C&MM Deptt,Gangotri istrative Building B. Puram Tehri Garhwal (Uttarakhand) Ph:-01376-235447, Fax :-01376-236712 Sub: Supply of HDPE Patrolling Boat as per specification with accessories & AMC for three years. DEAR SIR THDC invites online tenders from eligible suppliers for above said work. You are requested to your most competitive bid complete in all respect through e-portal. Please find enclosed herewith one set of tender documents for subject tender comprising of following. NIT Detailed NIT P.Q.Requirements Instructions to tenderers. General & Conditions. Technical Specifications Special & conditions. Statement of Deviations Price Bid format Submission of the bid shall be as per clause no. 2 of instruction to tenderers. You are requested to go through the tender documents. Clarification, if any, may be obtained within a week’s time of issue of tender documents.
Yours faithfully, For & on behalf of THDC India Ltd. Encl.: As above. Address:.
DGM(C&MM), THDC INDIA LIMITED istrative Building, B. Puram, Tehri (Garhwal), U. A. Phone 01376-235447, Fax 01376-236712
C&MM Deptt, Gangotri istrative Building B. Puram Tehri Garhwal (Uttarakhand) Ph:-01376-235447, Fax :-01376-236712 NOTICE INVITING TENDER NIT No-THDC/Tehri/MM/2016-17/15 THDC invites e- tender from eligible suppliers in two bids systems through its portal online, on website http://eprocure.gov.in/app.Detail of items as under:
Sl. No.
1
Estimated Cost )Rs. in Lac)
DESCRIPTION
Supply of HDPE Patrolling Boat as per specification with accessories & AMC for three year after warranty period.
33.60
EMD (Rs.)
67,200.00
Cost of Tender including VAT )sR( 625.00
For further details please visit website http://eprocure.gov.in/app. Amendment/clarification .if any , shall be hosted in the above websites only ,
AGM(C&MM) THDC INDIA LTD.istrative Building Bhagirathi Puram Tehri, Tehri-Garhwal.Pin-249124, Phone 01376-235447, Fax 01376-236712.
C&MM Deptt, Gangotri istrative Building B. Puram Tehri Garhwal (Uttarakhand) Ph:-01376-235447, Fax :-01376-236712 NOTICE INVITING TENDER NIT No-THDC/Tehri/MM/2016-17/15 THDC invites e- tender from eligible suppliers in two bids systems through its portal online, on website http://eprocure.gov.in/app. Detail of items as under:
Sl. No.
DESCRIPTION
1
Supply of HDPE Patrolling Boat as per specification with accessories & AMC for three year after warranty period.
Tender Documents available on web site Submission of Bids Opening of Bids Completion Period
Estimated Cost )Rs. in Lac)
33.60
Cost of Tender including VAT )Rs(
EMD (Rs.)
67,200.00
From. 17.06 .2016 to 16.07.2016 Up to 16.07.2016 On 20.07.2016 Four months
625.00
09:00 Hrs 17:00 Hrs. at 17.00 Hrs. at 15:30 Hrs.
To participate in the tenders of THDC India Ltd. through e-tendering the bidders are requested to log on to our e-tendering web site : http://eprocure.gov.in/app. and after obtaining digital signature & registration in P portal the bid/offer.
Pre Qualification requirement: Average annual financial turnover during the last 3 years, ending 31st March of the previous financial year, should be at least 30% of estimate value.Bidder to scan & Annual Report (Balance Sheet & Profit & Loss ) for the last three years & also scan & of PAN card. Expereince of having suceessfully executed the purchase order of similar nature during last 5 years. Copy of order and completion certificate is required to be submitted against above supply order. Definition of similar Nature –Supply of similar or higher capacity boat will be considered as similar nature of work. Note: Tender documents will be ed from “http://eprocure.gov.in/eprocure/app” only .In addition to above party should submits following with techno commercial bid: PAN No. Copy TIN No. Copy I.
Tenderer are required to scan copies, documentary evidence in of above requirements accordingly.
II.
Tender are invited in two parts bid system Part -I (Techno commercial bid) and Part-II (Price bid). Part- I contain Pre qualification information/documentary evidence in thereof Valid authorization Certificate, Tender fee & E.M.D. Technocommercial /Technical specification to be ed by the tenderer, which will opened on the date mentioned in NIT. Part-II shall contain only the Price bid.
III.
Techno commercial bid shall be as (Part-I) be opened by committee on the date of submission of bids at 15.30 Hours in presence of tenderer who wish to attend the opening. Price bid shall be opened subsequently for those tenderer who meet PQ requirements and whose Techno commercial bids (part- I) are found acceptable to THDC.
IV.
The tender shall remain valid for 120 days for acceptance, from date of opening of tender. V. Bid without Tender cost & EMD will not be considered and must be reached physically at our office before opening of techno-commercial bid. Demand draft is payable in favor of THDC INDIA Ltd., Bhagirathipuram. Tehri Garhwal (i.e. paying through bank draft in favor of “THDC INDIA Ltd” payable at Bhagirathipuram/ Tehri, Uttrakhand) VI. DD/FDR/CDR submitted in lieu of EMD should be as THDC/Ac (name of party). VII. THDC will reserve the right to reject any tender in full or in part without asg any reason. VIII. Postal Tender will not be considered. IX. All facilities will be provided to the small scale industries units ed with NSIC as per norms. AGM (C&MM) THDC INDIA Ltd. Gangotri istrative building Bhagirathi Puram, Tehri-Garhwal, Pin-249001 Phone 01376-235447, Fax 01376-236712.
Contract & Material Management Departement.istrative Building Bhagirathi Puram Tehri. Tehri Garhwal ( Uttarakhand) Ph- 01376- 235446-47 Fax No. 01376- 236712 Part I- INSTRUCTIONS TO TENDERERS 1. GENERAL: (a) The tender should be addressed to the AGM (C&MM), THDC INDIA LIMITED istrative Building Bhagirathi Puram, Tehri, (Tehri-Garhwal) & ed on e- tender website “http://eprocure.gov.in/eprocure/app” (b) Website means “http://eprocure.gov.in/eprocure/app”
2. Instructions for Online Bid Submission: The bidders are required to submit soft copies of their bids electronically on the P Portal, using valid Digital Signature Certificates. The instructions given below are meant to assist the bidders in ing on the P Portal, prepare their bids in accordance with the requirements and submitting their bids online on the P Portal. More information useful for submitting https://eprocure.gov.in/eprocure/app .
online
bids
on
the
P
Portal
may
be
obtained
at:
REGISTRATION 1) Bidders are required to enroll on the e-Procurement module of the Central Public Procurement Portal (URL: https://eprocure.gov.in/eprocure/app) by clicking on the link “Online bidder Enrollment” on the P Portal which is free of charge. 2) As part of the enrolment process, the bidders will be required to choose a unique name and assign a for their s. 3) Bidders are advised to their valid email address and mobile numbers as part of the registration process. These would be used for any communication from the P Portal. 4) Upon enrolment, the bidders will be required to their valid Digital Signature Certificate (Class II or Class III Certificates with g key usage) issued by any Certifying Authority recognized by CCA India (e.g. Sify / TCS / nCode / eMudhra etc.), with their profile. 5) Only one valid DSC should be ed by a bidder. Please note that the bidders are responsible to ensure that they do not lend their DSC’s to others which may lead to misuse.
6) Bidder then logs in to the site through the secured log-in by entering their ID / and the of the DSC / e-Token.
SEARCHING FOR TENDER DOCUMENTS 1) There are various search options built in the P Portal, to facilitate bidders to search active tenders by several parameters. These parameters could include Tender ID, Organization Name, Location, Date, Value, etc. There is also an option of advanced search for tenders, wherein the bidders may combine a number of search parameters such as Organization Name, Form of Contract, Location, Date, Other keywords etc. to search for a tender published on the P Portal. 2) Once the bidders have selected the tenders they are interested in, they may the required documents / tender schedules. These tenders can be moved to the respective ‘My Tenders’ folder. This would enable the P Portal to intimate the bidders through SMS / e-mail in case there is any corrigendum issued to the tender document. 3) The bidder should make a note of the unique Tender ID assigned to each tender, in case they want to obtain any clarification / help from the Helpdesk. PREPARATION OF BIDS 1) Bidder should take into any corrigendum published on the tender document before submitting their bids. 2) Please go through the tender ment and the tender document carefully to understand the documents required to be submitted as part of the bid. Please note the number of covers in which the bid documents have to be submitted, the number of documents - including the names and content of each of the document that need to be submitted. Any deviations from these may lead to rejection of the bid. 3) Bidder, in advance, should get ready the bid documents to be submitted as indicated in the tender document / schedule and generally, they can be in PDF / XLS / RAR / DWF/JPG formats. Bid documents may be scanned with 100 dpi with black and white option which helps in reducing size of the scanned document. 4) To avoid the time and effort required in ing the same set of standard documents which are required to be submitted as a part of every bid, a provision of ing such standard documents (e.g. PAN card copy, annual reports, auditor certificates etc.) has been provided to the bidders. Bidders can use “My Space” or ‘’Other Important Documents’’ area available to them to such documents. These documents may be directly submitted from the “My Space” area while submitting a bid, and need not be ed again and again. This will lead to a reduction in the time required for bid submission process. SUBMISSION OF BIDS 1) Bidder should to the site well in advance for bid submission so that they can the bid in time i.e. on or before the bid submission time. Bidder will be responsible for any delay due to other issues. 2) The bidder has to digitally sign and the required bid documents one by one as indicated in the tender document. 3) Bidder has to select the payment option as “offline” to pay the tender fee / EMD as applicable and enter details of the instrument.
4) Bidder should prepare the EMD as per the instructions specified in the tender document. The original should be posted/couriered/given in person to the concerned official, latest by the last date of bid submission or as specified in the tender documents. The details of the DD/any other accepted instrument, physically sent, should tally with the details available in the scanned copy and the data entered during bid submission time. Otherwise the ed bid will be rejected. 5) Bidders are requested to note that they should necessarily submit their financial bids in the format provided and no other format is acceptable. If the price bid has been given as a standard BoQ format with the tender document, then the same is to be ed and to be filled by all the bidders. Bidders are required to the BoQ file, open it and complete the white coloured (unprotected) cells with their respective financial quotes and other details (such as name of the bidder). No other cells should be changed. Once the details have been completed, the bidder should save it and submit it online, without changing the filename. If the BoQ file is found to be modified by the bidder, the bid will be rejected. 6) The server time (which is displayed on the bidders’ dashboard) will be considered as the standard time for referencing the deadlines for submission of the bids by the bidders, opening of bids etc. The bidders should follow this time during bid submission. 7) All the documents being submitted by the bidders would be encrypted using PKI encryption techniques to
ensure the secrecy of the data. The data entered cannot be viewed by unauthorized persons until the time of bid opening. The confidentiality of the bids is maintained using the secured Socket Layer 128 bit encryption technology. Data storage encryption of sensitive fields is done. Any bid document that is ed to the server is subjected to symmetric encryption using a system generated symmetric key. Further this key is subjected to asymmetric encryption using buyers/bid openers public keys. Overall, the ed tender documents become readable only after the tender opening by the authorized bid openers.
7) The ed tender documents become readable only after the tender opening by the authorized bid openers. 8) Upon the successful and timely submission of bids (ie after Clicking “Freeze Bid Submission” in the portal), the portal will give a successful bid submission message & a bid summary will be displayed with the bid no. and the date & time of submission of the bid with all other relevant details. 9) The bid summary has to be printed and kept as an acknowledgement of the submission of the bid. This acknowledgement may be used as an entry for any bid opening meetings. ASSISTANCE TO BIDDERS 1) Any queries relating to the tender document and the and conditions contained therein should be addressed to the Tender Inviting Authority for a tender or the relevant person indicated in the tender.
2) Any queries relating to the process of online bid submission or queries relating to P Portal in general may
be directed to the 24x7 P Portal Helpdesk. The number for the helpdesk is 91 7878007972, 91 7878007973, 91 7574889871, 91 7574889874
3-SUBMISSION OF TENDER: (a) All amounts shall be indicated by tenderer in figures. Please fill only in numeric values in column. The “0” should be written against items in the schedule for which the tenderer does not wish to tender. (b) Tender is to be scan & in the manner prescribed below:i) All technical details complete with drawings and catalogues, if any, along with commercial and conditions should be scan & ed in the website. ii) The details of EMD & tender fee must be filled in the prescribe form available on website. EMD & tender fee must reach along with covering letter as tender documents in physical form before opening date & time of “Technical and Commercial .” iii) The price portion should be filled in price bid format which is available in the tender documents on website & to be filled only in numeric values & to the website. iv) Both these to be ed in the website. v) The offer(s) should be based on the most suitable equipment/item incorporating the latest technology to ensure smooth and trouble free working of the plant/equipment. vi) The quotation & the subsequent correspondence should be signed by a person holing power of Attorney to do so. A copy of the partnership deed should be enclosed. vii) In the case of a company the tender should be executed in the manner as laid down in the said Company’s Articles of Association. viii) Where applicable Manufacturer’s name and country of Origin of materials offered must be clearly specified. Complete details and illustrated descriptive literature must accompany all quotations. ix) Samples must be submitted, where specified, so as to reach us before the due date of opening of tender. x) Tender received after the specified time and date will not be entertained. xi) Tenders not submitted in the appropriate department form if any, and if they are not complete in all respects are likely to be rejected. If no form has been prescribed in the tender documents, the tender can be submitted on firm’s own name. xii) The tender with & Conditions & deviation if any shall be ed on website. 4-EACH TENDERER MUST SUBMIT: Scan & Sales tax Registration No. of both Central & State with their validity. 5-OPENING OF TENDERS: Tenders shall be opened at 3.00 p.m. on the bid opening date or on the revise date as the decided by THDC INDIA LIMITED in the office of the AGM (C&MM) or by an officer authorized on his behalf in the presence of such of those tenders who may choose to be present. The representatives will have to establish their identity to the satisfaction of the THDC INDIA LIMITED by producing introductory letter from their principals/manufacturers etc., otherwise they will not be allowed to be present at the tender opening. 6-CLEAR UNDERSTANDING:
When the tenderer submits his tender is response to the tender document, he shall be deemed to have understood fully about the requirements, & conditions No. Extra payment will be made on the pretext that the tenderer did not have a clear idea of any particular point at a later date. The time and
date of delivery are the essence of the contract and the goods must dispatched within the time and subject to the conditions specified. Otherwise the THDC INDIA LIMITED shall have the option to cancel the whole or any part of order and or purchase the materials from alternative source of risk, responsibility and cost of the supplier without making any reference to them. 7-FREIGHT: (a) Stores order for, must be dispatched in such a way that the total freight charges whether basic on cubic measurement or weight shall be minimum keeping in view that the under load consignment are to be avoided. (b) The supplier shall obtain clear and unconditional Railway Receipt/parcel/way Bill/Lorry Receipt from the carrier. (c) The supplier shall have to make arrangements for the dispatch of all oversize dimensional consignments to purchaser’s site and shall be responsible for taking permission, if necessary, from the Railway and other statutory authority both for Rail and Road transportation authorities for the movement of such oversize consignments from the station of dispatch to destination. All expenses incurred in this connection shall be borne by the Supplier. 8-DESPATCH INSTRUCTION AND BILLING: i) Full wagon loads to be booked to Tehri Dam Railway Siding Pragatipuram served by Rishikesh Railway Station (Northern Railway). Goods dispatch on road Transport must be delivered at out Central Stores THDC INDIA LIMITED Rishikesh or at Contract Stores, THDC INDIA LIMITED Tehri whichever is specified. ii) Dispatch documents like RR/GR/LR or similar other documents, copy of ED Gate , delivery challan, packing list, invoice & manufacturer’s test certificates for various test requirements etc. are to be forwarded to the Manager (Stores) THDC Ltd. Rishikesh/Tehri by ed post within 72 hours of despatch. In case of payments through Bank, above documents are to be forward under intimation to us, However in both cases of direct or Bank payment, advance despatch documents in duplicate must be posted to AGM (C&MM), Manager (Stores) and AGM (F) in separate ed envelopes, otherwise payment shall held-up. In the absence of the receipt of all these documents delivery shall not be taken and demurrage/wharfage or any other loss in the material due to late/incomplete/non receipt of documents would be recovered from the supplier. The decision of the management in this regard shall be final. The RR/GR should be on the name of THDC INDIA LIMITED and on self-basis. Telegraphic advice of dispatch must be sent, giving details of (P.O. No, item, quantity, Invoice No./ date and value, RR No. & date, GR NO. & Date (with transporter’s name) to enable us cover for transit insurance. iii) Wherever of payment stipulated are by installments separate bills should be raised.
iv) Purchase order No., RR/GR No. and date, sales tax registration No. and utilized Form-31 details should be clearly mentioned on all copies of the bills/invoices. v) Payment shall be made by cheques crossed payee drawn on our bankers at Tehri.
9-PAYMENT: Accept our normal payment of 100% payment on receipt and acceptance of goods by the consignee & on production of all required documents by the supplier or erection and successful commissioning/installation of the equipment at our site. 10-INSPECTION : (a) The equipment /material shall be inspected at the manufacturer’s works or the purchaser’s plant site by the Corporation at its discretion or its consultants representative(s). For this purpose the supplier shall inform THDC Ltd., Tehri/Rishikesh office21 days in advance of the readiness of the stores for inspection. However this inspection shall in no way absolve the supplier of his over all responsibility of workmanship quality and performance guarantee offered by the Supplier. All despatch documents shall accompany inspection Certificates, if any, issued by the Inspecting Authority in addition to the other test certificate of manufacturer’s conforming to relevant IS etc. (b) The material on receipt at the Project shall be inspected. The supplier shall have to replace the material, if any found defective at site on free of cost basis. 11-WARRANTY REGARDING QUALITY OF MATERIAL SUPPLIED: (a) Supplier shall guarantee that all the equipment’s supplied by them whether manufactured by them or their sub-contractor or purchased from any other source and supplied to the Corporation, shall be new and free from all defects arising due to defective material or manufacturing defects. The equipment/material supplied shall be of first class workmanship with effective design. (b) The supplier shall warranty to replace, rectify or repair free of cost at project site, the component or parts of machinery proved to have become unserviceable due to any above defects within a period of 12 months from the date of dispatch of material, or 12 months from the erection/installation whichever is earlier. In the event of the supplier is not complying with the above within a reasonable time, the Corporation will have the option to rectify, repair or replace the defective part/machinery after giving 3 weeks notice to the supplier and recover the cost from the supplier. 12. EARNEST MONEY DEPOSIT (a) Earnest Money Deposit (EMD) is required to be deposited by the bidder for supply of goods in all tender enquiries at the time of submission of bid. The submission of EMD may be waived in case of bidders who have been specifically exempted by the Government. EMD, which is also known as bid security, is taken to safeguard against withdrawing / altering the bid by the bidder during the bid validity period or not accepting the contract when awarded. (b) EMD will not bear any interest. (c) The EMD may be paid in any one of the following forms :
(i) By pay order / demand draft in favor of the Corporation. (ii) Fixed Deposit Receipts issued by Nationalized Bank, endorsed in favor of the Corporation. ( iii) Post Office, National Defense Deposit Certificate, duly endorsed in favour of the Corporation.
Refund of EMD : EMD shall be refunded : a) to all the unsuccessful bidders after acceptance of award of contract by the successful bidders or rejection of all the bids; b) to all the bidders after bid validity period as per tender or extended period of validity with the consent of the bidders;. c) to the successful bidder after his acceptance of the letter of award and submission of performance security. The EMD of the successful bidder may also be converted in to Performance Security. In such case only the balance amount, after adjustment of EMD, will be require to be deposited towards Performance Security. Forfeiture of EMD: EMD will be forfeited if the bidder withdraws or amend the bid within the validity period. The EMD of the successful tenderer will be forfeited if he does not accept the award of the contract within the validity period of the bid or if he fails to furnish the required performance security. 13. PERFOMANCE SECURITY: Performance Security shall be taken from every successful bidder to whom the contract is awarded to ensure due performance of the. The performance security should be furnished in any form stated in para 11 (b) for EMD, within the prescribed period as specified in the letter of award/ tender documents. The performance security should be retained / kept valid for a period of 30 days beyond the date of completion of all contractual obligation of the vendor, including warranty obligations as per contract. The amount of performance security shall be 5% of the contract value and the same will not bear any interest. Forfeiture of Performance Security : Performance Security shall be forfeited in full or in part for breach / non-performance of contractual obligations by the vendor. Refund of Performance Security :
Performance Security shall be refunded, without any interest, 30 days after successful completion of warranty period. In case of goods carrying warranty period of more than one year, refund of Performance Security after one year of successful completion of warranty period may be provided in the of the Purchase Order.
14. OF THE THDC INDIA LIMITED NOT INDIVIDUALLY LIABLE: No Director or official or employee of the Corporation shall in any way be personally bound or liable for the acts or obligation of the Corporation under the contract or answerable for any default or omission in the observance or performance of any of the acts, matters or things which are herein contained. 15. THDC INDIA LIMITED NOT BOUND BY PERSONNEL REPRESENTATION: The supplier shall not be entitled to any increase in the rates or any other right or claim whatsoever by reason of any representation, explanation or statement or alleged representation, promise or guarantee given or alleged to have been given to him by any person of the THDC INDIA LIMITED . 16. NON PERFORMANCE OF CONTRACT/CANCELLATION OF CONTRACT/RIGHTS OF THE CORPORATION: (a) The Corporation reserves the right to cancel the contract if the quality of material delivered falls below the required specifications and also if the deliveries are not made in accordance with the delivery schedule, as indicated by the THDC INDIA LIMITED. (b) Any bribe, commission, gift of advantage given promised or offered by or on behalf of the tenderer, their partners agents or servants to any officer, servant or representative of the THDC INDIA LIMITED for obtaining or for the execution of this or any other contract or for receiving payments under the contract shall in addition to the criminal liability he may undergo, subject the tenderer to cancellation of this or any other contracts and also to payments of any loss resulting from any such cancellation to the like extent as is provided in the case of rejection on the ground of bad quality supply and the THDC INDIA LIMITED shall be entitled to deduct the amount so payable from any moneys otherwise due to the tenderers under this or any other contracts. Any question or dispute as to whether the tenderer have incurred any liability under the clause shall be settle by the THDC INDIA LIMITED in such manner and on such evidence or information as they may deem fit and sufficient and their decision shall be final & conclusive & irrevocable. 17. SUB-LETTING OF CONTRACT: The successful tender shall not sub-let or assign this contract or any part thereof without obtaining prior written permission of the THDC INDIA LIMITED . In the event of the successful tenderer sub-letting or asg the contract or any part there of without such permission, the THDC INDIA LIMITED shall have the right to cancel contract and to purchase the goods elsewhere and the successful tenderer shall be liable to the THDC INDIA LIMITED for any loss or damage which the THDC INDIA LIMITED may sustain in consequence or arising out of such purchase. Even in case sub-letting is permitted by the THDC INDIA LIMITED , it will not recognize any contractual obligation with the
persons or party to whom the contract has been sub-let and the successful tenderer will be responsible for the satisfactory due and proper fulfillment of the contract.
18. CHANGE IN CONSTITUTION (a) Where the supplier is a partnership firm, a new partner shall not be introduced in the firm except with the previous consent in writing of the Corporation which may be granted only upon furnishing of a written undertaking by the new partner to perform the contract and accept all liabilities incurred by the firm under the contract prior to the date of such undertaking. (b) On the death or retirement of any partner of the supplier/firm before complete performance of the contract the THDC INDIA LIMITED may, be its option to cancel the contract and in such case the supplier shall have no claim what-so-ever to compensation against the THDC INDIA LIMITED. (c) Without prejudice to any of the rights or remedies under this contract, if the supplier is a proprietorship concern and the proprietor dies during the performance of this contract the corporation shall have the option to terminate the contract without compensation. 19. FORCE MAJEURE CONDITIONS: (a) If at any time during the continuance of the agreement/contract it becomes impossible by reasons of acts of Governmental action and or acts of God leading to war or war like operations, strikes, lockout, riots, civil commotion’s, equipment sickness, pestilence earthquake, fire storm or floods the supplier shall during the continuance of such contingencies not be bound to execute the contract as per agreement / contract. The work shall be resumed immediately the contingency (i.es) has ceased or otherwise determined and supplier’s obligations shall continue to be in force for correspondingly extended period after the resumption of execution. The supplier shall, however inform the THDC INDIA LIMITED by ed post about such acts duly certified by local chamber of Commerce the beginning and the end of the above cases of delay within 10 (ten) days of occurrence indicating therein likely period of cessation of such Force Majeure conditions. The above conditions shall also be applicable to THDC INDIA LIMITED. (b) In the event of delay lasting over one month of arising out of causes of Forces Majeure. The THDC INDIA LIMITED reserves the right to cancel the contract without any compensation. (c) Only events of Force Majeure which affects the order progressing at the time of its occurrence shall be taken into congnisance. The THDC INDIA LIMITED shall be taken into congnisance. The THDC INDIA LIMITED shall to be liable to pay extra costs due to delayed supplies made under force majeure. 20. DISPUTES UNDER THIS CONTRACT AND ARBITRATION:
(a) In the event of any question, dispute, breach of or difference arising of the meaning and scope of and conditions indicated herein or in connection with any matter under this agreement (except for those matters which are to be decided as per provision made in these and conditions), the same shall be referred to the sole arbitration by an officer of the THDC INDIA LIMITED, appointed by Director (Technical). There will be no objection if the arbitrator is an employee of the THDC INDIA LIMITED and he had at any time in discharge of his duties as employee expressed views on all or any of the matters in dispute or difference. The award of the arbitrator shall be final and binding on the parties concerned.
(b) The Arbitrator shall be deemed to have entered upon the reference on the date he issued notice to both the parties fixing the first date of hearing. (c) The Arbitrator may from time to time with the consent of all parties to the contract, enlarge the time for making the award. (d) Subject as aforesaid, the Arbitrator Act, 1940 and the rules made there under and any statutory modifications there of the time being in force shall apply to the Arbitration proceedings under this clause. (e) Transactions under the contract shall, to the extent reasonably possible, continue during the tendency of the Arbitration proceedings and no payment due from one to the other of the parties herein, shall be with held on of tendency of such proceedings unless such payment relates to the matter under Arbitrator. (f) The venue of the Arbitration shall be New Delhi or such other place as the Arbitrator at his desecration may determine. 21. JURISDICTION: Subject to clause 18 above. It is hereby agreed that Courts at Dehradun alone shall have jurisdiction to decide or adjudicate upon any disputes, which may arise out of, or be in connection with this agreement. 22. LAWS GOVERNING THE CONTRACT: The contract shall be governed by the Laws of Union of Indian in force.
XXXXXXX
Contract & Material Management Departement.istrative Building Bhagirathi Puram Tehri. Tehri Garhwal ( Uttarakhand) Ph- 01376- 235446-47 Fax No. 01376- 236712 Part – II GENERAL & CONDITIONS 1. PRICES: (a) Price are to be quoted on the basis of FOR station of dispatch. Prices shall be inclusive of Sale Tax, excise duty and other levies on all brought out items including raw materials, which are going into assembly of the end product/finished goods. Any variation on this will in no case be claimed by the Supplier from the Corporations. (b) Sales tax and excise duty, if any, on the items ordered however shall be paid by the Corporation at the rates prevailing on the date of scheduled delivery or at the rates prevailing on the date of supply whichever is lower. (c) Price shall not include transit insurance . (d) Prices are to be quoted on firm basis and there shall be no variation of the same during the period of contract unless specifically agreed to and provided in the contract. (e) The Prices charges for the stores supplied under the contract by the Supplier shall in no way exceed the lowest price at which the Supplier sells the stores of identical description to any other person during the period of contract. ing price list (printed & duly authenticated) should be attached with price bids wherever available. (f) If at time, during the said period the Supplier reduces the sale prices of such stores or sells such stores to any other person at a price lower than the price chargeable under the contract, he shall forth with notify such reduction or sale to the corporation and the price payable under the contract for the stores supplied after the date of coming into force, such reduction or sale shall store supplied after the date of coming into force, such reduction or sale shall stand correspondingly reduced. 2. SALES TAX : The Sales Tax (VAT), if payable, shall be paid /Full CST with or without Form-C whichever is applicable and specified rate, on the cost of the finished goods being supplied including excise duty thereon at
the rates prevailing at the time of schedule delivery period subject to the supplier’s claiming the same as a separate item in their bills.
3. EXCISE DUTY: In case excise duty is payable on the finished goods which are to be supplied by the supplier shall record the following certificate on their bills. “It is certified that the excise duty on the goods on which it has been charged has actually been paid by us and is not more than that is payable under the provisions of the relevant Act or the Rules made there under.” 4. PACKING & MARKING: (a) All machines and equipment’s shall be adequately packed to protect them against al damages, pilferage rust etc. during transit and from atmosphere. Packing shall be adequate and suitable for transport by rail, road as required. Each packet shall contain Order No. & Date. (b) Each consignment must relate to one purchase order only. Where despatch of material against more than one order in a single consignment/case is warranted the material against each order should be packed separately. Order number should be visibly marked outside all packages for easy identification. (c) Any loss, damage or pilferage in transit due to faulty/inadequate packing shall be to the of the supplier. (d) All packing and forwarding charges are to be borne by the supplier. 5- DELIVERY: (a) Liquidated damage for delay in delivery shall be levied at the rate of 0.5% of the contract value of delayed goods ( or delayed services) per week or part thereof. The Liquidated damages however shall be subject to a ceiling of 10% of the contract value of delayed goods ( or delayed services). The THDC INDIA LIMITED wills however not be bound to prove that it has suffered to the extent of the liquidated damages claimed. (b) Please furnish Ex-stock availability of each item quoted otherwise mention minimum delivery schedule. 6-VALIDITY OF OFFER: Tenders shall remain open for acceptance for 120 days or as may specify from the date of opening. No revision/modifications in the tendered rate shall be allowed during the period of validity of tender or the extended period. 7-REFERENCE LIST: (a) The tenders shall submit, along with their offers, in of their having supplied similar equipment/items/materials to other reputed plants/customers, along with copy of purchase orders
and performance report, Catalogues, leaflets etc. Wherever required must be submitted with technical bid. (b) The tenderer (s) shall submit, along with their tender(s) the list of unexecuted orders in hand, if any, for same/similar items and period by which suppliers are proposed to be made ) Performa enclosed) (c) At ………………………………………………………
8-AWARD OF CONTRACT: (a) The THDC INDIA LIMITED reserves the right:i) to accept in its sole and unfitted discretion any tender for whole or part quantities or to reject any or all tenders without asg any reasons therefore. ii) To award the contract to one or more number of firms either on equal price or on different prices. iii) To enter into parallel contracts simultaneously or at any time during the period of the contract with one or more tenderer (s) as the THDC INDIA LIMITED may deem fit; iv) To place ad-hoc order simultaneously or at any time during the period of contract with one or more supplier (s)/tenderer (s) for such quantity and for items as the THDC INDIA LIMITED may deem fit. (b) The THDC INDIA LIMITED does not bind itself to accept the lowest tender not assigned any acceptance of the same. (c) Firms which have failed to fulfil earlier contractual obligations may not considered. The THDC INDIA LIMITED shall mean and include the istrative and executive officers of its Corporate office at New Delhi as well as of Tehri, its other offices, as the case may be, who are authorized to deal with all matters relating to this contract on its behalf. NOTE: All these tender documents are non-transferable without our prior approval, which must be ensured, failing which the offer shall not be considered & treated unsolicited.
TECHNICAL SPECIFICATIONS HDPE PATROLLING BOAT SPECIFICATIONS OF HDPE PATROLLING BOAT The boat should be made of High Density Poly Ethylene (HDPE) material. The boat should be Bureau Veritas/IRS/DNV/CE approved with final certificate for operation. The hull should be V-shaped “Gull wing” design & should also be Double Rotomoulded. Dimensions of boat should be approved by Bureau Veritas/IRS/DNV/CE as required mentioned capacity. The boat should be able to carry minimum load of 1200 kgs (+/- 10%). The boat should have the carrying capacity of 10 engers & 02 crew. Boat should be provided with lifting eye/sling slot/sling point. Top Roof: Collapsible/ Detachable Canopy with SS frame. The manufacturing/fabrication of boat should be strictly accordingly to approved drawing. All relevant approved construction drawing be provided with delivery. Final trials of boat shall be conducted at Tehri reservoir before taking over.
SPECIFICATIONS OF OBM & ACCESSORIES The boat shall be provided with outboard motor which can be quickly attached. The OBM shall be of imported Yamaha or Mercury or Mariner make petrol operated. The engine of the OBM shall be four strokes. The capacity of the engine shall be 100 HP or suitable for speed between 20 – 25 Knots. OBM should attain full speed with at least 60% of load. The RPM of the engine shall be 5000 to 5500 RPM or better. The starting of the engine shall be electrical type. The gear reduction ratio shall be 2.0 (13:26) or better. There shall be Alternator Output of min. 12V 420W 35A. The trim shall be power operated type. The control system shall be steering type. The length of the shaft shall be min. 20”. One additional fuel tank be provided. The OBM shell delivered with all relevant document i.e. Technical/operational/ service manual /Guaranty /warranty certificate.
SPECIFICATIONS OF AUXILIARY OBM
The OBM shall be of imported Yamaha or Mercury or Mariner make petrol operated. The engine of the OBM shall be four strokes. The capacity of the engine shall be 25 HP. The starting of the engine shall be electrical type. The gear reduction ratio shall be 1.92 (12:23) or better. There shall be Alternator Output of min. 12V 80W 7A. The control system shall be tiller type. The length of the shaft shall be min. 20”. One additional fuel tank be provided. The OBM shell delivered with all relevant document i.e. Technical/operational/ service manual /Guaranty /warranty certificate.
SPECIFICATIONS OF NAVIGATION EQUIPMENTS
The boat should have a Com. The boat should have a GPS with depth sounder & transom mount transducer. The boat should have roll bar mounted Navigation lights on Port & STBD. The boat should have roll bar mounted anchor light & mast light. The boat should have front and rear search light of sufficient capacity.
SPECIFICATIONS OF ANCHORING SYSTEM The Boat should be equipped with MS steel Anchor, Chain with swivels & 90 feet of anchor rope.
SPECIFICATIONS OF SEATING ARRANGEMENT
The boat should be fitted with cushion seats for 10 engers UV resistant seat Covers. Minimum 2 Bench Seats with Cushions and Back Rest.
SPECIFICATIONS OF OTHER ACCESSORIES SS Transom Plate. Adaptive Steering System. Anti Skid Flooring. Steering console equipped with SS railings. Tank locker. Locker bench. Rear seat. Bench seat. Search light – 01 No.
SS Front & side railings. Aft SS railings on Port & STBD side. SS OBM guard.
Chromed drain plug, hand and auto bilge pump. Concealed Battery compartment & Fuel Tank compartment with Lock, fuel tank of 4 hrs endurance with fuel gauge. SS twin Roll Bar Arch. Master battery Switch in separate Locked compartment. Marine Battery – 01 no. Horn – 01no. Power Socket – 01 no. Mobile charger socket with multiple charger. Oars- 02 nos. Boat hook-02 Nos. Fire extinguisher – Multipurpose dry powder , Water type
Customized boat stickers/Logo – 02 nos. Multipurpose Gauges on Console – (RPM, Fuel, Voltage, hr, trim, speed). Life Jackets- 12 nos (Approved by MMD/BV/DNV/CV/IRS with certificate). Life Rings – 02 nos (Approved by MMD/BV/DNV/CV/IRS with certificate). The 12 volts PA system cum hooter shall be provided for warning and public address. PP Rope ½ to 1” dia - 60 m. Tool box with required tools. Boat repair kit.
SPECIFICATIONS OF TROLLEY FOR BOAT A suitable trolley shall be provided to carry the above specified boat with OBM. The trolley shall be provided with single axle with pneumatic tyres of suitable Size. The frame of the trolley shall be made of galvanized steel sections of suitable size and strength so as to carry load of the Boat with OBM on normal roads. The trolley shall be provided with suitable mudguards over the wheels. The trolley shall be provided with suitable belt/polyester slings for tightening boat with trolley.
ANNUAL MAINTENANCE CONTRACT (AMC FOR )FOR BOAT AND OBM AMC with firm for 03 years will start after completion/ expiry of guarantee/ warranty period. AMC will consist of periodical maintenance, servicing and change of consumables. The list of consumable & fast moving spares shall be provided by dealer in advance to THDCIL to maintain store.
Periodical maintenance will be carried out after every 03 (three) months, any spare part, oil and consumables to be changed will be arranged by firm through OEM /Authorize dealer (if not available at THDCIl’s store). Cost will be paid by THDCIL. Response time after information will be one week. 10% of the AMC charges for three years shall be deposited as performance security for the AMC period. AMC charges will be paid on yearly basis. Charges will be paid after Completion of one year. No advance payment of AMC shall be made.
MANUFACTURER/ SUPPLIER The manufacturer/ supplier shall have experience of boat manufacturing/ supply of HDPE or similar boats and should have already supplied such boats to Indian Navy/ Coast Guard/ Other Govt. Agencies/ Private agencies. Manufacturer/ Supplier should submit IRS /Bureau VERITAS / DNV/ CE Certificate for the HDPE Patrolling Boat along with their offer. Manufacturer/ Supplier shall ensure attaining specified speed, endurance, keeping and maneuvering characteristics of the boat. Manufacturer/ Supplier shall provide complete technical/ operational manuals along with the supply of boat. Manufacturer/ Supplier shall submit at the time of delivery of consignment, the manufacturer’s warranty/ guarantee certificate for a period of one year. AMC should be done Free of Cost during the Warranty Period. Manufacturer/ Supplier shall submit the maintenance schedule of the Equipments and shall provide free services as and when required during Warranty/ guarantee period. Guarantee/ warranty will start from the date of taking over of boat, OBM complete in all respect at site.
MATERIALS & QUALITY All the materials, workmanship and finish shall be of the highest standards and to the satisfaction of the department. All the materials used for the construction of Boat shall be of international Standards. All deck fittings shall be of stainless steel grade AISI 316L Timber or Marine Ply used in the construction of transom shall be of marine.
TRAINING On job training shall be provided for awareness of repair/maintenance of boat and general maintenance/ service of OBM during AMC period for two persons.
DESCRIPTION OF ITEMS Sl. No
1.
2.
3.
Items
HDPE Patrolling Boat with accessories
Trolley as per specifications AMC for a period of 03 years after expiry of guarantee/ warranty period for boat and OBM
Make & Model
(i) HDPE Patrolling Boat (ii) OBM: 100HP 4-Stroke Remote (1 no.) or suitable for specified speed.
(iii) Auxiliary OBM: 25 HP 4 Stroke Tiller (1 no.) Suitable to carry the Boat with OBM
Item’s Quantity
01 01 01
01
1st Year
01
2nd Year
01
3rd Year
01
SPECIAL & CONDITIONS 1- Tender will be evaluated & awarded taking into the overall lowest responsive offer of all items. If a bidder/firm quotes NIL Charges/consideration, the bid shall be treated as non-responsive & will not be considered for evaluation 2- All facilities shall be provided to Small Scale Industries ed with NSIC per norms. 3- The price (s) shall be quoted strictly as per tender technical specifications. 4- Quoted price should be FOR Tehri basis. 5- The tenderer should indicate rate of VAT/Central sales tax with Form- C. 6- Accept our standard i.e. 100% within 30 days after receipt & acceptance of material. 7- Tenderer has to furnish tender cost Rs.625.00 and EMD for Rs.67,200.00 in fevour of M/S.THDC INDIA LIMITED Bhagirathipuram, Tehri. The same can be deposited through RTGS/NEFT. Without tender fee & EMD the offer shall not be considered. 8- The information regarding submission of payment against tender cost & EMD through RTGS/NEFT must be given by the bidder prior to last date & time of submission of bid at e-mail
[email protected]. 9- Delivery: within four months from the date of PO with approval of drawing. 10Pre dispatch inspection: Pre dispatch inspection and relevant stage inspection shall be carried out by THDC’s representative at party’s works. 11Offer should be valid for 120 days from the date of opening of bids. 12Accept Liquidity Damage clause of tender as per clause -5of part-II 13Accept Performance Security clause of tender as per clause -13of Instruction to tenderer Part-I. 14Accept guarantee/warrantee clause of the items as per clause -11 of Instruction to tenderer Part-I. 15Please provide No., Name of bank & IFSC code of the branch for e- payment.
STATEMENT OF DEVIATIONS GMA (C&MM) THDC INDIA Ltd. . Building, B.Puram Tehri (U.A.) Sub : Supply of HDPE Patrolling Boat as per specification with accessories & AMC for three years. Ref :Tender No. THDC/Tehri/MM/15 Irrespective of whatever has been stated to the contrary anywhere else in our offer, only following are the deviations & variations from and exceptions to the specifications & documents for the subject work. These deviations & variations are exhaustive. Except these deviations, the entire work shall be performed as per your specifications in tender documents. Further we agree that additional conditions, if any found in the offer other than those stated below, except that pertaining to any rebates offered, shall not be given effect to. Sl.No.
Deviation Description
Reference of page clause No.
Monetary implication of the condition in case of withdrawal (Rs.)
Here the tenderer should indicated the amount of money, if any which he would charge extra i.e. in addition to the rates quoted by him for withdrawal of his condition/deviations accepting the conditions stipulated in tender documents. Signature of Bidder with seal
THDC INDIA LIMITED RTGS/NEFT DETAILS 1- A/C No.- 3302012100000013 2- IFSC Code - PUNB0619100 3- Name of A/C Holder - M/S. THDC INDIA Limited 4- Name of Bank – Panjab National Bank 5- Name of branch - Bhagirathipuram, Tehri Garhwal. 6- District – Tehri Garhwal (UK) 7- TIN No.- 05003639853 8- PAN – AAACT7905Q Note:- Regarding submission of payment against tender cost & EMD through TTGD/NEFT , the information must be given by the bidder prior to last date & time of submission of bid on e-mail
[email protected].
Form-WM- 4 [Refer Appendix 3.01(i)] BANK GUARANTEE FOR EARNEST MONEY DEPOSIT (To be submitted on non-judicial stamp paper, purchased in the issuing bank, of value applicable in the state where Bank Guarantee is being executed and to be purchased in the name of the issuing Bank, which should be a Scheduled Bank or a foreign bank acceptable to the company] To: THDC India Ltd. Bhagirathipuram, Tehri-249124 (Uttarakhand) Dear Sir, In accordance with your Notice Inviting Tenders for____________________________________ _______ under your specification no__________________ dt.M/s_________________________ (hereinafter called the Tenderer which the expression shall include their successor and assigns). 1. Whereas it is a condition in the tender documents that the tenderer has to deposit Earnest Money with respect to the tender, with THDC India Ltd. (hereinafter referred to as "Corporation") amounting to Rs.___________________________________________ or alternatively the tenderer is required to submit 'Bank Guarantee' from a Scheduled Bank/ foreign bank acceptable to the Corporation, irrevocable and operative till 30 days after the validity of the offer, for the like amount which amount is likely to be forfeited on the happening of contingencies mentioned in the tender documents. And whereas the tenderer has offered to furnish a Bank Guarantee for the sum of Rs.______ to the Corporation instead of deposit of earnest money. 2. Now therefore, we the ___________________________________________ Bank a body corporate constituted under the banking Companies (Acquisition and Transfer of Undertaking) Act, 1969 and having a branch office at______________________________________(hereinafter referred to as the Bank) do hereby undertake and agree to pay u n co n d i t i o n a l l y o n d em a n d in w r i t i n g b y t h e Co r p o r a t i o n , t h e am o u n t o f R s . _ __ _ __ _ __ _ __ ( Rupees ------------------------------------------------------------------------only) to the THDC India Ltd. without any demur reservation or recourse. 3. We, the aforesaid Bank, further agree, that the Corporation shall be the sole judge of and as to whether tenderer has committed any breach or breaches of any of the and conditions of the tender and the extent of loss damage, costs, charges and expenses caused to or suffered by or that may be caused to or suffered by the Corporation on thereof the extent of the Earnest Money required to be deposited by the Tenderer in respect of said tender document and the decision of the corporation that the tenderer has committed such breaches and as to the amount or committed such breach or breaches and as to the amount or amounts of loss, damage, costs, charges and expenses caused to or suffered by or that may be caused to or suffered by the Corporation shall be final and binding on us. 4. We said Bank further agree that the Guarantee herein contained shall remain in full force and effect until it is released by the Corporation and change in the constitution, liquidation or dissolution of the Tenderer, shall not discharge or our liability guaranteed herein.
5. It is further declared that it shall not be necessary for the Corporation to proceed against the contractor before proceeding against the Bank and the Guarantee herein contained shall be enforceable against the Bank notwithstanding any security which the Corporation may have obtained or shall obtain from the contractor at the time when proceedings are taken against the Bank for whatever amount may be outstanding or unrealized under the Guarantee
6. The right of the Corporation to recover the said amount of Rs._________________________________ (Rupees_______________________ only) from us in manner aforesaid will not be affected or suspended by reason of the fact that any dispute or disputes have been raised by the said M/s__________________________________________________________________(Tenderer) and / or that any dispute or disputes are pending before any authority / office tribunal or arbitrator (s) etc. 7. Notwithstanding any thing stated above our liability under this guarantee shall be restricted to Rs._____________________________ (Rupees__________________________________ only) and our guarantee shall remain in force upto------------------------------------- and unless a demand or claim under the guarantee is made on us in wiring within……………….. months after the aforesaid date i.e. on or before the ____________________________________________ all the Corporation's rights under the guarantee shall be forfeited and we shall be relieved and discharged from all liabilities there under. 8. The undersigned has the power to issue this guarantee under bank Memorandum and Articles of Association and the person who is hereby executing this deed has the necessary power to do so under the Power of Attorney granted to him by the bank.
Dated: Date -
Signature_______________________
Place -
Name__________________________
Designation_____________________
In response of ……………………………………………………………………………………………………………………………………….... Witness: 1.
Bank’s common seal
2.
Authorization No.
Signature Not Verified Digitally signed by Nand Kishor Nautiyal Date: 2016.06.17 12:03:52 IST Location: India