests.--

a. Ladders and scaffolds as required for access all field devices. b. Multi-meter for reading voltage, current and resistance. c. Intelligent device programmer/tester. d. Laptop computer with programming software for any required program revisions. e. Two-way radios, flashlights, smoke generation devices and supplies.

f. Decibel meter.

(18) TRAINING:-- I. Formal training for the operation and maintenance of fire alarm

equipment and the systems specified herein shall be provided by the manufacturer through trained and certified personnel for at least 3 days at site and 3 days in class room in SPP premises through required laptop ,documentation etc.

II. The timing of the Training shall coincide with the schedule for the manufacturer’s representatives to be on site for testing and start-up of each building fire alarm system.

III. The formal training shall be provided at a location designated or provided by the Purchaser for number of personnel selected by the Purchaser, in addition to any informal on-site orientation and training.

IV. As-built drawings shall be provided upon acceptance of the system with quantities per contract document

(19) PRODUCT LIFE:--

1. In order to ensure a substantial useful life of the components and devices of FAS, the supplied products shall have their manufacturing dates within six months prior to placement of purchase order.

2. The original manufacturer's label containing the make, model no., serial number, batch number, date of manufacturing and certification mark shall be preserved carefully so that originality, genuineness, newness and certification could be verified.

3. In case of finalization of the purchase order, the vendor may be required to furnish the manufacturer's order confirmation for the ordered products.

4. Certification / declarations shall be furnished from OEM for continued support for minimum of 10 years after the commissioning.

5. Non obsolescence of items offered shall be for at least 10 years (20) SPECIAL NOTES

1. Make/Model No./Part No. as applicable of Fire alarm Panel, detectors, Hooters, Local indicators, manual call points, piping’s shall be submitted along with technical bid offer. This is essentially required for further consideration of offer.

2. Further, all Detector, panels, Hooters Manual Call points and its components etc.. Shall be of same make and similar features (not mixed type).

3. The information contained in this document is the property of SPP and the firm will have to confirm in writing that they will not disclose any data drawings documentation to any other party, firm or individual directly or indirectly in any manner detrimental to the interest of SPP.

(21) APPLICABLE STANDARDS AND SPECIFICATIONS: The specifications and standards listed below form a part of this specification. The System shall fully comply with the latest issue of these standards, if applicable. A. National Fire Protection Association (NFPA) - USA: NFPA 72 National Fire Alarm Code NFPA 76 Telecommunication Facilities NFPA 318 Clean Room Applications NFPA 101 Life Safety Code NFPA 90A Air conditioning & ventilation system B. Underwriters Laboratories Inc. (UL) - USA: UL 268 Smoke Detectors for Fire Protective Signalling Systems UL 864 Control Units for Fire Protective Signalling Systems 9th Edition Listed UL 268 Smoke Detectors for Duct Applications UL 521 Heat Detectors for Fire Protective signalling Systems UL 464 Audible signalling Appliances UL 38 Manually Actuated signalling Boxes UL 1971 Visual Notification Appliances OR

BS EN Standards (Europe)

BS EN 54-1 Introduction

BS EN 54-2 Control and Indicating Equipment

BS EN 54-3 Fire alarm devices: sounders

BS EN 54-4 Power supply equipment

BS EN 54-11 Manual call points

BS EN 54-12 Smoke detectors: line detectors using an optical light beam

BS EN 54-17 Short-circuit isolators

BS EN 54-18 Input/output devices

BS EN 54-20 Aspirating smoke detectors

BS EN 54-29 Multi-sensor fire detectors

(22) APPROVALS: The system shall have proper listing and/or approval from the following nationally recognized agencies: UL/LPCB/EN/VDS .

(23) SAFETY REGULATIONS 1. The Firm will have to follow all the Safety and Security rules of SPP. 2. Readily accessible First Aid Kit including adequate sterilized cotton and

dressing shall be provided on site. 3. Any injured person shall be taken to nearest public hospital without delay. 4. Open/temporary jointing of the cables shall be avoided and all connections

shall be taken through proper sockets & plug tops, Insulated joints and switches etc.

5. All workmen and supervisors shall be provided with helmets / safety caps. All Visitors / Engineers shall also wear helmets when moving on sites.

6. Safety apparatus like hand gloves of appropriate class shall be used for all testing

7. Commissioning activities. Proper care through danger notice boards, personal vigil shall be taken during such operation to avoid Injury and damage.

8. Protective switchgear shall also be used for all temporary works. 9. The Contractor shall be responsible for all injury to persons, animals or things

and for all damage to the structural and or any part of property arising out of his operations or neglect of himself or of any of his approved sub-contractor’s employees, whether out of carelessness, accident or whatever cause. This clause will include buildings, roads, cables, drains, and tanks. The contractor shall indemnify the owner and hold him harmless in respect of all any expenses aristae from any such injury or damage to person or property.

10. The contractor shall reinstate at his cost all damages of every sort mentioned in this clause, so as to deliver the whole of the work complete and perfect in every respect and make good or otherwise satisfy all claims for damages to property of third party.

11. The contractor shall indemnify the owner against all claims made against the owner by any member of public or third party arising out of his work or in consequence thereof and shall at his own cost arrange to effect and maintain until the virtual completion of work, an insurance policy with an approved nationalize insurance company in joint names of owner and himself against such risk and deposit such policy with the client. The contractor shall also indemnify the owner against all claims, which may be made upon the owner.

12. Whether under workmen’s compensation act or any other against such risks. The contractor shall be responsible for anything which may be excluded from insurance policy and also for all other negligent or defective carrying out of this contract. The SPP shall be at liberty and is hereby empowered to deduct the amount of any damages, compensation costs, charges and expenses arising from any such claims from any sum due to contractor

(24) FOLLOWING DOCUMENTS (SELF-ATTESTED) SHALL BE SUBMITTED ALONG WITH THE QUOTATION: -

I. Duly filled up technical data sheet and annexure for all the material, devices and equipment’s.

II. List of past supplies made III. Performance feedback report from users IV. Quality Assurance (QA) plan for the tendered item(s) V. Certification / declarations from the respective OEM for continued support for

minimum of 10 years after the commissioning. VI. Non obsolescence of items offered shall be for at least 10 years. VII. Latest solvency certificate from any scheduled bank for a minimum value of

40% of the estimated cost. VIII. List of plant & machinery and other infrastructure facilities to complete the

work in time. IX. Details of manpower. X. Performance certificates. XI. Proof of average annual turnover of not less than Rs.0.40 crores during last

three years. XII. Profit and loss statement of last five years confirming that loss has not been

incurred for more than three years in the period of last five years. XIII. Bidder shall have adequate and standardized testing facilities for different

components/ assemblies of FAS systems calibrated/ certified from reputed institutions/ laboratories for undertaking the work under this tender.

XIV. Bidder shall have valid authorization from Original Equipment Manufacturer (OEM) for the offered items for this project.

TECHNICAL DETAILS OF THE SYSYTEM COMPONENTS AND DEVICES (Section1) SYSTEM COMPONENTS FOR MULTIDETECTOR SYSTEM

ANNEXURE(II)

SECTION 1

SYSTEM COMPONENTS FOR MULTIDETECTOR SYSTEM

SYSYTEM COMPONENT DETAILS:-- (A) Multi-sensor intelligent addressable detector:--

1. Multisensory(with in-built flasher) The detector shall have separate base for easy replacement during maintenance with integrated optical detector and heat detector, with time-controlled signal analysis and weighted data combination of both detector functions for detecting smouldering fires and fires with extreme heat generation. Intelligent detector with decentralized intelligence, self-function test, CPU redundancy mode, automatic adaptation to the environments, alarm and operating data storage, alarm indication and soft addressing. The loop isolator is integrated in the detector. This device shall combine two individual sensing elements to provide excellent cover for both “types” of fires. (Slow smouldering and fast free burning).The plastics shall resist yellowing from prolonged UV exposure.

2. Optical sensing shall be carried out by 2 infra-red LED transmitters across 2 separate optical detection angles. This sensor shall process both the forward and backward scattered light caused by entering the detection chamber of device, allowing the detector to differentiate between real smoke and non-smoker particles e.g. steam & dust.

3. Heat sensing shall be carried out by a thermistor, sampling the surrounding environmental temperature.

4. Technical Data: a) Quiescent current @ 19 V DC 50 μA b) Area to be monitored 110 sq. m. c) Height to be monitored max. 12 m

d) Application temperature -20 °C ..... 50 °C

e) Storage temperature -25 °C ….. 75 °C

f) Type of protection IP 43 (with base + option)

g) Response temperature 79 -88 deg C @ 1 deg C/min

h) Material ABS plastic, Color white

i) Mounting bases shall be provided by life safety contractor, included with detector as a complete assembly.

j) The addressable ionization detector shall be a plug-in, twist/lock unit, which shall be capable of removal from or installation into its base with one hand

ANNEXURE II

k) The detector shall be dynamically supervised, indicating a trouble condition at the control panel when the detector is unable to sense a fire condition due to either internal and external operation conditions or malfunctions

l) The detector shall provide complete supervision of the detector optics. The detector shall be supervised for complete failure of the LED light source or a critical reduction in the light output of the LED caused by excessive dirt, which could not normally be compensated for by the automatic-gain control circuit.

m) In general, all Addressable detectors/sensors installed as apart of this Fire protection shall provide an integrated contamination test whereby the control panel performs an internal test of the chamber or sensor automatically. This operation shall guarantee every detector/sensor in the system is operating within the sensitivity range specified. Any detectors/sensors that do not pass this test shall indicate a trouble and maintenance alert on the control panel.

n) All Addressable devices shall have a stored internal device type code that the control panel shall use to identify the specific type of device. The panel shall automatically identify the type of detector/sensor, module, etc. Each device type shall use a unique type code.

o) Addressable detectors/sensors shall measure its environmental background and communicate its analogy value to the control panel in real time ambient conditions. The control panel, not the detector/sensor, shall make the alarm/normal decision, thereby allowing the sensitivity of each detector/sensor to be set and monitored by the control panel. The system operator shall have the ability to view the background measurement of each detector/sensor.

(B) FIRE ALARM SYSTEM: The main FACP Central Console shall contain a microprocessor based Central Processing Unit (CPU). The CPU shall communicate with and control the following types of equipment used to make up the system: Analogue addressable detectors, addressable modules, local and remote operator terminals, printers, annunciator, and its components and other system controlled devices. It shall have spare capacity to accommodate 20 % of the total system devices. It should be capable of incorporating fire alarm multiple loops as per the interior designs. The main FACP shall perform the following functions: Supervise and monitor all Analogue addressable detectors and monitor modules connected to the system for normal, trouble and alarm conditions.

1. Supervise all initiating signalling and notification circuits throughout the facility by way of connection to monitor and control modules.

1. Detect the activation of any initiating device and the location of the alarm condition. Operate all notification appliances and auxiliary devices as programmed.

2. The LEDs for Fire Alarm must have different colours in order to be distinguishable

3. Visually and audibly annunciate any trouble, supervisory or alarm condition on operator's terminals, panel display, and annunciator.

4. Cause operation of all notification appliances and auxiliary devices as programmed.

5. The FACP shall provide: • Acceptance switch • Alarm silence switch • System reset switch • Walk test switch. • Lamp test switch. • Block Acknowledge • Control-By-Time • Drift Compensation • Pre-alarm Control Panel Indication • NFPA 72 Smoke Detector Sensitivity Test • Multiple printers’ option. • Alarm Verification, by device, • Multiple CRT Display Interface • Non-Alarm Module Reporting • Periodic Detector Test • Trouble Reminder • Upload/Download to PC Computer • Alarm Verification with Tally • Smoke Detector Maintenance Alert

6. The system/FACP shall be designed for 20 % future expansion of signal loop interface boards.

7. The system shall provide the following facilities. 8. To enable or disable or adjust sensitivity of any addressable device through the

system keypad or operator terminal and also to enable alarm verification of each device.

9. To store up to1000 system operations or events in a non-volatile memory. 10. To generate system statuses reports and recall/print each operation at

command of Operator. 11. To interrogate each detector and analyse detector response and to provide

display and print abnormal deviation without inhibiting the system performance.

12. To provide ‘pre-signal alarm ‘signal when the detector is at 80 % of its alarm threshold.

13. To cause the following operations upon activation of any detector, break glass unit unless otherwise specified.

I. Activate all programmed notification circuits until silenced. II. Activate all audio-visual annunciation devices until reset.

SYSTEM CAPACITY AND GENERAL OPERATION: THE MAIN FIRE ALARM CONTROL PANEL:

a. The control panel shall provide, or be capable of expansion to minimum 125analogueaddressable devices (any combination) per loop. The panel shall be sized to accommodate batteries, battery charger, power supply, control panel, indicating, initiating, communications, relays, and switch modules.

b. The control panel power connections (whether ac or dc) shall be separately fused within the control panel. c. Loss of commercial power shall be annunciates as a system trouble. System trouble shall be indicated for over-voltage or under-voltage conditions, blown fuses, or disconnected batteries. d. The system shall visually and audibly indicate operation from standby power. The system shall automatically restart upon the return of power. No operator intervention shall be required. e. A dual-rate battery charger shall be provided, which is capable of recharging the batteries to 80 percept capacity in 12 hours. f. Batteries shall be sized to provide 24 hours of standby operation followed by 30 minutes of alarm. g. The control panel shall be capable of supporting addressable detection devices. h. The panel annunciator shall be an alphanumeric display, which shall provide an user-definable message associated with each detection device or zone. i. Dynamic supervision of system electronics, wiring, detection devices, and software shall be provided by the control system. Failure of system hardware or wiring shall be indicated by type and location on the alphanumeric annunciator. j. The system shall provide fail-safe operation, i.e., incoming alarms shall automatically override all other modes of operation, and the panel shall automatically return to normal operating mode from any operator-initiated mode. k. Ground fault detection shall be provided for all initiating and audible circuits. Lamp test capability shall be provided to test all visual panel indicators and associated software. l. The system alarm lamp shall flash and an integral trouble buzzer shall sound upon receipt of any alarm condition. Acknowledgment of the alarm by operation of the silence switch shall silence the audible alarm and cause the alarm lamp to light steadily. Receipt of subsequent alarms shall cause the alarm buzzer to resound and the alarm lamp to flash. m. The service mode shall permit the arming and disarming of individual detection or output devices, as well as manually operating output devices. Status of these devices shall be displayed upon command from the control panel. n. The panel shall automatically return to normal mode in the event the panel remains unattended in the service mode. The panel shall be capable of receiving and processing alarms even when in the service mode. o. The control panel shall report, by specific device number, any device removed from an addressable initiating circuit, and all other devices shall continue to function. p. The control panel shall have the ability to support an optional printer terminal.

q. No alarm or trouble indication shall be resettable until it has been acknowledged. It shall not be possible to reset the system until all alarms have been acknowledged and devices cleared. r. The following functions shall be provided by operating the front control panel.

I. LED testing. II. Alarm, trouble, and abnormal condition listing. III. Enabling and disabling of each monitor point separately. IV. Activation and deactivation of each control point separately. V. One-person test enable. VI. Running self-diagnostic. VII. Display historic logs. VIII. Point listing.

s. Scrolling through menu options or lists shall be accomplished in a self-directing manner in which prompting messages shall direct the user. These controls shall display a “System Normal” message and the current time and date. An abnormal condition be detected the appropriate LED (Alarm, Supervisory or Trouble) shall flash. The unit audible signal shall pulse for alarm conditions and sound steady for supervisory and trouble conditions. The LCD shall display the following information relative to the abnormal condition of a point in the system.

i. 40 character custom location label ii. Type of device iii. Point status (i.e., alarm, trouble)

t. Fire alarm audio control panel shall provide complete voice annunciation control of the fire alarm system. Panel shall include ability to select paging zone by area or all call. Panel shall support both live paging and pre-recorded digital messages. Panel shall be integral to main fire alarm control panel. u. Performance: Audio Channels: one simultaneous 70.7 VRMS channels, minimum. Audio Levels: As required Digital Message: Shall be standard custom message. Preamp Supervision and Automatic Changeover: yes. Amplification: supports 10 distributed- or central bank amplifiers. Backup Amplification: supports four backup amplifiers. Degrade Mode: degrade mode reverts to tone generation. Mounting: wall or floor-mounted enclosure. System Power: 230 VAC +/- 10% , 50 Hz, Single Phase v. Initiating circuit modules shall maintain complete reporting of device status while in trouble due to any addressable device having its active transmitting component fail, open, or shorted. The initiating circuit modules shall detect a line break and provide information to the control panel, allowing the user to determine between which two devices the break has occurred. w. Detection line circuit monitoring shall be provided by a zone input module. Upon actuation of any detector or device installed on a zone circuit, that particular zone shall lock into alarm and the zone identification

and location shall be annunciates at the control unit. Zone troubles, such as opens, shall be enunciated at the control unit giving zone identification and trouble description. Alarm information and transmission shall have priority over trouble. x. All signal circuits shall require and be fitted with an appropriate end-of-line resistor (EOLR). Each circuit shall be fused separately. The module shall be supervised by the control unit for open and shorted circuits. Open circuits shall report trouble only and respond with circuit identification. A shorted circuit shall respond in a similar manner. Each output circuit shall be individually fused with replaceable fuses. y. For control of air-handling units, relay modules shall be provided. The module shall be system interconnected and shall be operable by the control unit or manually. It shall contain independent relays, fitted with contacts, rated at 230/120 VAC, 10 Amps, minimum, inductive. z. The Fire Alarm Control Panel shall include a full featured operator interface control and annunciation panel that shall include a backlit, liquid crystal display, individual, colour coded system status LED’s, and an alphanumeric keypad for the field programming and control of the fire alarm system. aa. All programming or editing of the existing program in the system shall be achieved without special equipment and without interrupting the alarm monitoring functions of the fire alarm control panel. bb. The panel shall be field programmable or from the operator Terminal with:- a) Status level changes b) Actual change in program c) All changes shall be recorded with date & time stamp and authorization. d) The panel should have an in-built card to facilitate networking. e) Ground Fault Detection: A ground fault detection circuit shall be provided to detect positive and negative grounds on all field wiring. The ground fault detector shall operate the general trouble devices as specified but shall not cause an alarm to be sounded. A s ingle ground fault will not interfere with the normal operation, such as alarm, or other trouble conditions.

CENTRAL PROCESSING UNIT: 1. The Central Processing Unit shall communicate with monitor, and control all other modules within the control panel. Removal, disconnection or failure of any control panel module shall be detected and reported to the system display by the Central Processing Unit. 2. The Central Processing Unit shall contain and execute all control-by-event programs for specific action to be taken if an alarm condition is detected by the system. The control by event programs shall provide the following logical operations on the analogue addressable devices. Such control-by-event programs shall be held in non-volatile programmable memory, and shall not be lost with system primary and secondary power failure.

3. The Central Processing Unit shall also provide a real-time clock for time annotation of all system displays. The Time-of-Day and date shall not be lost if system primary and secondary power supplies fail. 4. The CPU shall be capable of being programmed on site without requiring the use of any external programming equipment.. 5. The CPU and associated equipment are to be protected so that they will not be affected by voltage surges or line transients. 6. Each peripheral device connected to the CPU shall be continuously scanned for proper operation. Data transmissions between the CPU and peripheral devices shall be reliable and error free. The transmission scheme used shall employ dual transmission or other equivalent error checking techniques. DISPLAY: 1. The display assembly shall contain, and display as required, custom alphanumeric labels for all Analogue addressable detectors, addressable modules, and software zones. 2. The system display shall provide backlit alphanumeric Liquid Crystal Display (LCD). It shall also provide five Light-Emitting-Diodes (LEDs) that will indicate the status of the following system parameters: AC POWER, SYSTEM ALARM, SYSTEM TROUBLE, DISPLAY TROUBLE, and SIGNAL SILENCE. 3. The system display shall provide a 25-key touch keypad with control capability to command all system functions, entry of any alphabetic or numeric information, and field programming. Two different password levels shall be accessible through the display interface assembly to prevent unauthorized system control or programming. 4. The system display shall include the following operator control switches as listed earlier.

SIGNALING LINE CIRCUIT (SLC) INTERFACE BOARD: 1. The SLC board shall monitor and control a minimum of 125 Analogue addressable devices. This includes Analog addressable detectors (Photoelectric, or thermal) and monitor or control modules. The SLC Bus shall be capable of a wiring distance of 10,000 feet from the signalling line circuit module. 2. The SLC interface board shall contain its own microprocessor, and shall be capable of operating in a local mode (any SLC input activates all or specific SLC outputs) in the unlikely event of a failure in the main CPU of the control panel. 3. The SLC interface board shall not require any jumper cuts or address switch settings to initialize SLC Loop operations. 4. The SLC interface board shall provide power and communicate with all analogue addressable detectors and modules connected to its SLC Loop on a single pair of wires. 5.The SLC interface board shall receive Analog information from all analogue addressable detectors and shall process this information to determine whether normal, alarm, or trouble conditions exist for that particular detector. The SLC interface board software shall include software to automatically maintain the detector's desired sensitivity level by adjusting for the effects of environmental factors, including the accumulation of dust in each detector. Theanalog information

may also be used for automatic detector testing and for the automatic determination of detector maintenance requirements. SERIAL INTERFACE BOARD: 1. The Serial Interface Board shall provide EIA-232 interfaces between the fire alarm control panel and the UL Listed Electronic Data Processing (EDP) peripherals. 2. The Serial Interface Board shall allow the use of printers, CRT monitors, and other peripherals connected to the EIA-232 ports. 3. The Serial Interface Board shall provide required number of EIA-485 port for the serial connection to annunciation and control subsystem components. 4. The Serial Interface Board shall have LEDs that will show that it is in regular communication with the annunciator or other EIA 485 connected peripheral device. 5. EIA-232 serial output circuits shall be optically isolated to assure protection from earth ground. ENCLOSURES: 1. The control panels shall be housed in a cabinet suitable for surface or semi-flush mounting. Cabinet and front shall be corrosion protected, given a rust-resistant prime coat, and manufacturer's standard finish. 2. The back box and door shall be constructed of .060 steel with provisions for electrical cable connections into the sides and top. 3. The door shall provide a key lock and shall include a glass or other transparent opening for viewing of all indicators. For convenience, the door may be hinged on either the right or left side (field selectable). 4. The control unit shall be modular in structure for ease of installation, maintenance, and future expansion. ( 3) ADDRESSABLE MANUAL CALL POINTS

a) The addressable manual pull station shall operate on any addressable detection circuit. The addressable manual pull station shall be individually annunciated on the control panel. The unit shall be double-action initiated, having latching relays.

b) Manual pull stations shall be addressable Models shall be made of die-cast metal and painted Red enamel. The words Fire Alarm shall be in a contrasting Color and be embossed text 1/2" tall..

a) Addressable Manual call point is to be used to trigger a fire alarm manually,

and should be suitable for connection to the system’s loop technology.

b) The alarm is to be set off by breaking the glass, with the alarm carrying on until a replacement glass panel is fitted. Unit MCP should be suitable for surface mounting with protection category IP 24. Should contain an integrated short circuit isolator which should ensure that a fault is localized and that the loop continues to function fully in the event of a wire break or a short circuit.

c) The manual break glass units shall be addressable type and suitable to connect with two wires to the Fire Alarm Control Panel (FACP) loops.

d) The manual call point (break glass units) shall be of standard compact type of plastic material. It should be operable by breaking the glass with the finger without providing any harm.

e) Manual Call Points shall connect with two wires to one of the control panel loops. The manual call points shall be software addressed from the panel software. The manual call points will be with inbuilt short circuit isolators.

f) The manual call points should be visible to everybody. Their location should be marked and highlighted if necessary for it to be visible.

(4) AUTO DIALER: a) An auto-dialer is an electronic device that can automatically dial telephone

numbers to communicate between any two points in the telephone, mobile phone networks. Once the call has been established the auto-dialer will announce verbal messages to the called party.

b) 16 x 2 LCD for easy programming, 16 keys multifunction soft touch key pad,60 second message storage, and 10 telephone numbers storage facility. 15 digit length telephone number to store cell phone numbers and STD numbers.

c) The Product: Auto Dialer is an Electronic Device which alerts through phone / cell by playing the pre – recorded message.

d) Voice Message: 60 seconds recorded message in any language includes a common message to describe the location and short message to describe the alarm event.

e) Non-volatile memory for message storage and telephone number storage. f) 24 V DC volts operation.

(5) ELECTRONIC SOUNDERS / SPEAKERS: a) Electronic sounders shall operate on 24 VDC nominal. a) The LEDs for Fire Alarm and Gas Alarm must have differentcolors in

order to be distinguishable b) Electronic sounders shall be field programmable without the use of

special tools, to Provide slow whoop, continuous, or interrupted tones with an output sound level of at least 90 dBA measured at 10 feet from the device, Speaker shall have frequency response of 400 to 4,000 Hz and Shall be White in color. The sounders shall be UL listed for fire alarm voice evacuation use.

c) It shall also incorporate a suitable microphone for talk back to the control panel. Listed for fire services and protected against temperature effects. Failure of audio amplifiers shall result in a trouble signal.

d) The mechanisms shall be fully enclosed and dust-proof. They shall be designed to be mounted on a wall, ceiling, or other suitable rigid surface that is free from vibration Alarm horns shall be of the polarized 24-Vdc type.

e) The mechanisms shall contain an aerospace-grade aluminium diaphragm; blued, tempered, and polished armature, and tungsten contact points, all housed in a die-cast frame-and-grill assembly. They shall be designed to be mounted on a wall, ceiling, or other suitable rigid surface and capable of being surface, semi flush, or flush mounted.

(6) Addressable UV Flame detector:

1.The intelligent addressable base mounted UV flame detector is designed to protect

enclosed indoor areas where open fires may be expected. The detector has a fast

acting response to flames up to 10-12m away and its single UV sensor with a narrow

spectral response can discriminate between flames and most spurious sources of

radiation

2. Visible LED illuminates steady red on alarm Conditions. 3. -10 to +50 degree operating temperature. 4. Flame detector should have fast response time to detect flame size less than 1-2 inches from distance of 10 meters

(6) POWER SUPPLY: 1. The Main Power Supply shall operate on 230 VAC, 50 Hz, and shall provide all necessary power for the FACP, repeater panel and other devices requiring such power. 2. It shall provide minimum 3.00amps or as required by system, of usable notification appliance power, . 3. It shall be expandable for additional notification appliance power in 3.0-ampereincrements. 4. It shall provide a battery charger for 24 hours of standby using dual-rate-charging techniques for fast battery recharge. 5. It shall provide meters to indicate battery voltage and charging current. (6)BATTERY CHARGER:

a) It Shall be completely automatic, with constant potential charger maintaining the battery fully charged under all service conditions. Charger shall operate from a230-volt 50-hertz source.

b) It Shall be rated for fully charging a completely discharged battery within 48 hours while simultaneously supplying any loads connected to the battery.

c) It Shall have protection to prevent discharge through the charger. d) It shall have protection for overloads and short circuits on both AC and sides.

(7) FA CABLE The FA cable shall befalls two core, 1.5 sq. mm, multi-stranded, twisted pair, overall

shielded with Alu-mylar tape with tinned copper drain wire of size 0.5 Sq. mm, PVC sheathed G.I. Wire armoured, PVC sheathed cable. The cables shall be used for carrying low-level signals from sensors like smoke detector, flame detectors, beam detectors etc. to FA control panel consisting of micro-processor based data acquisition and control system. These carry high frequency low-level digital signal these are prone to noise pick up. Hence these require excellent shielding and low values of Resistance and Capacitance. The cable shall withstand a voltage of 1500 V rms AC when applied for one minute between the two conductors of the pair. The insulation resistance shall be minimum 1 mega ohm. The number of strands and diameter shall be as per IS 8130. Routine tests:

a) Dielectric test (Water immersion test) b) Insulation resistance test c) 23. DETECTOR TEST UNITS d) The smoke detector test units shall be designed to functionally test smoke

detectors. Aerosol spray for smoke testing shall be comprised of a range of particles comparable to those found in various types of smoke. Extension poles shall enable the reach to be extended up to 6.5m. Removal, replacement as well as testing shall be possible from the ground floor.

e) 24. AEROSOL TEST CAN f) The 300 gm. aerosol can shall be supplied as an accessory to the Smoke Test

Unit. It shall support for testing of 200 - 300 detectors units. The aerosol should not contain ozone damaging CFC's.

.

Tender Number:6000010492

Section VIII: Quality Control Requirements

FAT (FINAL ACCEPTANCE TEST) and FAC (FINAL ACCEPTANCE CERTIFICATE) :

(a) FAT: Upon completion of Supply, Installation and Testing of the system at the Purchasers premises, Purchaserwill conduct testing of the service to the satisfaction of Purchaser as detailed in Section - VII.

(b) FAC: Upon satisfactory completion of FAT, Purchaser shall issue (Final Acceptance Certificate).

(c) The service will be accepted on manufacturers guarantee certificate. If any defects are observed or the servicefound unsuitable, then the same will be rejected and returned to the supplier for replacement at Security PrintingPress, Hyderabad.

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec08.1

Tender Number:6000010492

Section IX: Qualification/Eligibility Criteria

1. Experience and Past Performance:

The Bidder firm should have executed Design, Supply, Installation, Testing, Commissioning and Training of at leastsimilar 1 Set of Intelligent Analog Soft-Addressable Fire Alarm Detection & Annunciation System on Turnkey basis inany one year during the last five years.

Documentary proof should be provided for the same upto the financial year ended on 31-03-2017.

2. Capability- Equipment & Manufacturing FacilitiesThe bidder firm must have an annual capacity to Design, Supply, Installation, Testing, Commissioning and Trainingof Intelligent Analog Soft-Addressable Fire Alarm Detection & Annunciation System on Turnkey basis - Qty 1 Set.

3. Financial Standing

a. Average Annual turnover of the Bidder firm during last three years i.e. Financial Year 2014-2015, 2015-2016and 2016-2017 for the financial year ending 31-03-2017 should be more than INR 20,16,300-00

b. Bidder Firm should not have suffered any financial loss for more than one year during the last three years i.e.Financial Year 2014-2015, 2015-2016 and 2016-2017 for the financial year ending 31-03-2017.

c. The net worth of the firm should not have eroded by more than 30% in the last three years i.e. Financial Year2014-2015, 2015-2016 and 2016-2017 for the financial year ending 31-03-2017.

Note :

a. All experience, past performance and capacity/ capability related/ data should be certified by the authorizedsignatory of the bidder firm. The credentials regarding experience and past performance to the extent required asper eligibility criteria submitted by bidder will be verified from the parties for whom work has been done.

b. All financial standing data should be certified by certified accountants e.g. Chartered Accountants (CA) in India.

c. In support of financial standing, point No. 3 above, the bidder should submit Annual Audited Accounts likeBalance Sheet, Profit & Loss Statements and Income Statements, failing which the bidder#s offer shall be liable forrejection at Technical Bid Stage itself.

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

Tender Number:6000010492

Section X: Tender Form Date:

To,Security Printing Press, HyderabadA Unit of Security Printing & MintingCorporation of India Limited(Wholly Owned by Govt. of India)Hyderabad

We, the undersigned have examined the above mentioned tender enquiry document, including amendmentNo............., dated.......... (if any), the receipt of which is hereby confirmed. We now offer to supply and deliver........................................ (Description of goods and services) in conformity with your above referred document forthe sum of _____________ (total tender amount in figures and words), as shown in the price schedule(s), attachedherewith and made part of this tender.If our tender is accepted, we undertake to supply the goods and perform the services as mentioned above, inaccordance with the delivery schedule specified in the List of Requirements.We further confirm that, if our tender is accepted, we shall provide you with a performance security of requiredamount in an acceptable form in terms of GCC clause 6, read with modification, if any, in Section V - 'SpecialConditions of Contract', for due performance of the contract.We agree to keep our tender valid for acceptance for a period up to ................, as required in the GIT clause 19,read with modification, if any in Section-III - 'Special Instructions to Tenderers' or for subsequently extended period,if any, agreed to by us. We also accordingly confirm to abide by this tender up to the aforesaid period and thistender may be accepted any time before the expiry of the aforesaid period. We further confirm that, until a formalcontract is executed, this tender read with your written acceptance thereof within the aforesaid period shall constitutea binding contract between us.We further understand that you are not bound to accept the lowest or any tender you may receive against yourabove-referred tender enquiry.

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

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

Duly authorized to sign tender for and on behalf of

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

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

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

Ref: Your Tender document No.6000010492 /SPPH/A-II/E-458/2017/5998 dated 22.03.2018

Tender Number:6000010492

Section XI: Price Schedule

As per Annexure - B

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

SECTION XI : PRICE SCHEDULE ANNEXURE - B

TENDER NO. 6000010492/SPPH/AII/E-458/2017/5998, Dated: 22-03-2018 SUMMARY OF PRICE SCHEDULE: PRICE SHOULD BE QUOTED FOR SPP, HYDERABAD.

Sl. No

Item description

UOM (Unit of Measurement)

Basic price/ unit. (Rs)

GST% on basic price with HSN/SAC

Packing and forwarding charges, (Rs), if any.

GST % with HSN/SAC

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

GST% on Freight with HSN/SAC

Total FOR cost of SPP per unit

Total Price for required quantity FOR SPP, Hyderabad (inclusive of all taxes, freight, and Insurance charges)

1 2 3 4 5 6 7 8 9 10 11

A1

SITC of Multi loop Intelligent Analogue Addressable Fire Alarm Control Panel with features as:- Min.150-200 devices per loop in any combination, Networkable, 4 lines x 40 characters display, steel IP30 enclosure, 1000 events stored in the memory, Day / Night programming functions. Batteries included complete with necessary accessories to provide back up 24 hours in stand by mode & 30 mins in alarm conditions. Panel shall be suitable for all

Sets

SECTION XI : PRICE SCHEDULE ANNEXURE - B

devices mentioned in the Tender document specs. UL / LPCB / EN / VDS approved.

A2

SITC of Repeater Panel

suitable for above

control panel with all

necessary control keys

complete with necessary

installation hardware &

accessories

UL/LPCB/EN/VDS

approved Supplying,

Installation, Testing and

Commissioning of

Repeater Panel with not

less than 600-character

Backlit Liquid Crystal

Display. The LCD shall

Display all events /

detectors, devices status

of complete systems and

provide for remote reset,

acknowledge, drill and

silence of the control

panel from remote

locations

SECTION XI : PRICE SCHEDULE ANNEXURE - B

A3

SITC of Intelligent Analogue Addressable Multi-criteria Detector with isolator base with following features:-, In-built isolator/isolator base in each device. Day/Night operation, 360deg visible bi-colour LED, Magnetic Test feature, Double dust trap complete with necessary installation hardware & accessories UL/LPCB/EN/VDS approved

A4

SITC of Addressable Manual Call Point with Reset Lock & Key arrangement with back box, microprocessor based complete with necessary installation hardware & accessories UL/LPCB/EN/VDS approved

A5

Supply, installation,

testing & commissioning

of Ceiling mounted

Addressable Intelligent

wall sounder and

SECTION XI : PRICE SCHEDULE ANNEXURE - B

flasher complete with

necessary installation

interface, mounting base

hardware & accessories.

The Sounder shall be

made of ABS plastic

material &shall have the

Db level of 90 dBs and a

multi tone facility,

UL/LPCB/EN/VDS-

approved.

A6

SITC of Addressable Relay output module for AHU integration complete with necessary installation interface hardware & accessories UL/LPCB/EN/VDS approved.

A7

SITC of Addressable UV Flame Detectors The system shall be integrated with Main Fire alarm Panel. The detectors should be of same make of that panel. The detector should be able to detect flame at distance of 10mtrs.detector shall have three sensitivity levels. The

SECTION XI : PRICE SCHEDULE ANNEXURE - B

system shall be designed & installed according NFPA/EN standards. It shall be UL/LPCB/EN/VDS approved

A8

Auto dialer facility complete with all the accessories and peripherals, software etc. as per specs mentioned somewhere in the Tender Document.(The dedicated lease line will be supplied by spp.)

A9

WIRING & CONDUITING: 2C x 1.5 mm2, Multi Stranded Copper conductor Twisted Pair, Shielded, FRLS Armoured Cable 650 V as per IS 1554, with GI saddle spacers every 0.3 meter with Single compression Cable Glands, ABS Junction Boxes( wherever required ), terminals, Ferruling complete.(The approximate quantity as worked out by us is approximately.

SECTION XI : PRICE SCHEDULE ANNEXURE - B

A 10

Supply and laying of 4C x 1.5 Sq.mm, Multi stranded Copper conductor, FRLS Armoured cable 650 V as per IS 1554 laid on surface with GI saddle-spacers every 0.3 meters. Complete with GI Junction Box, lugs, cable compression glands, cable tags and Ferruling. (For interconnection between Fire Alarm Panel & Repeater Panel).

A 11

Any miscellaneous material and devices as required for integration including modules, fabrication material, clamps, data cables, connectors ,CPVC pipes etc.

A 12

Battery charger UPS and Battery Bank as required for the total secondary protection of all equipment’s and devices for 24 hours backup as well as for regular supply

SECTION XI : PRICE SCHEDULE ANNEXURE - B

for devices if required.

A 13

Laser jet Printer

A 14

PC for programming with i7 core duo processer, LED 18 inch monitor,1 TB or more SATA HDD ,optical mouse, windows 7 software along with FA system software complete licensed copies.

B1

Design Supply Installation, commissioning and Testing of the entire Fire Alarm system as per above specification

Job

B2

Charges for training in

Software, integration

and hardware handling

form operation and

maintenance point of

view.

Job

SECTION XI : PRICE SCHEDULE ANNEXURE - B

C1 AMC charges for first year

Job

C2 AMC charges for second year.

Job

C3 AMC charges for third year.

Job

Total

FOR SPP, Hyderabad price in words ……………………………………….

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

Note : 1. Price bids with conditions/ counter conditions are liable to be rejected. 2. All prices should be upto two decimal only. Quotation with price quote beyond 2 decimal place shall be ignored.

Office Seal/Stamp

(Name and Signature with date)

Tender Number:6000010492

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

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

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

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

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

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

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

Tender Number:6000010492

Section XIV: Manufacturer's Authorization FORMTo,Security Printing Press, HyderabadA Unit of Security Printing & MintingCorporation of India Limited(Wholly Owned by Govt. of India)Hyderabad

Dear Sirs,

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

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

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

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

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

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

Tender Number:6000010492

Section XV: Bank Guarantee Form for Performance Security....................................................[insert: Bank's Name, and Address of issuing Branch or Office]Beneficiary: .............................. [insert: Name and Address of SPMCIL]Date:.........................PERFORMANCE GUARANTEE No.: ..................................

WHEREAS................................................................................... (name and address of the supplier) (hereinaftercalled "the supplier") has undertaken, in pursuance of contract no..................................... dated ..............to supply(description of goods and services) (herein after called "the contract").

AND WHEREAS it has been stipulated by you in the said contract that the supplier shall furnish you with a bankguarantee by a scheduled commercial bank recognized by you for the sum specified therein as security forcompliance with its obligations in accordance with the contract;

AND WHEREAS we have agreed to give the supplier such a bank guarantee;

NOW THEREFORE we hereby affirm that we are guarantors and responsible to you, on behalf of the supplier, up toa total of .............................................................................. (amount of the guarantee in words and figures), and weundertake to pay you, upon your first written demand declaring the supplier to be in default under the contract andwithout cavil or argument, any sum or sums within the limits of (amount of guarantee) as aforesaid, without yourneeding to prove or to show grounds or reasons for your demand or the sum specified therein.

We hereby waive the necessity of your demanding the said debt from the supplier before presenting us with thedemand. We further agree that no change or addition to or other modification of the terms of the contract to beperformed thereunder or of any of the contract documents which may be made between you and the supplier shallin any way release us from any liability under this guarantee and we hereby waive notice of any such change,addition or modification.

We undertake to pay SPCMIL up to the above amount upon receipt of its first written demand, without SPMCILhaving to substantiate its demand.This guarantee will remain in force for a period of forty five days after the currency of this contract and any demandinrespect thereof should reach the bank note later than the above date.

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

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

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

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

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

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

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

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

Tender Number:6000010492

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

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

Tender Number:6000010492

Section XVII: Letter of authority for attending a Bid openingThe General Manger,Security Printing Press, Hyderabad.

Subject: Authorization for attending bid opening on 24.04.2018 in the Tender of FIRE ALARM DETECTION ANDANNOUNCE SYSTEM - QTY 1 SET.

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

Order of Preference Name Specimen Signatures

1.

1.

Alternate representative

Signatures of bidder or

Officer authorized to sign the bid

Documents on behalf of the bidder.

Note:

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

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

Tender Number:6000010492

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

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

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

Rate Rs.P.

Priceper Rs.P

Amount

TOTAL

1. C.S.T./Sales Tax Amount

2. Freight (if applicable)

3. Excise Duty (if applicable)

4. Packing and Forwarding charges (if applicable)

5. Others (Please specify)

6. PVC Amount (with calculation sheet enclosed)

7. (-) deduction/Discount

8. Net amount payable (in words Rs.)

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

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

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

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

Excise Duty Gate pass........................................................................(enclosed)

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

Tender Number:6000010492

Place and Date

Received Rs..............................(Rupees).........................................................

I hereby certify that the payment being claimed is strictly in terms of the contract and all the obligations on the part ofthe supplier for claiming that payment has been fulfilled as required under the contract.

Revenue stamp Signature and of Stamp Supplier

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