OPEN TENDER ENQUIRY IN TWO BID SYSTEM FOR PROCUREMENT …

29
Tele 01992-243633 Army AD Branch HQ Northern Command Udhampur, PIN-908545 OPEN TENDER ENQUIRY IN TWO BID SYSTEM FOR PROCUREMENT OF SOLAR POWERED MULTI UTILITY CHARGER, QTY 896 (857+39) NOS , OUT OF ACSFP FUND UNDER MAJOR HEAD 2076 MINOR HEAD 110 (c) QTY 857 NOS AND MINOR HEAD 112F2 (ii) QTY 39 NOS DURING FIN YEAR 2018-19 Particulars of the Buyer issuing the RFP : GOC-in-C, HQ Northern Command, c / o 56 APO Tender Enquiry No: 42700/7/ACSFP/ Solar Powered Multi Utility Charger/ A/AAD dated 19 Sep 2018 . 1. Eligibility Criteria for Vendors . Original Equipment Manufacturer (OEM)” as per article 1.4.14 of Defence Procurement Manual 2009 or Permanent Registered Authorised Distributors of OEM may only apply. For Permanent Registered Distributors, a copy of agreement certificate duly indicating Registration Number of Permanent Authorised Dealership is mandatory to be enclosed. 2. The online Bids under OTE (Two Bid system) are invited by the GOC-in-C HQ Northern Command for and on behalf of the President of India for supply of Solar Powered Multi Utility Charger, Qty 896 (857+39) Nos , listed in Part- II of this RFP. The tender reference No is 42700/7/ACSFP/Solar Powered Multi Utility Charger/A/AAD dated 19 Sep 2018 and can be viewed at www.eprocure.gov.in 3. The address and contact number for sending bids or seeking clarifications regarding this RFP are given below:- Ser No Clarification Details (a) Bids/queries to be addressed to GOC-in-C HQ Northern Command (b) Postal address for sending the Bids HQ Northern Command(Army AD Br) PIN : 908545,C/o 56 APO (c) Name/ designation of the contact person Lt Col Prabhat Sharma GSO 1 AAD, HQ Northern Command (d) Telephone numbers of the contact person 7073666166 (e) E-mail IDs of contact personal [email protected] and [email protected] (f) FAX No 01992-243533 4. The Request proposal consists of six parts as indicated below :- (a) Part I . Contains general information and instruction for the bidders about the RFP such as the time, place of submission and opening of tenders, validity period of tenders, etc. (b) Part II . Contains essential details of the items / services required, such as the Schedule of Requirements (SOR), Technical Specifications, Delivery Period, Mode of Delivery and Consignee details. (c) Part III . Contains Standard Conditions of RFP, which will form part of the contract with the successful bidder. (d) Part IV . Contains Special Conditions applicable to this RFP and which will also from part of the contract with the successful bidder. (e) Part V . Contains Evaluation Criteria and Format for Price Bids. (f) Part VI . Contains document details required for vendor. 5. This RFP is being issued with no financial commitment and the buyer reserves the right to change or vary any part thereof at any stage. Buyer also reserves the right to withdraw the RFP, Should it become necessary at any stage. 6. Questionnaire . Questionnaire as mentioned in Annex I will be submitted by the bidder while submitting the Technical Bids. Dated: 19 Sep 2018 (Prabhat Sharma) Lt Col Secy PC for Chairman PC

Transcript of OPEN TENDER ENQUIRY IN TWO BID SYSTEM FOR PROCUREMENT …

Page 1: OPEN TENDER ENQUIRY IN TWO BID SYSTEM FOR PROCUREMENT …

Tele 01992-243633 Army AD BranchHQ Northern Command Udhampur, PIN-908545

OPEN TENDER ENQUIRY IN TWO BID SYSTEM FOR PROCUREMENT OF SOLARPOWERED MULTI UTILITY CHARGER, QTY 896 (857+39) NOS , OUT OF ACSFP FUNDUNDER MAJOR HEAD 2076 MINOR HEAD 110 (c) QTY 857 NOS AND MINOR HEAD

112F2 (ii) QTY 39 NOS DURING FIN YEAR 2018-19

Particulars of the Buyer issuing the RFP : GOC-in-C, HQ Northern Command, c / o 56 APO

Tender Enquiry No: 42700/7/ACSFP/ Solar Powered Multi Utility Charger/ A/AAD dated 19 Sep 2018.

1. Eligibility Criteria for Vendors. “Original Equipment Manufacturer (OEM)” as per article 1.4.14 of DefenceProcurement Manual 2009 or Permanent Registered Authorised Distributors of OEM may only apply. For PermanentRegistered Distributors, a copy of agreement certificate duly indicating Registration Number of Permanent AuthorisedDealership is mandatory to be enclosed.

2. The online Bids under OTE (Two Bid system) are invited by the GOC-in-C HQ Northern Command for and onbehalf of the President of India for supply of Solar Powered Multi Utility Charger, Qty 896 (857+39) Nos, listed in Part- IIof this RFP. The tender reference No is 42700/7/ACSFP/Solar Powered Multi Utility Charger/A/AAD dated 19 Sep 2018and can be viewed at www.eprocure.gov.in

3. The address and contact number for sending bids or seeking clarifications regarding this RFP are given below:-

Ser No Clarification Details

(a) Bids/queries to be addressed to GOC-in-CHQ Northern Command

(b) Postal address for sending the Bids HQ Northern Command(Army AD Br)PIN : 908545,C/o 56 APO

(c) Name/ designation of the contact person Lt Col Prabhat SharmaGSO 1 AAD, HQ Northern Command

(d) Telephone numbers of the contact person 7073666166

(e) E-mail IDs of contact personal [email protected] and [email protected]

(f) FAX No 01992-243533

4. The Request proposal consists of six parts as indicated below :-

(a) Part I. Contains general information and instruction for the bidders about the RFP such as the time, place of submission and opening of tenders, validity period of tenders, etc.

(b) Part II. Contains essential details of the items / services required, such as the Schedule of Requirements (SOR), Technical Specifications, Delivery Period, Mode of Delivery and Consignee details.

(c) Part III. Contains Standard Conditions of RFP, which will form part of the contract with the successful bidder.

(d) Part IV . Contains Special Conditions applicable to this RFP and which will also from part of the contract with the successful bidder.

(e) Part V. Contains Evaluation Criteria and Format for Price Bids.

(f) Part VI. Contains document details required for vendor.

5. This RFP is being issued with no financial commitment and the buyer reserves the right to change or vary any partthereof at any stage. Buyer also reserves the right to withdraw the RFP, Should it become necessary at any stage.

6. Questionnaire. Questionnaire as mentioned in Annex I will be submitted by the bidder while submitting theTechnical Bids.

Dated: 19 Sep 2018 (Prabhat Sharma)Lt ColSecy PCfor Chairman PC

Page 2: OPEN TENDER ENQUIRY IN TWO BID SYSTEM FOR PROCUREMENT …

2

PART I - GENERAL INFORMATION - RFP

1. Critical Dates The critical dates with respect to the Tender ref 42700/7/ACSFP/Solar Powered Multi Utility Charger/A/AAD dated 19 Sep 2018 are as follows:-

CRITICAL DATE SHEET

Ser No Item Date Time

(a) Published date 19 Sep 18 1200PM

(b) Bid document download 1200PM

(c) Clarification start date 1200PM

(d) Clarification end date 03 Oct 18 1100AM

(e) Pre bid meeting 03 Oct 18 1100AM

(f) Bid submission start date 19 Sep 18 1200PM

(g) Bid submission end date 16 Oct 18 1300PM

(h) Bid opening date 17 Oct 18 1100AM

2. Manner of Depositing the Bids. The bids will be submitted Physically / On-line in the following manner :-

(a) Documents for Submission in Physical Form. The original of following documents shall be submitted physically in the sealed tender box prior to 16 Oct 18 (bid submission closing date).

(i) EMD if applicable or proof of exemption.

(ii) Tender Condition Acceptance Certificate (format is attached as Annex II to this RFP) to be submitted duly signed and stamped.

(iii) Performance Certificate. Firms who have made supplies of the items in the past should submit their performance statement indicating details of stores, name of the ordering department quantity ordered,Delivery Period (original) and qty and dates of supply made and should enclose copies of inspection notes in support of the supplies made. Firms not submitting their performance statement would be treated as untried.

(iv) Vendor Verification Documents. CTC of the documents mentioned at Para 1 to 3 of Part VI of RFP.

(v) For the documents required to be deposited physically. Please refer

(aa) Additional Information required as per Para as per Para 4 to 18 of Part VI of RFP.

(ab) Documents listed at Para 19 to 21 of Part VI of RFP.

(b) Documents for On-line Submission. The following documents shall be submitted on-line : -

(i) Cover-I (Online). Cover-I will contain the Technical Bids consisting of following documents (in single pdf file) which will be submitted on-line:-

(aa) Proof of valid Registration / renewal of registration DGQA / DGS&D / NSIC any other Central purchase organisation. For the items/range of item if claiming exemption of EMD (Scanned& upload)

(ab) PAN No & GSTIN. (Scanned & uploaded)

(ac) Questionnaire to be answered by the vendor as per Annex I.

(ad) Certificate of Tender Condition Acceptance Letter of RFP as per Annex II on firm letter head duly signed and stamped (Scanned and uploaded)

(ae) Scanned copy of EMD and tender fee, if applicable (Scanned & uploaded)

(af) “Additional charges/Discounts”containing details of items with Financial implication on the bid. The format of the same is att as Annex III (Scanned & uploaded)

(ii) Cover- II (Online). Cover- II will contain Commercial bid in the form of 'BOQ' (Bill of Quantities) in single.xls file which will be submitted online. Vendor submit certificate as per Annex V. For price bid format please refer Para 2 of Part V. .

(c) Tender fee is exempted for all bidders in terms of Para 161 (iv) of General Financial Rules 2017 (GFR 2017).

3. Location of the Tender Box. Tender Box marked as “TENDER BOX HQ NC (Army AD Branch)” will be placedat Main Gate HQ NC Udhampur. Following guidelines may be followed while submitting the documents:-

(a) The physical receipt of specified document shall be mandatory prior to bid opening.

(b) The non receipt of the physical documents shall render the tender non acceptance of the tech bid.

Page 3: OPEN TENDER ENQUIRY IN TWO BID SYSTEM FOR PROCUREMENT …

3

(c) Only those document specified in the tender document and are found in the tender box will be opened.

(d) The documents in the wrong Tender Box will be rendered invalid.

(e) No post bid clarification on the initiative of the bidder will be entertained.

4. Opening of Tender Box : The tender box will be opened a day prior to the date of opening of Technical Bids (asper critical date sheet). If the day prior to opening of technical bid is Sunday/Holiday then the same will be opened on theworking day prior to the scheduled date.

5. Opening of Tender in Two-Bid System.

(a) The technical bids shall be opened on-line as per critical date sheet mentioned in this tender document. If any discrepancy is found in required documents, the technical bid will be rejected. No representation whatsoeverwill be entertained, in case the bid gets rejected for want of requisite tender supporting documents. The evaluationof technical Bid will be carried out off-line and the results of the evaluation will be uploaded on the Central Public Procurement Portal

(b) The Commercial Bids of only those bidders whose Technical Bids meet all the entire stipulated (Technical) requirements shall be opened. The date of opening will be intimated to the Bidders through Central Public Procurement Portal.

6. Vendor will be intimated through Central Public Procurement Portal and e-mails if required to participate in TEC.The date, time and venue of Technical Evaluation by will be intimated by Technical Evaluation Committee. The vendorsrepresentative required to attend the TEC, will forward their particulars l custom duty will be offloaded, whereas all othercomponents will be treated as a part of basic cost for determining the L1 vendor”. For this purpose the bidder is required toindicate the component-wise custom duty at Para 3 (l) & (m) of Part V Evaluation Criteria and Price Bid issues of RFP.with

proof of identity, address proof, and contact details to Army AD Branch at email id [email protected] days in advance for obtaining necessary security clearance at this Headquarters

7. Forwarding of Bid

(a) The documents specified in para 2(a) to be deposited physically will be dropped in the sealed tender box. The physical receipt of these document is mandatory. The technical bids shall not be accepted if these documents are not received prior to bid opening.

(b) The commercial bids will be submitted “Online only”.

(c) The commercial bid should be submitted by the bidder duly digitally signed by the legal owner of the firm or the person auth by him to do so. Instructions for Online Bid Submission through the Central Public Procurement portal for e-procurement are given at https//eprocure.gov.in/eprocure/app are also att as Annex IV.

8. Clarification R egarding Contents of the RFP. A prospective bidder who requires clarification regarding thecontents of the bidding documents shall notify to the Buyer in writing about the clarifications sought not later than 14(fourteen only) days prior to the date of opening of the Bids. Copies of the query and clarification by the purchaser willbe uploaded as corrigendum for all prospective bidders who have received the bidding documents. Pre bid meeting toclarify the queries on RFP will be held at 1100h on 03 Oct 2018 at HQ Northern Command (AAD). Allvendors/representative are requested to be present and intimate the details of persons attending the same at least fivedays in advance. The details alongwith proof of identity of the representative be sent by email. It may please be ensuredthat the representative deputed is an employee of the firm who will be able to contribute positively during the meeting andis not some local representative.

9. Modification and Withdrawal of Bids

(a) The Bidder may modify his bid after submission,as per the provisions available on the portal. No bid shall be modified after the deadline for submission of bids.

(b) If bidder desires to withdraw before bid submission closing date/time, he may do so online on the portal and offline EMD would be refunded but not the cost of the tender.

(c) No bid may be withdrawn in the interval between the deadline for submission of bids and expiry of the period of the specified bid validity. Withdraw of bid during this period will result in forfeiture of Bidder's Bid Security/EMD.

10. Clarification R egarding Contents of the Bids. During evaluation and comparison of bids, the Buyer may, at itsdiscretion, ask the bidder for clarification of his bid. The request for clarification will be given in writing and no change inprices or substance of the bid will be sought, offered or permitted . No post-bid clarification on the initiative of the bidderwill be entertained.

Page 4: OPEN TENDER ENQUIRY IN TWO BID SYSTEM FOR PROCUREMENT …

4

11. Rejection of Bids. Canvassing by the Bidder in any form, unsolicited letter and post-tender correction may invokesummary rejection with forfeiture of EMD. Conditional tenders will be rejected.

12. Unwillingness to Quote. Bidder unwilling to quote should ensure that intimation to this effect reaches before thedue date and time of opening of the Bid, failing which the defaulting Bidder may be delisted for the given range of items asmentioned in this RFP.

13. Validity of Bids. The Bids should remain valid till 12 Feb 2019 (120 days) from the last date of submission of theBids).

14. Earnest Money Deposit. Bidders are required to submit Earnest Money Deposit (EMD) for amount of Rs 25,25,000/-(Rupees twenty five lakh twenty five thousand only) along with their bids. The EMD may be submitted inthe form of an Fixed Deposit Receipt, Banker's Cheque or Bank Guarantee, in favour of HQ Northern Command,Payable at Udhampur from any of the public sector banks or a private sector bank authorized to conduct governmentbusiness as per Form DPM-13 (Available in MoD website and can be provided on request). EMD is to remain valid for aperiod of forty-five days beyond the final bid validity period. EMD of the unsuccessful bidders will be returned tothem at the earliest after expiry of the final bid validity and latest on or before the 30th day after the award of thecontract. The Bid Security of the successful bidder would be returned, without any interest whatsoever, after the receipt ofPerformance Security from them as called for in the contract. EMD is not required to be submitted by those Bidders whoare registered with the Central Purchase Organization (e.g. DGS&D), National Small Industries Corporation (NSIC) or anyDepartment of MoD or MoD itself for the same items/range of/products, goods or services for which the tendershave been issued. The EMD will be forfeited if the bidder withdraws or amends, impairs or derogates from the tender inany respect within the validity period of their bid. The decision regarding the exemption or otherwise from submitting EMD,as arrived at by HQ Northern Comd will be final and no correspondence in this regard will be entertained.

Page 5: OPEN TENDER ENQUIRY IN TWO BID SYSTEM FOR PROCUREMENT …

5

PART II - ESSENTIAL DETAILS OF ITEMS

1. Schedule of R equirements - List of items and Quantity required are as follows:

Ser No

TE No Item Cart Part No Nomenclature A/U Qty

(a) 42700/7/ACSFP/Solar Powered Multi Utility Charger/A/AAD dated 19 Sep 2018

- Solar Powered Multi Utility Charger

Nos 896(857+39)

2. Technical Details/ Specifications. The tech specifications and other details are as under : -

(a) Purpose. Solar Powered Multi Utility Charger is required for charging batteries of electronic and surveillance equipment in field conditions.

(b) Part and Accessories. The Solar Powered Multi Utility Charger should comprise of the following :-

(i) Rollable solar panel of minimum 10 watts rating with a suitable stand and a robust container for easy man portability.

(ii) Inbuilt maintenance free rechargeable battery with operating capacity of minimum 9 Ah.

(iii) Interfaces providing at least the following power supply outputs :-

(aa) 5V DC - USB output.

(ab) 220V, 50Hz AC, 100 watts - 3 pin socket.

(ac) Accessories for multi-utility applications like adapters, leads and cords.

(ad) Arng for easy & compact man portability of all components.

(c) Operating Features.

(i) Must have indicators and display for showing charging status and AC output voltage.

(ii) Should be easy to establish by a single person in 5 minutes.

(d) Weight. Complete charger with accessories should be man portable and less than 3.5Kgs in weight.

(e) Ruggedness. The complete sys must :-

(i) Be water resistant.

(ii) Not get damaged on being dropped from three feet height on mud / grass surface.

(f) Temp. It should operate in minus 10 deg to plus 40 deg ambient temp conditions.

(g) Certification. OEM and Indian Govt / NABL lab certificate to be provided on complete system specifications.

3. Delivery Period. Delivery period for supply of items would be 120 days from the effective date of supply order.Please note that supply order can be canceled unilaterally by the Buyer in case items are not received within thecontracted delivery period. Extension of contracted delivery period will be at the sole discretion of the Buyer, withapplicability of LD clause.

4. Terms for Delivery and Transportation. Delivery will be made at 1 FOD, c/o 56 APO, Udhampur (J & K) asone consignment (Part consignment will not be accepted)

5. End U ser Certificate. End User Certificate will NOT be provided by HQ Northern Command for imported items.

6. Consignee Details. 1 FOD, Udhampur (J&K).

Page 6: OPEN TENDER ENQUIRY IN TWO BID SYSTEM FOR PROCUREMENT …

6

PART III – STANDARD CONDITIONS OF RFP

THE BIDDER IS REQUIRED TO GIVE CONFIRMATION OF THEIR ACCEPTANCE OF THE STANDARD CONDITIONSOF THE REQUEST FOR PROPOSAL MENTIONED BELOW WHICH WILL AUTOMATICALLYBE CONSIDERED ASPART OF THE CONTRACT CONCLUDED WITH THE SUCCESSFUL BIDDER (I.E.SELLER IN THE CONTRACT) ASSELECTED BY THE BUYER FAILURE TO DO SO MAY RESULT IN REJECTION OF THE BID SUBMITTED BY THEBIDDER.

1. Law. The Contract shall be considered and made in accordance with the laws of the Republic of India. Thecontract shall be governed by and interpreted in accordance with the laws of the Republic of India.

2. Effective Date of the Contract. Normally the contract shall come into effect on the date on the date of signatureof both the parties on the contract expect when some other effective date is mutually agreed to and specificallyindicated/provided in the contract. The deliveries and supplies and performance of the services shall commence from theeffective date of the contract.

3. Arbitration. All disputes or differences arising out of or in connection with the Contract shall be settled by bilateraldiscussions. Any dispute, disagreement or question arising out of or relating to the Contract or relating to construction orperformance, which cannot be settled amicably, may be resolved through arbitration. The standard clause of arbitration isas per Forms DPM-7, DPM-8 and DPM-9 (Available in MoD website and can be provided on request). Arbitrator will beappointed by the GOC-in-C, HQ Northern Command and hearing of the dispute or arbitration proceedings will beheld at HQ Northern Command (Udhampur) in terms of Arbitration and Conciliation ACR 1996 (Amended videamendment of 2015) /J&K Arbitration At 2002 as applicable in the state of J&K.

4. Penalty for use of Undue Influence. The Seller undertakes that he has not given, offered or promised to give,directly or indirectly, any gift, consideration, reward, commission, fees, brokerage or inducement to any person in service ofthe Buyer or otherwise in procuring the contracts or forbearing to do or for having done or forborne to do any act inrelation to the obtaining or execution of the present Contract or any other Contract with the Government of India forshowing or forbearing to show favor or disfavor to any person in relation to the present Contract or any other Contract withthe Government of India. Any breach of the aforesaid undertaking by the Seller or any one employed by him or acting onhis behalf (whether with or without the knowledge of the Seller) or the commission of any offers by the Seller or anyoneemployed by him or acting on his behalf, as defined in Chapter IX of the Indian Penal Code, 1860 or the Prevention ofCorruption Act, 1986 or any other Act enacted for the prevention of corruption shall entitle the Buyer to cancel the contractand all or any other contracts with the Seller and recover from the Seller the amount of any loss arising from suchcancellation. A decision of the Buyer or his nominee to the effect that a breach of the undertaking had been committed shallbe final and binding on the Seller. Giving or offering of any gift, bribe or inducement or any attempt at any such act onbehalf of the Seller towards any officer/employee of the Buyer or to any other person in a position to influence anyofficer/employee of the Buyer for showing any favour in relation to this or any other contract, shall render the Seller to suchliability/ penalty as the Buyer may deem proper, including but not limited to termination of the contract, imposition of penaldamages, forfeiture of the Bank Guarantee and refund of the amounts paid by the Buyer.

5. Agents / Agency Commission. The Seller confirms and declares to the Buyer that the Seller is the originalmanufacturer of the stores/provider of the services referred to in this Contract and has not engaged any individual or firm,whether Indian or foreign whatsoever, to intercede , facilitate or in any way to recommend to the Government of India orany of its functionaries, whether officially or unofficially, to the award of the contract to the Seller; nor has any amount beenpaid, promised or intended to be paid to any such individual or firm in respect of any such intercession, facilitation orrecommendation. The Seller agrees that if it is established at any time to the satisfaction of the Buyer that the presentdeclaration is in any way incorrect or if at a later stage it is discovered by the Buyer that the Seller has engaged any suchindividual/firm, and paid or intended to pay any amount, gift, reward, fees, commission or consideration to such person,party, firm or institution, whether before or after the signing of this contract, the Seller will be liable to refund that amount tothe Buyer. The Seller will also be debarred from entering into any supply Contract with the Government of India for aminimum period of five years. The Buyer will also have a right to consider cancellation of the Contract either wholly or inpart, without any entitlement or compensation to the Seller who shall in such an event be liable to refund all paymentsmade by the Buyer in terms of the Contract along with interest at the rate of 2% per annum above LIBOR rate. The Buyerwill also have the right to recover any such amount from any contracts concluded earlier with the Government of India.

6. Access to Books of Accounts. In case it is found to the satisfaction of the Buyer that the Seller has engaged anAgent or paid commission or influenced any person to obtain the contract as described in clauses relating toAgents/Agency Commission and penalty for use of undue influence, the Seller, on a specific request of the Buyer, shallprovide necessary information/ inspection of the relevant financial documents/information.

7. Non-disclosure of Contract Documents. Except with the written consent of the Buyer/ Seller, other party shallnot disclose the contract or any provision, specification, plan, design, pattern, sample or information thereof to any thirdparty.

8. Liquidated Damages. In the event of the Seller's failure to submit the Bonds, Guarantees and Documents, supplythe stores/goods and conduct trials, installation of equipment, training, etc as specified in this contract, the Buyer may, athis discretion, withhold any payment until the completion of the contract. The BUYER may also deduct from the SELLERas agreed, liquidated damages to the sum of 0.5% of the contract price of the delayed/undelivered stores/servicesmentioned above for every week of delay or part of a week, subject to the maximum value of the Liquidated Damagesbeing not higher than 10% of the value of delayed stores.

Page 7: OPEN TENDER ENQUIRY IN TWO BID SYSTEM FOR PROCUREMENT …

7

9. Termination of Contract. The Buyer shall have the right to terminate this Contract in part or in full in any of thefollowing cases :-

(a) The delivery of the material is delayed for causes not attributable to Force Majeure for more than 90 days afterthe scheduled date of delivery.

(b) The Seller is declared bankrupt or becomes insolvent.

(c) The delivery of material is delayed due to causes of Force Majeure by more than 180 days provided ForceMajeure clause is included in contract.

(d) The Buyer has noticed that the Seller has utilised the services of any Indian/Foreign agent in getting thiscontract and paid any commission to such individual/company etc.

(e) As per decision of the Arbitration Tribunal.

10. Notices. Any notice required or permitted by the contract shall be written in the English language and may bedelivered personally or may be sent by FAX or registered pre-paid mail/airmail, addressed to the last know n address of theparty to whom it is sent.

11. Transfer and Sub-letting. The Seller has no right to give, bargain, sell, assign or sublet or otherwise dispose ofthe Contract or any part thereof, as well as to give or to let a third party take benefit or advantage of the present Contract orany part thereof.

12. Patents and other Industrial Property Rights. The prices stated in the present Contract shall be deemed toinclude all amounts payable for the use of patents, copyrights, registered charges, trademarks and payments for any otherindustrial property rights. The Seller shall indemnify the Buyer against al l claims from a third party at any time onaccount of the infringement of any or all the rights mentioned in the previous paragraphs, whether such claims arise inrespect of manufacture or use. The Seller shall be responsible for the completion of the supplies including spares, tools,technical literature and training aggregates irrespective of the fact of infringement of the supplies, irrespective of the fact ofinfringement of any or all the rights mentioned above.

13. Amendments. No provision of present Contract shall be changed or modified in any way (including this provision)either in whole or in part except by an instrument in writing made after the date of this Contract and signed on behalf ofboth the parties and which expressly states to amend the present Contract.

14. Taxes and Duties.

(a) In respect of Foreign Bidders. All taxes, duties, levies and charges which are to be paid for the delivery of goods, including advance samples, shall be paid by the parties under the present contract in their respective countries.

(b) In case of Indigenous Seller/Bidders.

(i) General.

(1) Bidders must indicate separately the relevant Taxes/Duties likely to be paid in connection with delivery of completed goods specified in RFP. In absence of this, the total cost quoted by themin their bids will be taken into account in the ranking of bids.

(2) If a Bidder is exempted from payment of any duty/tax up to any value of supplies from them, he should clearly state that no such duty/tax will be charged by them up to the limit of exemption which they may have. If any concession is a available in regard to rate/quantum of any Duty /tax, it should be brought out clearly. In such cases, relevant certificate will be issued by the Buyer later to enable the Seller to obtain exemptions from taxation authorities.

(3) Any changes in levies, taxes and duties levied by Central/State/Local governments such as excise duty, VAT, Service tax, Octroi/entry tax,etc on final product upward as a result of any statutory variation taking place within contract period shall be allowed reimbursement by the Buyer,to the extent of actual quantum of such duty/tax paid by the Seller. Similarly, in case of downward revision in any such duty/tax, the actual quantum of reduction of such duty/tax shall be reimbursed to the Buyer by the Seller. All such adjustments shall include all reliefs,exemptions, rebates , concession etc, if any , obtained by the Seller. Section 64-A of Salaes of Goods Act will be relevantin this situation.

(4) Levies, taxes and duties levied by Central/State/Local governments such as excise duty, VAT, Service tax, octroi/entry tax,etc on final product will be paid by the Buyer on actuals, based on relevant documentary evidence. Taxes and duties on input items will not be paid by Buyer and they may not be indicted separately in the bids. Bidders are required to include the same in the pricing of their product.

Page 8: OPEN TENDER ENQUIRY IN TWO BID SYSTEM FOR PROCUREMENT …

8

(ii) Customs Duty.

(aa) For imported stores offered against forward delivery, the Bidder shall quote price there of exclusive of customs duty. The Bidder shall specify separately the C.I.F. prices and total amount of customs duty payable. They will also indicate correctly the rate of customs duty applicable along with Indian Customs Tariff Number. Customs duty as actually paid will be reimbursed on production of necessary documents i.e. (i) Triplicate copy of the bill of entry. (ii) Copy of bill of lading. (iii) A copy of foreign principal’ s invoice. However, if the Bidder imports the stores in question against his own commercial quota Import Licenses, he will also be required to submit in addition the triplicate copy of bills of entry etc. a certificate from his Internal Auditor on the bill itself, to the effect that the following items/quantity in the bill of entry related to the stores imported against Defence Buyer contract number………………………… dated…………………..

(ab) Subsequent to the reimbursement of customs duty, the Bidder will submit to the concerned Payment Authority a certificate to the effect that he has not obtained any refund of customs duty subsequent to the payment of duty to the Customs authority by him. In addition, he shall also submit to the Paying Authority concerned a certificate immediately after a period of three months from the date of payment of the duty to customs authorities to the effect that he has not applied for refund of the customs duty subsequent to the payment of duty to the customs authorities by him.

(ac) In case the Bidder obtains any refund of customs duty, subsequently to the payment of the same by him to the customs authorities and reimbursement of the customs duty to him by the Payment Authority, he should forthwith furnish the details of the refund obtained and afford full credit of the same to the Buyer.

(iii) GST.

(aa) As per the new regulation GST has been implemented. GST has following three components :-

(aaa) State Goods and Service Tax.

(aab) Central Goods and Service Tax.

(aac) Integrated Goods and Service Tax.

(ab) Vendor will clearly bring out the three components in their price bids.

(ac) Firm will submit the invoice / Bills clearly indicating the applicable HSN number thereon and also supported with documentary evidence.

Page 9: OPEN TENDER ENQUIRY IN TWO BID SYSTEM FOR PROCUREMENT …

9

PART IV – SPECIAL CONDITIONS OF RFP

THE BIDDER IS REQUIRED TO GIVE CONFIRMATION OF THEIR ACCEPTANCE OF SPECIAL CONDITIONS OF THERFP MENTIONED BELOW WHICH WILL AUTOMATICALLY BE CONSIDERED AS PART OF THE CONTRACTCONCLUDED WITH THE SUCCESSFUL BIDDER (i.e. SELLER IN THE CONTRACT) AS SELECTED BY THE BUYER.FAILURE TO DO SO MAY RESULT IN REJECTION OF BID SUBMITTED BY THE BIDDER.

Note :-

I. Submission of Sample. Sample is required to be submitted for conducting of Technical Evaluation Committee(TEC) which will be any time after 07 (07) days from the last date of submission of bids. The exact date,venue and otherinstructions for TEC will be intimated the vendors through e- mail/Central Public Procurement Portal. The vendor'srepresentative is required to attend the TEC alongwith soft copy of the technical presentation pertaining to their product indetails. The vendors representative is required to show the capabilities of their product to meet the qualitative requirementof the buyer and also sign on Transparency/No objection certificate. The EMD in respect of technically disqualified vendorwill be returned after approval of TEC Board Proceedings by the competent authority. The particulars of the vendorsrepresentative coming to attend the TEC, will be sent by e- mail to the Army AD Branch, HQ Northern Command along

with proof of identity, address proof and contact No at e- mail id [email protected] at least 05 daysbefore date of commencement of TEC

II. The prospective suppliers will furnish the details of such nature of supplies executed by them with any agency inIndia/abroad.

1. Performance Guarantee.

(a) Indigenous Cases. The Bidder will be required to furnish a Performance Guarantee by way of Bank Guarantee through a public sector bank or a private sector bank authorized to conduct government business (ICICI Bank Ltd., Axis Bank Ltd or HDFC Bank Ltd.) for a sum equal to 10% of the contract value within 30 days of receipt of the confirmed order. Performance Bank Guarantee should be valid up to 60 days beyond the date of warranty. The specimen of PBG is given in Form DPM-15 (Available in MoD website and can be provided on request).

(b) Foreign cases. NA

2. Option Clause : The contract will have an Option Clause, where in the Buyer can exercise an option to procure anadditional 50% of the original contracted quantity in accordance with the same terms and conditions of the presentcontract. This will be applicable within the currency of contract. The Bidder is to confirm the acceptance of the same forinclusion in the contract. It will be entirely the discretion of the buyer to exercise this option or not.

3. Repeat Order Clause: The contract will have a Repeat Order Clause, wherein the Buyer can order upto 50%quantity of the items under the present contract within six months from the date of supply/successful completion of thiscontract, the cost, terms & conditions remaining the same. The Bidder is to confirm acceptance of this clause. It will beentirely the discretion of the buyer to place the Repeat order or not.

4. Tolerance Clause. To take care of any change in the requirements during the period starting from issue of RFP tillplacement of the contract, Buyer reserves the right to 25% increase or decrease the quantity of the required goods uptothat limit without any change in the terms & conditions and prices quoted by the Seller. While awarding the contract, thequantity ordered can be increased or decreased by the Buyers within this tolerance limit.

5. Advance Payment. No advance payment (s) will be made.

6. Payment Terms for Indigenous Sellers. It will be mandatory for the Bidders to indicate their bank accountnumbers and other relevant e-payment details so that payments could be made through ECS/EFT mechanism instead ofpayment through cheques, wherever feasible. A copy of the model mandate form prescribed by RBI to be submitted byBidders for receiving payments through ECS is at Form DPM-11 (Available in MoD website and can be given on request).100% payment will be made on delivery and acceptance of the items mentioned in the Supply Order of the buyer and onproduction of the requisite documents.

7. Paying Authority( Indigenous Sellers). The paying authority will be Principal Controller of Defence Accounts ,(Northern Command), Narwal Pain, Jammu.The payment of bills will be made on submission of the following documents bythe Seller to the Paying Authority along with the bill:-

(a) Ink-signed copy of contingent bill / Seller’s bill.

(b) Ink-signed copy of Commercial invoice / Seller’s bill.

(c) Copy of Supply Order/Contract with U.O. number and date of IFA’s concurrence, where required under delegation of powers.

(d) CRVs in duplicate.

(e) Inspection note.

(f) Claim for statutory and other levies to be supported with requisite documents / proof of payment such asExcise duty challan, Customs duty clearance certificate, Octroi receipt, proof of payment for EPF/ESIC contribution with nominal roll of beneficiaries, etc as applicable.

Page 10: OPEN TENDER ENQUIRY IN TWO BID SYSTEM FOR PROCUREMENT …

10

(g) Exemption certificate for Excise duty / Customs duty, if applicable.

(h) Bank guarantee for advance, if any.

(j) Guarantee / Warranty certificate.

(k) Performance Bank guarantee / Indemnity bond where applicable.

(l) DP extension letter with CFA’s sanction, U.O. number and date of IFA’s concurrence, where required under delegation of powers, indicating whether extension is with or without LD.

(m) Details for electronic payment viz Account holder’s name, Bank name, Branch name and address, Account type, Account number, IFSC code, MICR code (if these details are not incorporated in supply order/contract).

(n) Any other document / certificate that may be provided for in the Supply Order / Contract.

(o) User Acceptance.

(p) Photo copy of PBG.

(Note – From the above list, the documents that may be required depending upon the peculiarities of the procurementbeing undertaken, may be included in RFP)

8. Fall Clause. The following Fall clause will form part of the contract placed on successful Bidder :-

(a) The price charged for the stores supplied under the contract by the Seller shall in no event exceed the lowest prices at which the Seller sells the stores or offers to sell stores of identical description to any persons/Organisation including the purchaser or any department of the Central government or any Department of the State government or any statutory undertaking of the Central or State government as the case may be during the period or till the performance of all Supply Orders placed during the currency of the rate contract is completed.

(b) If at any time, during the said period the Seller reduces the sale price, sells or offer to sell such stores to any person/organisation including the Buyer or any Deptt, of central Govt. or any Department of the State Government or any Statutory undertaking of the Central or state Government as the case may be at a price lower than the price chargeable under the contract, the shall forthwith notify such reduction or sale or offer of sale to purchase/contracting authority and the Director general of Supplies & Disposals and the price payable under the contract for the stores of such reduction of sale or offer of the sale shall stand correspondingly reduced. The above stipulation will, however, not apply to :-

(i) Exports by the Seller.

(ii) Sale of goods as original equipment at price lower than the prices charged for normal replacement.

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

(iv) Sale of goods at lower price on or after the date of completion of sale/placement of the order of goods by the authority concerned under the existing or previous Rate Contracts as also under any previous contracts entered into with the Central or State Govt. Depts, including their undertakings excluding joint sector companies and/or private parties and bodies.

(c) The Seller shall furnish the following certificate to the Paying Authority along with each bill for payment forsupplies made against the Rate contract – “We certify that there has been no reduction in sale price of the stores of description identical to the stores supplied to the Government under the contract herein and such stores have not been offered/sold by me/us to any person/organisation including the purchaser or any department of Central Government or any Department of a state Government or any Statutory Undertaking of the Central or state Government as the case may be upto the date of bill/the date of completion of supplies against all supply orders placed during the currency of the Rate Contract at price lower than the price charged to the government under the contract except for quantity of stores categories under sub-clauses (i),(ii),(iii) and (iv) of sub-para (b) above.

9. Risk & Expense Clause.

(a) Should the stores or any installment thereof not be delivered within the time or times specified in the contract documents, or if defective delivery is made in respect of the stores or any installment thereof, the Buyer shall after granting the Seller 45 days to cure the breach, be at liberty, without prejudice to the right to recover liquidated damages as a remedy for breach of contract, to declare the contract as cancelled either wholly or to the extent of such default.

(b) Should the stores or any installment thereof not perform in accordance with the specifications / parameters provided by the SELLER during the check proof tests to be done in the BUYER’s country, the BUYER shall be at liberty, without prejudice to any other remedies for breach of contract, to cancel the contract wholly or to the extent of such default.

Page 11: OPEN TENDER ENQUIRY IN TWO BID SYSTEM FOR PROCUREMENT …

11

(c) In case of a material breach that was not remedied within 45 days, the BUYER shall, having given the rightof first refusal to the SELLER be at liberty to purchase, manufacture, or procure from any other source as he thinksfit, other stores of the same or similar description to make good:-

(i) Such default.

(ii) In the event of the contract being wholly determined the balance of the stores remaining to be delivered there under.

(d) Any excess of the purchase price, cost of manufacturer, or value of any stores procured from any other supplier as the case may be, over the contract price appropriate to such default or balance shall be recoverable from the SELLER.

(e) In the eventually in which the PBG has been used for payment of LD charges on account of delayed delivery of stores, any excess of the purchase price, cost of manufacturer or value of stores procured from any other supplier, as the case may be over the contract price, appropriate to such default or balance shall be recoverable from the seller. Such recovery may be made by encashing the PBG (Performance Bank Guarantee) submitted by the seller to this organization or to any department of government of India for any Project/contract.

10. Force Majeure Clause.

(a) Neither party shall bear responsibility for the complete or partial nonperformance of any of its obligations (except for failure to pay any sum which has become due on account of receipt of goods under the provisions of the present contract), if the non-performance results from such Force Majeure circumstances as Flood, Fire, EarthQuake and other acts of God as well as War, Military operation, blockade, Acts or Actions of State Authorities or any other circumstances beyond the parties control that have arisen after the conclusion of the present contract.

(b) In such circumstances the time stipulated for the performance of an obligation under the present contract is extended correspondingly for the period of time of action of these circumstances and their consequences.

(c) The party for which it becomes impossible to meet obligations under this contract due to Force Majeure conditions, is to notify in written form the other party of the beginning and cessation of the above circumstances immediately, but in any case not later than 10 (Ten) days from the moment of their beginning.

(d) Certificate of a Chamber of Commerce (Commerce and Industry) or other competent authority or organization of the respective country shall be a sufficient proof of commencement and cessation of the above circumstances.

(e) If the impossibility of complete or partial performance of an obligation lasts for more than 180 days, either party hereto reserves the right to terminate the contract totally or partially upon giving prior written notice of 30 (thirty) days to the other party of the intention to terminate without any liability other than reimbursement on the terms provided in the agreement for the goods received.

11. Specification. The following Specification clause will form part of the contract placed on successful Bidder - TheSeller guarantees to meet the specifications as per Part-II of RFP and to incorporate the modifications to the existingdesign configuration to meet the specific requirement of the Buyer Services as per modifications/requirementsrecommended after the Maintenance Evaluation Trials. All technical literature and drawings shall be amended as per themodifications by the Seller before supply to the Buyer. The Seller, in consultation with the Buyer, may carry out technicalup-gradation/alterations in the design, drawings and specifications due to change in manufacturing procedures,indigenization or obsolescence. This will, however, not in any way, adversely affect the end specifications of the equipment.Changes in technical details, drawings repair and maintenance techniques alongwith necessary tools as a result of up-gradation/alterations will be provided to the Buyer free of cost within 90 days of affecting such up-gradation/alterations.

12. OEM Certificate. In case the Bidder is not the OEM, the agreement certificate with the OEM for sourcing thespares shall be mandatory. However, where OEMs do not exist, minor aggregates and spares can be sourced fromauthorized vendors subject to quality certification.

13. Export License. The Bidders are to confirm that they have requisite export license from their Government andAuthorization from the manufacturing plant, in case they are not the OEM, to export the military / non-military goods toIndia.

14. Earliest Acceptable Year of Manufacture: Year (2018). Quality / Life certificate will need to be enclosed with theBill.

15. Transportation. The stores shall be delivered at 1 FOD, Udhampur. Seller will bear the costs and freightnecessary to bring the goods to the destination.

16. Buyer Furnished Equipment. The following equipment will be provided by the Buyer at his expense to the seller.

17. Packing and Marking. The following Packing and Marking clause will form part of the contract placed onsuccessful Bidder. The seller will forward a detailed packing list indicating the complete details of stores, its description andquantity being supplied. The packing list will clearly specify the quantity of main equipment and details of accessoriesgiving out its description, number per main equipment and total number being supplied. The other aspects to be ensuredby seller are:-

Page 12: OPEN TENDER ENQUIRY IN TWO BID SYSTEM FOR PROCUREMENT …

12

(a) The seller shall provide packing and preservation of the equipment and spare/goods contracted so as to ensure their safety against damage in the condition of land, sea and air transportation, transshipment, storage and weather hazards during transportation, subject to proper cargo handling. The Seller shall ensure that the stores are packed in containers, which are made sufficiently strong, and with seasoned wood. The packing cases should have hooks for lifting by crane/fork lift truck. Tags with proper marking shall be fastened to the special equipment, which cannot be packed.

(b) The packing of equipment and spares/goods shall conform to the requirements of specification and standards in force in the territory of the Seller’s country.

(c) Each spare, tool and accessory shall be packed in the separate cartons. A label in English shall be pasted on the carton indicating the under mentioned details of the item contained in the carton. A tag in English with the said information shall also be attached to six samples of the item. If quantity contracted is less than six then tag shall be affixed to complete quantity contracted of the item. The cartons shall then be packed in packing cases as required.

(I) Part Number :

(ii) Nomenclature :

(iii) Contract annex number :

(iv) Annex serial number :

(iv) Quantity contracted :

(d) One copy of the packing list in English shall be inserted in each cargo package, and the full set of the packing lists shall be placed in Case No. 1 painted in yellow colour.

(e) The Seller shall mark each package with indelible paint in the English language as follows:-

(i) EXPORT

(ii) Contract No.

(iii) Consignee

(iv) Port / airport of destination

(v) Ultimate consignee

(vi) SELLER

(vii) Package No.

(viii) Gross/net weight

(ix) Overall dimensions/volume

(x) The Seller’s marking.

(e) If necessary, each package shall be marked with warning inscriptions:<TOP>, “Do not turn over”, category of cargo etc

(f) Should any special equipment be returned to the Seller by the Buyer, the latter should provide normal packing, which protects the equipment and spare/goods from the damage of deterioration during transportation by land, air or sea. In this case the Buyer shall finalize the marking with the Seller.

18. Quality. The quality of the stores delivered according to the present Contract shall correspond to the technicalconditions and standards valid for the deliveries of the same stores for in Seller’s country or specifications enumerated asper RFP and shall also include therein modification to the stores suggested by the Buyer. Such modifications will bemutually agreed to. The Seller confirms that the stores to be supplied under this Contract shall be new i.e. notmanufactured before (Year of Contract), and shall incorporate all the latest improvements and modifications thereto andspares of improved and modified equipment are backward integrated and interchangeable with same equipment suppliedby the Seller in the past if any. The Seller shall supply an interchangeability certificate along with the changed part numberswherein it should be mentioned that item would provide as much life as the original item.

19. Quality Assurance. Seller would provide the Standard Acceptance Test Procedure (ATP) within one month ofthis date of contract. Buyer reserves the right to modify the ATP. Seller would be required to provide all test facilities at hispremises for acceptance and inspection by Buyer. The details in this regard will be coordinated during the negotiation ofthe contract. The item should be of the latest manufacture, conforming to the current production standard and having 100%defined life at the time of delivery

20. Inspection Authority. The Inspection will be carried out by Board of officers (ATP) The mode of Inspection will beDepartmental Inspection.

Page 13: OPEN TENDER ENQUIRY IN TWO BID SYSTEM FOR PROCUREMENT …

13

21. Franking Clause. The following Franking Clause will form part of the contract placed on successful Bidder:-

(a) Franking Clause in the case of Acceptance of Goods “The fact that the goods have been inspected after the delivery period and passed by the Inspecting Officer will not have the effect of keeping the contract alive. The goods are being passed without prejudice to the rights of the Buyer under the terms and condition of the contract”.

(b) Franking clause in the case of Rejection of Goods “The fact that the goods have been inspected afterthe delivery period and rejected by the Inspecting Officer will not bind the Buyer in any manner. The goods arebeing rejected without prejudice to the right of the Buyer under the terms and condition of the contract”.

22. Claims. The following Claims clause will form part of the contract placed on successful Bidder :-

(a) The claims may be presented either: (a) on quantity of the stores, where the quantity does not correspondto the quantity shown in the Packing List/Insufficiency in packing, or (b) on quality of the stores, where quality doesnot correspond to the quality mentioned in the contract.

(b) The quantity claims for deficiency of quantity shall be presented within 45 days of completion of JRI andacceptance of goods. The quantity claim shall be submitted to the Seller as per Form DPM-22 (Available in MoDwebsite and can be given on request).

(c) The quality claims for defects or deficiencies in quality noticed during the JRI shall be presented within 45days of completion of JRI and acceptance of goods. Quality claims shall be presented for defects or deficiencies inquality noticed during warranty period earliest but not later than 45 days after expiry of the guarantee period. Thequality claims shall be submitted to the Seller as per Form DPM-23 (Available in MoD website and can be given onrequest)

(d) The Seller shall collect the defective or rejected goods from the location nominated by the Buyer anddeliver the repaired or replaced goods at the same location under Seller’s arrangement.

(e) Claims may also be settled by reduction of cost of goods under claim from bonds submitted by the Selleror payment of claim amount by Seller through demand draft drawn on an Indian Bank, in favour of PrincipalController/Controller of Defence Accounts concerned.

(f) The quality claims will be raised solely by the Buyer and without any certification/ countersignature by theSeller’s representative

23. Warranty. The following Warranty will form part of the contract placed on successful Bidder :-

(a) Except as otherwise provided in the invitation tender, the Seller hereby declares that the goods, stores articlessold/supplied to the Buyer under this Supply Order shall be of the best quality and workmanship and new in all respectsand shall be strictly in accordance with the specification and particulars contained/mentioned in Supply Order. The Sellerhereby warranties that the said goods/stores/articles would contain to conform to the conform to the description and qualityaforesaid for a period of 24 months from the date of delivery of the said goods/stores/articles to the Buyer and thatnotwithstanding the fact that the Buyer may have inspected and/or approved the said discovered not to conform to thedescription and quality aforesaid not giving satisfactory performance or have deteriorated, and the decision of the Buyer inthat behalf shall be final and binding on the Seller and the Buyer shall be entitled to call upon the Seller to rectify thegoods/stores/articles or such portion thereof as is found to be defective by the Buyer within a reasonable period, or suchspecified period as may be allowed by the buyer in his discretion on application made thereof by the Seller, and in such anevent,the above period shall apply to the goods/stores/articles rectified from the date of rectification mentioned in warrantythereof otherwise the Seller shall pay to the Buyer such compensation as may arise by reason of the branch of thewarranty therein contained.

(b) The Seller warrants that the goods supplied under the contract conform to technical specifications prescribed andshall perform according to the said technical specifications.

(c) The Seller warrants for a period of 24 Months from the date of acceptance of stores by Joint Receipt Inspection ordate of installation and commissioning, whichever is later, that the goods/stores supplied under the contract and eachcomponent used in the manufacture thereof shall be free from all types of defects/failures.

(d) If within the period of warranty, the goods are reported by the Buyer to have failed to perform as per thespecifications, the Seller shall either replace or rectify the same free of charge, within a maximum period of 45 days ofnotification of such defect received by the Seller, provided that the goods are used and maintained by the Buyer as perinstructions contained in the Operating Manual. Warranty of the equipment would be extended by such duration ofdowntime. Record of the down time would be maintained by the user in the logbook. Spares required for warranty repairsshall be provided free of cost by the Seller. The Seller also undertakes to diagnose, test, adjust, calibrate andrepair/replace the goods/equipment arising due to accidents by neglect or misuse by the operator or damage due totransportation of the goods during the warranty period, at the cost mutually agreed to between the Buyer and the Seller.

(e) The Seller also warrants that necessary service and repair back up during the warranty period of the equipmentshall be provided by the Seller and he will ensure that the downtime is within 5% of the warranty period.

(f) The Seller shall associate technical personnel of the Maintenance agency and Quality Assurance Agency of theBuyer during warranty repair and shall also provide the details of complete defects, reasons and remedial actions fordefects.

Page 14: OPEN TENDER ENQUIRY IN TWO BID SYSTEM FOR PROCUREMENT …

14

(g) During the warranty period, the seller shall carry out all necessary servicing/repairs to the equipment/system underwarranty at predefined location i.e Chandigarh, Leh & Thoise at discretion of the buyer and seller will be responsible todeliver back repaired serviceable equipment, within a maximum of 30 days after being intimated of faulty equipment. Priorpermission of the buyer would be required in case certain items/components/sub systems are to be shifted out of location

24. Product Support. The following Product Support clause will form part of the contract placed on successfulbidder:-

(a) The Seller agrees to provide Product Support for the stores, assemblers/subassemblies, fitment items and consumables, Special Maintenance Tools(SMT)/Special Test Equipment (STE) subcontracted from other agencies/manufacturer by the Seller for a maximum period of five years including two years warranty period after the delivery of Solar Powered Multi Utility Charger, Qty 896 (857+39) Nos.

(b) In the event of any obsolescence during the above mentioned period of product support in respect of any component or sub-system, mutual consultation between the Seller and Buyer will be undertaken to arrive at anacceptable solution including additional cost, if any.

(c) Any improvement/modification/upgradation being undertaken by the Seller or their sub suppliers on the stores/equipment being purchased under the contract will be communicated by the Seller to the Buyer and, if required by the Buyer, these will be carried out by the Seller at Buyer's cost

25. Annual Maintenance Contract(AMC) Clause. NA.

26. Engineering Support Package (ESP) Clause. The following manuals/literature should be included along with theequipment:-

(a) Operating /User's Manual(b) Technical Manual(c) Field Repair Manual including Fault Diagnosis(d) Manufactures Recommended List of Spares (MRLS)

27. Life Certificate of the Eqpt. A “Life Certificate of the equipment duly certified by the OEM may be submittedalongwith the Commercial bids.”

28. Technical Presentation. Vendors are required to provide soft copy of the technical presentation of the equipmentto enable TEC to check the essential parameters.

29. Vendor Details . The buyer reserves the right to reject any bid in case the vendor verification details as specifiedvide Part VI of the RFP is not provide by the vendor

(Prabhat Sharma)Lt Col Secy PCfor Chairman PC

Page 15: OPEN TENDER ENQUIRY IN TWO BID SYSTEM FOR PROCUREMENT …

15

PART V – EVALUATION CRITERIA & PRICE BID ISSUES

1. Evaluation Criteria. The broad guidelines for evaluation of Bids will be as follows:

(a) Only those Bids will be evaluated which are found to be fulfilling all the eligibility and qualifyingrequirements of the RFP, both technically and commercially.

(b) In respect of Two-Bid system, the technical Bids forwarded by the Bidders will be evaluated by the Buyerwith reference to the technical characteristics of the equipment as mentioned in the RFP. The compliance ofTechnical Bids would be determined on the basis of the parameters specified in the RFP. The Price Bids of onlythose Bidders will be opened whose Technical Bids would clear the technical evaluation.

(c) The Lowest Bid will be decided upon the lowest price quoted by the particular Bidder as per the PriceFormat given at Para 2 below. The consideration of taxes and duties in evaluation process will be as follows:

(i) In cases where only Indian Bidders are competing , L-1 bidder will be determined by excluding levies, taxes and duties levied by Central/State/Local governments such as excise duty, VAT, Service tax, Octroi/entry tax, etc on final product, as quoted by bidders.

“If indicated separately by the bidder in his bid, additional custom duty will be offloaded, whereas all other components will be treated as a part of basic cost for determining the L1 vendor”. For this purpose the bidder is required to indicate the component-wise custom duty at Para 3 (j) & (k) of Part V Evaluation Criteria and Price Bid issues of RFP.

(ii) In cases where both foreign and indigenous Bidders are competing, following criteria would befollowed:-

(aa) In case of foreign Bidders, the basic cost (CIF) quoted by them would be the basis for the purpose of comparison of various tenders.

(ab) In case of indigenous Bidders, excise duty on fully formed equipment would be offloaded.

(ac) Sales tax and other local levies, i.e. octroi, entry tax etc would be ignored in case of indigenous Bidders.

(e) If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unitprice and quantity, the unit price will prevail and the total price will be corrected. If there is a discrepancy betweenwords and figures, the amount in words will prevail for calculation of price.

(f) The Lowest Acceptable Bid will be considered further for placement of contract / Supply Order aftercomplete clarification and price negotiations as decided by the Buyer. The Buyer will have the right to awardcontracts to different Bidders for being lowest in particular items. The Buyer also reserves the right to doApportionment of Quantity, if it is convinced that Lowest Bidder is not in a position to supply full quantity instipulated time.

(g) Any other criteria as applicable to suit a particular case.

(h) Purchase/Price preference as per the relevant GoI orders issued from time to time will be applicable.

2. Price Bid Format (to be used for L-1 determination): The Price Bid Format in general is given below andBidders are required to fill this up correctly with full details, as rerquired under Part-II of RFP(The format indicated below isonly as an illustration. This format should be filled up with items/ requirements as mentioned in Part-II of RFP)Basic price of -

(a) Basic price of the item/items :-

Ser No Item Qty Unit Price Tax% Total (Rs)including allTaxes (J)

IGST CGST SGST Total GST (per item)(h) = (e)+(f)+(g)

(a) (b) (c) (d) (e) (f) (g) (h) (j)

Total Price ofitem (s)

(b) Accessories(c) Installation/ Commissioning(d) Training(e) Technical literature(f) Tools(g) AMC (h) Any other requirement

Note. 1. Determination of L-1 will be done based on total of basic prices (not including levies, taxes and duties levied by Central/State/ Local governments such as excise duty, VAT, Service tax, Octroi/entry tax, etc on final product) of all items/ requirements as mentioned above.

Page 16: OPEN TENDER ENQUIRY IN TWO BID SYSTEM FOR PROCUREMENT …

16

3. Additional information in Price Bid on Taxes and Duties (not iun scope of L-1 determination)-

(a) Is Custom Duty exemption (CDE) required.

(d) If yes, then mention and enclose the following:-

(i) CIF value of stores to be imported

(ii) Rate of custom duty payable

(iii) Total amount of Custom Duty payable

(c) Octroi/ Entry Taxes (Other than J&K entry tax) mention amount

(d) GST

(e) Any other Taxes/ Duties

(Prabhat Sharma)Lt Col Secy PCfor Chairman PC

Page 17: OPEN TENDER ENQUIRY IN TWO BID SYSTEM FOR PROCUREMENT …

17

REVISED FORM DPM-24

TEC FORMAT

(a) Clear Cut Parameters/QRs (as per relevant para/s of RFP)

Ser No

Vendor/Sample Essential QRs(Serially listed)

Acceptable Range

Sample Reading

Within Range (Yes/No)

Technically Acceptable

Remarks

(1) (2) (3) (4) (5) (6) (7) (8)

(b) Intangible Factors (if any)

Intangible Factors*(as indicated in RFP)

Ser No Vendor/Sample

Feel(Fit/Unfit) Look (Fit/Unfit)

Warmth (Fit/Unfit)

Others Final Analysis(Qualified/Non qualified)

(1) (2) (3) (4) (5) (6) (7)

*Intangible Factors will change based on the nature of items.

Page 18: OPEN TENDER ENQUIRY IN TWO BID SYSTEM FOR PROCUREMENT …

18

PART VI : VENDOR VERIFICATION FORM- DOCUMENTS REQUIRED FROM VENDOR

1. FIRM PARTICULARS (a) Name of t he Individual / Firm / Company :

Registration Number Registering Authority Date of Registration

(b) Product Tendered For:

_________________________________________________

(c) Category Original Equipment Manufacturer OEM) Distributor/Dealer/ Stockist

Small Scale Industry Public Sector Unit Govt. Deptt. Consortium / State / Govt. Agencies Others (please mention) ,

(d) Address : Head Office

_________________________________________________

_______________________________________________

_________________________________________________

________________________________________________

Telephone No_________________ Fax No__________________

Mobile No____________________Email Address;_____________

(e) Branch Office Address :

_________________________________________________

______________________________________________

_______________________________________________

________________________________________________

Telephone No_________________ Fax No__________________

Mobile No____________________Email Address;_____________

(f) Factory works Address :

__________________________________________________________

__________________________________________________________

__________________________________________________________

__________________________________________________________

Telephone No_________________ Fax No________________________

Mobile No____________________Email Address;__________________

Date : Name & Signature of Rep of FirmStamp of Firm Name & Address of Firm

Page 19: OPEN TENDER ENQUIRY IN TWO BID SYSTEM FOR PROCUREMENT …

19

2. APPLICANT PROFILE

(a) Type o f Ownership:

Individual Partnership Ltd. Company

PSU/Govt. Undertaking Research Institute Trust

Joint Venture or other tie-up for technology, equipment, financial backing and /or Project Management ( Please Specify)______________________________________________________Other, Please Specify______________________________________________________

Enclose copies of PAN (in case of individual) / Partnership Deed / Articles & Memorandum of Association / JV Agreement / Certificate of Incorporation / Certificate of Registration etc as applicable.

3. (a) Are you a small industry registered with the N.S.I.C? Yes / No (If yes, please enclose copy of NSIC Competency / Capacity certificate).

(b) Do you have ISO 9000/9001/9002 certification? Yes? No

(c) In case of certification by other accredited institutions, please give details:

Institution Type of Certification Valid upto (date)

Date : Name & Signature of Rep of FirmStamp of Firm Name & Address of Firm

Page 20: OPEN TENDER ENQUIRY IN TWO BID SYSTEM FOR PROCUREMENT …

20

ADDITIONAL INFORMATION REQD FROM VENDOR

4. Is your firm/Co. registered(a) As a proprietary firm? If yes, then give thenames of All firms having the same proprietor(b) Under Indian Partnership Act 1932? If yes, thengive the names of all firms having same partners.(c) Under Indian companies Act 1956?(d) With SSI/NSIC/Dept of Industries(State Govt)/DGQA/DQAN/DGSD etc? Give details.

5. Nature of Business carried out:Manufacturer / Service sub - Contractor / AuthorisedAgent / Dealer / Trader / Consultant / Civil Works etc.(Attach Brochures / leaflets of products manufactured).

6. Items of Manufacture/Service /Civil Works/Agency/ Dealership/Consultancy for which Registered.

7. List of items being dealt with (Please attach separate sheet)

8. If Manufacturer / Sub-Contractor, please furnishdetails of floor area of factory, whether SSI registeredwith NSIC, number of workers employed, number ofemployees in QC/Inspection, sources of raw materials,turnover for last 3 years, collaborators, if any details ofplant and machinery, inspection equipments, testfacilities, whether any facilities being sought fromothers(if more than one factory, give details for eachseparately)

9. If Agent, please give details of a territories, principalheld details of the agent agreements, details ofmodalities of stock held, maximum value of supply atany time, facilities for after sales service.

10. If Stockiest, please state the level of stocks held;approximate stock in trade normally held, maximumvalue of supply that can be executed at any time,surety/ testimonial establishing dependency andcapacity to execute contracts

11. Has your company supplied this Product to any otherorganization ? If so give details of quantity supplied,date of delivery, cost per item and total cost ofconsignment delivered

12. Does your company have a Dealer network in India. Ifso give details.

13. Can your firm provide continued Product Support interms of repairs, maintenance, spares, assemblies /Sub assemblies, fitment items, Special maintenancetools, Special Test equipments etc for the item tenderedfor a minimum period of seven years from the date ofdelivery ?

14. Do you agree to undertake a Comprehensive AnnualMaintenance Contract for a minimum period of Fiveyears (after Warranty Period) at a cost mutually agreedupon by both parties at the time of initial delivery ofstores?

15. Name and Address of the Bankers stating the details ofAccounts held and Account numbers; value ofovable/immovable property with details (supported byCertificate from Civil authorities; Solvency certificatefrom the Bankers)

16. Name and Permanent Account Number of Income Tax;Sales tax registration CST and APGST, details of Salesturnover and sales tax paid in last 3 years.

17. Are you a listed/approved contractor for DGS & D/PSU/Government Department. Please give details.

18. Have you ever been blacklisted by any of the above; ifyes/ give details.

Page 21: OPEN TENDER ENQUIRY IN TWO BID SYSTEM FOR PROCUREMENT …

21

DOCUMENTS REQD FROM VENDOR

19. COMMERCIA L I NFORMATION

(a) REGISTRATION PARTICULARS

(FURNISH DETAILS AND ENCLOSE COPY OF CERTIFICATE FOR THE FOLLOWING)

(i) PERMANENT ACCOUNT NO :

(ii) CATEGORY AS PER MSME ACT : MICRO / SMALL / MEDIUM

REGN NO :

VALID UP TO :

(Attach Certificate)

(iii) GST No

20. The following information of Bank Account of the Company, duly endorsed by the Bank (required for Electronic Fund Transfer -EFT / RTGS) is to be submitted:-

(a) Name of the Company

(b) Name of Bank

(c) Name of Bank Branch

(d) City/Place

(e) Account Number

(f) Account type

(g) IFSC code of the Bank Branch

(h) MICR Code of the Bank Branch

(j) Details of other Bankers (for reference purpose only)

NOTE :-

Suppliers who have already submitted the above information are requested to submit a copy of the same.

DOCUMENTS TO BE SUBM I TTED

1. Name & Address: Proof of ownership, right over office/factory copies attested by Public Attorney.

2. Name of the firm: Copy of registration/Incorporation Certificate, copy of Memorandum and Articles of Association, copy of Partnership Deed, List of Directors Latest Annual Report, SSI certificate copy, Collaboration agreement.

3. Manufacturer: Certificate of competency, Registration of OEM &capacity from NSIC.

4. Agents: Agency agreements.

5. Stockiest: Stock in trade certificate Solvency and testimonials.

6. Banks: Certificate of balance, Solvency Certificate, Certificate of Movable/Immovable lists.

7. Sales Tax: Copy of Sales Tax Registration. 8. Registration with: Copies of all Registration letters.

it is certified that the above information furnished is true to the best of my knowledge

Page 22: OPEN TENDER ENQUIRY IN TWO BID SYSTEM FOR PROCUREMENT …

22

READY MADE LABEL FOR ENVELOPE OF TECHNICAL BID / COMMERCIAL BID AND MAIN ENVELOPE(Please CUT & PASTE THE LABEL ON EACH ENVELOPE. EACH ENVELOPE MUST BE SEALED.

MIXING OF BIDS IN A SINGLE ENVELOPE WILL NOT BE ACCEPTED)

EMD / COST OF TENDER DOCUMENTS / VENDOR VERIFICATION ENVELOPE

Name of Item/Eqpt

SOLAR POWERED MULTI UTILITY CHARGER

TenderEnquiry No &date

42700/7/ACSFP/Solar Powered Multi Utility Charger/A/AAD dt 19 Sep 2018

TO CHAIRMAN, TPCHQ NORTHERN COMMAND (ARMY AD BRANCH)C/O 56 APO

VENDOR’S CONTACT No. FOR COMMUNICATION OF TENDER OPENING DATES :

Full postal address/ Official seal Telephone No :Mobile No :Fax/E-mail :

DOCUMENTS REQD FROM VENDOR

SAMPLE

Name of Item/Eqpt

SOLAR POWERED MULTI UTILITY CHARGER

TenderEnquiry No &date

42700/7/ACSFP/Solar Powered Multi Utility Charger/A/AAD dt 19 Sep 2018

TO CHAIRMAN, TPCHQ NORTHERN COMMAND (ARMY AD BRANCH)C/O 56 APO

VENDOR’S CONTACT No. FOR COMMUNICATION OF TENDER OPENING DATES :

Full postal address/ Official seal Telephone No :Mobile No :Fax/E-mail :

Page 23: OPEN TENDER ENQUIRY IN TWO BID SYSTEM FOR PROCUREMENT …

23

BG FORM FOR EARNEST MONEY DEPOSIT

Whereas …..............................(hereinafter called the “Bidder”) has submitted their offer dated....................... for the

supply of …...................(hereinafter called the “Bid”) against the Buyer's Request for proposal No …......................

KNOW ALL MEN BY these presents that WE ….......................... of …....................... having our registered office at

…..................................................... are bound unto ….......................... (hereinafter called the “Buyer) in the sum of

…........................................................ for which payment will and truly to be made t the said Buyer,the Bank binds

itself, its successors and assigns by these presents. Sealed with the Common Seal of the said Bank this ….......... day

of ….............20......

The conditions of obligations are -

(a) If the Bidder withdraws or amends, impairs or derogates from the Bid in any respect within the period of validity ofthis tender.

(b) If the Bidder having been notified of the acceptance of his tender by the Buyer during the period of validity of thistender.

(c) If the Bidder fails to furnish the Performance Security for the due performance of the contract.

(d) Fails or refuses to accept/execute the contract.

WE undertake to pay the Buyer up to and including 45 days after the period of tender validity and any demand in respectthereof should reach the Bank not later than the above date.

…...............................(Signature of the authorized officer of the Bank)Name and designation of the officer Seal, name & address of the Bank and address of the Branch

------------------------------------------------------------------------------------------------------------------------------------------------------------------

Page 24: OPEN TENDER ENQUIRY IN TWO BID SYSTEM FOR PROCUREMENT …

24Annex I(Refers to Para 2 (b) (i) (ac) of Part I of RFP)

QUESTIONNAIRE TO BE ANSWERED BY THE VENDOR/FIRM

(To be submitted alongwith the Technical Bid)

TENDER ENQUIRY: 42700/7/ACSFP/Solar Powered Multi Utility Charger/A/AAD dated 19 Sep 2018

Ser No Question Answer

1 What is your guaranteed monthly schedule of delivery?

2 Have you offered packing the stores conforming fully to the tender enquiryspecifications?

3 Have you offered packing as stipulated? If not, please indicate the details ofpacking, you intend to offer

4 Are you registered for the stores quoted in the tender with the DGS&D? If so,give the Registration Number.

5 Do you agree to the Terms and Conditions mentioned in Part I, II, III, IV and V ofthis Tender Enquiry? If No, details to be mentioned separately

6 Repeat Order. The firm should be ready in case repeat order is placed whereinthe buyer can order up to 50% quantity of the items under the contract within SixMonths from the date of successful completion of the contract, cost, terms andconditions remains the same. It will be entirely the discretion of the buyer to placethe Repeat Order or not

7 Option Clause. The purchaser reserves the right to increase up to 50% of theoriginally contracted quantity at the same rate and terms of the contract.

8 Tolerance Clause. The purchaser reserves the right to decrease / increase ofthe quantity of the required goods upto 25% of the limit without any change in theterms & conditions and prices quoted by the seller.

9 Photostat copy of Latest Income Tax Return duly acknowledged

10 Give your Permanent Account Number(PAN) allotted by the Income Tax dept(Photocopy to be enclosed)

11 Name and Full Address of the Bankers alongwith EFT Account No

12 TIN No (photocopy of the Registration Certificate to be enclosed)

13 VAT/CST No (photocopy of document to be enclosed)

Date : (Signature of Vendor/Rep of Stamp of Firm Firm with Name of person

and details of the Firm.)

Page 25: OPEN TENDER ENQUIRY IN TWO BID SYSTEM FOR PROCUREMENT …

25Annex II(Refers to Para 2 (b) (i) (ad) of Part I of RFP)

TENDER CONDITIONS ACCEPTANCE LETTER(To be given on Company Letter Head)Date:To,______________________________

SUB: ACCEPTANCE OF TERMS & CONDITIONS OF TENDER

Tender Reference No: 42700/7/ACSFP/Solar Powered Multi Utility Charger/A/AAD dated 19 Sep 2018

Name of Tender/Work: Procurement of Solar Powered Multi Utility Charger, Qty 896 (857+39) Nos.

Dear Sir,

1. I / We have downloaded/obtained the tender document(s) for the above mentioned Tender/Work from the web site(s) namely:

__________________________________________________________________________________________

_____________________________________________ as per your advertisement,given in the above mentioned

website(s).

2. I / We hereby certify that I/We have read entire terms and conditions of the tender documents from page No.__________ to ___________ (including all documents like annexure(s), schedule(s), etc... which form part of the contract agreement and I/we shall abide hereby the terms/conditions/clauses contained therein.

3. The corrigendum(s) issued from time to time by your department / orgnisation too have also been taken into consideration, while submitting this acceptance letter.

4. I / We hereby unconditionally accept the tender condition of above mentioned tender document(s)/ corrigendum(s) in its totality / entirety.

5. The Tech bid its enclosures as submitted in physical form as mentioned in para 7 of part I of RFP is the true copy of the documents upload on the Central public Procurement Portal (https://eprocure.gov.in/eprocure/app).

6. In case any provisions of this tender are found violated , your department/ Organisation shall be at liberty to reject this tender/bid including the forfeiture of the full said Earnest Money Deposit absolutely and we shall not have any claim/right against deptt in satisfaction of this condition.

Yours Faithfully,(Signature of the Bidder, with Official Seal)

Page 26: OPEN TENDER ENQUIRY IN TWO BID SYSTEM FOR PROCUREMENT …

26Annex III(Refers to Para 2 (b) (i) (af) of Part I of RFP)

ADDITIONAL CHARGES/DISCOUNTS

It is hereby certified that no Additional Charges Levied Or Any Discounts Offered from the prices quoted in the enclosedBOQ, Which will have financial implication on the bid value quoted by me.

OR

The following additional Charged Levied/ Discounts Offered over and above the prices quoted in the BOQ which will havefinancial implication on the bid value quoted by me

(I)

(ii)

(iii)

Date Signed by:Official stamp

Notes:-

Please strike out whichever is not applicable.

The certificate will be signed by the owner of the firm or any person auth to do so on behalf of the owner.

The certificate will be scanned, digitally signed and uploaded along with the BOQ in the Cover II containing Financial Bid. (Ref para 2 (b) (i) (af) of Part I of RFP)

Page 27: OPEN TENDER ENQUIRY IN TWO BID SYSTEM FOR PROCUREMENT …

27

Annex IV (Refers to Para 7 (c) of Part I of RFP)

INSTRUCTIONS FOR THE BIDDER

Instructions to the Bidders to submit the bids online through the Central Public Procurement Portal for e Procurement at https://eprocure.gov.in/eprocure/app as follows.

1. Possession of valid Digital Signature Certificate (DSC) and enrollment / registration of the contractors / bidders onthe e-procurement / e-tender portal is a prerequisite for e- tendering.

2. Bidder should enroll/register the Central procurement site using the “Click here to Enroll option available on thehome page. Portal enrollment is generally free of charge. During enrollment/registration, the bidders should provide thecorrect//true information including valid email ID. All the correspondence shall be made directly with the contractors/biddersthrough email ID.

3. Bidder need to login to the site through their user ID/password chosen during enrollment/registration.

4. Then the Digital Signature Certificate (Class II or Class III Certificates with signing key usage) issued by SIFY /TCS / nCode / eMudra or any Certifying Authority recognized by CCA India on e Token / Smart Card,should be registered.

5. The DSC that is registered only should ensure safety of the same.

6. Bidder logs in to the site through the secured log in by giving the user ID/password chosen duringenrollment/registration and then by giving the password of the e Token/Smart Card to access DSC.

7. In case of limited tender the regd dealers/bidders invited to participate in the tender will receive a notificationthrough e-mail wrt to tender and after log in the bidder selects the tender and moves it to “my tender”. In case of opentender the bidder selects the tender which he/she is interested in by using the search option & then moves it to the “mytenders” folder.

8. From my tender folder, the bidder selects the tender to view all the details indicated.

9. After downloading/getting the tender document/schedules, the bidder should go through them carefully and thensubmit the documents as asked, otherwise bid will be rejected.

10. If there are any clarifications,this may be obtained online through the tender site,or through the contact details orduring the pre-bid meeting if held and intimation above the same shall be disseminated through Central ProcurementPortal.

11. Bidders should take into account the corrigendum published before submitting the bids online.

12. It is construed that the bidder has read all the terms and conditions before submitting their offer. Bidder should gothrough the tender schedules carefully and upload the documents as asked otherwise, the bid will be rejected.

13. The Bidders can update will in advance, the documents such as certificates, annual report details etc, under MySpace option and these can be selected as per tender requirements and then sent along with bid documents during bidsubmission. This will facilitate the bid submission process faster by reducing upload time of bids.

14. Bidder, in advance, should get the bid documents ready to be submitted as indicated in the tenderdocument/schedule and generally, they can be in PDF/xls/rar/zip/dwf formats.If there is more than one document, they canbe clubbed together and can be provided in the requested format. Each document to be uploaded online for the tendersshould be less than 2MB. If any document is more than 2 MB it can be reduced through zip/rar and the same can beuploaded, if permitted. Bid documents may be scanned with 100 dpi with black and white option. However if the file size isless than 1MB the transaction uploading will be very fast.

15. Bidder should submit scanned copy of Tender Fee /EMD as specified in the tender. The original should beposted/couriered/deposited physically to the Tender Inviting Authority, within the bid submission due date & time for thetender. Scanned copy of the instrument should be uploaded as part of the offer.

16. While submitting the bids online, the bidder must read the terms & condition and accept the same proceed furtherto submit the bid packets.

17. The bidder has to select the payment option as offline to pay the Tender FEE /EMD as applicable and enter detailsof the instruments.

18. The details of the DD/any other accepted instrument, physically sent,should tally with the details available in thescanned copy and the data entered during bid submission time. The submitted bid will not be acceptable if otherwise.

19. The bidder has to digitally sign and upload the required bid documents one by one as indicated. Bidders must notethat the very act of using DSC for downloading the bids and uploading their offers shall be deemed to be a confirmationthat they have read all sections and pages of the bid document including General conditions of contract without anyexception and have understood the entire document and are clear about the requirements of the tender requirements.

Page 28: OPEN TENDER ENQUIRY IN TWO BID SYSTEM FOR PROCUREMENT …

28

20. The bidder has to upload the relevant files required as indicated in the cover content. In case of any irrelevant files,the bid will be rejected. The tech bid acceptance will be subject to physical receipt of specified docu at the time of tech bidopening Further the Tender Inviting Authority will not be held responsible for any sort of delay or the difficulties faced duringthe submission of bids physically by the bidders under any circumstances whatsoever.

21. If the price bid format is provided in a spread sheer file like BoQ_xxxx.xls, the rates offered should be entered inthe allotted space only and uploaded after filling the relevant columns. The Price Bid/BOQ template must not bemodified/replaced by the bidder, else the bid submitted is liable to be rejected for this tender.

22. The bidder are requested to submit the bids through online e- tendering system to the Tender InvitingAuthority(TIA) well before the bid submission end date and time( as per Server System Clock). The TIA will not be heldresponsible for ant sort of delay or the difficulties faced during the submission of bids online by the bidders at the eleventhhour

23. After the bid submission(ie after Clicking “Freeze Bid Submission” in the portal), the acknowledgement number,given by the system should be printed by the bidder and kept as a record of evidence for online submission of bid for theparticular tender and will also act as an entry pass to participate in the bid opening date.

24. The time settings fixed in the server side and displayed at the top of the tendersite,will be valid for all actions ofrequesting,bid submission,bid opening etc, in the e- tender system. The bidder should follow this time during bidsubmission.

25. All the data being entered by the server is subjected to symmetric encryption techniques to ensure the secrecy ofthe data. The data entered will not viewable to unauthorized persons during bid submission & not be viewable to any oneuntil the time of bid opening.

26. Any bid document that is uploaded to the server is subjected to symmetric encryption using a system generatedsymmetric key. Further this key is subjected to asymmetric encryption using buyers or the procurement officer openerspublic keys. Overall, the uploaded tender documents become readable only after the tender opening by the authorized bidopeners.

27. The confidentiality of the bids is maintained since the secured Socket Layer 128 bit encryption technology is used.Data storage encryption of sensitive fields is done.

28. The bidder should logout of the tendering system using the normal logout option available at the top right handcorner and not by selecting the (x) exit option in the browser.

29. For bidder for any queries regarding e- tendering process, the bidders are requested to contact TIA as provided inthe tender document. The bidder for any further queries can also to contact over phone: 1-800-233-7315 or send a mailover to E-mail [email protected].

30. All the pages of Technical bid and unfilled commercial should have been duly signed by the bidder/auth rep andhard copy will be submitted in the office of TIA.

31. The undertaking to the effect that the terms and conditions stipulated in the tender docu are acceptable by the authsignatory of the bidders Regd firm will have to be submitted. The subject undertaking on a forwarding litter shall beuploaded on CPP portal during bidding by the bidders.(Format as Appx)

32. All items in BoQ are to be quoted by every bidder. In case a bidder wishes to not quot for any particularitem,he/she should leave the basic price of an item blank and press “Validate” button. The BoQ will give error messagesaying that rate is not filled in that serial No. The bidder should ignore the warning message, save the BoQ and uploadedthe same as “Commercial Bid”.

Note:- (Rate to be quoted online by bidder in BOQ Excel sheet only).

_________________________________________________________________________________________________

Page 29: OPEN TENDER ENQUIRY IN TWO BID SYSTEM FOR PROCUREMENT …

29

Annex-V(Refers to Para 2(b) (ii) of RFP Part I)

CERTIFICATE

It is certified that our concern/establishment requires _______________ copy/ copies of Defence specification

Solar Powered Multi Utility Charger in connection with the Tender Enquiry No 42700/7/ACSFP/Solar Powered Multi

Utility Charger/A/AAD dated 19 Sep 2018. It is further certified that the information contained in the defence documents

will be utilized by our firm for our own use for the purpose of producing supplying and inspection of defence stores. The

information contained therein will NOT be supplied to any outside agencies not authorised to receive the same without

prior approval of the issuing authority.