HMT (INTERNATIONAL) LIMITED - SCOOTERS INDIA · HMT (INTERNATIONAL) LIMITED (A Government of India...
Transcript of HMT (INTERNATIONAL) LIMITED - SCOOTERS INDIA · HMT (INTERNATIONAL) LIMITED (A Government of India...
HMT (INTERNATIONAL) LIMITED (A Government of India undertaking and subsidiary of HMT Ltd.)
No. 59, Bellary Road, Bangalore – 560 032
NOTICE INVITING GLOBAL TENDER HMT(I) INVITES OPEN TENDERS ON BEHALF OF M/S. SCOOTERS INDIA LTD (SIL),
LUCKNOW in Two Bids (i) Technical bid & (ii) commercial bid for Supply, Installation,
Commissioning & Trials of CNC EDMs, Cylindrical Grinding, SPM MIG Welding, Rod
Straightening, Air Plasma Cutting, Band Saw, Balancing, Shell Moulding, Core Shooter,
Tyre Changer Machines & Gear Box Die Set, etc.
TENDER REF NO: HMTI/GMP/SIL/001, HMTI/GMP/SIL/002, HMTI/GMP/SIL/003,
HMTI/GMP/SIL/004 DTD 19.2.15, CLOSING DATE: 12.3.15, 10:30 Hrs
Contact: General Manager, Products / Deputy Manager, Products
Email: [email protected] / [email protected] / Ph: 08023339060 For further details visit: www.hmti.com / www.scootersindia.com / www.tenders.gov.in / www.eprocure.gov.in All corrigendum(s) if any shall be placed only on above websites
TENDER NO: HMTI/GMP/SIL/004 Dated 19-2-2015
Page 1 of 23
HMT (INTERNATIONAL) LIMITED
(A Govt. of India Undertaking)
(OPEN TENDER)
NOTICE INVITING GLOBAL TENDER
ON BEHALF OF SCOOTERS INDIA LIMITED, LUCKNOW
FOR SUPPLY, INSTALLATION & COMMISSIONING, TRIAL OF
LOT NO. ITEM
1
SINGLE IMPRESSION PRESSURE DIE-CASTING DIE SET FOR GEAR BOX HOUSING
HMT Bhavan, No.59, Bellary Road, Bangalore 560 032
Tel: 91- 80- 2333 9060, Fax: 91- 80- 2333 9048 / 2333 9286
Web Site: www.hmti.com E-mail: [email protected]
ATTENTION 1. Only sealed Tenders shall be entertained. All joints of envelope should be sealed with wax with
individual design stamped on it or with cello tape to ensure it is tamper proof. Tenders not sealed
shall be rejected straight away.
2. Do not use window envelope.
3. Lot-wise Technical Bid and Commercial Bid to be put in a separate cover super-scribing Tender Ref.
No., Date, Submission date, Lot number and Bidder address on the top of envelope. In case, the
Bidder quotes for more than one lot, offers for each Lot to be submitted separately. Do not combine
multiple Lots together.
4. The Bidder may depute their authorized representative to witness the tender opening for both
Technical and Commercial Bids.
5. All updates, amendments, corrigendum etc., will be posted only on the above websites from time to
time, as and when required, until tender is opened. There will be no publication of such updated,
amendments, corrigendum, etc., through newspapers or any other media.
6. Bidders should submit signed Integrity Pact (Enclosure-1) & signed Agreement for after sales service
(Enclosure-2) along with technical bid for each lot or else will be summarily / straightaway rejected.
TENDER REF. NO: HMTI/GMP/SIL/004 Dated 19-2-2015
CLOSING ON: 12-3-2015, TIME 10:30 HRS
OPENING ON: 12-3-2015, TIME 17:00 HRS
PLACE: HMT(I) Board Room, HMT Bhavan,No.59, Bellary Road, Bangalore.
The Tender document issued against payment of Rs 2,500.00 (Rupees Two Thousand Five Hundred only) in
the form of a Demand Draft towards cost of tender document. The Bidder who choose to download tender
document from website (www.hmti.com / www.scootersindia.com / www.tenders.gov.in / www.eprocure.gov.in) must submit the Demand Draft towards cost of the Tender documents along with
Technical bids in Envelope-I.
TENDER NO: HMTI/GMP/SIL/004 Dated 19-2-2015
Page 2 of 23
INDEX
SECTION I: INVITATION FOR BIDS(IFB)
1. Invitation
2. Contact Information
3. Two Bid System
4. Date of Submission and opening of Technical Bid
SECTION II: INSTRUCTIONS TO BIDDERS (ITB)
1. Definitions and Interpretation
2. Compliance of Requirements
3. Criteria for pre qualification of Bidder
4. Cost of Bid documents
5. Earnest Money Deposit
6. Deadlines for submission of bids
7. Preliminary Study
8. Opening of Bids by HMT(I)
9. Comparison of Bids
10. Award Criteria
11. HMT(I) right to amend scope of supplies
12. Corrupt or fraudulent practices
13. Interpretation of the clauses in the tender document
14. General
SECTION III: COMPLIANCE FORM FOR ACCEPTANCE OF TERMS AND CONDITIONS OF CONTRACT
1. Execution
2. Colour
3. Electricals
4. Period of validity of bids
5. Delivery period
6. Inspection & Acceptance
7. Re-Inspection
8. Packing
9. Place of Discharge
10. Freight & Insurance
11. Consignee
12. Invoice to
13. Price
14. Payment Terms
15. Penalty for Delayed Supply & services
16. Clearance for Dispatch
17. Technical Documents
18. Bought Outs
19. Machine / Equipment / Accessories
20. Rejection & Risk
21. Toolings, Jigs & Fixtures, Component Trial & Prove out
22. Performance Bank guarantee
23. Warranty
24. Erection & Commissioning
25. Arbitration
26. Jurisdiction
27. Force Majeure
28. Declaration
SECTION IV: SCHEDULE OF REQUIRMENTS / SCOPE OF SUPPLY (SR)
SECTION V: COMMERCIAL - PRICE SCHEDULE
ANNEXURES :
Annexure – 1 Proforma for Commercial details & previous experience
Annexure – 2 Proforma for Performance Bank Guarantee
Annexure – 3 Proforma for Vendor Registration
Annexure – 4 Quality and Packing details
Annexure – 5 Bid Evaluation Criteria
ENCLOSURES: 1 to 4
TENDER NO: HMTI/GMP/SIL/004 Dated 19-2-2015
Page 3 of 23
SECTION I: INVITATION FOR BIDS (IFB)
HMT (International) Ltd, [HMT (I)] Bangalore invites sealed bids from eligible bidders for supply of following items as per
Schedule of Requirements / Scope of Supplies (SR) - (Section IV).
LOT NO. ITEM
1
SINGLE IMPRESSION PRESSURE DIE-CASTING DIE SET FOR GEAR BOX HOUSING
Manufacturers outside India can participate in the tender, only if they have their Subsidiary / Office / Branch /
Agents / Service Centre in India to carry out after sales service if the contract is awarded to them. Documentary
evidence to be provided for having either of the above in India or else their bids will be rejected. In case of machines
/equipment to be supplied by manufacturers outside India, the applicable custom duty and any other duties / taxes
shall be borne by the bidder.
Vendors are requested to read the following points / guidelines / instructions and ensure that the bid is prepared and
submitted strictly as per the requirements. Bids with insufficient details would not be considered for evaluation. The
following points / guidelines / instructions are part and parcel of the tender and non-compliance will result in rejection
of offer.
1. Part bidding among the Lots is allowed and Part bidding within the lot is not allowed. Bidders shall quote for all the
items within the lot.
2. Contact information
General Manager, Products / Deputy Manager, Products
HMT (International) Limited,
59, Bellary Road, Bangalore-560032, INDIA
Tel No.: 080- 23339060
Fax No.: 080- 23339048 / 23339286
E-mail: [email protected] / [email protected]
3. Two bid System
Bidders shall submit the offer in TWO ENVELOPES [TECHNICAL BID (PART – I) & COMMERCIAL BID (PART -II)] duly
sealed individually as indicated below which shall be sealed in one outer envelope.
Considering the nature of procurement which requires a good amount of technical details, brochures, catalogues etc.,
to be submitted along with the offer as well as the confidentiality required to be maintained during the offer
evaluation process, bidders are requested to submit their offers only through sealed bids. As the Envelope II
(Commercial Bid) would not be opened before the technical evaluation is completed, bidders are requested not to
submit their bids through email / fax etc.
Envelope I: “Part I - Technical bid”:
Lot-wise Technical Bid to be put in a separate cover super-scribing “Part I - Technical bid” along with Tender Ref. No.,
Date, Submission date, Lot number and Bidder address on the top of envelope. In case, the Bidder quotes for more
than one lot, offers for each Lot to be submitted separately. Do not combine multiple Lots together. The envelope-I
should be duly sealed on all joints with wax with an individual design stamped in it or tamperproof sealing using cello
tape. The technical bid should contain ‘Un-Priced Commercial Bid as per Section – V‘. No price should be indicated
anywhere in the Technical Bid. In case it is found so, then the offer shall be summarily rejected.
This part shall include / indicate the following:
1. Duly filled Technical Bid for each Lot separately with proper seal and signature of the authorized person on each
page of the bid document.
TENDER NO: HMTI/GMP/SIL/004 Dated 19-2-2015
Page 4 of 23
2. Point by point confirmation for the following to be provided. If there are any deviations, the same should be
clearly specified.
• Technical Specification as per Section –IV
• Compliance form for Acceptance of Commercial Terms and conditions as per Section – III
• Signed Integrity Pact (Enclosure – 1)
• Signed Agreement for after sales service (Enclosure – 2)
• Filled Bid Evaluation Criteria (Annexure – 5)
3. The Bidder shall provide requisite documentary evidence for Pre-qualification Criteria as stated in Section II,
Clause – 3.
4. The Bidder shall submit Earnest Money Deposit as indicated in Section –II, Clause 5. However, the bidders
registered with NSIC will be exempted from payment of EMD on submission of Valid Registration Certificate.
5. Demand Draft (DD) for Rs 2,500.00 (Rupees Two Thousand Five Hundred only) in favor of ‘HMT(International)
Ltd’ payable at Bangalore towards cost of tender document to be enclosed. In case, the Bidder quotes for more
than one lot, the copy of the Demand draft shall be kept along with the Technical bid documents in Envelope –I
for each lots separately. In these cases, the Bidder shall mention clearly in which Lot the Original Demand draft is
enclosed.
6. A copy of “Un-Priced Commercial Bid as per Section – V, Annexure–1” i.e., a copy of the Price Schedule without
the price details.
7. List of customers both domestic & overseas to whom similar supplies have been provided in the past 3 years in
the prescribed format, Annexure - 1.
8. Two sets of relevant catalogues / brochures.
9. Self attested copy of all the Registration certificates for Statutory taxes & duties such as VAT / Service Tax, etc.,
as applicable.
10. Copy of ISO Certificate, if applicable.
11. Vendor Registration form, Annexure – 3 duly filled {Only for New Vendors of HMT(I)}.
Envelope II: “Part II - COMMERCIAL BID”: Lot-wise Commercial Bid to be put in a separate cover super-scribing
“Part II - Commercial bid” along with Tender Ref. No., Date, Submission date, Lot number and Bidder address on the
top of envelope. In case, the Bidder quotes for more than one lot, offers for each Lot to be submitted separately. Do
not combine multiple Lots together. The envelope-II should be duly sealed on all joints with wax with an individual
design stamped in it or tamperproof sealing using cello tape.
o Prices should be offered in Indian Rupees only. Should furnish break up of price as required in Section V. The
prices quoted shall be F.O.R. SIL (M/s. Scooters India Limited) Works, Lucknow only and considered firm and not
subject to any change. Manufacturers outside India also should quote through their agents / subsidiary /
representatives in India in Indian Rupees only or else their offer will be rejected.
o All prices & other information like discount etc., having a bearing on the prices shall be written both in figures &
words in the prescribed offer form. In the event of difference, the price in words shall be valid and binding. If any
service tax is applicable, the same should be indicated separately. Excise duty, if leviable, documents for CENVAT
need to be given. For availing CENVAT/CVD, dispatch copy of transporter GR/Bill of Lading should be made
available to SIL mentioning consignee as SIL.
o The entire process shall be on E-1 sale basis [Invoice shall be to HMT(I), Consignee shall be SIL, Lucknow. Form 38
Road Permit for import in UP shall be issued by SIL. Form-C for Inter State Commercial Sales Tax shall be issued by
SIL to HMT(I)].
TENDER NO: HMTI/GMP/SIL/004 Dated 19-2-2015
Page 5 of 23
o The terms of payment for supplies will be as indicated under clause 14 in Section-III – Terms and conditions of the
Contract. The bidder has to accept the payment terms. Any deviation in the payment terms offered may be
considered and interest of 18% per annum will be loaded for comparison purposes only. Loading of 18% p.a. shall
be made based on number of days viz-a-vis standard terms. However acceptance of the payment terms indicated
by the bidder is subject to approval of Purchase Committee.
o The bidder should quote their lowest possible price.
4. Date of submission of bids and opening of the Technical bid :
Both the envelopes (Part I & II) Lot-wise separately shall be put in one cover, duly sealed on all joints with wax with an
individual design stamped on it, super scribing Tender No., closing date & time, opening date & time, Lot number and
Bidder address. In case, the Bidder quotes for more than one lot, offers for each Lot to be submitted separately. Do
not combine multiple Lots together.
The envelopes which are not sealed will be rejected straightaway/summarily.
The sealed bids should be dropped in the tender box provided in the HMT(I) office and ensure delivery on or before
1030 hrs (IST) on the closing date. Late offers will not be considered.
Last date for submission of bids: 12th
March, 2015 up to 10:30 hrs
Technical bids will be opened on 12th
March, 2015 at 17:00 hrs in the Board room of HMT(I) office,
Bangalore.
_____________________________________________________________________________________________
END OF SECTION I
TENDER NO: HMTI/GMP/SIL/004 Dated 19-2-2015
Page 6 of 23
SECTION II- INSTRUCTIONS TO BIDDERS (ITB)
1 Definitions and Interpretation
The “HMT(I)” / “BUYER” means: HMT(International) Limited, No.59, Bellary Road, Bangalore-560 032.
The “Bidder” means any firm/institute/company who participates in the tender.
The “Supplier” means any firm/institute/company to whom the contact is awarded.
“SITE” means M/s. Scooters India Ltd (SIL) Works at Lucknow, where the supplies are required to be supplied by the supplier
under the contract.
2
Compliance of Requirements
The supplies offered should be in accordance with the stipulated requirements in the “Scope of Supply”. The bidder shall
indicate his compliance or non-compliance against each of the requirements.
3 Criteria for pre qualification of Bidder
The Bidder shall satisfy the following prequalification criteria:
3.1 The Bidder’s annual turnover (average) is at least as indicated below in the last three financial years. The Bidders should
furnish audited Accounts for previous 3 years.
LOT -1: Rs. 150 Lakhs (Rupees One Hundred Fifty Lakhs only)
The Bidder shall provide satisfactory documentary evidence for above.
3.2 The Bidder must have minimum 5 years continuous experience in manufacturing of similar items specified in the Scope of
Supply. Only Manufacturers are eligible to bid for this tender. Traders are not eligible to participate in this tender.
The Bidder shall provide satisfactory documentary evidence.
3.3 Performance Certificate:
The Bidder should submit satisfactory certificates from two customers to whom similar nature of supplies has been
rendered. It should be on customers’ letter head for the machines sold and commissioned which have worked satisfactorily
for the last five years or more.
Also furnish current contact details such as Name, E-mail, Mobile Number, Address, etc. of the customers which will be
subjected to verification by HMT(I) / SIL Team. The certificates obtained should not be more than three months old.
The Bidder shall provide satisfactory documentary evidence for above.
Bidder who does not submit the above required information along with documentary evidence in the Envelope – I, their
bid will be rejected summarily.
4 Cost of bid documents
4.1 o The cost of bid document is Rs 2,500.00 (Rupees Two Thousand Five hundred only).
o The cost shall be payable in the form of a Demand draft in favour of HMT (International) Ltd, Payable at Bangalore and
kept along with the Technical bid documents in Envelope –I, if the bid documents are down loaded from website.
o In case, the Bidder quotes for more than one lot, the copy of the Demand draft shall be kept along with the Technical bid
documents in Envelope –I for each lots separately. In these cases, the Bidder shall mention clearly in which Lot the
Original Demand draft is enclosed.
o If the cost of bid document is not enclosed in the Technical bid, the bids will be rejected summarily.
5 Earnest Money Deposit
The Bidder shall submit Earnest Money Deposit as indicated below against each lot in the form of Demand Draft drawn in
favour of HMT (International) Limited payable at Bangalore in separate envelops for each lot in the Technical Bid.
LOT -1: Rs. 60,000/- (Rupees Sixty Thousand only)
In case, the Bidder quotes for more than one lot, for each Lot Demand Draft shall be taken separately for corresponding
amount and shall be kept along with the Technical Bid documents in Envelope –I for each lots separately.
If Earnest Money for amount as stipulated in the “Bid Invitation” is not enclosed in the Technical documents in Envelope –I,
the bid will be rejected straight away / summarily. However, the bidders registered with NSIC will be exempted from
payment of EMD on submission of Valid Registration Certificate.
5.1 The Earnest Money Deposit shall remain deposited with the HMT(I) till the bids are finalized. If the validity of the offer is
extended, the EMD shall remain with HMT(I).
5.2 No interest will be payable by the HMT(I) on the Earnest Money Deposit.
TENDER NO: HMTI/GMP/SIL/004 Dated 19-2-2015
Page 7 of 23
SECTION II- INSTRUCTIONS TO BIDDERS (ITB)
5.3 The Earnest Money deposited is liable to be forfeited if the bidder withdraw or amends, impairs or derogates from the
tender in any respect within the validity of his offer.
5.4 The Earnest Money Deposit of all unsuccessful Bidders will be returned to the bidder by HMT(I) after finalization of contract
with the successful bidder.
5.5 The Earnest Money Deposit of the successful bidder will be returned after the P.O. is released and on submission of order
acceptance and Performance Guarantee by successful bidder.
5.6 If the successful Bidder fails to furnish a contract performance guarantee within 15 days from the date of order acceptance
or 22 days from the date of P.O. released, the contract will be terminated and earnest money shall be forfeited.
6 Deadlines for submission of bids
Bids must be received by HMT(I) before the due date and time at the address specified in the tender document. In the event
of the specified date for the submission of bids being declared as a holiday for HMT(I), the bid-closing deadline will stand
extended to the next working day up to the same time.
6.1 HMT(I) may extend this deadline for submission of bids by amending the bid documents and same shall be suitably notified
only on the website (www.hmti.com / http://www.scootersindia.com / http://tenders.gov.in / www.eprocure.gov.in)
6.2 Any bid received by HMT(I) after the deadline for submission of bids, will not be accepted and returned unopened to the
bidder.
7 Preliminary Study
The Bidder may visit HMT(I) office in Bangalore for any clarifications / technical details / component drawings. The
components will be available for study between (02.03.2015 to 06.03.2015) prior to the tender submission date.
8 Opening of bids by HMT(I)
8.1 The Technical Bids will be opened by Tender Opening Committee (TOC) for evaluation and shortlist the eligible bidders.
8.2 Bidder whose Technical Bid is found to be acceptable and meeting the Pre-Qualification Criteria as specified in “Clause 3”
will be informed about the date and time of the opening of the Commercial Bid.
8.3 HMT(I) will open Commercial Bids of only the technically accepted and short listed bids, in the presence of the bidder or
their authorized representative who choose to attend the bid opening, the time and date shall be informed later.
8.4 The bidder’s authorized representative may attend the bid opening shall sign an attendance register as a proof of having
attended the bid opening.
8.5 The bidder’s name, bid prices, discounts and such other details considered as appropriate by HMT(I), will be announced at
the time of opening of the Commercial Bids.
9 Bid Evaluation
Technical bids received against the tender will be evaluated by the Technical Evaluation Committee (TEC) for technical
suitability and will be shortlisted after vendor assessment if applicable.
9.1 The evaluation of bids shall be done on Quality cum Cost basis in the ratio 60:40. Accordingly, the technical bid shall be
evaluated for 60 points and the financial bid for 40 points. The Bid evaluation criteria shall be as per Annexure - 5.
9.2 Short listed Technical bids shall be considered for commercial evaluation and Commercial Bid opening.
10 Award Criteria
10.1 HMT(I) shall award the contract to the eligible bidder whose technical bid has been accepted and determined as having
highest Weightage points by adding both Technical (60 points) and Commercial (40 points) will be considered as the
Successful bidder on lot wise.
10.2 If there is an arithmetical error, the lesser amount shall be taken unless the difference is attributable to an obvious error,
whereupon the correct amount shall be taken.
10.3 If more than one bidder quotes same lowest price, HMT(I) reserves the right to award the contract at its own discretion with
justification
10.4 HMT(I) reserves the right to increase or decrease the quantum of supplies offered by the successful bidder at the sole
discretion of the management, at the rates & other terms and conditions offered by them. The Bidder is bound to accept the
increase or decrease in the quantum of supplies during awarding the contract.
10.5 In case the successful bidder backs out during the tender process / fails to fulfill the contractual obligations, HMT(I) shall not
consider their offer for future requirements apart from forfeiting of EMD / revocation of PBG.
11 HMT(I)’s Right to amend Scope of Supplies
11.1 HMT(I) reserves the right to accept or reject any or all bids without assigning any reason whatsoever.
11.2 HMT(I) reserves the right to increase or decrease the quantum of supplies indicated in the bid documents at the sole
discretion of the management.
11.3 HMT(I) reserves the right to cancel/short close/extend the order at any given point of time due to Force Majeure or
directions from the Governments of India.
TENDER NO: HMTI/GMP/SIL/004 Dated 19-2-2015
Page 8 of 23
SECTION II- INSTRUCTIONS TO BIDDERS (ITB)
11.4 HMT(I) reserves the right to cancel / short close the order due to non-satisfactory performance by any of the service / supply
offered. Cost / damages arising out of such cancellation / short closure shall have to be borne by the bidder
11.5 Buyer shall recall any of the supplier’s experts deputed to the site on non-compliance to the rule of the land or guidelines
laid down by Govt. of India / HMT(I) / SIL or any act that does not correspond to ethical behavior. Cost / damages arising in
such an event shall be borne by the bidder and shall forthwith send suitable replacement.
12 Corrupt or Fraudulent Practices.
12.1 HMT(I) requires that the bidders who wish to bid for this tender have highest standards of ethics.
12.2 The Bidder should not enter with other bidders into any undisclosed agreement or understanding, whether formal or
informal.
12.3 HMT(I) will reject a bid if it determines that the Bidder recommended for award has engaged in corrupt or fraudulent
practices while competing for this contract.
12.4 HMT(I) may declare a vendor ineligible, either indefinitely or for a short period, if HMT(I) is aware that the vendor has
engaged in corrupt and fraudulent practice during the execution of the contract.
13 Interpretation of the clauses in the Tender Document / Contract Document
In case of any ambiguity/ dispute in the interpretation of any of the clauses in this Tender Document, HMT(I)'s
interpretation of the clauses shall be final and binding on all parties.
14 General
14.1 All offers shall be either Computer prints or hand written neatly in indelible ink. Tenders shall be free from CORRECTION
AND ERASURES, and Corrections if any, must be attested. Each page of the offer must be numbered consecutively, should
bear the tender number and should be signed by the Bidder at the bottom. A reference to the total number of pages
comprising offer must be made at the top right hand corner of the first page.
14.2 The Bidders must ensure that the conditions laid down for submission of offers detailed in the preceding paras, are
completely and correctly fulfilled.
14.3 The submission of any offer connected with these supplies and documents shall constitute an agreement that the Bidder
shall have no cause of action or claim, against HMT(I) for rejecting the offer. HMT(I) shall always be at liberty to reject or
accept any offer or offers at its sole discretion.
14.4 Offers shall be deemed to be under consideration immediately after they are opened and until such time the official
intimation of award of contract is made by HMT(I) to the Bidder. While the offers are under consideration, Bidders and or
their representatives or other interested parties are advised to refrain from contacting HMT(I) by any means. If necessary,
HMT(I) will obtain clarifications on the offers by requesting for such information from any or all the Bidders, only in writing.
Bidders will not be permitted to change the contents of their offers after the offers have been opened.
14.5 Any individual(s) signing the tender and related documents should be a competent authorised person or original copy of
power of authorization issued by the competent authority should accompany the tender.
14.6 Offers shall be as per the Instructions to Bidders and Terms & Conditions of contract given in bid documents. However the
Bidder shall indicate his acceptance or otherwise against each of clause and sub clauses of the Instruction to Bidders and
Terms & Condition of contract. HMT(I), however reserves the right to accept or reject these deviations and decision there on
shall be final and binding.
14.7 Bids shall be complete in all respects accompanied by detailed literature, brochures with all necessary details in ENGLISH or
otherwise, the bids will not be considered.
End of SECTION-II
TENDER NO: HMTI/GMP/SIL/004 Dated 19-2-2015
Page 9 of 23
SECTION III: COMPLIANCE FORM FOR ACCEPTANCE OF TERMS AND CONDITIONS OF CONTRACT
BIDDER’S
ACCEPTANCE /
DEVIATION
1 Execution: Metric System
2 Colour: Not Applicable
3 Electricals:
Main supply:415 V, 3 phase, 50Hz / single phase, 230 V, 50hz AC Supply
4.1 Period of validity of bids:
Bids shall be valid for a minimum period of 90 days from the date of tender opening of respective lots.
4.2 HMT(I) may ask for the bidder’s consent to extend the period of validity. Such request and the
response shall be made in writing only. A bidder agreeing to the request for extension will not be
permitted to modify his bid.
5.1 Place of Delivery of supplies: All supplies are to be delivered to F.O.R. SIL Works, Lucknow as per the
instructions given by HMT(I) at the time of dispatch.
5.2 Delivery period for supplies: F.O.R. SIL Works, Lucknow as detailed in Technical Specifications
[Section – IV: Schedule of Requirements / Scope of Supplies (SR)]
Delivery is the essence of the Contract. If there is delay penalty as per clause 15 is applicable.
6 Inspection & Acceptance:
The supplies will be inspected by HMT(I) periodically as decided by HMT(I). If any of the item is found
defective, HMT(I) reserves right to reject those items and order for replacement at the risk and cost of
the supplier.
Inspection Methodology as follows:
• Geometrical Test as per Test chart
• Practical test on standard test piece as per test chart (If applicable)
• Laser Calibration on axis (i.e.) Positional & Repeatability test (Applicable only for CNC Machines).
• Component prove out for PDI (Pre dispatch Inspection)
Consignment shall be dispatched only after getting clearance from HMT(I). Only after successful
completion of pre dispatch inspection & trials, Clearance for dispatch of the machine will be issued.
For Pre dispatch inspection:
� As per Section III, Clause no. 21, Component Trial has to be proved out for minimum 25 Nos.
of Components at Supplier’s place or organize to demonstrate at any other place before
dispatch.
At least 2 weeks prior intimation regarding readiness of supplies, in all respects must be furnished to
HMT(I) for inspection by HMT(I) Quality Assurance Department or by its authorized representative.
HMT(I) reserves right to inspect the items by HMT(I) and SIL or its representative at supplier’s works.
7 Re-Inspection:
HMT(I) reserves the right to re-inspect the supplies, only in cases where the HMT(I) / SIL Inspection
Engineers recommend for such cases after completion of modifications suggested during the
inspection.
8 Packing:
The suppliers shall be responsible for the goods being properly and adequately packed so as to prevent
any loss, damage or deterioration during transit. All consignments must be securely and appropriately
packed and should conform to Standard Material Transport Regulations. The suppliers will be held
liable for any damages to the goods due to insufficient or defective packing as well as for corrosion due
to insufficient protection.
All Supplies shall be packed in wooden cases suitable for transport. Details as per Annexure - 4.
9 Place of Discharge: F.O.R. SIL Works, Lucknow
10 Freight & Insurance:
Supplier to dispatch the goods on Freight Prepaid – Door Delivery basis to F.O.R. SIL Works, Lucknow.
Transshipments shall not be allowed. Transit insurance to be arranged by supplier upto SIL Works.
Supplier to inform HMT(I) & SIL, despatch details like Lorry receipt No., Driver Name & Mobile No., No.
of Packing cases, Gross Weight, Net Weight etc., immediately after dispatch from works. Unloading of
TENDER NO: HMTI/GMP/SIL/004 Dated 19-2-2015
Page 10 of 23
SECTION III: COMPLIANCE FORM FOR ACCEPTANCE OF TERMS AND CONDITIONS OF CONTRACT
BIDDER’S
ACCEPTANCE /
DEVIATION
Machine / equipment, moving the machine / equipment to final location and keeping the machine /
equipment in safe custody till commissioning shall be done by SIL. Foundation if any such as civil works,
labours, etc., shall be done by SIL / in the scope of SIL.
11 Consignee: M/s. Scooters India Limited (SIL), Lucknow
12 Invoice to: HMT (International) Limited, 59, Bellary Road, Bangalore – 560 032, India TIN NO.
29760097661
A/c. Scooters India Limited, Lucknow
13 Price: The price shall be F.O.R. SIL Works, Lucknow and considered firm and no escalation will be
permitted.
14 Payment Terms:
14.1 Payment Terms for supplies:
• 90% payment for supplies will be through RTGS / irrevocable Letter of credit payable on 60th
day from the date of delivery.
• Balance 10% payment for supplies will be paid along with Erection & Commissioning Charges
after successful Installation, Commissioning, trials and Training at site.
• If the Payment terms are not acceptable, the vendor can quote their own payment terms but
18% per annum interest will be loaded to the quoted price for arriving at the total price for
price evaluation only as per tender terms. However, the acceptance of the payment terms
indicated is at the sole discretion of the Management. All bank charges such as L/c opening
charges, amendments if any and negotiation charges, etc., are to the account of supplier.
14.2 Payment for services portion: The payment will be made through RTGS after getting certificate issued
by HMT(I) & SIL confirming successful Installation, Commissioning, trials and Training at site.
Applicable TDS shall be deducted.
15 Penalty for Delayed Supply and Services:
HMT(I) reserves the right to levy penalty @ 0.5 percent of order value per week of delay beyond the
scheduled deliveries / execution of the contract successfully, subject to maximum of 5% of the contract
value. HMT(I) reserves the right to cancel the contract in case the delay is more than 10 weeks. The
penalties, if any shall be recovered by invoking the Performance Bank Guarantee or withholding the
amount out of the payments due.
16 Clearance for Dispatch:
Machine / Equipment shall be dispatched only after getting clearance from HMT(I). Such clearance
shall be furnished only after receipt of a certificate from Supplier stating that the snags, if any, pointed
out by HMT(I) Engineer/SIL’s representative have been duly attended to. HMT(I) reserves the right to
re-inspect the supplies, only in cases where the HMT(I) / SIL Inspection Engineers recommend for such
cases after completion of modifications suggested during the inspection. HMT(I) shall have the right to
hold up the dispatch for want of any clearance from the SIL. The consignment shall be dispatched
through a reputed Transporters in a direct truck to reach F.O.R. SIL Works, Lucknow.
17 Technical Documents:
Supplier to forward the detailed drawings of the all machines / equipment in 5 sets, indicating details
about civil work required, Electrical, Pneumatic, Water connection points etc., immediately on receipt
of Purchase Order.
Instruction / CNC Systems / Spare Parts Manual and other relevant documents pertaining to the
Machine / Equipment must be in English and should be supplied in (5) five sets as follows :
o 3 sets (2 Hard copies + 1 soft copy) of Manuals along with the machine / equipment
o 2 sets (1 Hard copy + 1 soft copy) of Manual to HMT(I), Bangalore
o Two copies of Electrical wiring drawings (along with the machine / equipment)
o One copy of Electrical wiring drawings to HMT(I), Bangalore
o Two copies of Hydraulic Circuit diagrams / Lubrication Diagrams (along with the machine /
equipment)
TENDER NO: HMTI/GMP/SIL/004 Dated 19-2-2015
Page 11 of 23
SECTION III: COMPLIANCE FORM FOR ACCEPTANCE OF TERMS AND CONDITIONS OF CONTRACT
BIDDER’S
ACCEPTANCE /
DEVIATION
o One copy of Hydraulic Circuit diagrams / Lubrication Diagrams to HMT(I), Bangalore
o Drawings of Toolings and Jigs & Fixtures shall be supplied both in soft copy & hard copy (If
applicable)
o Instructions for commissioning (Three copy along with the machine / equipment) and one
copy to HMT(I)
o Final Test & Inspection Report (along with the machine / equipment and one copy to HMT(I))
18 Bought Outs:
All the bought-out items such as bearings, belts, electricals, motors, contactors, switches etc., shall
correspond to ISI / International Specifications and shall be of reputed make like, SKF, FENNER,
SIEMENS & TELEMECHANIC etc.,
19 Machine / Equipment / Accessories:
Machine / Equipment / Accessories / other spare parts offered must be entirely new and unused. Use
of Second hand / refurbished items is strictly prohibited. Violation of this clause will lead to
disqualification of the bidder.
20 Rejection & Risk:
If, HMT(I) finds that the materials supplied are not of correct quality or not according to the
specifications as indicated in the bid offer, then HMT(I) will be entitled to cancel the contract if the
recommendations suggested by HMT(I) to make the supplies in line with the tender requirement is not
completed within 15 days.
21 Toolings, Jigs & Fixtures, Component Trial & Prove out:
1. One set of toolings which are used for prove out of the components are required to be supplied
along with the machine.
2. Necessary Jigs & Fixtures shall be supplied along with the machine.
3. Drawings of Toolings and Jigs & Fixtures shall be supplied both in soft copy & hard copy.
4. Component Trial has to be proved out for minimum 25 Nos. of Components at Supplier’s place or
organize to demonstrate at any other place before dispatch. The accepted castings during prove out at
Supplier’s place shall be sent to SIL, Lucknow for machining trial to prove suitability of castings for
successful machining to produce the final component. At SIL’s place also minimum 100 Nos. of
components to be proved out as above.
5. Materials required for component trial & prove out will be supplied by SIL.
6. Indicated Cycle Time has to be proved out.
7. The trial components (whether good or rejected) shall be sent along with the machine and tagged
‘accepted / rejected’ on the component.
The bidders shall quote Cost towards Toolings, Jigs & Fixtures, Component Trial & Prove out Charges
for each machines separately in the Price Schedule (Section V) that are firm (If applicable).
22 Performance Bank Guarantee (PBG):
The successful bidder will be required to furnish Performance Bank Guarantee for 10% amount of the
Contract value, as per the format attached to this document (Refer Annexure – 2). This bank guarantee
shall remain valid for a period of 60 days beyond the completion of warranty period.
If the successful Bidder fails to furnish a contract performance guarantee within 15 days from the date
of order acceptance or 22 days from the date of P.O. released, the contract will be terminated and
earnest money shall be forfeited
23.1 Warranty:
The supplies shall be guaranteed against defects of material and workmanship for a minimum 80000
shots from the die or a period of 12 months from the date of commissioning or 18 months from the
date of dispatch form works, whichever is earlier. Until the expiry of the warranty period, the supplier
is obliged to do repairs, modifications, setting right and adjustments considered necessary to
guarantee the rated output & performance and to replace any part of the machine / equipment found
defective and necessitate replacement due to design, manufacture, and material defect during the
warranty period at suppliers cost at site in Lucknow within the time frame of 48 hours.
Those replaced / repaired parts warranty period will be extended for further 6 months from the
TENDER NO: HMTI/GMP/SIL/004 Dated 19-2-2015
Page 12 of 23
SECTION III: COMPLIANCE FORM FOR ACCEPTANCE OF TERMS AND CONDITIONS OF CONTRACT
BIDDER’S
ACCEPTANCE /
DEVIATION
warranty period (only for the replaced / repaired parts).
Supplier should be capable of supplying spares for a period of 5 years after warranty period.
23.2 Warranty Certificate:
The supplier should furnish Warranty certificate valid for a minimum 80000 shots from the die or a
period of 12 months from the date of commissioning or 18 months from the date of dispatch form
works, whichever is earlier or as offered by the supplier.
24 Erection & Commissioning:
o The supplier shall depute, the required technical personnel for carrying out installation &
commissioning and providing training to the SIL personnel in operation & maintenance of
equipment at site in Lucknow.
o The supplier shall take care of all expenses towards accommodation, food and travel of their
Technical Personnel deputed to site in Lucknow.
o The supplier shall depute their personnel within 10 days from the date of intimation of readiness at
site in Lucknow.
o All necessary tooling, instruments, inspection equipments, etc., which are required for erection and
commissioning shall be carried by the supplier
o Necessary tools, fixtures, instruments, consumables etc., (f applicable) for erection, commissioning
and trials to be sent along with the items.
o The supplier shall have to provide detailed erection and foundation diagrams for commissioning of
the machine well in advance.
o The supplier shall indicate in offer the requirement of power and various service facilities like
compressed air, cooling water etc. Special requirements if any, should be indicated in the offer
itself. 10 mts of cable for incoming power supply to be included in the scope of supply. All other
inter-connecting line or items shall be within scope of supply of the suppliers.
o To facilitate speedy assembly and erection of the equipment all mating parts and control elements
/ wires should be labeled properly for identification before dispatch from the supplier's works.
25 Arbitration:
All disputes of any kind arising out of supply, acceptance, warranty maintenance etc., shall be referred
after issuance of 30 days notice in writing clearly mentioning the nature of dispute to a single arbitrator
as per prevailing Arbitration Act to be appointed by HMT(I) / SIL.
The venue for arbitration shall be Bangalore for all disputes of any kind arising out of supply till the
supplies are delivered at Lucknow.
Subsequently, the venue for arbitration shall be Lucknow for all disputes of any kind arising out after
delivery of supplies at Lucknow such as acceptance, warranty maintenance etc.
26 Jurisdiction:
The disputes, legal matters, court matters, if any shall be subject to Bangalore jurisdiction only till the
supplies are delivered at Lucknow.
The disputes, legal matters, court matters, if any shall be subject to Lucknow jurisdiction only after
delivery of supplies at Lucknow.
27 Force Majeure:
HMT(I) may consider relaxing the penalty and delivery requirements, as specified in this document, if
and to the extent that, the delay in performance or other failure to perform its obligations under the
Contract is the result of a Force Majeure. Force Majeure is defined as an event of effect that cannot
reasonably be anticipated such as acts of God (like earthquakes, floods, storms etc.), acts of states, the
direct and indirect consequences of wars (declared or undeclared), hostilities, national emergencies,
civil commotion and strikes at successful Bidder’s premises.
Either party shall be excused from performance of their obligation during or to the extent that
performance is prevented by the occurrence of unforeseen causes beyond the control of and without
the negligence of the party claiming excuse. Such causes shall include, without limitation, strike, go
slow, other concerted acts of workmen, lockout, Act of God, war, fire, explosion, action of elements,
TENDER NO: HMTI/GMP/SIL/004 Dated 19-2-2015
Page 13 of 23
SECTION III: COMPLIANCE FORM FOR ACCEPTANCE OF TERMS AND CONDITIONS OF CONTRACT
BIDDER’S
ACCEPTANCE /
DEVIATION
flood, epidemic, riot, sabotage, embargo, blockade, civil disturbance and Governmental restrictions or
limitations etc.
The party claiming excuse shall give immediate written notice thereof to the other, in any case not
later that 15 (fifteen) days, following the occurrence of such event. If performance is held for a
continuous period of more than 3 (three) months from the date of first notice, then the parties shall
review the situation and agree upon any course of action so as to protect the interest of both.
28 Declaration:
Bidders should give following declaration:
• We, hereby certify that we have not been blacklisted by any Public Sector Undertaking / Public
Department.
End of Section III
TENDER NO: HMTI/GMP/SIL/004 Dated 19-2-2015
Page 14 of 23
SECTION – IV: SCHEDULE OF REQUIREMENTS / SCOPE OF SUPPLIES (SR)
LOT – 1 – SINGLE IMPRESSION PRESSURE DIE-CASTING DIE SET FOR GEAR BOX HOUSING
Sl.No DESCRIPTION BIDDER’S
ACCEPTANCE
/ DEVIATION
1 SINGLE IMPRESSION PRESSURE DIE-CASTING DIE SET FOR
GEAR BOX HOUSING
QTY : 1 SET
2 COMPONENT TRIALS & PROVE OUT :
1. Component Trial has to be proved out for minimum 25
Nos. of Components at Supplier’s place or organize to
demonstrate at any other place before dispatch.
2. The accepted castings during prove out at Supplier’s place
shall be sent to SIL, Lucknow for machining trial to prove
suitability of castings for successful machining to produce the
final component.
3. At SIL works, Lucknow also minimum 100 Nos. of
components to be proved out as above.
4. Materials required for component trial & prove out will be
supplied by SIL.
5. The trial components (whether good or rejected) shall be
sent along with the machine and tagged ‘accepted / rejected’
on the component.
3 DELIVERY PERIOD
12 WEEKS
4 OTHER TECHNICAL DETAILS, PLEASE REFER ENCLOSURE –3
& ENCLOSURE - 4
BIDDER TO SPECIFY
ACCEPTANCE /
DEVIATION POINT BY
POINT FOR
ENCLOSURE - 3
ENCLOSURES:
ENCLOSURE – 1: INTEGRITY PACT
ENCLOSURE – 2: AGREEMENT FOR AFTER SALES SERVICE
ENCLOSURE – 3: GUIDELINES FOR GEAR BOX HOUSING DIE SET
ENCLOSURE – 4: GEAR BOX HOUSING DRAWING (No. 42033019)
TENDER NO: HMTI/GMP/SIL/004 Dated 19-2-2015
Page 15 of 23
SECTION V– COMMERCIAL
PRICE SCHEDULE
LOT – 1 – SINGLE IMPRESSION PRESSURE DIE-CASTING DIE SET FOR GEAR BOX HOUSING
Sl.
No
Description Qty in
Nos.
Unit
Ex-works price
Total
Ex-works price
1
SINGLE IMPRESSION PRESSURE DIE-CASTING DIE SET
FOR GEAR BOX HOUSING (Drawings of Die set shall
be supplied both in soft copy & hard copy)
1
A
Excise Duty @ -------%
B
VAT / CST @ -------%
C
Other Taxes if any @ -------%
D Transportation & Insurance charges
E
Component Trials & Prove out Charges
1. Component Trial has to be proved out for minimum 25 Nos. of Components at
Supplier’s place or organize to demonstrate at any other place before dispatch.
2. The accepted castings during prove out at Supplier’s place shall be sent to SIL,
Lucknow for machining trial to prove suitability of castings for successful
machining to produce the final component.
3. At SIL works, Lucknow also minimum 100 Nos. of components to be proved out
as above.
4. Materials required for component trial & prove out will be supplied by SIL.
5. The trial components (whether good or rejected) shall be sent along with the
machine and tagged ‘accepted / rejected’ on the component.
Service Tax towards Trials & Prove out @ -------%
F Total F.O.R. SIL Works, Lucknow Prices in Indian Rupees (including packing)
G
Total Indian Rupees (in words)
The bid amount(BD) of the individual bidder will be arrived on Total F.O.R. SIL Works, Lucknow Prices in Indian
Rupees (including packing).
It is hereby certified that we have understood the instruction to Bidders and also the Terms & Conditions of
Contract attached to the tender and have thoroughly examined and are aware of the nature of supplies / services
required and our offer is to render supplies/services strictly in accordance with the requirements and according to
the terms of the tender. We agree to abide solely by the terms & conditions of contract and other conditions of
the tender in accordance with the tender documents if the contract is awarded to us.
We hereby offer to render supplies / services as detailed above or such portion thereof as you may specify in the
acceptance of tender at the price quoted and agree to hold this offer open for acceptance for a period of 90 days
from the date of opening of tender. We shall be bound by the communication of acceptance dispatched within
the prescribed time.
TENDER NO: HMTI/GMP/SIL/004 Dated 19-2-2015
Page 16 of 23
We possess the necessary License from the Government of India / State Government for rendering the supplies /
services.
Dated:……………………………..
Signature and seal of Authorized Signatory
NOTE
1. The offer must be submitted as per above proforma. The Bidder may use his letterhead to submit his
offer.
2. No erasures or alternations in the text of the offer are permitted.
3. Any correction made in offer shall be initialed by the Bidder.
4. VALUES should be both in figures and Words.
5. The prices quoted should be most competitive
End of Section V
TENDER NO: HMTI/GMP/SIL/004 Dated 19-2-2015
Page 17 of 23
Annexure – 1
PROFORMA FOR COMMERCIAL DETAILS & PREVIOUS EXPERIENCE
(i) Is the firm registered with Govt. Authority/ Agency or MNC? If so, a copy of the registration certificate should be
enclosed.
(ii) Name and address of the Banker
Details of major orders for the quoted supplies/services executed during the past three years should be furnished in the following
format.
Sl. # Full Address of
Customer
Order No.
and Date
Description of
Supplies /
Services
Qty. Contract
Value in Rs.
Remarks
1 2 3 4 5 6 7
Signature:…………………………..
Name:………………………………..
Designation:……………………….
TENDER NO: HMTI/GMP/SIL/004 Dated 19-2-2015
Page 18 of 23
Annexure – 2
PROFORMA FOR PERFORMANCE BANK GUARANTEE
ASSISTANT GENERAL MANAGER, FINANCE
HMT (INTERNATIONAL) LTD.
HMT BHAVAN
59 BELLARY ROAD
BANGALORE – 560 032
DEAR SIR,
THIS DEED OF GUARANTEE EXECUTED BY …………………………………… BANK, (NAME AND ADDRESS OF THE BANK) (HEREINAFTER REFERRED TO
AS BANK) IN FAVOUR OF HMT (INTERNATIONAL) LTD. (HEREINAFTER REFERRED TO BENEFICIARY) NOT EXCEEDING RS………. (RUPEES
………….. ONLY) AT THE REQUEST OF M/S. ……………………….. (HEREINAFTER REFERRED TO AS SUPPLIER).
WHEREAS THE SUPPLIER HAS APPROACHED BANK TO ISSUE BANK GUARANTEE IN YOUR FAVOUR FOR A SUM OF RS. ……………. (RUPEES
…………….. ONLY). WHEREAS THE SUPPLIER HAS RECEIVED PURCHASE ORDER NO. …………………. DATED ………………. FOR RS ……………………….
FOR PROVIDING SERVICES AS STATED IN THE PURCHASE ORDER. WHEREAS THE SUPPLIER HAS TO SUBMIT PERFORMANCE GUARANTEE
FOR TEN PERCENT OF THE VALUE OF SUPPLIES PORTION OF RS……………………………….AS STATED IN THE SAID PURCHASE ORDER.
WE HEREBY CONFIRM AND STATE THAT WE AS GUARANTORS SHALL BE RESPONSIBLE TO YOU ON BEHALF OF THE “SUPPLIER” FOR A TOTAL
SUM OF RS………………… (RUPEES …………………………. ONLY) IN CASE OF VIOLATION OF ANY OF THE TERMS/CONDITIONS OF THE SAID
PURCHASE ORDER.
WE UNDERTAKE TO PAY YOU UPON FIRST WRITTEN DEMAND DECLARING THE “SUPPLIER” TO BE IN VIOLATION/BREACH OR
CONTRAVENTION OF ANY OF THE TERMS AND CONDITIONS, WITHOUT DEMUR OR ARGUMENT OR COURT ORDER OR RESOLUTION WITHIN
THE VALIDITY OF THIS GUARANTEE, A SUM OF RS………………… (RUPEES ……………….. ONLY) AS AFOREMENTIONED WITHOUT YOUR HAVING
TO PROVE TO US OR TO SHOW GROUNDS OR REASONS FOR YOUR DEMAND FOR THE SUM SPECIFIED HEREIN.
THE GUARANTEE CONTAINED HEREIN SHALL NOT BE AFFECTED BY ANY CHANGES IN THE CONSTITUTION OF THE BANK OR IN THE
CONSTITUTION OF THE BENEFICIARY VIZ. YOURSELF AND SHALL BE VALID TILL (DATE) FROM THE DATE OF ISSUE PROVIDED HOWEVER
THAT IN CASE DEMAND IS NOT MADE BY YOU UNDER THIS GUARANTEE ON OR BEFORE (DATE) , BANK SHALL BE FULLY ABSOLVED FROM
ANY LIABILITY UNDER THIS GUARANTEE DEED.
WE HEREBY DECLARE AND STATE THAT THIS GUARANTEE UNLESS INVOKED BY YOU AS AFORESAID SHALL BE VALID TILL (DATE) FROM THE
DATE OF ISSUE AND SHALL BE NULL AND VOID THEREAFTER WHETHER THE ORIGINAL GUARANTEE IS RETURNED OR NOT.
TENDER NO: HMTI/GMP/SIL/004 Dated 19-2-2015
Page 19 of 23
Annexure - 3
PROFORMA FOR VENDOR REGISTRATION
S.N. Description Details
(a) Name and address of the vendor
(b) Please specify whether you are : Manufacturing Unit / Distributor / Agent etc.,
1 (c) Telephone No.
(d) Fax No.
(e) Email ID
(f) Company Profile (Please enclose)
(g) Turnover of the Company for the past three years
(h) Bankers Details
2 Quality system implemented - ISO 9000 / QS 2000 etc.
3 Name, address & Telephone No. of the owner / proprietor/partners
4 Sales Tax Registration No. - Central & State
6 Registration No.
7 Details of Products Manufactured / Distributed / offered. Please enclose brochure.
8 Details of Manufacturing Units / Workshops etc., available
9 Details of Machines, equipment, computers available
10 Manpower / Organization structure
11 List of Major Products / Services
12 Details of your major customers
13 Are you exporting Products / services? If so, please furnish
details of exports for past 3 years.
14 Are you providing training to overseas students/trainers and if so,
give details of the training courses conducted for last 3 years
15 Do you have branches or institutes under your group, If yes,
give details with address.
16 Whether you are affiliated / accredited to any Govt.
Agency / Reputed organization
Declaration: I / We declare that the details given above are true and correct.
Place :
Signature of Authorized person
Date : With Company Seal
(Note : Please attach detailed information in a separate sheet wherever required)
TENDER NO: HMTI/GMP/SIL/004 Dated 19-2-2015
Page 20 of 23
ANNEXURE – 4
QUALITY AND PACKING DETAILS 1. MACHINE / EQUIPMENT:
1.1 Machine / Equipment shall be manufactured and delivered in accordance with the specifications as given in this Tender and quality
shall be as per Indian / International Standards.
1.2 Goods supplied shall be new, genuine, unused and shall be of current models and of current productions.
1.3 Any alteration to the specifications, Design, Patterns etc. of the offered goods shall only be made upon the Buyer’s consent in
writing.
1.4 The Tenderer warrants that the materials, metals, chemicals, paints, packing pieces etc. used in the manufacture of goods and all its
packing and packaging are fully trivialized and stable under tropical conditions. Any damages arising from the inadequate
trivialization, shall be deemed an inherent defects of manufacture.
1.5 BOUGHT-OUTS:
All the bought-out items such as bearings, belts, electricals, motors, contactors, switches, MCBs, fuses, transformers, rubber
gaskets, O-rings, conduit pipes, coolant and hydraulic hoses etc. shall correspond to ISI / International specifications, should
preferably have CE mark and shall be of reputed make like SKF, FENNER, BHARAT, BIJILEE, CUTTLER HAMMER, CROMPTON
GREAVES, SIEMENS and TELEMECHNIC.
1.6 Bought-out accessories like pumps, Panel Air conditioners, Oil Coolers, Panel Boards, Stabilizers, Transformers etc. should be from
reputed original equipment manufacturers.
1.7 Machine / Equipment aesthetics especially sheet metals, guards, doors, covering plates, castings are to be made to international
standards. Painting and finishing of machine / equipment are the most important aspects of aesthetics.
2. INSTRUCTION & SPARE PARTS MANUALS:
2.1 Neatly printed manuals should be sent with the Machine / Equipment. Instruction Manuals should be of updated version
containing complete details of offered Machine / Equipment including customer name, Machine / Equipment number, Machine /
Equipment model, year of manufacture etc..
2.2 Drawings should be clear and legible. Xerox copies are not acceptable. Details of bought-out items used in the Machine/Equipment
should be included in the manual. Good quality paper should be used for printing of manuals.
2.3 All foundation drawings showing electrical, air, water and other service connections of Machine / equipment, with floor plans to be
provided in two sets, in English.
3. SAFETY DEVICES:
Each Machines/equipment should be provided with adequate and all necessary safety devices for the protection of the operator/s,
factory personnel and the environment.
4. OTHER CONDITIONS:
Machine / Equipment including all accessories have to be built to ensure high quality performance, aesthetic appearance in respect
of general finish, painting, sheet metal fabrication and international safety regulations.
5. PACKING INSTRUCTIONS:
5.1 Wooden / plywood packing as per Indian / International standards.
5.2 Equipment, accessories and spares are to be covered by thick silpaulin sheet or 1 mm thick polythene sheets and all openings are to
be sealed.
5.3 All external bright / machined surfaces should be protected with rust preventive coating.
5.4 Rust preventives to be used whose shelf life is more than one year.
5.5 Packing list with respect to each case to be prepared and given to HMT(I) along with other documents.
5.6 Machine / Equipment should be firmly fixed to be base of packing case to prevent jerking or local movement.
5.7 Delivery Voucher should clearly indicate packing case dimension with net and Gross weight and case number if there are more than
one case.
5.8 Photographs before and after packing to be taken and sent to HMT(I).
5.9 Handling marks of the packing cases to be shown on packing cases.
TENDER NO: HMTI/GMP/SIL/004 Dated 19-2-2015
Page 21 of 23
Annexure - 5
BID EVALUATION CRITERIA
A. Technical Bid Evaluation
The evaluation of bids shall be done in Quality cum Cost basis in the ratio Quality : Cost as 60 : 40. Accordingly,
the technical bid shall be evaluated for 60 points and the financial bid for 40 points.
Weightage Points
The Technical Bids of only those bidders who possess the pre qualification criteria (Section – II, Clause-3), shall
only be evaluated for further consideration of their offers.
The distribution of the 60 points for various technical competence parameters to be evaluated by HMT(I) / SIL in
the Technical Bid is given below. The bidders shall fill the data in the Quoted column and attach documentary
evidence wherever required (please mention page nos. in the Quoted column at which documentary evidence are
attached).
BIDDERS TO FILL FOR EACH LOT SEPARATELY
Sl.
No.
Evaluation Factors & Weightage Points Desired
Qualification
Quoted
(To be filled
By vendor)
Max.
Points
Points
Obtained
A Financial Background - 5
Annual Turnover for the last 03 financial years.
(Audited Balance Sheet / Audited Accounts to
be enclosed as documentary evidence).
Maximum
points for the
highest
turnover
5
In case of the information regarding the above criteria is below the maximum requirement, proportionate
marking shall be done.
e.g. 1. Full Maximum 5 points will be awarded to bidder having highest Turnover (H1)
2. Bidder having n Average Turnover shall get = n x (5 Max points / H1)
B Experience in die-casting dies design, manufacture & supply - 15
Design Experience in Years 10 Years or
more
3
Manufacturing Experience in years 10 Years or
more
3
No. of dies designed in last 05 years (Bidder to
furnish documentary evidence for the same).
20 nos. or
more
3
No. of dies manufactured in last 05 years Bidder
to furnish documentary evidence for the same).
20 nos. or
more
3
No. of dies supplied in last 05 years.( along with
documentary evidence, e.g. copies of POs /
Invoices / Commissioning Certificate)
Supporting
documents
for such 20
nos. or more-
attached.
3
In case of the information regarding the above criteria is below the maximum requirement, proportionate
marking shall be done.
e.g. 1. Bidder having n years of design experience shall get = n x (3 Max Points / 10 Years)
2. Bidder having n years of manufacturing experience shall get = n x (3 Max Points / 10 Years)
3. Bidder designed n no. of dies in last 05 years shall get = n x (3 Max Points / 20 Nos.)
4. Bidder manufactured n no. of dies in last 05 years shall get = n x (3 Max Points / 20 Nos.)
5. Bidder supplied n no. of dies in last 05 years shall get = n x (3 Max Points / 20 Nos.)
TENDER NO: HMTI/GMP/SIL/004 Dated 19-2-2015
Page 22 of 23
C Customers list & performance certificate - 4
List of customers to be attached.
(along with documentary evidence, e.g. copies
of POs / Invoices / Commissioning Certificate)
5 nos. or
more
2
Performance certificate, as mentioned in
Minimum Qualifying Criteria (attached)
5 nos. or
more
2
In case of the information regarding the above criteria is below the maximum requirement, proportionate
marking shall be done.
e.g. 1. Bidder producing n nos. of customers list shall get = n x (2 Max Points / 5 Nos.).
2. Bidder producing n nos. of certificate as mentioned in MQC shall get = n x (2 Max Points / 5 Nos.)
D Design Infrastructure - 6
No. of Work Station having CAD software
(Bidder to furnish the Licence No. for the same
along with supporting documents, e.g. Copy of
Pos / Invoices)
5 nos. or
more.
6
In case of the information regarding the above criteria is below the maximum requirement, proportionate
marking shall be done.
e.g. 1. Bidder having n nos. of workstation shall get = n x (6 Max Points / 5 Nos.)
E Quality - 5
No. of dimensional measuring equipments.
(Bidder to furnish documentary evidence for the
same).
05 nos. or
more
1
No. of metallurgical testing equipments. (Bidder
to furnish documentary evidence for the same).
03 nos. or
more
1
Availability of CMM for coordinate and profile
measurement. (Bidder to furnish documentary
evidence for the same).
1 nos. 1
Manufacturer’s Test Certificate / Charts.
(Please enclose copies).
1
QMS Certification Status ISO : 9001
Certification. (Bidder to furnish documentary
evidence for the same).
1
F Facilities available for tryout at Supplier’s works on 1000 Ton diecasting machine - 5
Die Spotting Press Yes / No 2
1000 Ton Die casting machine at Supplier’s
works. (Documentary Evidence to be provided)
Yes / No 3
G Quality & Source of Recommended Raw Material - 10
Proposed Source & Brand of AISI H-13 Raw
material for Die Inserts (8)
Sample Test Certificates for the proposed raw
materials (2)
Proportionate Marking for the above criteria shall be done as under:
e.g. 1. Bidder proposing one of the recommended Brand of material shall get = 8 Max Points
2. Bidder proposing imported material other than the recommended Brand shall get = 6 Points
3. Bidder proposing Indian Brand of material shall get = 3 Points
4. Bidder attaching sample test certificates for the proposed material shall get = 2 Points
5. Bidder not attaching satisfactory sample test certificates for the proposed material shall not get
Point.
The Purchase Order/ Die of the Supplier not using the proposed materials are liable to be cancelled /
rejected.
H Supply of 2D & 3D designs (in soft & hard copies) of the component, casting and die - 6
Supply of both 2D & 3D design copies Yes / No 6 Supply of only 3D design copies Yes / No 5 Supply of only 2D design copies Yes / No 2 Bidders offering (Yes) the designs as above shall get respective marks.
TENDER NO: HMTI/GMP/SIL/004 Dated 19-2-2015
Page 23 of 23
I Warranty - 4
1 year Yes / No 1
2 years Yes / No 2
3 years Yes / No 3
4 years Yes / No 4
The minimum warranty shall be for a minimum 80000 shots from the die or a period of 12 months from
the date of commissioning or 18 months from the date of dispatch from works, whichever is earlier.
The bidders offering warranty periods spread over additional years beyond the minimum warranty period
dates shall get respective marks as above.
TOTAL 60
Note:
1. Offer technically not suitable will be rejected even though other evaluation factors meet the
requirements.
2. All the furnished details are liable for verification by HMT(I) / SIL Team. If any declaration / information
is found to be incorrect, the offer will be summarily rejected.
B. Commercial Bid Evaluation
The Commercial Bids of only technically qualified bidders will be opened for Commercial Bid Evaluation.
For evaluation of Commercial bid 40 points are allotted for working out in each case as per the formulae given
below:
Mn = T(B-BD)
B
Where n= Number of bids
Mn= Points calculated for individual bidder
BD= The bid amount of individual bidder (Total F.O.R. SIL Works, Lucknow Prices in Indian Rupees (including
packing)
B= Sum of all bids
T= Total points allotted for Commercial bid
C. Selection of Successful Bidder:
1. The final Weightage Points for each bidder will be calculated by adding points scored by respective
bidder in both Technical (60 points) and Commercial (40 points).
2. The bidder who obtains highest Weightage points by adding both Technical (60 points) and Commercial
(40 points) will be considered as the Successful bidder.
----0----
Enclosure - 2
AGREEMENT FOR AFTER SALES SERVICE
Between
SCOOTERS INDIA LIMITED (SIL)
And
………………………………………………………………………….hereinafter referred to as “The Bidder”
M/s. ……………………………………………………………………….. (The Bidder) who participates in this tender hereby certify that,
if the contract (Purchase order) for any or all the lots is awarded to us by HMT(International) Limited, Bangalore
after the technical & commercial evaluation, we agree upon the following:
1. After successful completion of Erection & commissioning and obtaining installation completion certificate
issued by HMT(I) & SIL, we, M/s. ……………………………………………………………………….. will carry out after sales
services directly with M/s. Scooters India Limited (SIL), Lucknow for the machine / equipment supplied by
us as and when it is required / notified to us.
2. The scope of services shall comply with stipulations in the Warranty Terms (Section III, Clause 23.1).
_______________________________ _______________________________
(For & On behalf of (For & On behalf of
M/s. SCOOTERS INDIA LIMITED (SIL, Luc know) M/s. ……………..…………………………………………….)
(Office seal) (Office seal)
Place: Place:
Date: Date:
Witnesses: Witnesses:
1. 1.
2. 2.
Note: The Bidder(s) will be disqualified from the tender process if they do not sign this agreement or violate its
provisions.
Enclosure - 3
GUIDELINES FOR GEAR BOX HOUSING DIE SET
Sl. No. DESCRIPTION BIDDER’S
ACCEPTANCE /
DEVIATION
1.1 DESIGN PARAMETERS FOR DIE SET (GENERAL INPUTS):
1.1.1 The die shall be designed for high precision work and the design features so
selected as to sustain the accuracy of the die over a long period (5 years) of
continuous heavy duty operation.
1.1.2 The design shall incorporate adequate factors of safety as per applicable codes of
practice for all the parts of the die to withstand mechanical and thermal stresses
under the operating conditions.
1.1.3 The die design shall provide for easy replacement of those parts which are likely to
be replaced due to wear or damage.
1.1.4 All fasteners shall be Metric standard and market available.
1.1.5 Assembling & dismantling of all associated parts of the die shall be as easy as
possible for the maintenance of the die in future.
1.1.6 Suitable hydraulic cylinders shall be provided for slide core movement. The
make/model of the cylinder and capacity shall be specified.
1.1.7 The vendor shall obtain the relevant design/details for mounting the fixed &
movable die from SIL and verify on the PDC machine at SIL.
1.1.8 Die Locking system shall be rigid enough to prevent reverse movement of the
moving slide cores and die matching perfect to avoid appearance of any flash.
1.1.9 2D & 3D Drawings of the following be supplied both in soft copy & hard copy:
• Finished components
• Casting based on finished components
• Die set based on casting
1.2 DIMENSIONAL & CASTING MATERIAL INPUTS:
1.2.1 The basis for design shall be the dimensions specified in drawing no. 42033019 of
the Gear Box Housing (Machined). However compatibility of the
component/casting from the die shall be an additional check for verifying its
suitability for use.
1.2.2 The machining allowances, reference surfaces, drafts and tolerances shall be kept
so as to enable easy and trouble free production of the castings and its machining.
The supplier may examine the machining process adopted at SIL before
commencing the design/manufacturing, in the event of placement of Purchase
Order.
1.2.3 The basis for design of the pressure die-casting die shall be the vendor’s design of
the casting of Gear Box Housing which shall be compatible to machine it to the final
component.
1.2.4 The detailed dimensional report of the casting samples taken out during prove out
at supplier’s end shall be sent to SIL along with the samples. SIL shall provide the
suitability report of the castings after machining at SIL.
1.2.5 Thermal effect on sliding core shall be taken into consideration while designing to
ensure its smooth reciprocating motion during production at elevated
temperatures.
1.2.6 Die shall be properly gated and provided with overflow cavities & venting and to
have even wall thickness of the casting.
1.2.7 Lifting holes preferably M24 size shall be provided at appropriate location
considering centre of gravity of the die for loading /unloading on the machine.
1.3 CASTING DETAILS:
1.3.1 Finished weight ~ 2.9 Kg
1.3.2 Shot weight ~ 3.5 Kg
1.3.3 Surface area ~ 550 sq cm
1.3.4 Material: Aluminum alloy AISI 132
Chemical composition percentage:
Cu - (1.75 - 2.5),
Mg - (0.3),
Si - (11.0 – 12.5),
Fe - (0.5 max),
Mn - (0.5),
Ni - (0.3),
Zn - (1.4),
Pb - (0.15),
Sn - (0.10),
Al - (Remainder)
Physical Properties:
Tensile strength - 35000 psi
(28 Kg/ mm²)
Hardness - (80-110) Kg/mm²
BHN (10/500)
Modulus of elasticity - 10.3 x 1000² psi
Density - 2.66 gm/cc
Elongation - 3.5 %
Upper melting point - 582⁰ C
Lower melting point - 522⁰ C
Specific Heat - 0.23
(Cal/ gm/ º C)
1.4 RECOMMENDED RAW MATERIALS FOR DIE-SET ITEMS HAVING DIRECT CONTACT WITH MOLTEN
MATERIAL:
1.4.1 Raw Materials for the die inserts, core components, sprue bush, ejector pins,
diffuser and all parts making contact with molten casting material are required to
have maximum resistance to heat checking and maximum fracture toughness while
in production service. These raw materials shall conform to Premium High Quality
AISI H-13 or W.-Nr. 1.2344 standard Die Steel meeting the North American Die
Casting Association (NADCA) #207-2006 requirements.
1.4.2 Following brands of materials imported from the respective manufacturers
are recommended for use:
BRAND NAME SOURCE / SUPPLIER
1.4.2.1 Orvar Supreme Bohler-Uddeholm
Corporation, Assab
1.4.2.2 Dievar Bohler-Uddeholm
Corporation, USA
1.4.2.3 Thyssen Thyrotherm 2344 EFS Supra ThyssenKrupp Fortinox
S.A.
1.4.2.4 US Ultra Bohler Bohler-Uddeholm
Corporation, USA
1.4.2.5 Other reputed imported brand/manufacturer
(Bidder to specify) --
1.4.2.6 Material of Indian Origin
(Bidder to specify the brand/manufacturer) --
1.4.3 Chemical Composition Percentage:
Material Chemical composition percentage
C Si Mn Cr Mo W V Others
Orvar Supreme 0.39 1.0 0.4 5.2 1.4 - 0.9 0.003
Dievar PATENTED GRADE
Thyssen Thyrotherm
2344 EFS Supra 0.40 1.00 0.30 5.30 1.40 - 1.00 -
US Ultra Bohler 0.36 1.10 – 5.0 1.3 – 0.4 -
Other Material from
reputed imported/
Indian brand/
manufacturer
proposed to be used. (Bidder to specify)
1.4.4 MANUFACTURER’S TEST CERTIFICATE :
A sample copy of the Manufacturer’s Test Certificate with the Technical Bid for the
proposed raw material having reference of traceability to the ingot heat of
individual blocks / pieces must be submitted by the supplier to HMT(I) / SIL as
primary acceptance criteria. The Test Certificate shall inter-alia include the results
for the following properties and shall generally meet the NADCA 207-2003
specifications:
(i) Alloy Chemical Composition
(ii) Fracture toughness
(iii) Heat Check Resistance
(iv) Alloy Segregation (High Alloy/ Low Alloy Bands)
(v) Inclusion Content
(vi) Carbide Content
(vii) Grain Size and Microstructure
(viii) Hardness
The Test Certificate from an earlier procured material or otherwise obtained may
be attached.
1.4.5 HEAT TREATMENT
Heat treatment of the die and its parts shall be carried out to so as to achieve a
minimum of 80% of the maximum potential material performance. The heat
treatment as per the recommended process of the steel suppliers may achieve the
requisite metallurgical and mechanical properties. Quenched and tempered
specimens with work piece shall be got tested from an approved Test laboratory
and report submitted. The material properties shall generally meet the NADCA
207-2003 specifications.
The supplier may carry out heat treatment of the die as per recommended
procedure of the die steel supplier under controlled conditions to achieve the
performance requirements. Heat Treatment operations of stress relieving,
hardening in preferably vacuum furnace with controlled austenitizing temperature,
rapid quenching and at least triple tempering may be required as per
recommended practice. The supplier shall confirm the details of operations carried
out.
1.5 RAW MATERIALS AND CHEMICAL COMPOSITION PERCENTAGE FOR OTHER DIE
ITEMS:
Item Mate
rial
Chemical Composition percentage
C Mn Cr Ni Mo Si P
Die Shoe (Holding
Block)
EN 9 0.5 -
0.6
0.6-
1.0 – – –
<
0.06
<
0.06
Ejector mechanism,
height pad,
supporting brackets,
cylinder mounting
plates and rods,
coupling adaptors etc.
EN 8 0.35-
0.45
0.6-
1.0 – – – – –
Clamps of moving and
fixed die on the
machine
EN
24
0.35-
0.45
0.45-
0.7
1.3-
1.8
0.9-
1.4
0.2-
0.35 – –
Wear plates, guides EN
31
0.9-
1.2
0.3-
0.75 –
1.0-
1.6 – – –
1.6 DIE CASTING MACHINE DETAILS:
1.6.1 The die shall be designed for trial/production on the following die-casting machine
at being used at SIL, Lucknow:
Make & Model : LESTER Model 4525V60IT1 CC-20-282 HP-3.5X-40C-SF
Manufacturer : Lester Engineering Company, Cleveland, Ohio, U.S.A.
Maximum casting capacity: 40 pounds (18Kg) of Aluminum
1.7 DIE DESIGN PARAMETERS:
1.7.1 Fixed platen size
60" x 60"
1.7.2 Moving platen size 60" x 60"
1.7.3 Machine opening 10.25" to 30" (adjustable)
1.7.4 Minimum die height 39"
1.7.5 Die height screw adjustment 3"
1.7.6 Die opening (adjustable) from 10.25" to 30"
1.7.7 Die locking Force 1000 tons
1.7.8 Parallelism of die platens 0.002" (0.05 mm)
1.7.9 Centre line of sprue bush 192 mm below the horizontal axis of the Machine.
1.7.10 Slide core movement Hydraulic
1.7.11 Operating sequence control automatic by three electric timers
1.7.12 Movable die platen is supported over entire area by central die-height adjusting
screw. Movable die platen slides on hardened steel gibs at four corners. Support to
be provided for movable Die to avoid overhang.
1.8 Manual (If any)– 3 sets (2 Hard copies + 1 soft copy)
to be sent along with Machine and 2 sets (1 Hard
copy + 1 soft copy) to HMTI, Bangalore
5 sets (Total)
NOTE:
1. The supplier is advised to verify the details of the LESTER Die casting machine, mounting details of the
die, the machining process of the GB Housing casting and any other details required by them at M/s.
Scooters India Limited (SIL), Lucknow before taking up the design & manufacture of the die at their end.
2. The prospective bidder may also verify the above details before submitting their Bid as deemed
necessary.
-----0-----