MATERIAL ORGANISATION CONTROLLER OF PROCUREMENT...

18
MATERIAL ORGANISATION CONTROLLER OF PROCUREMENT KANCHARAPALEM (POST) VISAKHAPATNAM – 530008 PHONE 0891 – 2815670 FAX 0891 – 2558178 TENDER NOTICE NO. MO (V)/CPRO/N3/13V47C003 Tender Enquiry No Tender Fee (Rs) EMD (Rs) 12V34C007 100.00 (One Hundred Rupees only) Rs. 47,000.00 (Rupees Forty Seven Thousand Only) 1. Sealed tenders are invited on prescribed tender forms on behalf of PRESIDENT OF INDIA from Reputed Manufactures for procurement of following items. Sls. ITEM CODE ITEM DESCRIPTION DENO QTY 1 N3455-000192 CUTTER MILLING END MILL PARALLES SHANK 12X2X32MM no 30.00 2 N0461-0000390 WELDING GOGGLE (GOGGLES AND EYE PROTECTOR WITH TINTED GLASS) no 1585.00 3 N3439-000192 SOLDER,SILVER BRAZING ALLOY, RIBBON 12.5MMx0.08MM kg 56.00 4 N3455-000058 SAW BLADE MACHINE 550MM X 40MM X 3.2 MM no 88.00 2. Further details of the above tenders are available on website www.tenders.gov.in (Contact phone numbers. 011-24305112/24305505,if required) and www.eprocure.gov.in (help line no. 1800 2337315) and same can be downloaded. 3. Tender forms can also be obtained a day prior to 24 Oct 2013 at 1400 hrs from Material Organisation , Kancharpalem Post, Visakhapatnam. The tender documents are to be submitted along with Tender Fee and Earnest Money Deposit (EMD) as per RFP instructions. The Tender Documents will be sent by Speed Post on a special request made by the firm in writing or the same can be collected the same from Controller of Procurement, Visakhapatnam in person. 4. The Standard Conditions of the Contract as per DPM 2009 and subsequent supplement 2010, available on “http:/mod.nic.in/dpm/welcome.html.” are applicable. 5. Tender Fee/ Earnest Money Deposit (EMD) payable in the form of Demand Draft/Pay Order is to be made in favour of “Area Accounts Office, CDA Navy, Visakhapatnam”.. Controller of Procurement For Material Superintendent

Transcript of MATERIAL ORGANISATION CONTROLLER OF PROCUREMENT...

Page 1: MATERIAL ORGANISATION CONTROLLER OF PROCUREMENT …3.imimg.com/data3/JL/UY/HTT-1278/1278_2013-08-29-11-48... · 2013-08-29 · material organisation controller of procurement kancharapalem

MATERIAL ORGANISATION CONTROLLER OF PROCUREMENT KANCHARAPALEM (POST) VISAKHAPATNAM – 530008 PHONE 0891 – 2815670 FAX 0891 – 2558178 TENDER NOTICE NO. MO (V)/CPRO/N3/13V47C003

Tender Enquiry No

Tender Fee (Rs) EMD (Rs) 12V34C007

100.00 (One Hundred Rupees only)

Rs. 47,000.00 (Rupees Forty Seven Thousand Only)

1. Sealed tenders are invited on prescribed tender forms on behalf of PRESIDENT OF INDIA from Reputed Manufactures for procurement of following items.

Sls. ITEM CODE ITEM DESCRIPTION DENO QTY

1 N3455-000192 CUTTER MILLING END MILL PARALLES SHANK 12X2X32MM no 30.00

2 N0461-0000390 WELDING GOGGLE (GOGGLES AND EYE PROTECTOR WITH TINTED GLASS) no 1585.00

3 N3439-000192 SOLDER,SILVER BRAZING ALLOY, RIBBON 12.5MMx0.08MM kg 56.00

4 N3455-000058 SAW BLADE MACHINE 550MM X 40MM X 3.2 MM no 88.00

2. Further details of the above tenders are available on website www.tenders.gov.in (Contact phone numbers. 011-24305112/24305505,if required) and www.eprocure.gov.in (help line no. 1800 2337315) and same can be downloaded. 3. Tender forms can also be obtained a day prior to 24 Oct 2013 at 1400 hrs from Material Organisation , Kancharpalem Post, Visakhapatnam. The tender documents are to be submitted along with Tender Fee and Earnest Money Deposit (EMD) as per RFP instructions. The Tender Documents will be sent by Speed Post on a special request made by the firm in writing or the same can be collected the same from Controller of Procurement, Visakhapatnam in person.

4. The Standard Conditions of the Contract as per DPM 2009 and subsequent supplement 2010, available on “http:/mod.nic.in/dpm/welcome.html.” are applicable.

5. Tender Fee/ Earnest Money Deposit (EMD) payable in the form of Demand Draft/Pay Order is to be made in favour of “Area Accounts Office, CDA Navy, Visakhapatnam”..

Controller of Procurement For Material Superintendent

Page 2: MATERIAL ORGANISATION CONTROLLER OF PROCUREMENT …3.imimg.com/data3/JL/UY/HTT-1278/1278_2013-08-29-11-48... · 2013-08-29 · material organisation controller of procurement kancharapalem

- - --

---

M/s UNKNOWN ( Z9999V )

EMail : cprov@[email protected]

Controllerate of ProcurementMaterial OrganisationKancharapalem (Post) , Eastern Naval CommandVisakhapatnam - 530008Phone : 2558353, Fax : 2558178

[email protected] : [email protected]

Printed On :27 Aug 2013 2:10 PM

12V34C007

Tender Enquiry

Dated : 19 Jun 2013Date Time Opening :Date Time Receipt :TE No:

24 Oct 2013 2:00 PM24 Oct 2013 1:59 PM

Tender Opening Place Material Organisation

(a) Modification and Withdrawal of Bids : A bidder may modify or withdraw his bid after submission provided

that the written notice of modif ication or withdrawal is received by the Buyer prior to deadline prescribed f or submission of bids. A withdrawal notice may be sent by fax but it should be followed by a signed confirmation

copy to be sent by post and such s igned confirmation should reach the purchaser not later than the deadline for

submission of bids. No bid may be withdrawn in the interval between the deadline for submission of bids and

expiration of the period of bid validity specif ied. W ithdrawal of a bid during the period will result in Bidder's

forfeiture of bid security.

(b) Rejection of Bids: Canvassing by the Bidder in any form, unsolic ited letter and post-tender correction may

invoke summary rejection with forfeiture of EMD. Condit ional bids may be rejected. The Buyer reserves the

right to reject the bids unilaterally without giving any reasons.

TERMS AND CONDITIONS OF REQUEST FOR PROPOSAL (RFP)

General Instructions

1. Bids in sealed cover are invited for supply of items listed in this RFP. Please superscribe the above mentioned

Title, RFP number and date of opening of the Bids on the sealed cover to avoid the Bid being declared invalid.

2. Manner of depositing the Bids : Sealed Bids should be either dropped in the Tender Box marked as

Controllerate of Procurement (CPRO) or sent by registered post at the address given above so as to reach by the due date and t ime. Late tenders wil l not be considered. No responsibil ity will be taken for postal delay or non- delivery/non-

receipt of Bid documents. Bids sent by FAX or e-mail wil l not be considered (unless they have been specif ically called

for by these modes due to urgency). Technical and Commercial Bids are to be submitted in separate envelops in case of

two bid systems. Prices and Rates are not to be inc luded in technical bids. All pages of quotati ons must be stamped

and signed by authorised signatory with full name and contact details.

3. Two-Bid system: In case of the Two-bid system, only the Technical Bid would be opened on the time and date

mentioned above. Date of opening of the Commercial Bid will be intimated after acceptance of the Technical Bids.

Commercial Bids of only those f irms wil l be opened, whose Technical Bids are found compliant/suitable after Technical

evaluation is done by the Buyer. In respect of two-bid system, bidders are required to furnish c lause by clause

compliance of specif ications bringing out clearly the deviations from specif ication, if any. The bidders are advised to

submit the compliance statement in the following format along with Technical Bid: -

This RFP is being issued on Single Bid Tender.

Authorised SignotaryStamp of the Firm

Page 1 of 11

Full Name and Contact details

TE Number : 12V34C007 TE Date : 19 Jun 2013

Page 3: MATERIAL ORGANISATION CONTROLLER OF PROCUREMENT …3.imimg.com/data3/JL/UY/HTT-1278/1278_2013-08-29-11-48... · 2013-08-29 · material organisation controller of procurement kancharapalem

In respect t of two-bid system, Bidders are required to furnish clause by clause compliance of specifications bringing out clearly the deviations from specification, if any. The Bidders are advised to submit the compliance statement in the following format along with Technical Bid –

Para of RFP specifications item-wise

Specification of item offered

Compliance to RFP specification–whether yes/No

In case of non-compliance

(Submit Compliance for each item with reference to Specifications listed at Para 31) 4. Clarification regarding contents of the RFP: A prospective bidder who requires clarification regarding the contents of the bidding documents shall notify to the Buyer in writing about the clarifications sought not later than 14 (fourteen) day s prior to the date of opening of the Bids. Copies of the query and clarification by the purchaser will be sent to all prospective bidders who have received the bidding documents .

5. The Bidders may depute their representatives, duly authorized in writing, to attend the opening of Bids on the due date and time. Rates and important commercial/technical clauses quoted by all Bidders will be read out in the presence of the representatives of all the Bidders. This event will not be postponed du e to non -presence of your representative. If due to any exigency, the due date for opening of the Bids is declared a closed holiday , the Bids will be opened on the next working day at the same time or on any other day /time, as intimated by the Buyer.

6. Validity of Bids: The Bids should remain valid for a minimum of 90 days for single bid and 120 days for Two Bid System.

7 INSTRUCTION FOR EMD & TENDER FEE CLAUSE

(i) As per para 2.5.2 of DPM -2009, Product Reservation and other facilities for Micro, Small and Medium Enterprises (MSMEs): The Government of India has also reserved some items for purchase from registered Micro, Small and Medium Enterprises (MSMEs). A list of 358 such items is given in Form DPM-1.

(ii) It may be noted that “Cutter Milling, Welding Goggle, Saw Blade Machine, Etc (tender items)” does not exist in list of 358 items which is given in Form DPM-1. Hence tender fee of Rs. 100/- and EMD Rs. 47,000/- (Rupees Forty Seven Thousand Only) is to be submitted in favour of “Area Account Office, CDA Navy, Visakhapatnam” in the form of Demand Draft / FDR Bank Cheque / Bank Guarantee from any Public Sector Banks or Private Banks duly authorized to conduct Govt transactions (ICICI Bank Ltd, Axis Bank Ltd and HDFC Bank Ltd are at present the Private Sector banks) authorized with a validity of 45 days beyond final bid validity. The EMD should be enclosed in the envelope containing the quotation & quotes without EMD & tender fee will be rejected and no correspondence in this connection will be entertained post TOD. EMD cheques / DD for other firms will be returned on determination of L-1. All firms irrespective of their registration status are suppose to submit the tender fee and EMD as indicated. If the tender is download through the internet the tender fee should be deposited along with the quotation.

8. Delivery and Transportation – The delivery shall be affected on door delivery bas is by Road at the Consignee Premises. The date of delivery will shall be the date on which the delivery is made at the consignee’s site mentioned in the contract. The Delivery shall be accompanied by the following documents: -

(a) Copy of Purchase Order /Contract. (b) Delivery Challan and Transporters Documents (c) Inspection Note (copy 1, 2,4 and 5) where applicable or Warranty/Guarantee Certificate. (d) Pac king List

9. Installation and Commissioning –Where the system is being installed as retro-fitment, the complete installation, STW and commissioning shall be the responsibility of the supplier. Standard Conditions of RFP. 10. This RFP is being issued as per the standard conditions of contract stipulated in Appendix “C” of DPM – 09 amended time to time which can be downloaded from www.mod.nic.in. The bidder is required to give confirmation of their acceptance of the standard condition of the request for proposal which will be automatically be considered as part of the contract concluded with the successful bidders ( i.e seller in the contract ) as selected y the buyer. Stamp of the Firm Full Name and Contact details Authorised Signatory TE Number : 12V34C007 TE Date : 19 Jun 2013

Page 4: MATERIAL ORGANISATION CONTROLLER OF PROCUREMENT …3.imimg.com/data3/JL/UY/HTT-1278/1278_2013-08-29-11-48... · 2013-08-29 · material organisation controller of procurement kancharapalem

11. L aw : The Contract shall be consi dered and made i n accordance wi th the law s of the Republ ic of India. The

contrac t shall be governed by and inter preted in accordance wi th the laws of the R epubl ic of India.

12. Arb itration : All di sputes or dif fer ences aris ing out of or in connection w ith the Contract shal l be sett led by

bil ateral discuss ions. Any di spute, disagr eem ent or quest ion arisi ng out of or relat ing to the C ontrac t or relat ing to

cons truct ion or performance, which cannot be sett led amicably , may be resolved through arbit rat ion. T he standard

c lause of arbit ration is as per Form s DPM-7, DPM- 8 and DPM-9 (Available i n MoD w ebsite and can be pr ovided on

request).

13. No n-d isclo su re of Co ntract docu men ts: Except with the w ritten consent of the Buyer/ Seller, other party

shal l not disc lose the contract or any provi sion, spec if icati on, plan, desi gn, pat tern, sample or informat ion thereof to

any third party.

14. L iquid at ed Damages: In the event of the Seller's fai lure to submit the Bonds, Guarantees and Documents,

suppl y the s tores/goods and conduc t trials , install ati on of equipment , t raini ng, etc as specif ied in this contr act, the Buyer

may, at his discretion, withhold any payment unt il the com pleti on of the contract . T he BUYER may also deduct fr om the

SELLER as agreed, li qui dated damages to the sum of 0.5% of the contract price of the delayed/undelivered

stores /serv ices mentioned above for ever y week of delay or part of a week, subjec t to the m axim um value of the

Liquidated Damages bei ng not higher than 10% of the val ue of delayed stores

Special C ond itions of R FP.

15. Performan ce Guarantee: T he Bidder wil l be requir ed to furnish a Performance Guarantee by way of Bank

Guarantee through a publi c sector bank or a pri vate sec tor bank authori zed to conduc t go vernment busi ness (ICICI Bank

Ltd., Axi s Bank Ltd or HDF C Bank Ltd. ) for a sum equal to 10% of the cont rac t value wi thi n 30 days of receipt of

the conf irm ed order. Performance Bank Guarantee shoul d be vali d up to 60 days beyond the date of war ranty . The

spec im en of PBG is gi ven in F orm DPM-15 (Availa bl e i n MoD webs ite and can be prov ided on request). Th is clause

will no t be ap pl icable if th e T otal Order Valu e is less th an Rs.2,00,000.00 ( Rup ees T wo Lakhs Only).

16. Optio n Clau se: T he contract wil l have an Opt ion Cl ause, wherei n the Buyer can exer cise an option to procure

an additional 50% of the origi nal cont rac ted quant ity in accor dance with the same terms & condit ions of the present

contrac t. T his w ill be appli cable w ithin the currency of contrac t. T he Bidder is to confi rm the acceptance of the same for

inc lus ion in the contrac t. It wil l be ent ir ely the di scretion of the Buyer to exer cise thi s option or not .

17. Rep eat Order Clause – T he contract wil l have a Repeat Order Clause, wherein the Buyer can order upto

50% quantity of the i tem s under the present cont rac t within six m onths f rom the date of supply /successful

com plet ion of this cont ract, the cos t , terms & conditions rem aining the same. T he Bidder i s to conf irm acceptance of thi s c lause. It wil l be entirel y the di sc reti on of the Buyer to place the Repeat order or not.

18. Fall clau se - T he foll owing Fall c lause wi ll form part of the contrac t pl aced on successful Bidder –

(a) The price charged for the stores supplied under the contr act by the Sell er shall in no event exceed the l owest prices at whi ch the Seller sells the stores or of fer to sell stores of i denti cal descri pti on to any persons /Organi sat ion

inc luding the pur chaser or any department of the C entr al governm ent or any D epar tm ent of state government or an y

statutory undertaki ng the cent ral or s tate gove rnment as the case may be duri ng the period till per form ance of all suppl y

Orders placed dur ing the cur rency of the rate contract i s compl eted.

(b) I f at any t im e, during the said peri od the Sel ler reduces the sale price, sells or of fer to sell such s tores to any

person/organisat ion including the Buyer or any Dept , of central Govt . or any Department of the State Government or any

Statutory undertak ing of the C entral or state Government as the case may be at a price lower than the pr ice chargeable

under the contrac t, the shall forth with noti fy such reduc ti on or sale or offer of sale to the D irector general of Suppli es &

Di sposal s and the pri ce payable under the cont rac t for the s tores of such reduct ion of sale or offer of the sale shal l

stand cor respondingly reduced. The above st ipulat ion wi ll, however, not apply to:--.

Authorised SignotaryStamp of the Firm

Page 3 of 11

Full Name and Contact details

TE Number : 12V34C007 TE Date : 19 Jun 2013

Page 5: MATERIAL ORGANISATION CONTROLLER OF PROCUREMENT …3.imimg.com/data3/JL/UY/HTT-1278/1278_2013-08-29-11-48... · 2013-08-29 · material organisation controller of procurement kancharapalem

(i) Exports by the Sell er .

(ii ) Sale of goods as ori ginal equipm ent at price l ower than lower than the pri ces charged for normal

replacement.

(ii i) Sale of goods such as drugs which have expiry dates .

(iv ) Sale of goods at lower pri ce on or af ter the date of compl eti on of sale/placement of the order of goods by

the authority concerned under the exist i ng or previous Rate Contrac ts as al so under any prev ious contrac ts

entered into with the Central or State Govt. Depts., including thei r undertaki ngs exc ludin g joint sec tor com panies

and/or pr ivate part ies and bodies.

(c ) The Seller shal l furni sh the fol lowing cer ti fi cate to the Pay ing Authority al ong with each bill for payment for

suppl ies made against the R ate cont rac t – “We certify that there has been no reduc ti on i n sale price of the stores of

desc ript ion i dent i cal to the s tores suppl ied to the Government under the cont rac t her ei n and such s tor es have not been

of fer ed/sold by m e/us to any person/organi sation i ncl udi ng the purchaser or any department of Central Government or

any Departm ent of a s tate Government or any Statutory U nder tak ing of the Central or state Government as the case

may be up to the date of bi ll/ the date of com plet ion of suppl ies against al l supply orders placed during the currency of

the Rate Contr act at price l ower than the pri ce charged to the gove rnment under the contr ac t except for quantity of

stores categories under sub- clauses (a), (b) and (c) of sub-para (ii ) above detai ls of which are given bel ow - ... ... .. ”.

19. To lerance Clau se – T o take care of any change in the requi rement during the period s tart ing f rom i ssue of RFP

till placem ent of the contrac t, Buyer reserves the ri ght to ___% plus/mi nus i nc rease or decrease the quantity of the

required goods up to that limi t w ithout any change in the terms & conditions and pri ces quoted by the Sell er. W hile

awarding the cont ract, the quantity ordered can be increased or dec reased by the Buyer within this t oler ance limi t.

20. Risk & Expense clause –

(a) Should the stores or any ins talm ent thereof not be deli vered wi thi n the t ime or t im es spec if ied in the contract

docum ents , or if defect ive delivery is made in r espect of the stores or any ins tal ment thereof, the Buyer shall af ter

granting the Sell er 45 d ays to cur e the breach, be at l iberty, without prejudice to the right to recover l iquidated dam ages

as a remedy for breach of contract, to dec lare the contract as cancel led either w hol ly or to the extent of such defaul t.

(b) Should the s tor es or any ins talment thereof not perform in accordance with the spec if ications / parameters

provi ded by the SELLER duri ng the check proof tests to be done i n the BUYER’s country , the BUYER shall be at l iberty,

without prejudice to any other remedies for breach of contrac t , to cancel the contract w hol ly or to the extent of such

default.

(c ) In case of a m ateri al breach that was not remedi ed wi thi n 45 days, the BUYER shal l, hav ing given the r ight of fi rst

refusal to the SELLER be at li ber ty to purchase, manufac ture, or pr ocure from any other source as he thinks fi t, other stores of the same or sim ilar descript ion to m ake good:-

(i) Such default . (ii ) In the event of the contract being wholl y determined the bal ance of the stores remaining to be deliv ered

there under .

(d) Any excess of the purchase price, cos t of manufacturer, or value of any stores procur ed from any other suppl ier

as the case may be, over the cont rac t price appropri ate to such defaul t or bal ance shal l be recoverable from the

SELLER. Such recoveri es shal l not exceed ____% of the value of the contrac t.”

21. Paymen t Terms for In digeno us Sellers - It wil l be mandatory for the Bidders to indicate their bank

account numbers and other relevant e- p ayment detail s so that paym ents could be made through ECS/EF T

mechanism ins tead of payment through cheques, wherever feasi ble. A copy of the model mandate form presc ribed by

RBI to be submitted by Bidders for r eceiv ing paym ents through ECS is at Form DPM-11 (Availabl e i n MoD webs ite and can be given on r equest ). The payment wil l be made as per the follow ing terms, on product ion of the

requis ite documents:

a. 95% Payment agains t Inspect ion note, Proof of despatch, duly supported by photocopy of the Bank Guarantee

and agains t Cons ignee’s provi si onal recei pt. Balance of 5% wi ll be paid on receipt of items i n good condit ion by

Authorised SignotaryStamp of the Firm

Page 4 of 11

Full Name and Contact details

TE Number : 12V34C007 TE Date : 19 Jun 2013

Page 6: MATERIAL ORGANISATION CONTROLLER OF PROCUREMENT …3.imimg.com/data3/JL/UY/HTT-1278/1278_2013-08-29-11-48... · 2013-08-29 · material organisation controller of procurement kancharapalem

22. Additional Conditions of Contract :

OR b. 100% against delivery of items and acceptance by the user.

Quote validity should be min. 120 days. Indicate Freight/ P & F/Disc/ percentage Duty/ Taxwithout Exemption Cert.

23. Form Fit and Function Certi ficate . Form Fit and Function ( FFF ) certif icate m ust be enclosed if the quoted item is different from the i tem r equi red as per R FP. 24. Specification: The following Specification clause wi ll form part of the contract placed on successful Bidder--

The Seller guarantees to meet the specifications as per the l ist indicated at Para no.31 of RFP and to incorporate the

modifications to the existing design configuration to meet the specific requirement of the Buyer Services as per

modifications/requirements recommended after the Maintenance Evaluation Trials. All technical literature and drawings

shall be amended as the modifications by the Seller before supply to the Buyer. The Seller, in consultation with the

Buyer, may carry out technical upgradation/al terations in the design, drawings and specifications due to change in

manufacturing procedures, indigenisation or obsolescence. This will , however, not in any way, adversely affect the end

specifications of the equipment. Changes in technical detail s, drawings repair and maintenance techniques along with

necessary tools as a result of upgradation/alterations wil l be provided to the Buyer free of cost within (___) days of

affecting such upgradation/alterations.

25. OEM Certificate: In case the Bidder i s not the OEM, the agreement certi ficate with the OEM for sourcing the

spares shall be mandatory. However, where OEMs do not exist, minor aggregates and spares can be

sourced from authorized vendors subject to qual ity certi fication.

26. Earliest Acceptable Year of Manufacture: Earliest Acceptable Year of Manufacture is Year of Purchase Order. 27. Quality: The quality of the stores delivered according to the present Contract shal l correspond to the technical

conditions and standards valid for the deliveries of the same stores for in Sel ler’s country or speci fications enumerated

as per RFP and shall also include therein modi fication to the stores suggested by the Buyer. Such modifications wil l be

mutuall y agreed to. The Sel ler confi rms that the stores to be suppl ied under this Contract shall be new i.e. not

manufactured before ( Year of Contract), and shal l incorporate all the latest improvements and modifications thereto

and spares of improved and modified equipment are backward integrated and interchangeable with same equipment

supplied by the Seller in the past if any. The Seller shall supply an interchangeabi lity certificate a long with the changed

part numbers wherein it should be mentioned that i tem would provide as much life as the original i tem.

28. Inspect ion Authori t y: The Inspection wi ll be carri ed out by Inspec t ion Agency nominated by the Buyer. Al l

expenses towards tes t ing and inspec tion will be to the Sell ers Account. The mater ial consumed during the i nspec ti on of

success ful ly c leared cons ignment wil l be to the Buyers Account. This will not be applicable if the speci fi ca tions indicate

COTS item.

29. Warran ty – Except as otherwi se prov ided in the i nvi tation tender, the Seller hereby declar es that the

goods, stores artic les sold/suppli ed to the Buyer under this cont ract shal l be of the best qual ity and

workmanship and new i n al l r espects and shall be st ric tly in accordance with the spec if ication and parti cula rs

contained/ment ioned in cont rac t. The Seller hereby guarantees that the said goods /stores/artic les would continue to

conform to the descr ipt ion and qual ity aforesaid for a period of 12 months f rom the date of delivery of the said goods

stores /articl es to the Buyer or 15 m onths f rom the date of shi pm ent/despatch f rom the Sel ler’s wo rks whi chever i s

earli er.

30. Annual Maintenance Contract (AMC ) C lause - The fol lowing AMC c lause wi ll form part of the contract placed on

success ful Bidder –

(a) The Sel ler would provide comprehens ive AMC for a period of ___ years. The AMC ser vices should cover the

repair and mai ntenance of all the equipment and sys tems purchased under the present Contrac t. The Buyer Furni shed

Equipment whi ch i s not covered under the pur view of the AMC should be separ atel y l is ted by the Seller. The AMC

services woul d be prov ided i n two dis tinct ways:

Authorised SignotaryStamp of the Firm

Page 5 of 11

Full Name and Contact details

TE Number : 12V34C007 TE Date : 19 Jun 2013

Page 7: MATERIAL ORGANISATION CONTROLLER OF PROCUREMENT …3.imimg.com/data3/JL/UY/HTT-1278/1278_2013-08-29-11-48... · 2013-08-29 · material organisation controller of procurement kancharapalem

( b) Response time: The response t ime of the Sel ler should not exceed _______hours from the t ime the breakdown

inti mation is prov ided by the Buyer. ( c) Servi ceabil ity of ___% per year is to be ensured. Thi s am ounts to total maxim um downt ime of ___days per year.

Al so unserv iceability should not exceed ___days at one time. Required spares to attain this serv iceabi lity m ay be stored

at s ite by the Sell er at his own cos t. Total down time woul d be calculated at the end of the year. I f downtime exceeds

perm it ted downtime, LD would be appl icabl e for the del ayed period.

( d) Max imum repair turnaround tim e for equipment/system woul d be _____ days . However, the spares shoul d be

m aintained i n a serviceable condit ion to avoid com plete breakdown of the equipment/sys tem. ( e) Technical Documentation: All necessary changes i n the documentat i on (Technical and Operators manual) for

changes car ried out on hardware and software of the equipm ent wi ll be pr ov ided.

( f) Duri ng the AMC period, the Sell er shall carry out al l necessary serv ic ing/repairs to the equipm ent/system under

AMC at the current l ocat ion of the equipment/system. Pri or permi ss ion of the Buyer would be requir ed in case certai n

components/sub sys tems are to be shi fted out of location. On such occasions , befor e tak ing over the goods or

components, the Sell er will gi ve suitable bank guarantee to the Buyer to cover the est im ated current value of item being taken.

( g) The Buyer reserves i ts right to termi nate the maintenance contrac t at any t im e wi tho ut assigni ng any reason af ter

gi ving a notice of ___ months . The Sell er wi ll not be enti tled to c laim any compensati on against suc h termination.

However, whi le ter minat ing the contract, if any payment is due to the Sell er for m aintenance serv ices already perfor med

in terms of the contract, the sam e woul d be paid to i t as per the contract term s.

31. Cost of Proposal: It is m andat ory to indicate t he basic cost of the it em a nd ta xes applic able se parate l y. (submit separately in commercial b id in case of two b id system). Please i ndicate the dut ies /taxes li veable separatel y if

applicable. Custom s Duty Exempt ion Certi f icate, Excise Duty Exempt ion Cer ti fi cate w ill be pro vided if requi red on

acceptance of the proposal. Al l quotat ions m ust be i nc lus ive of door deli very charges til l the consignee premises . (a) The Bidders are requi red to spell out the rates of Customs duty, Exci se duty, VAT, Servi ce Tax, etc in

unambiguous terms; otherwi se their offers wil l be l oaded with the max imum rates of duties and taxes for the

purpose of compari son of pri ces . I f reimbursem ent of Customs duty / Exci se Duty / VAT is intended as extra, over the quoted p rices , the Bidder m ust spec if ically say so. In the absence of any such st ipulat ion it wi ll be

presumed that the pri ces quoted are f irm and f inal and no c laim on account of such dut ies wi ll be entrained af ter

the opening of tende rs. If a Bidder chooses to quote a pri ce i nclusive of any duty and does not confi rm

inc lus ive of such duty so inc luded is fi rm and final, he should clearl y i ndi cate the rate of such duty and quantum

of exc ise duty i ncluded in the price. Failure to do Exc ise Duty / VAT duty so may result in ignoring of such offer s

sum maril y. If a Bidder is exempted from paym ent of Custom s duty up to any value of suppl ies from them , they shoul d clearl y s tate that no excise duty wil l be charged by them up to the l imit duty/Exc ise Duty /VA, of exempt ion

which they m ay have. If any concess ion is avail able in regard to rate/quantum of Customs same w ill be charged

it should be brought out clearly . Stipul ations like, exc ise duty was presently not applicable but the Bidder that

excise the if i t becomes liveable later on, wi ll not be accepted unless in such cases it i s c learly s tated by a duty

that exci se duty wil l not be charged by him even i f the sam e becomes appli cable l ater on. In respect of the

Bidders wh o fail to whi ch is normal ly com ply with thi s requirement, their quoted prices shal l be loaded with the

quantum of exc ise duty appli cable on the item in question for the purpose of comparing their prices wi th other Bidders . The same logic appl ies to Customs duty and VAT also.

(c) The Lowest Bid wi ll be dec ided upon the lowest pri ce quoted by the part icular Bidder as per the Price Form at

given b elow. In cases wh er e onl y indigenous Bidders are competing, all taxes and duti es (i nc luding those for

which exemption certi f icates are issued) quoted by the Bidders wi ll be cons idered.

(d) I f there is a di screpancy between the uni t pri ce and the total pr ice that i s obtained by multipl ying the unit price

and quant ity , the uni t price will pr evail and the total pr ice wil l be correc ted. If there is a disc repancy between

words and f igures , the amount i n wor ds wil l prevail for calcul ati on of price.

(e) The Lowest Acceptable Bid wi ll be consi dered fur ther for pl acem ent of contrac t / Supply Order after compl ete c larificat ion and pri ce neg otiat ions as dec ided by the Buyer. The Buyer wi ll have the right to award contrac ts to

dif ferent Bidders for being lowest in particular items. The Buyer also reserves the r ight to do Apport ionment of

Quanti ty , i f i t is convinced that Lowest Bidder is not in a pos ition to supply full quant ity in st ipulated t ime.

Authorised SignotaryStamp of the Firm

Page 6 of 11

Full Name and Contact details

TE Number : 12V34C007 TE Date : 19 Jun 2013

Page 8: MATERIAL ORGANISATION CONTROLLER OF PROCUREMENT …3.imimg.com/data3/JL/UY/HTT-1278/1278_2013-08-29-11-48... · 2013-08-29 · material organisation controller of procurement kancharapalem

TO BE FILLED BY THE VENDORQuote Date :

PAN No. :

32.

Quote Reference Number :

CST/TIN/VAT Registration Number :

Schedule of Requirements

IndLine TELine ItemDetails Total Qty / Deno Unit CostRate

(Rate x Qty)

1 1

ES SHANK 12X2X32MM

CUTTER MILLING END MILL PARALLES SHANK

N3455-000192

Consignee Quantity

30

no

CWH(V) 30

2 2

E PROTECTOR WITH TINTED GLASS)

WELDING GOGGLE (GOGGLES AND EYE PRO

N0461-0000390

Consignee Quantity

1585

no

CWH(V) 1585

3 3

IBBON 12.5MMx0.08MM

SOLDER,SILVER BRAZING ALLOY, RIBBON 12.

N3439-000192

Consignee Quantity

56

kg

CWH(V) 56

4 4

X 3.2 MM

SAW BLADE MACHINE 550MM X 40MM X 3.2 MM

N3455-000058

Consignee Quantity

88

no

CWH(V) 88

Authorised SignotaryStamp of the Firm

Page 7 of 11

Full Name and Contact details

TE Number : 12V34C007 TE Date : 19 Jun 2013

Page 9: MATERIAL ORGANISATION CONTROLLER OF PROCUREMENT …3.imimg.com/data3/JL/UY/HTT-1278/1278_2013-08-29-11-48... · 2013-08-29 · material organisation controller of procurement kancharapalem

33. Del ivery Per iod . ___________ ( No of days ). Please note del ivery date wil l be the date item s ar e received at

cons ignee premises i nc luding inspection time if appl icable).

34. Price Bid Format -.

Basic Cost of Items

(A) Bas ic Cost of Items

(B) Any Other Charges

TAXES APPLICABLE

Tax Applicable Percentage Amount on Which Applicable

Tax applicable Tax Applicable with exemption Certificate

Cus toms

Excise

Cess on Excise

Sales Tax/Vat

Surcharge on VAT/Sales Tax

Octroi

Any other Taxes

(C) Total Taxes Applicable

(Without Exemption Certificates)

(D) Total Taxes Applicable

(With Exemption Certificates if acceptable)

(E) Total Cost of Proposal

35. Payment Terms (Please indicate as per para 17 above)

We accept all terms and conditions of this RFP.

Authorised SignotaryStamp of the Firm

Page 8 of 11

Full Name and Contact details

TE Number : 12V34C007 TE Date : 19 Jun 2013

Page 10: MATERIAL ORGANISATION CONTROLLER OF PROCUREMENT …3.imimg.com/data3/JL/UY/HTT-1278/1278_2013-08-29-11-48... · 2013-08-29 · material organisation controller of procurement kancharapalem

TELNo INDLNo

36. ITEM EQPT, SPECIFICATION AND CHARACTERSTIC DETAILS

ItemCode ItemDesc

1 1 N3455-000192 CUTTER MILLING END MILL PARALLES SHANK 12X2X32MM

Specification :IS: : 1831-1961

SHANK : 33 MM

TOOL TYPE : 12 MM

2 2 N0461-0000390 WELDING GOGGLE (GOGGLES AND EYE PROTECTOR WITH TINTED GLASS)

Specification :IS 1179 : 1967 : REAFFIRMED 2008

IS 5983 :1980(FOR FILTER) : REAFFIRMED 2007

Characteristic :DESIGNATION OF WELDING FILTER : 7

REQUIREMENT : CUP OR BOX TYPE WELDING GOGGLE

3 3 N3439-000192 SOLDER,SILVER BRAZING ALLOY, RIBBON 12.5MMx0.08MM

Specification :BS : 1845

IS : 2927

Characteristic :GRADE : BA Cu Ag 10

Thickness in mm : 0.08

Width in mm : 12.5

4 4 N3455-000058 SAW BLADE MACHINE 550MM X 40MM X 3.2 MM

Specification :I S : 2594 TYPE A

MATERIAL AS PER I S : 7291 HIGH SPEED STEE

Characteristic :CARBON : 0.55%

DIMENSIONS : 550MM X 40MM X 6TPI

LENGTH, WIDTH. : 550 mm, 40 mm.

MANGANESE : 0.53%

MATERIAL : high speed steel

MATERIAL COMPOSITION CONFIRM : TOOL STEEL GRADE T-50 AS PER IS 1570-81

PITCH : 2.5 MM

PITCH, THICKNESS. : 3.2 mm, 2.0 mm.

SILICON : 0.27%

Authorised SignotaryStamp of the Firm

Page 9 of 11

Full Name and Contact details

TE Number : 12V34C007 TE Date : 19 Jun 2013

Page 11: MATERIAL ORGANISATION CONTROLLER OF PROCUREMENT …3.imimg.com/data3/JL/UY/HTT-1278/1278_2013-08-29-11-48... · 2013-08-29 · material organisation controller of procurement kancharapalem

COMPLIANCE MATRIX BY THE VENDOR

37. It is mand atory to su bmit th is compliance matr ix, fail in g wh ich th e B uyer reserves t he righ t to reject th ebids sub mitted . In case of TW O BID SYST EM, t his matrix is to be sub mitted with T ECHNICA L BID :

Ser No Clause C ompliance Yes/No

01

Tender Fee Recei pt/ Demand Draf t at tached with Bid where appl icabl e. In case of Two Bid System, at tach same with Techni cal Bid.

02

Par a 2 of R FP (In case of two bid system Bids have been submi tted in two separate (techni cal and comm er cial ) sealed envelopes )

03

Par a 5 of RF P ( Let ter of authorisation has been submitted with technical bi d and all pages of bids have been si gned by authorised si gnatory )

04

Par a 3 of R FP

(Confirmat ion to al l technical spec if ications and requirem ents as per Par a 31 of RF P)

Please specify vari ati ons if any c learly in the technical bid as per format at Para 3 of RFP only .

05

Par a 3 of R FP(Confirm ati on to all technical spec ifi cat ions and requi rements as per Para 31 of RFP)

C onfir m Techni cal C atalogues submit ted for of fered items in T wo Bi d System

06 Par a 6 of RF P Vali dity of bi ds should be 120 days or As otherwise s tated in R FP.

07 Par a 7 of RF P C onfir m EMD has been submit ted. Please submit proof i f exempted.

08 Par as 9 to 12 of RF P- Standard condit ions of RF P as per DPM 2009

Acceptance of s tandar d conditions of RFP as per DPM 2009 (Mandatory)

09 Par a 13 of R FP- Standard condit ions of RF P as per DPM 2009

Acceptance of LD C lause as per D PM 2009 (Mandatory)

10 Par a 14 of R FP- Special Condit ion as per DPM 2009.

PBG to be submitted in 30 days of placem ent of or der .

11 Par a 17 of R FP- Payment Terms Acceptance of E-Payment T erms and Payment Term s acceptabl e

12 Par a 18 of R FP Addit ional Condi ti ons of C ont rac t confi rmed in Form at at Para 3 of R FP.

13 Par a 24 of R FP Acceptance of Inspection Clause

14 Par a 25 of R FP Acceptance of W arranty Clause

Authorised SignotaryStamp of the Firm

Page 10 of 11

Full Name and Contact details

TE Number : 12V34C007 TE Date : 19 Jun 2013

Page 12: MATERIAL ORGANISATION CONTROLLER OF PROCUREMENT …3.imimg.com/data3/JL/UY/HTT-1278/1278_2013-08-29-11-48... · 2013-08-29 · material organisation controller of procurement kancharapalem

Office Stamp Signature of Bidder

15 Para 26 of RFP Rates of Customs Duty, Excise Duty, VAT, Service tax spelt out and other conditions as per Para 26(a) of RFP complied

16 After Para 26, Under Column “TO BE FILLED BY THE VENDOR”

CST/TIN/VAT Registration Number and PAN No

Details of CST/TIN/VAT Registration Number and PAN No have been f il led

17 Para 27 of RFP – Consignee Acceptance of the Consignees indicated

18 Para 29 of RFP Price Bid Format duly f illed

(separately with commercial bid in case of two bid system)

Authorised SignotaryStamp of the Firm

Page 11 of 11

Full Name and Contact details

TE Number : 12V34C007 TE Date : 19 Jun 2013

Page 13: MATERIAL ORGANISATION CONTROLLER OF PROCUREMENT …3.imimg.com/data3/JL/UY/HTT-1278/1278_2013-08-29-11-48... · 2013-08-29 · material organisation controller of procurement kancharapalem

Reply should be addressed to Material Organisation the Material Superintendent Kancharapalem (Post) Visakhapatnam – 530 008 MO (V)/CPRO/N3/12V34C007 Aug 13 M/s

TENDER ENQUIRY NO. 12V34C007 DATED 19TH JUN 13 FOR PROCUREMENT OF FOLLOWING ITEMS

1. The subject TE is as per following details :-

Sls. ITEM CODE ITEM DESCRIPTION DENO QTY

1 N3455-000192 CUTTER MILLING END MILL PARALLES SHANK 12X2X32MM no 30.00

2 N0461-0000390 WELDING GOGGLE (GOGGLES AND EYE PROTECTOR WITH TINTED GLASS) no 1,585.00

3 N3439-000192 SOLDER,SILVER BRAZING ALLOY, RIBBON 12.5MMx0.08MM kg 56.00

4 N3455-000058 SAW BLADE MACHINE 550MM X 40MM X 3.2 MM no 88.00 2. The tender is on SINGLE BID system.

3. Eligibility Criteria.

(a) Only Indian Companies registered with Material Organisations of Indian Navy, Director General of Quality Assurance (DGQA), Original Equipment Manufacturer (OEM), and OEM authorized traders of the products are eligible to quote for TE. The traders are required to be specifically authorised by the parent manufacturing company to quote against this TE by the OEM. In the absence of such authorization, quote would be null & void.

(b) The firm should have successfully carried out supply of the items to major Industry PSU or Govt departments in the past. The purchase Orders of the same could be called for any time before order placement.

(c) If the firm is DGS & D registered and / or NSIC registered, it should mention so and quote the registration number.

4. Request forward your Quotation duly indicating / confirming following terms and condition (as per format enclosed) :-

(a) Price must be quoted ALL INCLUSIVE on door delivery basis at MO (V) by road inclusive of packing forwarding, Freight charges, Transit insurance and any other charges for respective destinations.

(b) Item of Lower specifications than tendered should not be offered. However, product of any latest equivalent / higher specification would be considered if financially competitive.

(c) Taxes & levies. Details of taxes if any, service tax / VAT is to be indicated. Statutory levy will be paid against proof of challan. Exemption certificate for Octroi will be provided if specified & applicable. Cost wise break up for each category has to be given. As per taxation Law (Amendment Act, 2007), the facility of interstate purchase by Govt depts, against form “D” stands cancelled. You are requested to offer your best competitive price (All inclusive) for the items/services being tendered.

(d) Payment Terms. The payment will be made as per the following terms, on production of the requisite documents:

(i) 100% payment on delivery and acceptance by the user.

(e) INSTRUCTION FOR EMD & TENDER FEE CLAUSE

(i) As per para 2.5.2 of DPM -2009, Product Reservation and other facilities for Micro, Small and Medium Enterprises (MSMEs): The Government of India has also reserved some items for purchase from registered Micro, Small and Medium Enterprises (MSMEs). A list of 358 such items is given in Form DPM-1.

Page 14: MATERIAL ORGANISATION CONTROLLER OF PROCUREMENT …3.imimg.com/data3/JL/UY/HTT-1278/1278_2013-08-29-11-48... · 2013-08-29 · material organisation controller of procurement kancharapalem

(ii) It may be noted that “Cutter Milling, Welding Goggle, Saw Blade Machine, Etc (tender items)” does not exist in list of 358 items which is given in Form DPM-1. Hence tender fee of Rs. 100/- and EMD Rs. 47,000/- (Rupees Forty Seven Thousand Only) is to be submitted in favour of “Area Account Office, CDA Navy, Visakhapatnam” in the form of Demand Draft / FDR Bank Cheque / Bank Guarantee from any Public Sector Banks or Private Banks duly authorized to conduct Govt transactions (ICICI Bank Ltd, Axis Bank Ltd and HDFC Bank Ltd are at present the Private Sector banks) authorized with a validity of 45 days beyond final bid validity. The EMD should be enclosed in the envelope containing the quotation & quotes without EMD & tender fee will be rejected and no correspondence in this connection will be entertained post TOD. EMD cheques / DD for other firms will be returned on determination of L-1. All firms irrespective of their registration status are suppose to submit the tender fee and EMD as indicated. If the tender is download through the internet the tender fee should be deposited along with the quotation.

(g) Performance Bank Guarantee (PBG). The selected supplier of the L1 firm is to deposit Security Deposit by way of Bank Guarantee in favour of PCDA (Navy) for a sum Equal to 10% of the order value. The same is to be furnished within 30 days on receipt of confirmed order. Bank Guarantee should be valid for a period of 60 days beyond the contract including warranty period of stores and will be returned on completion of the period in accordance with Defence Procurement Manual 2009.

(h) Liquidated Damages (LD). In case of late delivery, LD @ 0.5% per week subject to a maximum of 10% of the value of undelivered stores will be recovered beyond the accepted delivery period.

(i) Warranty. Items are to be under Warranty / Guaranty for 12 months from date of supply at MO (V).

(j) Validity of offer. The validity of quote offer should be minimum 120 days from Tender Opening date.

5. You are requested to offer your best competitive price for the item/services being tendered. Overall L1 will be taken into consideration while awarding the tender. Purchaser, however reserves the right to place Order on individual L1 basis, in the interest of the state.

6. You are requested to indicate fax number, telephone number full address and the name of the contact person for any further communication. Clarification of bidding document should be sought in writing not later than 14 days prior to tender opening date.

7. Your offer should be complete in all respects such that the total order value could be arrived at without any ambiguity i.e., total cost of items to be mentioned clearly, inclusive of all cost elements, in the quotation.

8. Your offer should be prepared sequentially as per attached schedule with clear mention of the Naval Pattern number in the schedule.

9. IMPORTANT INSTRUCTIONS:

(a). Further details of above tenders available on website www.tenders.gov.in (Contact phone numbers. 011-2430 5112 / 2430 5505, if required) and www.eprocure.gov.in (help line no. 1800 2337315) and same can be downloaded and same to be submitted along with Tender Fee and EMD as per RFP instructions.. If you are downloaded document through internet it may be noted that made two separately envelope which should be enclosed at main envelope for avoid any uncertainty and write clearly on top of envelop in BLACK & BOLD similar to:-

(i) TENDER FEE (100.00/-) payable in the form of Demand Draft/pay Order to be made in favour of “Area Account Office, CDA Navy, Visakhapatnam”.

(ii) COMMERCIAL BIDS for TE No. 12V34C007 dated 19th Jun 13 due on 24TH Oct 13.

(b) It may be noted that as per provision without tender fee your valuable quotation for this tender would be rejected outrightly. (c) Tender forms can be obtained a day prior to Tender Opening Date. Tender submission would close at 1200 hrs. Tender opening scheduled on 24th Oct 13 at 1400 hrs. The tender document to be submitted along with tender fee and Earnest Money Deposit (EMD) as per RFP instructions. The necessary tender documents may be sent by Speed Post on special request in written or the vendor can collect the same from Controller of Procurement, Visakhapatnam in person. Standard Conditions of the Contract as per DPM 2009 and subsequent supplement 2010, available on “http:/mod.nic.in/dpm/welcome.html.” are applicable. (d) Tender documents completed fill up in prescribed format with signed by the appointing authority by the firm. (e) Tender documents furnished by the vendor have been verified and found correct as per given instruction.

Page 15: MATERIAL ORGANISATION CONTROLLER OF PROCUREMENT …3.imimg.com/data3/JL/UY/HTT-1278/1278_2013-08-29-11-48... · 2013-08-29 · material organisation controller of procurement kancharapalem

(f) If tender documents have not been received by vendor there it is likely his tender documents has not being received/ late receipt/lost in post and no correspondence in this connection will be entertained post TOD. This office will not be responsible for any postal delay or delivery default by postal agency. (g) Only qualifying vendors will be informed of selection in tender. No correspondence on this subject would be entertained. (h) The procurement process can be cancelled/suspend/terminated by the organisation at any stage and decision in this regards is final and no appeal will be entertained. (i) Additional information, if any which you would like to mention in support of your suitability for this tender, you can enclose along with tender documents. 10. INELIGIBILITY CRITERIA:

(a) False documents/information or incomplete formulated in the tender document

(b) Vendor must ensure that no column is left, blank or wrongly filled are liable to rejected, and organisation will not entertain any claim after such rejections.

(c) Firms which are Banned/Black Listed/ ‘F’ Category/Tender Holidays in Indian Navy are not eligible to participate for such tender enquiry.

11. You are requested to drop/Post quotations complete in all respect as per the enclosed schedule to reach the office of Controller of Procurement tender box kept at the Material organisation, Visakhapatnam, main gate latest by 1200 hrs on 24th Oct 13.The quotations will be opened on the same day at 1400 hrs at Material Organisation, Kancharapalem (Post), Visakhapatnam – 530008. Your company representative may attend it. To avoid any complications with regard to late receipt / non receipt of Tenders, it may please be noted that responsibility rests with the tenderer to ensure that tenders reach this Office before due date. Late quotes will be rejected out rightly.

12. In case your firm is not willing to quote due to any reasons your regret should be faxed well before the due date failing which your firm can be de-listed from vendor list.

13. Risk and expense purchase. Risk and expense purchase can be under taken by the purchaser in the event of the supplier failing to honour the contract obligations within stipulated period at the contractor’s expense.

14. Quality Assurance. After the contract is negotiated, the firm would be required to provide the standard Acceptance Test Procedure (ATP). Inspecting Authority reserves the right to modify the ATP when necessary, item would be accepted subject to evolution and clearance by the inspecting Authority. Firm would be required to provide all the test facilities at OEM premises for acceptance of inspection by DQA, New Delhi. The details in this regard will be co-ordinated during the negotiation of contract. The item should be latest manufacture to current production standard having 100% defined life at the time of delivery. Warrantee should be minimum 12/18 months from the date of supply.

15. Option Clause. The contract shall have an option clause, wherein the buyer can exercise an option to order upto 50% of the original contracted quantity in accordance with the same terms & conditions of the existing contract. The bidders to confirm the acceptance of the same for inclusion in the contract. It will be entirely the discretion of the buyer to exercise this option or not.

16. Repeat Order Clause. The contract shall have a Repeat Order Clause, wherein the buyer can order upto 50% quantity of the item under the present contact within six months from the date of successful completion of this contract, cost, terms & conditions remaining the same. Request confirm acceptance of this clause. It will be entirely the discretion of buyer to place the repeat order or not.

17. Quantity Tolerance clause: The quantity tendered may be revised up to ± 50% at the NLC/Order stage.

18. Standard Conditions of Contract (SCOC). Standard Conditions of the Contract listed in DPM 2009, available on website “http:/mod.nic.in/dpm/welcome.html.” would be applicable.

Thanking you, Yours faithfully, Controller of Procurement Encl: As above For Material Superintendent

Page 16: MATERIAL ORGANISATION CONTROLLER OF PROCUREMENT …3.imimg.com/data3/JL/UY/HTT-1278/1278_2013-08-29-11-48... · 2013-08-29 · material organisation controller of procurement kancharapalem

(PROFORMA TO BE SUBMIT ALONG WITH QUOTES(QUOTES NOT ACCOMPANIED BY THIS PROFORMA ARE LIKELY TO BE REJECTED) 1. Rates inclusive of Taxes (Conditional discounts will not be considered) : Yes / No

2. Quote Validity days _____________ days (form TOD) (for RC’s-Min 365 days. All Single Bid- Min 90 days, All 2 Bid – Min 120 days only)

3. If Taxes applicable* : (a) Custom Duty with Exemption Cert._________% Custom Duty without Exemption Cert._____________% (a) Excise Duty + ED Cess with Exemption cert._________% Excise Duty + ED Cess without Exemption Cert._____________% (a) Octroi Duty with Exemption cert._________% Octroi Duty without Exemption Cert._____________% (d) VAT/CST Duty without Exemption cert._____________% (e) Other Taxes (Specify) without Exemption cert._________% 4. If taxes applicable without Exemption Certificate are not indicated Maximum Taxes applicable for the category of goods will be loaded at the time of preparation of Comparative Statement and for determination of L I firm.

5. IF Custom Duty is applicable on CIF Rates which differ from quoted Basic rates, CIF rates are to be clearly indicated along with the initial quotation failing which Custom duty at Maximum rates will be loaded on Basic rates for determination of L I firm.

6. Delivery period: ____________ days with Inspection (from date of receipt of PO) : __________days without Inspection.

7. With or without inspection is at Sole discretion of this office and irrefutable Firms not willing to offer the stores for inspection are not required to submit their Quotation.

8. F.O.R. Door delivery only. Yes / No (if no please indicated approximate transporters charges on prepaid basis only, which are payable at Actual, on submission of transporters bills in original).

9. Packing & forwarding Charges extra (if applicable) ________________ % of Basic rates.

10. Inspection at (place i.e. city /town): ____________________ / As desired by CPRO Inspection Agency (if Known : __________________

11. Part Supply /Part Payment Required: Yes / No (If yes, indicate Max no. of lots): _______________________

12. All terms conforming to TE Specs: Yes / No, items at TE Sls. _________________ 13. Samples Submitted: Yes / No / Not asked in TE.

14. Any other additional rates: _________ % for ____________

15. Order to be placed on (Also indicate Exemption Cer required On same firm) : ________________________________________________________

_________________________________________________________________________________________________________________________________________________

(a) Tele No : ___________________________________________ (b)Fax No: __________________________________________________________ (c) Mobile No: _______________________________________ (d) Email ID : ___________________________________________________

16. Payment terms :100% within 30 days or 95% on receipt by consignee along with copy No. 1 of 1 Note & DC and balance 5% within 30days, after accounting of stores and copy Nos2 & 5 of 1-notes. 17. Bank details for payment: (a) Account No.: _________________________________ (b) Income Tax PAN No.__________________________

(b) Bank Address __________________________________________________________________________________________

_____________________________________________________________________________________________________________

18. Order pending on firm as on date _____________________________________. If orders are pending, please indicate likely date of execution: ________________________________________. If many Orders are pending, please enclose separate sheet with complete status. 19. Standard Conditions of Contract governing the contract are available on MoD website http //mod.nic.in/dpm/welcome.html. 20. Sealed quotation are to be dropped in the Tender Box duly super scribed “TE No._________________dated ______________Due for Opening on ______________at _________________Hrs. “Quotations are not to be addressed by Name of the Procurement Officers.

21. It is mandatory for the Firm Reps. To carry Authorization letter to attend tender opening clearly Indicating Name and Designation Visiting cards will not be considered as Authorization to attend Tender Opening. 22. Additional Details (for use by procurement officer only) 23. Warrantee/Guarantee Certificate: ____________________ (Months) FIRMS SEAL WITH DATE

AUTHORISED SIGNATORY

Page 17: MATERIAL ORGANISATION CONTROLLER OF PROCUREMENT …3.imimg.com/data3/JL/UY/HTT-1278/1278_2013-08-29-11-48... · 2013-08-29 · material organisation controller of procurement kancharapalem

IMPORTANT INSTRUCTIONS 1. QUOTATION SHOULD BE RECEIVED ON OR BEFORE TENDER OPENING TIME IN A SEALED ENVELOPE WITH THE FIRM’S

NAME AND TENDER ENQUIRY DETAILS INSCRIBED ON THE COVER.

2. QUOTATION MAYBE SUBMITTED IN YOUR OWN LETTERHEAD HOWEVER IT MUST INCLUDE EACH AND EVERY ASPECT OF THIS OFFICE TENDER ENQUIRY.

3. ENCLOSED PROFORMA IS TO BE FULLY FILLED IN RESPECT OF ALL PARAGRAPHS. NO PARAGRAPH IS TO BE LEFT BLANK/AMBIGUOUS. THIS PERFORMA IS TO BE SUBMITTED EVEN IF QUOTATION IS IN YOUR OWN LETTERHEAD.

4. THE ENCLOSED PROFORMA, THE SPECIFICATION SHEET AND THIS IMPORTANT INSTRUCTION SHEET MUST BE STAMPED AND SIGNED BY AUTHORIZED SIGNATORY WITH FULL NAME AND CONTENT DETAILS AS HAVING READ AND UNDERSTOOD THEM AND SAME TO BE SUBMITTED ALONG WITH QUOTE.

5. ALL QUOTATIONS MUST BE INCLUSIVE OF DOOR DELIVERY CHARGES TILL MATERIAL ORGANIZATION VISAKHAPATNAM.

6. IN CASE THE SPECIFICATIONS OF YOUR OFFERED ITEM (S) IS AT VARIANCE WITH WHAT HAS BEEN TENDERED, THE SAME IS TO BE CLEARLY AND UNAMBIGUOUSLY EXPLAINED IN THE QUOTATION, OR ELSE YOUR ADHERENCE TO THE TENDERED SPECIFICATIONS WILL BE AUTOMATICALLY ASSUMED.

7. YOU ARE ALSO REQUIRED TO INDICATE WILLINGNESS TO SUPPLY PARTIAL QUANTITY OF THE TENDERED ITEMS AND ALSO LESSER ITEMS THAN WHAT IS TENDERED. IF INDICATION TO THIS EFFECT IS NOT GIVEN IT WILL BE CONSTRUED TO BE ACCEPTANCE OF THE SAME ON YOUR BEHALF.

8. ALL QUOTED ARE REQUIRED TO BE VALID FOR MINIMUM 12O DAYS FROM TENDER OPENING DATE.

9. LIQUIDITY DAMAGES @0.5% PER WEEK SUBJECT TO A MAXIMUM OF 10% OF THE UNDELIVERED STORES WILL BE RECOVERED IN CASE OF DELAY IN DELIVERY BEYOND THE ACCEPTED DELIVERY PERIOD AS PER SCOC.

10. PERFORMANCE GUARANTEE. THE VENDOR SHALL FURNISH A PERFORMANCE GUARANTEE BY WAY OF BANK GUARANTEE FOR A SUM EQUAL TO 10% OF THE CONTRACT VALUE WITHIN 30 DAYS OF RECEIPT OF CONFIRMED ORDER. BANK GUARANTEE SHOULD BE VALID FOR A PERIOD OF 60 DAYS BEYOND THE DATE OF COMPLETION OF CONTRACT INCLUDING WARRANTY.

11. SCOC TERMS & CONDITIONS AS PER CHAPTER VII PAGE 63-78 OF DEFENCE PROCUREMENT MANUAL 2009 AVAILABLE ON WEBSITE http:/mod.nic.in/dpm/welcome.html.

12. QUOTATIONS, WHICH DO NOT COMPLY WITH ABOVE INSTRUCTIONS, OR INDICATE ANYTHING TO THE CONTRARY, ARE LIABLE TO BE SUMMARILY REJECTED.

13. SSI UNITS ARE TO FORWARD THEIR SSI REGISTRATION CERTIFICATE COPY ALONG WITH THE TE.

14. IF UNABLE TO SUPPLY IN OUR STANDARD PACK SIZE TENDERED YOU ARE TO INDICATE THE PACK SIZE YOU ARE ABLE TO SUPPLY.

15. FOR ECS THE FOLLOWING IS REQUIRED:-

(e) NAME OF FIRM (B) POSTAL ADDRESS (C) PAN NO (D) NAME OF BANK (E) ADDRESS OF BANK (F) ECS CODE NO (G) CURRENT ACCOUNT NO (H) CURRENT ACCOUNT NO (I) COPY OF MICR CHEQUE.

16. QAP FOR THE ITEMS WILL BE DRAWN UP BY THE FIRM. NO. OF DAYS REQUIRED FOR FURNISHING QAP TO INDICATED.

17. FORM ‘D’ IS NO APPLICABLE.

18. COPY OF THE APPROVED QAP IS TO BE FORWARDED ALONG WITH BILLS.

19. DIGITAL PHOTOGRAPH OF THE ITEMS TO BE FORWARDED TO THE PROCUREMENT OFFICER DURING THE TIME DELIVERY OF ITEM.

20. ALL QUOTES TO BE AS PER TENDERED DENOMINATION.

21. TOLERANCE CLAUSE: TO TAKE CARE OF ANY CHANGE IN THE REQUIREMENT DURING THE PERIOD STARTING FROM ISSUE OF RFP TILL PLACEMENT OF THE SUPPLY ORDER, BUYER RESERVES THE RIGHT TO 50% PLUS/MINUS INCREASE OR DECREASE THE QUANTITY OF THE REQUIRED GOODS UP TO THAT LIMIT WITHOUT ANY CHANGE IN THE TERMS & CONDITIONS AND PRICES QUOTED BY THE SELLER.

22. YOU ARE REQUESTED TO ASK FOR DELIVERY PERIOD EXTENSION. AT LEAST 04 WEEKS PRIOR TO THE EXPIRY OF DELIVERY PERIOD FOR CURRENT ORDERS ON YOU AND ALL FUTURE ORDERS. IT MAY BE NOTED THAT AS PER DPM 2009, THE ORIGINAL DELIVERY PERIOD PLUS THE EXTENSION – DOES NOT EXCEED TWICE THE ORIGINAL DELIVERY PERIOD.

23. PACKING OF THE ITEMS SHOULD BE PREFERABLY IN BIODEGRADABLE GREEN PACKING MATERIAL.

24. FIRM IS REQUESTED TO QUOTE ONLY FOR ONE OPTION, AS PER RECOMMENDED STANDARD SPECIFICATION IN THE RFP. IF MORE THAN ONE BRAND QUOTED BY YOU OBSERVED, YOUR QUOTE LIABLE TO BE REJECTED.

Page 18: MATERIAL ORGANISATION CONTROLLER OF PROCUREMENT …3.imimg.com/data3/JL/UY/HTT-1278/1278_2013-08-29-11-48... · 2013-08-29 · material organisation controller of procurement kancharapalem

UPDATION OF DATA BASE OF VENDORS MATERIAL ORGANISATION, VISAKHAPATNAM

WITH A VIEW TO REFINE ITS VENDOR DATA BASE, THIS ORGANIZATION IS IN THE PROCESS OF UPDATING THE RECORDS OF VENDORS. ALL THE VENDORS WHO WISH TO CONTINUE THEIR BUSINESS DEALINGS ARE REQUIRED TO FILL UP THE UNDER MENTIONED DETAILS AND SUBMIT IT ALONG WITH YOUR QUOTATION TO THE CONTROLLERATE OF PROCUREMENT, MATERIAL ORGANIZATION, VISAKHAPATNAM. 1. (A) NAME OF THE FIRM :______________________________________________________________________

(B) VENDOR CODE (IF ALREADY REGISTERED WITH MO (V) :_______________________________________________________________________

(C) NAME OF THE PROPRIETOR/ OWNER : _____________________________________________________________________

(D) MOBILE NO. OF PROPRIETOR/ OWNER : _____________________________________________________________________

(E) BANK NAME AND ADDRESS :____________________________________________________________________________________________________________ _________________________________________________________________________________________________________________________________________ (I) MICR CODE:_____________________________ (II) ECS CODE :______________________________ (III)ACCOUNT NO :___________________________ 2. CORRESPONDENCE ADDRESS OF THE FIRM WITH PIN CODE:_________________________________________________________________________

________________________________________________________________________________________________________________________________________________

(A) TELE NOS : ____________________________ (B) FAX NOS :_____________________________ (C) E-MAIL ADDRESS: _________________________

(D) CONTACT PERSON (NAME WITH DESIGNATION & MOB NO) : _____________________________________________________________________ (E) LOCAL REP AND HIS CONTACT DETAILS : ________________________________________________________________________________________

3. FACTORY POSTAL ADDRESS AND PHONE NO (IF DIFFERENT FROM CORRESPONDENCE ADDRESS) : ________________________________

___________________________________________________________________________________________________________________________________________________

4. STATUS OF FIRM I.E. (MANUFACTURER/AUTHORIZED DEALER/TRADER) : ___________________________________________________________ 5. (A) SALES TAX REG NO : _______________________(B) CST REG NO: ______________________(C) INCOME TAX PAN NO. ___________________________ 6. IF REGISTERED WITH DQAN/DQA (WP) DGS&D/OTHER NAVAL/ DEFENCE AUTHORITIES- GIVE DETAILS AND ALSO FORWARD

XEROX COPIES OF VALID REGISTRATION CERTIFICATES: _________________________________________________________________________________

7. IF YOU ARE MANUFACTURE, YOUR FIRM IS REGISTERED UNDER (A) DIRECTOR OF INDUSTRIES (GOVT. OF ANDHRA PRADESH OR OTHER STATE) :____________________________________________________

GIVE DETAILS SUCH AS REG NO & DATE OF REGISTRATION WITH PHOTO COPY) :______________________________________________________

(B) SMALL SCALE INDUSTRIES, GIVE DETAILS SUCH AS REG. NO & DATE ECT. WITH PHOTO COPY: _________________________________ 8. IF AUTHORIZED DEALER, LIST THE PRODUCTS AND FORWARD A COPY OF AUTHORIZATION: ____________________________________

CERTIFICATES FROM THE PRINCIPAL/MANUFACTURER WITH VALIDITY: _________________________________________________________ 9. LIST THE RANGE OF ITEMS FOR WHICH UPDATION IS REQUIRED: _________________________________________________________________________ 10. ANY OTHER INFORMATION: _____________________________________________________________________________________________________________