You are on page 1of 23

Ab +vFBE/The Admiral Superintendent

/Telephone : 0891-

/Naval Dockyard
/Visakhapatnam - 530 014

/Fax No.

2816619
0891-2816688

** For any clarifications on Technical specification of subject item, please contact


Manager WEA on Tel. 0891-2816258.
Tender Enquiry
To
M/s
--------------------------------------------------------------Our Reference

Date

RPYP/RTC/15-16/203

27 Oct 15

INVITATION OF QUOTATION FOR SUPPLY, TESTING AND COMMISSIONING OF 45/10


TON EOT CRANE FOR SURFACE WEAPON MOUNTING SHOP OF WEACORS
DEPARTEMENT AT ND(V)
1.
Quotations in sealed cover are invited for Supply, testing and commissioning of 45/10 ton
EOT crane for surface weapon mounting shop of weacors Department at ND(V). Schedule of
requirement, Technical Specifications, Standard Conditions of Contract (SCOC), Model ECS
Mandate Format and Commercial Bid are placed at Encl 1 to 5 respectively. Request forward your
quotation in two bid system, namely Technical bid (Encl.1 to 4) and Commercial bid (Encl 5).
2.

General information about the tender as follows:(a)

Tender reference No.

RPYP/RTC/15-16/203

(b)

Last date and time for receipt of tenders

23 Nov 15/ 1400 Hrs

(c)

Date and time for opening of tenders

23 Nov 15/ 1430 Hrs

(d)

Place of receipt/opening of tenders

DDO Office
Vijayanagar Gate

(e)

Quotation shall remain valid till

180 Days from the date


of opening of the
Commercial Bid.

(f)

Supply and Commissioning

(g)

Address for Communication

With in 16-20 weeks from the date


of receipt of Purchase Order
-

The Admiral Superintendent


(for MYP)
Naval Dockyard
Visakhapatnam

(h)
Earnest Money Deposit (EMD)Rs.1,72,700/- (Please refer Para 30 of SCOC placed at
Enclosure 3) in favour of AAO(NAVY)
3.
PLEASE SUPERSCRIBE OUR REF NO. AND DATE OF TENDER OPENING ON SEALED
COVER. FAILURE TO DO SO WILL RENDER YOUR OFFER INVALID
4.

Quotation shall be forwarded in two separate envelopes:(a)


One containing technical specifications and commercial terms and conditions along
with catalogues/leaflets as per enclosed SOR. On the top of the envelope TECHNICIAL
BID is to be prominently written in CAPITAL letters.
(b)
The other envelope containing price terms as per SOR. On top of the envelope
PRICE BID is to be written in CAPITAL letters and a transparent tape is to be affixed on all
amounts quoted.
(c)
Both envelopes should be sealed and signed by the tenderer and put in one outer
envelope and submitted as prescribed.

5.
Sealed quotations addressed to The Admiral Superintendent (for MYP), Naval Dockyard,
Visakhapatnam should be dropped in any tender box marked as:

MYP
kept at Vijayanagar Gate or to be sent by registered post so as to reach this office by due date and
time. No responsibility will be taken for postal or non-delivery/non-receipt at tender documents.

PLEASE NOTE, IF THE SEALED OFFERS ARE DROPPED IN


THE WRONG BOX, THEY WILL BE RENDERED INVALID
6.
Sealed quotations will be opened by a committee on due date and time. Your
authorized representative from the company can attend the tender opening. If due to any
exigency the due date for opening of tenders is declared as closed holiday, in such cases the
tenders will be opened on next working day at the same time or any other day/ time as
intimated by the purchaser. All firms to indicate their official e-mail i.d. to facilitate easier
communication with regards to the tendering process (tender opening date etc.)
7.
Your sealed quotations (both technical & commercial bids in case of two bid systems) should
reach to this office latest by 1400 Hrs on 23 Nov 15. The Techno-Commercial bid would be
opened by a committee at time 1430 Hrs on 23 Nov 15. The date of opening of commercial bid will
be intimated after acceptance of Techno-Commercial bids.
8.
Tenders sent by fax will not be considered. Tenders found in sealed box will only be
considered. To avoid any complications with regard to late receipt/ non receipt of tenders, it
may please be noted that responsibility rests with the tenderer to ensures that the tenders
reach The Admiral Superintendent (for MYP), Naval Dockyard, Visakhapatnam before due
date. Late quotes will be rejected out rightly.
9.
In case the supplier is not willing to quote due to any reasons, your regret should be faxed
well before the due date failing which your firm can be de-listed from vendor list.

10.
Commercial offers will be opened only of those suppliers, whose technical offers have been
found suitable after technical evaluation. The commercial offer must be firm and valid for at least
6 months from the date of opening of commercial offer.
11.
The Commercial Offer will be opened by a committee and if the supplier desires, may depute
their representative, duly authorized in writing, to be present at the time of opening of tenders.
Further negotiations will be made only with the lowest bidder (L1) as determined by the committee.
The date, time and venue fixed for this purpose will be intimated separately after the technical
evaluations are completed.
12.
Submission of Bids by Firms. The firms are required to submit their bid on original pad,
inter alia, furnishing the TIN No, VAT / CST No, Bank Address with EFT Account No, complete
postal and e-mail address. It is mandatory for the firms to submit ECS Mandate ( form DPM 11) along with Q bids with details duly countersigned by authorized official from the Bank.
The format of the form of DPM-11 is placed at Enclosure 4. The quotations received without
above details and form of DPM-11 will be rejected.
13.
Quoting of Registration Number. The firms are required to quote their ND (V) registration
number (if currently valid) with validity date. The firms registered with other central government
organisations are to submit proof of registration with validity. The participating firms should be
registered as Supplier and not as Maintenance / Repairs / Fabricating firm. As far as possible,
the participating in tenders should be registered. However, Unregistered firms (OEMs / OEM
authorized reps only) participating in tender will have to prove their technical and financial capability
prior opening of Price Bids
14.
Delivery Schedule. The supplier is required to indicate completion of the development and
delivery of the item in the T-bid and P-bid.
15.
Purchase order can be cancelled unilaterally by the purchaser in case items are not received
with in the contracted delivery period. Extension of contracted delivery period will be at the sole
discretion of the purchaser, with applicability of LD clause.
16.
Liquidated damages @ 0.5% per week subject to a maximum of 10% of the total purchase
order value will be recovered in case of delay in delivery beyond the accepted delivery period as
enumerated at the enclosed SCOC.
Commercial Aspects
17.
Prices must be quoted on F.O.R. Destination basis by road, exclusively indicating Packing,
Forwarding, Freight charges, Transit Insurance and any other charges as applicable separately. The
consignee for the contract is The Admiral Superintendent, Naval Dockyard, Visakhapatnam.
18.

Taxes & Levies. As per provisions of SCOC

19.

Performance Guarantee. As per provisions of SCOC

20.
Quality Assurance. After the contract is negotiated, the supplier would be required to provide
the standard Acceptance Test Procedures (ATP). Inspecting Authority reserves the right to modify
the ATP when necessary. Items would be accepted subject to inspection and clearance by the
inspecting authority. The Supplier will be required to provide all test facilities at OEM premises for
acceptance and inspection by the nominated agency. The details in this regard will be coordinated
during the negotiation of order. The item should be of latest manufacture conforming to the current
production standard having 100% define life at the time of delivery. Warranty should be for one year/
O.E.M. provided warranty in case it is more than one year. The warranty should be effective from the
date of commissioning/ acceptance of the system whichever is later.

Evaluation Criteria
21.

The broad guidelines for evaluation of offers will be as follows:(a)


Only those offers shall be evaluated which are found to be fulfilling all the eligibility
and qualifying requirements of the tender, both technically and commercially.
(b)
The lowest Acceptable tender shall be considered further for placement of
contract/ Supply Order after complete clarification and price negotiation as applicable.
(c)
Delivery within stipulated months of signing of contract shall be accepted. However,
preference will be for shorter delivery period and loading will be done as per the prevailing
rules.

Vendor Evaluation Criteria


22.
The OEM must possess IS: 9001: 2000 certification. The certification must be active and
valid during the currency of the complete project.
23.
The supplier must enclose an authorized dealership certificate / authorization letter
from the OEM.
24.

Proof of supply of similar equipment in last three years to any organizations.

25.
The compliance to vendor evaluation criteria should be submitted as per the format placed at
Appendix B.
26.
Standard Conditions of Contract (SCOC). The supplier shall be required to accept our
standard conditions of contract (SCOC) copy of which is placed Encl 3. In addition standard
clauses regarding agents/ agency commission, penalty for use of undue influence, access to books
of accounts, arbitration and laws would be incorporated in the order. Firms are required to give
undertaking for acceptance of same in writing and tenders receive without acceptance would
be rejected.
27.
Payment Terms. 100 % of cost within 30 days from the date of submission of bills on
Inspection / Installation / Commissioning
28.
Placement of Order. The purchase order will be placed on successful conclusion of
negotiations on L1 firm.
29.
The tender is being issued with no financial commitment and purchaser reserves the right to
change or vary any part thereof at any stage. Purchaser also reserves the right to withdraw the
tender should it be so necessary at any stage.
30.
Packing of all supplied items has must be done using bio-degradable material. Use of plastic
for packaging is to be strictly avoided.
31.
The
firms
receiving
tenders
by
post/down
loading
from
website
http;//tenders.gov.on/collected by hand from MYP are to to enclose the DD of Rs. 250/- (Cost of
Tender) drawn in favour of AAO (Navy) along with the the T bid as per the date and time
promulagated . Tender bids received without cost of tender (Demand Draft) will be rejected and no
correspondence in this regard would be entertained.

32.

Please acknowledge receipt.

Thanking you,

Yours faithfully,

(R Srinivasan)

Lt.Commander
Manager (Yard Planning) (AOL)
for Admiral Superintendent

Enclosures:1.
2.
3.
4.
5

Schedule of Requirements
Technical Specifications
Standard Conditions of Contract
Model ECS Mandate Format
Format of Commercial Bid

Enclosure 1 to ND (V) Tender Enquiry No


RPYP/RTC/15-16/203 Dated
27 Oct 15

SCHEDULE OF REQUIREMENT

Sl.
No.
1

2
3

Description
Supply, testing and commissioning of 45/10 ton EOT crane for surface
weapon mounting shop of weacors departenment conforming to technical
specifications placed at Enclosure-2
Supply of operational and maintenance manuals.
Training for Dockyard personnel for a period of five working days

(R Srinivasan)
Lt.Commander
Manager (YP) (AOL)
for Admiral Superintendent

Signature of the Authorized Signatory with seal


Name:
Desig:
Date of Signature:
Ph.No
PAN No:
VAT No

Quantity
In Nos.
01 No.

02 Sets
01 Job

Enclosure 2 to ND (V) Tender Enquiry No.


RPYP/RTC/15-16/203 Dated
27 Oct 15
TECHNICAL SPECIFICATIONS FOR SUPPLY, TESTING AND COMMISSIONING OF
45/10 TON EOT CRANE FOR SURFACE WEAPON MOUNTING SHOP OF WEACORS

1.

This document outlines the functional requirements for Supply, testing and
commissioning of 45/10
ton EOT crane for surface weapon mounting shop of weacors
departenment The document broadly covers the background, scope, technical specifications
for product from the user perspective and other general characteristics.
Technical Specifications/ Details
2.

Naval dockyard, Visakhapatnam intends to invite tenders for Supply, testing and

commissioning of 45/10 ton EOT crane for surface weapon mounting shop of weacors departenment

The detailed technical specifications are appended below:


GENERAL SPECIFICATIONS:SL NO
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.

DESCRIPTION
Type of Crane
Capacity
Capacity of A.H
Design Standard
Classification
Operation
Span
Lift (MH)
Lift (AH)
Location
Ambient Temperature

SPEIFICATION
Double Girder EOT Crane
45 ton
10 ton
IS: 3177 (1999) & IS-807
M-5 (Class-II)
Radio Remote Control Type
18 mtr
8 mtr
8 mtr
Indoor
500C

MECHANISM SPECIFICATIONS:DESCRIPTION
Main Speed
Creep Speed
Motor
Type
Rating
(mechanical)
No. of Poles
Speed
Cyclic duration
factor
No. of starts/Hr
Insulation class
Enclosure
Degree of
Protection
Number

MAIN HOIST
AUX HOIST CROSS TRAVEL LONG TRAVEL
m/min
2
2
5
10
m/min
NA
NA
7
7
m/min
10 to 100% of main speed through VVVF drive
Squirrel
Squirrel
Squirrel Cage
Squirrel Cage
Cage
Cage
kW
18.5
4.06
0.19
0.60

RPM

6
960
40%

6
960
40%

4
1420
S1-100

4
1420
S1-100

150
F
TEFC
IP-55

150
F
TEFC
IP-55

F
TEFC
IP-55

F
TEFC
IP-55

DESCRIPTION
Gear Box
Type
Mounting
Number
Brake
City
Type
Size (Dia)
Limit Switch
Type

MAIN HOIST

CROSS TRAVEL

LONG TRAVEL

Helical
Horizontal
1

Helical
Horizontal
1

Inbuilt in Gear
Brake Motor
2

Inbuilt in Gear
Brake Motor
2

2
EHT
160

2
EHT
160

2
Inbuilt in Gear
Brake Motor

2
Inbuilt in Gear
Brake Motor

Rotary +
Gravity
type
1+1

Rotary +
Gravity type

Two Way Lever


Type

Two Way Lever


Type

1+1

Flexible
Type

Flexible
Type

N.A

N.A

22
6X36
8
1960
N/mm^2

10
6X36
8
1960
N/mm^2

NA

NA

mm

Number
Coupling
Type
Make
Wire Rope
Dia
Construction
No. of fails
Breaking
strength

AUX HOIST

mm

Hook
Ramshorn Type
C Type
Documentation and Training
3.
The Supplier should supply two sets of maintenance and operation manual along with the
product.
4.
The supplier would impart Training to two dockyard personnel for a period of 05 working
days to get acquainted with operation and maintenance of Supply, testing and commissioning of
45/10 ton EOT crane for surface weapon mounting shop of weacors departenment
Product Support and Maintenance
5.
Warranty: The warranty of the product should be in accordance with para 40 & 41 of SCOC.
The supplier should also provide Product support for at least 10 years for supply of spares and
maintenance of the product completion of guarantee period.
6.
Suppliers Responsibility and Purchasers Responsibility. The
responsibility
of
the
purchaser will be restricted to providing access to the premises for work by the personnel of the
vendor. All other aspects, concerning the instant order will be the sole responsibility of the supplier.
Acceptance/ Inspection Criteria
7.
The trials will be carried out at various stages like pre-dispatch inspection, on receipt
inspection, factory acceptance trials and user acceptance trials .The supplier is responsible to draw
the exact scope, criteria and schedule of the trials in consultation with the purchaser. Inspection
schedule would also be drawn up by the supplier.
8.
The purchaser would nominate suitable agency/agencies for undertaking the above
mentioned tests, trials and inspections.

Technical Bid and Commercial Bids as follows


9.
. The detailed Bill of Material should be in accordance with the formats placed at Appendix
A. Detailed break up item wise has to be indicated in these formats supported by Make and Model of
each item. It is pertinent to mention that mere enclosing of Technical literature of OEM will not
constitute Technical Bid. Bids received without item wise description/Make and Model would be
disqualified.
Evaluation Criteria
10.

The evaluation will be carried out in three stages as indicated below:(a)


(b)
(c)

Vendor Evaluation
Technical Evaluation
Commercial Evaluation

Vendor Evaluation
11.
The OEM must possess IS: 9001: 2000 certification. The certification must be active and
valid during the currency of the complete project.
12.
The supplier must enclose an authorized dealership certificate / authorization letter
from the OEM.
13.

Proof of supply of similar equipment in last three years to any organizations.

14.
The compliance to vendor evaluation criteria should be submitted as per the format placed at
Appendix B.
Technical Evaluation
15.
Only those vendors
evaluation/qualification.

which

qualify

vendor

evaluation

will

qualify

for

technical

16.
The technical offer is also to include the details of make and model of the item being
procured.
17.
A para wise compliance for all features listed in the TE is to be given as per the format
placed at Appendix C. If any feature cannot be complied with, the same needs to be brought out by
the supplier providing detailed justification.
Computation of L1 Vendor
18.
The L1 vendor would be computed based on overall lowest cost of items quoted by the
vendor.
Commercial Considerations
19.
The commercial bids are to correspond to the technical bids and contain all costing details as
per the bill of material. Commercial bid of only technically qualified suppliers will be considered. The
format for the commercial bid is placed at Enclosure 5.

20.
Standard Conditions of Contract (SCOC). The supplier shall be required to accept our
standard conditions of contract (SCOC) copy of which is placed Encl 3. In addition standard
clauses regarding agents/ agency commission, penalty for use of undue influence, access to books
of accounts, arbitration and laws would be incorporated in the order. Firms are required to give
undertaking for acceptance of same in writing and tenders receive without acceptance would
be rejected.
21.

Any bid, if not conforming to the specified format is liable to be rejected

.
(R Srinivasan)
Lt.Commander
Manager (YP) (AOL)
for Admiral Superintendent

Signature of the Authorized Signatory with seal


Name:
Desig:
Date of Signature:
Ph.No
PAN No:
VAT No

Appendix A
BILL OF MATERIAL FOR ALL DELIVERABLES
Sl.
NO
1

DESCRIPTION OF ITEM
Supply, testing and commissioning of 45/10 ton
EOT crane for surface weapon mounting shop

MAKE

MODEL

DENOMIN
ATION
No

QTY

Set

02

Job

01

01

TRAINING/MAINTENANCE MANUALS
2
3

Supply of operational and maintenance


manuals
Training for Dockyard personnel for a period of
five working days

Appendix B

FORMAT FOR VENDOR EVALUATION COMPLIANCE MATRIX

Sl No.
1.
2.
3.
4.

CRITERIA
Proposal submitted in
accordance with 02 bid system
Conformance to IS:9001: 2000
Certification
Tender specific authorization
from the OEM.
Proof of supply of similar
equipment in last three years
to govt. /PSUs organizations.
Conformance to any other
standard

Compliance Reasons for Supporting


status
NonDocuments
(Yes/No)
Compliance
Required

Yes
Yes
Yes

Yes

Appendix C
COMPLIANCE MATRIX FOR TECHNICAL EVALUATION
Sl
No

Criteria

1.

Supply, testing and commissioning of 45/10 ton


EOT crane for surface weapon mounting shop of
weacors deprtenment conforming to technical
specifications placed at Enclosure-2

Note:

Compliance
Reasons
Supporting
Status
for non
Document
Yes/No
compliance

The list of items in this appendix must be in conformity with the detailed bill of material.
All relevant product standards / specifications must be indicated.
Mere indication that The item is in conformity with Tender Enquiry Specifications or similar phrases
are not acceptable. Specifications, as per manufacturers details need to be explicitly stated in this
column.

Enclosure 3 to ND (V) Tender Enquiry No


RPYP/RTC/15-16/203 Dated 27 Oct 15
`E BE l i (A + ) xx Mnb, J{]x u i +{iBEi+ BE l BEA MA #E ~BE
STANDARD CONDITIONS OF CONTRACT (SCOC) GOVERNING PURCHASE CONTRACTS CONCLUDED BY NAVAL DOCKYARD,
VISAKHAPATNAM WITH INDIAN SUPPLIERS

{/Definitions
1.

Ab +vFBE, xx Mnb, J{]x Jnn c*


The Purchaser is the Admiral Superintendent, Naval Dockyard, Visakhapatnam.

2.

+{iBEi ABE {F c, V i+ + {i BE A ~BE i c* < i , =xBE BES + AV] cM*


The Supplier is the party, which Contracts to supply goods and services. The term includes his employees and his agents.

3.

+{iBEi u = |{iBEi BE {x cM VBE =J ~BE c*


The Consignee is the authority specified in the Contract to whom the supplies are to be delivered.

4.

~BE xn] BEA MA xFBE c |vBE c V ~BE BE i+ BE Mhk BE VS BEi c*


The Inspector is the authority designated in the Contract to assure the quality of the item contracted for.

+x|M + xi/Application and Validity


5.

+x|M* Ab +vFBE, xx Mnb, J{]x =xBE |ixv u BEA MA #E ~BE BE A A + M

cM*
Application. SCOC shall apply to all Purchase Contracts concluded by the Admiral Superintendent, Naval Dockyard, Visakhapatnam or his
representatives.

xi* A + , xn {UiU (] <) xn BEi (A/])/#E +n Jnn u vi i BE UbBE +{iBEi


BE i BE +v#Eh BEi c*
6.

Validity. SCOC stipulated here under, except to the extent modified by the Purchaser in Tender Enquiry (TE) or in Acceptance of Tender
(A/T)/Purchase Order, shall supersede all conditions stipulated by the Supplier.

xn/Tender
7.

Jnn BE ]b BE +BE BE BEi c*


The Purchaser may not accept the lowest tender.

8.

Jnn BEh i x ]b BE +BE BE BEi c*


The Purchaser may reject a Tender without assigning reason.

~BE/Contract
#E +n A/] V BEx BE {Si c ~BE M cM* BEi BE , +{iBEi BE {EBD/{VBEi bBE/{b {] u
Si BE V BEi c*
9.

The Contract shall be deemed to have come into effect on issue of Purchase Order or A/T. The acceptance may be communicated to the
Supplier by Fax/registered post/speed post.

|BE {VBEh |#E BE +{iBEi u nA MA {EBD ./{i BE {EBD, ]BD bBE u V Vx { c Jnn +
+{iBEi BE S {BE BE x VAM*
10.

All communications by the Purchaser to the Supplier will be deemed to have been made if sent by Fax, Telex or Post to the Fax
number/address furnished by the Supplier during initial registration process.
11.

~BE BE +iMi +{x +vBE + Vn BE BE ciii xc BEx c*


The Supplier shall not alienate his rights and responsibilities under the Contract to anyone.

12.

~BE =J xc BE M< BE |BE BE vi + +lBE il +x BE A Jnn nxn xc cM*


The Purchaser shall not be liable for any obligation, monetary or otherwise, that has not been expressly stated in the Contract.

~BE vi n V Jnn BE r i {] u A MA c, =xBE A +{iBEi BE Fi{i BE Vn x VAM,


V rBE {n +vBE c*
13.

The Supplier shall be deemed to have indemnified the Purchaser against all claims by the Third Parties relating to the Contract, including but
not limited to intellectual property rights.

~BE BE { BEx BE A +{Fi iBE BE Sx BE UbBE, Jnn u n M< +x BE< Sx BE +x BE +{iBEi


u xc ix ScA*
14.

The Supplier shall not disclose to any other Agency any information provided to him by the Purchaser except to the extent required to
execute the Contract.

=Ji ]iA/Specifications
+{i BE Vx O vi ]iA ] < =Ji BE VAM* ] < |{i n BE ]iA +{iBEi u BE
x VAM V iBE BE <BE BE< +x {] =J x BE M c*
15.

The specifications governing the item to be supplied will be indicated in the TE. A quote received against a TE shall deem to commit the
Supplier to those specifications, unless explicitly stated otherwise in the quote.

n +{Fi ]iA ={v xc ci c i ~BE { xh x BE {c c {{BE ci ] < xci ]i+ vx


BE V BEi c*
16.

The specifications contained in the TE may be modified if requisite specifications are not available, by mutual consent before the Contract is
concluded.

/Price
] < n ni , |iBE i BE ci BE Mi BE =J BEi cA, n, z BE +
Mi BE BEi cA +M S xx cM* Vc V n M ci c, c {] { h nx cM* BE
h, {cx + +< A{E, xx Mnb, J{]x BE { BEx <in n cx ScA*
{] { nJx ScA* Jnn {cx BE A +M n xc SBEAM* ~BE =Ji O BE
lx iBE {cSx, +{iBEi BE Vn c*
17.

V BE z
BE, {BEM, +O{BEM, A
+SU li Mi

When quoting against a TE, all components of the price such as the basic price and various taxes and levies shall be listed separately in
figures including clear breakdown of each component of price and indicating total cost. Where rates are applicable they shall be explained clearly. The
Price should be inclusive of all taxes & duties, packing, forwarding, transportation and commissioning at site C. I .F Naval Dockyard, Visakhapatnam.
Packing, freight and insurance charges are to be indicated. The Purchaser shall not pay separately for Transit Insurance. The Supplier will be responsible
till the entire stores contracted for arrive in good condition at the destination.

xn =ri n l cM* +vh {li Vc n {ix +x c i n {ix vi {li BE {] {


ix cM*
18.

Prices quoted in the tender shall be fixed. In exceptional circumstances, where a price variation clause becomes unavoidable, the conditions
with regard to price variation must be explicitly stated.
19.

+{iBEi u BE x BE c xxi n =Ji BEx cM V c J{]x BE +x Jnn BE x n c c*

The Supplier should quote to the purchaser the lowest price at which he is supplying the item of similar quantity to other buyers, at
Visakhapatnam.
20.

xn =Ji x BEA MA BE |BE BE Mix BE A Jnn =kn xc cM*


The Purchaser shall not be liable for any payment that has not been indicated in the Tender.

BE/Taxes
21.

BE, =i{n BE, #E BE, SM + BE u M< M< <in BE c*


Taxes include excise duty, custom duty, sales tax, octroi and other levies imposed by the government.

+xb {i { <i BE Vx O { < b + BE BE U] n Vi c* #E +n ni =Si U] |h-{j nA


VAM* {i U] |h-{j { xn BEMVi x VAM*
22.

Exemption from ED and Custom duty is permitted for goods for use on board ships. Exemption certificates would be given, where
appropriate, at the time of placement of the Purchase Order. However, endorsement with regard to provision of the Exemption certificate(s) shall be
specifically made in the tender document as applicable.

xx, SM | SBEx BE =kn xc c* #E +n ni SM U] |h-{j V BE Vx ScA* S BE +n BE


+x c BE U] |h-{j BE xji BE VAM*
23.

The Navy is not liable to pay octroi charges. Octroi exemption certificate should be issued at the time of issuing the Purchase Order. Issue
of all tax exemption certificates will be governed by existing government orders.

#E +n nx BE + +n { cx BE nxBE BE S n vxBE BE BE< +i +A i, +{iBEi BE SBEA Vx n


+x { Vx BE VAM* c Vx, Sc c BE c +vBE, BEMV |h BE +v { c BE VAM*
24.

The Price paid to the Supplier must be adjusted to cater for any variation in statutory levies that come into effect between the date of
placement of the order and the date by which the order is to be completed. This adjustment, upward or downward, must be done on the basis of
documentary proof.
25.

xn BE =k #E BE {VBEh J +x { =Ji BE Vx ScA*


Sales Tax Registration number must be indicated in the Tender response.

i =i{n/Proprietary Products
26.

n BE< x +{iBEi BE i BE =i{n c i c +{iBEi +{x x xxJi |h-{j nM*

If the stores are Suppliers proprietary products, the following certificate should be provided by the Supplier on his letterhead: sc |hi BE Vi c BE < n i BEA MA x c i =i{n c*
Certified that the stores covered in this quotation are our Proprietary Products

n +{iBEi +{x ]BE]/b BE {UiU BE A c V i =BE Ax b () BE +x { Ji{BE Si BE


Vx ScA*
27.

In case the enquiry is forwarded by the Supplier to his dealer/stockiest in the area, the Supplier is required to intimate ND (V) in writing
about the same.
28.

n +{iBEi, i =i{nBE BE +vBEi b/]BE]/AV] c i, xn BE =k BE l xxx ABE |h-{j Vx

ScA*
If the Supplier is the authorized dealer/stockiest/agent of Proprietary manufacturer, a certificate as under is also to be forwarded along with
the Tender response.

"c |hi BE Vi c BE < =rh i BEA MA b __________________ BE i =i{n c VBE +BE


+vBEi b ________________________ (xM) li c*
"Certified that the items covered in the quotation are Proprietary product of M/s________________ of which this firm is the sole Authorized dealer
based, ________________. (City)
29.

={kE li , +{x BE{x/BE |vBEi b, ]BE]/AV] cx BE +tix |h-{j BE {E]BE{ Mx BEx c*

In the above eventuality, a photocopy of the current certificate supporting Supplier's status, as authorized dealer/stockiest/agent from its
Principal should be enclosed.
Earnest Money Deposit (EMD)
30.

n +{BE {E Ax b(), , (),

BE l {VBEi xc c i +{BE Ab +vFBE, AAO(NAVY) BE x { Rs. 1,72,700/- { BE x


V BEx cM (+iBE |M BE A & x b { A 09 BE +x xn { x 2 5 |ii BE S BE ci c*), n
Ax b() u x BE U] xc n M< c i, < A b U]x xn q x VAM* / V /A{E b +/] b + BE {
< A b |ii BEx ScA* +n i cx BE 15 nx BE +n +{E xnBE BE < A b BE { BE VAM* +{E xnBE BE
n i< M< F V nx { < A b BE { BE VAM* {E xnBE BE xx +xSUn BE +x |ii BEx F V
Vi BE VAM*

In case your firm is not registered with ND (V), DGS&D, National Small Industries Corporation (NSIC) and any Department of MoD or
MoD itself, you are required to submit EMD for Rs.1,72,700/- in favour of AAO (Navy) (For internal use: The EMD value varies 2 to 5% as per new
DPM 09 depend upon tender value), failing which your Tender will be summarily rejected, unless EMD is waived by ND (V). EMD is to be furnished
in the form of a DD/BGB/FDR/TDR. EMD in respect of the unsuccessful bidders shall be returned within 15 days of the finalization of the order; that in
respect of the successful bidder adjusted against the Security Deposit to be rendered in accordance with the following paragraph.
x BE Vi* +M xnBE +{x u |ii xn BE vi BE +v BE +n xn c] Vi/BE BE BEi c i
x Vi BE VAM* +{Fi F V x nx {, {E xnBE BE < A b Vi BE VAM*
31.

Forfeiture of EMD. EMD will be forfeited, if the tenderer withdraws or derogates from the tender in any respect within the period of
validity of his tender. Also if the successful tenderer fails to furnish the required security deposit, the EMD furnished will be forfeited.

F V/Security Deposit
n +n +{BE x { n M i, #E +n/xn BEi(A/]) |{i BEx BE n {ic BE +n xS nA MA +x F V
|ii BEx c cM V iBE BE F V BE Ax b() u U] xc n Vi*
32.

You are required to furnish a security deposit amount as indicated below, in case the Order is placed on you, within two weeks of receipt of
Purchase Order/Acceptance of Tender (A/T), unless the requirement is waived by the ND(V): (a)
10,000/- { iBE BE +n -: +n
000/-: 10% of order value with a minimum of Rs.25/(b)

BE 10 |ii V BE BE 25 {A c*

Order value up to Rs.10,

10,000/- { 30,000/- { BE +n -: +n BE 7 |ii V 1,000 BE + 2,000 { +vBE x c*


Order value between Rs.10, 000/ - to Rs.30, 000/ -: 7% of order value, subject to minimum of Rs.1, 000/- and a maximum of Rs.2, 000/-.

(c)

30,000/- { 1,20,000/- { BE +n -: +n BE 5 |ii V 2,000 BE + 6,000 +vBE x c*


Order value between Rs.30, 000/- to Rs.1, 20,000/-: 5% of Order value, subject to minimum of Rs.2, 000/- and a maximum of Rs.6, 000/-.

(d)

1,20,000/- { +vBE BE +n -: 6,000/- cW ci = BE 2.5 |ii V 1,20,000/- +vBE c*


Order value greater than Rs.1, 20,000/-: Rs.6, 000/- plus 2.5% of the amount by which the Order value exceeds Rs.1, 20,000/-

(e)

+{VBEi #Ei/~BEn BE A - BE +n BE 10 |ii


For unregistered vendors/contractors 10% of the total order value.

(f)

k cBE BE ci BE n {VBEi xi +{iBEi+ F V BE BE VAM*


Standing security deposit from registered regular suppliers may be accepted with concurrence of FA.

n +{iBEi BE niBE vi BE {x BEx +{E c i, Jnn { ic +{x xh BE +v { F V {


BE BEi c +l BE]i BE BEi c*
33.

The Purchaser, based entirely on his judgment, may appropriate the security deposit or make deductions from it should the Supplier fail to
discharge any contractual obligation.

x{nx BE |ii/ Performance Bank Guarantee

+{iBEi, xSi +n |{i cx BE 30 nx BE +n BE +n BE 10 |ii BE BE VxBE Fj BE/+<


+< +</ABD/AS b A{E BE ]b M BE |ii v{j V BEM V ] BE iJ BE 60 nx BE n v c
iBE 100 |ii Mix xSi BE V BE*
34.

The Supplier shall render a Performance Bank Guarantee Bond drawn on any Public sector Bank/ ICICI /Axis/HDFC Bank Ltd. for 10% of
the total order value valid up to 60 days beyond the date of warranty, to enable 100% payment within 30 days of receipt of the conformed order.

xFh/Inspection
#E +n iA MA +x i BE xFh BE VAM* xi& {nM BE n, Ax b() BE { c i+ BE xFh
BE VAM* Jnn u M Vx { +l Vc M c, +{iBEi {Fh |h-{j |ii BEM* i+ BE {nM BE {c,
+{iBEi/{E BE { { xFh BEx BE +vBE Jnn BE cM*
35.

An item shall be inspected as specified in the Purchase Order. Normally, items shall be inspected in the premises of ND (V), post delivery.
Supplier shall furnish Test certificate, wherever applicable/demanded by the Purchaser. The Purchaser also reserves the right of pre-inspection at the
premises of the Firm/Supplier, prior to dispatch of item(s).

{BEM/Packing
i+ BE Jnn BE { x FiOi li {cSx BE Vn +{iBEi BE cM* x BE {BE BEx {c Fi
Jx ScA* |iBE {BEW BE l {BE x BE ii h BE {BEM x] cx S cA*
36.

It shall be the Supplier's responsibility to so pack the consignment to ensure that it arrives at the Consignee's premises in undamaged
condition. The stores should be properly preserved before packing. Each package must contain a packing note listing the contents in detail.
{nM/Delivery

{nM, Jnn BE { iBE BE u cM, +xl n h n M c* #E +n xvi nxBE +l =


{ {nM BE BEi c* #E +n i iA +SU li +{i BEx + xFBE u xFh BEBE c BEc Vx BE n c
{nM BE { x VAM, +xl V iBE <BE =J #E +n x BE M c*
37.

The delivery, unless otherwise specified in the Contract, shall be by road at the Consignee's premises. The delivery shall be made on or
before the date stipulated in the Purchase Order. Unless otherwise stated in the Purchase Order, the delivery shall be considered complete only when all
the items in the Purchase Order are supplied in good condition and the consignment has cleared inspection by the Inspector.
Jnn BE +BE BEx BE +vBE/Consignee's Right of Rejection

|h BE {c i+ BE xFh BE x { n +{i BE M< iA xnx BE +x{ x c +l FiOi c i Jnn BE


{h +BE { i+ BE +BE BEx BE +vBE cM* xFh BE n A +BEi i+ BE h +{iBEi BE n VAM*
38.

Not withstanding the fact the an item may have been inspected prior to dispatch, the Consignee will have the right to reject it, in whole or
part, if it is observed that the item supplied does not conform to the specifications or has been damaged. Such rejection shall be communicated to the
Supplier soon after inspection of the item.

+M BE i BE +BE BE M c i, Jnn u xvi +v BE +n +BE i BE lx { x< i |il{x


+{iBEi BEM, A x BEx { #E +n BE +v { +{iBEi u k |ixx BEx cM* +{iBEi u +BEi i BE,
Jnn BE { Jnn u xvi +v V 45 nx +vBE xc cM, BE +n xc c]x , +BE BE M< i BE A +{iBEi
u BE< n xc BE V BEi + Jnn BE =xc x{]x BE +vBE cM* Jnn Sc i, +{iBEi BE JS VJ { Jnn BE
{ x V BEi c*
39.

If an item is rejected, the Supplier is required to replace the rejected item within a period determined by the Purchaser, failing which he shall
make financial restitution based on the Purchase Order value. If the Supplier does not remove the rejected item from the Purchaser's premises within the
period stipulated by the Purchaser, which shall not be more than 45 days, the Supplier shall have no claim on the rejected items and the Purchaser shall
be free to dispose them as he deems fit. Purchaser may, if he chooses, dispatch the items to the Supplier at the expense and risk of the Supplier.

]/Warranty
c x VAM BE +{iBEi x Jnn BE nA MA x BE i + xBE BE M] 1 BE A n c V BE n J
M c* V iBE BE 1 +vBE BE =J xc BE Vi i iBE c +v 1 BE c x VAM* < il BE Vn BE x BE
xFh BEBE = ~BE BEc M l i x BE BEx BE iJ c M] +v + c< x VAM*
40.

The Supplier is deemed to have guaranteed the Purchaser that the item supplied by him shall continue to confirm to the specifications and
quality standards prescribed in the contract for a period of one year/O.E.M. provided guarantee in case it is higher than one year. The guarantee should
be effective from the date the item has been accepted/commissioned, not withstanding the fact that the item may have been cleared in inspection.

] +v BE nx n i +{Fi xn BE] BE {< M< i, {] BEx BE 24 P] BE +n j] BE n BEx BE A


+{iBEi BE ={li cx ScA + 48 P] BE +n c j] ~BE BEx cM* A x BEx {, j] BE {] BEx BE 15 nx BE +n
+{iBEi u {h k |ixx BEx cM* n i BE i/|il{x BE M i A i BE A i/|il{x nxBE U&
cx BE +v BE A +l |BE ] +v BE {i iBE |i i nx cM (V n c)*
41.

Should the item be found to be not confirming to the required specifications and quality during the warranty period, the supplier should
attend to the defect within 24 hours of reporting and should be capable of repair within 48 hours, in the event of non compliance, the Supplier should
make full financial restitution within a period of 15 days from the date of reporting of the defect. If the item is repaired/replaced, such item must bear a
guarantee for performance for a period of six months from the date of repair/replacement, or up to the date of expiry of initial warranty period,
whichever is later.

Mix/Payment

xn BEMVi =Ji Mix i BE +x +{iBEi BE Mix BE VAM* ~ J +vBE, Ab +vFBE BE


k cBE BE, xx Mn, J{]x u < A/Ax < A{E ]/+ ] V A v u Mix BE VAM x BE SBE
u* +{iBEi/#Ei +{x BE Ji + +x vi < -{] h +x { iA* BE BEi BE 30 nx BE +n Mix BE
VAM*
42.

Payment would be made to the Supplier in accordance with the payment terms reflected in the tender document. Payment will be effected
through Senior Account Officer, Office of the Financial Adviser to the Admiral Superintendent, Naval Dockyard, Visakhapatnam, by ECS/NEFT/RTGS
mechanism and not through check payment. It is mandatory for suppliers/venders to indicate their Bank account and other relevant E- Payment details.
The payment will normally be made within 30 days of acceptance of bills.

{{x Fi/Liquidated Damages


n +{iBEi { +{i xc BE {i i Jnn +{x xh BE +x {nM x BE M< O { |iBE {ic +l
=BE n BE +v BE A O ii BEx iBE n BE n BE 1/2 |ii |i {ic BE n + +vBEi #E +n BE 10
|ii iBE Mix BE]i BEM, BEx c Vx BE { xc cM* n O BE +BE BE M i {{x Fi BE Mhx BE
A c O nA Vx BE nxBE BE {nM BE nxBE x VAM* n Jnn O BE +{i c< n BE +{iBEi BE xjh BE
c Z i |iBE BE MhMh BE +v { Jnn +{x xh BE +x {{x Fi BE A U] n BEi c*
43.

In the event of the Suppliers failure to deliver on time, the Purchaser, at his sole discretion, and not by way of penalty, may deduct from the
payment, 1/2% of the Contracted price of the undelivered stores for each week or part thereof, till the item(s) is delivered, subject to maximum of 10%
of the total Purchase Order value. In case of rejection of items, date of replacement of last item with correct item will be considered as the date of
delivery for calculation of liquidated damages. Liquidated Damages may however be waived under the sole discretion of the Purchaser based on merits
of each case, if the Purchaser is convinced that the delay in supply is due to reasons beyond the control of the Supplier.

{nM +v BE x/Extension of Delivery Period


{nM BE +v BE x BE A +{iBEi u Ji xnx x ScA* n Jnn i ] ci c BE < M< +v BE
nx i+ BE {nM BE VAM i |iBE BE MhMh BE +v { {nM BE +v BE V BEi c* +{i +
i +v BE nx n, BE + BE <in k cx { {{x Fi { | Mx BE +vBE Jnn +{x { Ji cA
{nM BE +v BE V BEi c* {nM BE +v BE x BE v +{iBEi u +{x +xv =Si BEh + vi BEMV BE
l {nM +v BE {i BE BE BE n {ic BE +n Ji Si BEM*
44.

Extension of Delivery Period would be considered, if asked for by the Supplier in writing, based on merits of each case, where the Purchaser
is convinced that the Supplier would make the delivery within the extended period. Extension shall be given by reserving the right of the Purchaser to
levy Liquidated Damages for delay in supply and with denial of increase in price, taxes, duties etc. taking place during the extended period. The
Supplier must communicate request for extension in Delivery Period in writing with full justification along with supporting documents at least two
weeks prior to the expiry of the Contracted Delivery Period.

VJ + Mi Jn/Risk & Cost Purchase


n +{iBEi {nM +v BE +n i+ BE ii BEx +{E cM {nM iJ {c c ~BE {iM BEM i ~BE
=Px cA xBEx BE BEx BE +vBE BE {Oc ci, +{iBEi BE VJ + Mi {, ~BE BE =Px BE 12 cx BE +n
Jnn, ~BE BE +BE { {h { q BE BEi c* ~BE =J i |{i xc ci c i, A c hx BE n i BE Jnn
Jn BEi c* VJ Jn BE nx A i+ BE Jn BE A cx +vBE Mi BE +{iBEi BEx BE cBEn Jn n BE
cM*
45.

Should the Supplier fail to deliver an item within the Contracted delivery period or repudiate the Contract before the delivery date, the
Purchaser, without prejudice to his right to recover damages for breach of Contract, may cancel the Contract in part or in whole and purchase elsewhere,
at the risk and cost of the Supplier, within 12 months of the breach of Contract. He may purchase another item of similar general description, in case .the
item exactly confirming to the particulars of the Contracted item is not easily procurable. The Purchaser shall be entitled to recover from the Supplier al
l costs incurred by the Purchaser during the Risk Purchase that are in excess of the costs he would have had to incur as per the original Contract.

VJ Jn BE nx Jnn BE +{iBEi BE xn BE ={F BEx BE +vBE cM* VJ Jn, { ic Jnn BE


BE { BE VAM* {E , A Jn vi VxBE n +{iBEi BE n VAM*
46.

The Purchaser shall have the right to ignore the tender of the original Supplier during the Risk Purchase. The manner of carrying out Risk
Purchase shall be entirely at the discretion of the Purchaser. However, the Purchaser shall serve a notice of such purchase on the defaulting Supplier.

+{ {x/{i/ Short Closure/Termination


47.

xx +v { Jnn BE BEvx ~BE BE BE BE BEi c n BE BEi c: The Contract may be short closed or terminated, at the discretion of the Purchaser on the following grounds: -

(a)

{nM +v BE +n i+ BE ii BEx +{iBEi +{E ci c*

The Supplier fails to deliver the item(s) by the Contracted delivery date.
(b)
+{iBEi u n M< VxBE Mi {< M< c*
Any information provided by the Supplier is found to be untrue.
(c)
+{iBEi, +xiBE vx BE v ~BE Vb BDi BE |i BEx BE | BE M c*
The Supplier is found to have attempted to influence a person involved with the Contract through unethical means.
(d)

+{iBEi, +BE { i+ BE +{i BE M< c + i+ BE +{i BEx +l c*

The Supplier has made part supply of items and is unable to supply the balance items.
x{nx F V /Performance Security Deposit

x{nx BE |ii BE { VxBE Fj BE +< +< +< BE ]b, ABD BE ]b + AS b A{E BE


]b u Jnn BE x { V BE M x{nx F V BE ~BE BE nxBE 30 nx BE +n xvi |{j +{iBEi u |ii
BEx ScA* +{iBEi, ~BE 10 |ii BE A x{nx F V |ii BEM* ] ci niBE ni BE { cx
BE iJ { ~ nx BE +v BE A { V v cx ScA* n ~BE BE x{nx +{iBEi u c< c + Jnn {nM
+v BE Vi c i +{iBEi, A b BE l/x V BE {xv BEx ScA* { V |{j {E b { A - 15 n M c*
48.

Performance Security Deposit payable to the Purchaser is furnished by the Supplier in the form of a performance Bank Guarantee (PBG)
issued by the public sector Bank or ICICI Bank Ltd, Axis Bank Ltd. and HDFC Bank Ltd, in the prescribed format within thirty days from the date of
contract. Performance Security Deposit payable by the Supplier at the rate of 10% of the contract value. PGB should remain valid for a period of sixty
days beyond the date of completion of contractual obligations, including warranty. In case of execution of the contract all his delayed beyond the
contracted period and the purchaser grants extension of delivery period, with or without LD, the supplier must get the BG revalidated, if not already
valid. The format of the PGB is given in the form DPM-15.

n +{iBEi BE< niBE ni BE xcx BEx +{E cM i Jnn +{x xh BE +v { x{nx M] V


BE]i BE BEi c *
49.

The purchaser, based entirely on his judgment, may appropriate the performance guarantee deposit or make deduction from it should the
supplier fail to discharge any contractual obligation.

vi/Validity
Ji { Jnn u ci nA MA vx BE UbBE, xS n M< ~BE BE l i, +{iBEi BE i BE +v#Eh BEi c*
The standard conditions of contract stipulated hereunder, except to the extent agreed for modification by the Purchaser, in writing, shall
supersede conditions stipulated by the Supplier.
50.

Sx/Arbitration

l in n {F BE S +{ S- BE u c BEA VAM* ~BE BE i BE +iMi BE< n {n c+ i


Ab +vFBE, xx Mn, J{]x u ABEj SBE BE { xBDi ABE +vBE u ABEj Sx BE xn ] BE VAM*
51.

As far as possible all differences would be resolved by mutual discussions between the two parties. However in the event of any unresolved
dispute arising out of the Contract, it shall be referred to the sole Arbitration of an Officer appointed as the Sole Arbitrator by the Admiral
Superintendent, Naval Dockyard, Visakhapatnam.

SBE BE BE BES cx { BE< +{k xc c + BE BES BE { BEiB xi n n BE v


BE ABE BBDi S { Bc BEx cM*
52.

There shall be no objection if the Arbitrator is a Government servant and that during the course of his/her duties as Government servant
he/she has expressed views on all or any of the matters in dispute or difference.
53.

Sx BE M Ji cx ScA + ~BE {i BE iJ U& cx BE +n |ii BE Vx ScA*


The demand for Arbitration must be in writing and made within six months from the date of termination of the Contract.

54.

~BE BE nx {F BE A SBE BE xh +i + vBE cM*


The award of the Arbitrator shall be final and binding on both parties to the Contract.

55.

Sx BE lx J{]x cM*
The venue of Arbitration would be Visakhapatnam.

=BDi +xSUn 52 56 BE v ~BEn, Ji { +{x BEi/+BEi nx ScA* c xi c BE ] < BE < v


=k x x { Sx Jb BE BEi BE { x VAM*
56.

The Supplier is required to give the acceptance or rejection to the above clauses at Paras 52 to 56 in writing. It is stipulated that an omission
to answer specifically in this regard at the TE stage will be deemed as an acceptance of the Arbitration clauses.

BExx/Law
i BE BExx < ~BE BE xji BEM* #E +n V lx BE c ~BE BE lx Z VAM + ~BE BE v =i{z BE
n { xh BEx BE A =kE lx BE x BE FjvBE cM*
57.

The laws of India shall govern the Contract. The Contract shall deem to have been made at the place from where the Purchase Order is issued
and only the Courts of that place shall have jurisdiction to decide on any dispute arising out of the Contract.

~BE g (xx A =xx) +vx, 1970, xxi Vn +vx, BES xv + v |vx +vx, 1952, BES
VBE +vx
Contract Labour (regulation & abolition) Act 1970, Minimum Wages Act, Employees Provident Funds and Miscellaneous Provisions Act,
1952, Employees State Insurance Act

~BE g (xx A =xx) +vx, 1970 BE +x +{x {E BE A A (BEp), J{]x BE l { VBEi BEx +
= i + +BEi+ BE { BEx +{iBEi BE Vn c* +w|n BE BE +vx BE +x{ gBE BE
xv, xxi Vn BE Mix xSi BEx + nP]x A i BE J{E +{x BES BE Vx BEx A =kE BE BEi
58.

n BE< kE BE S] Mx i cx { BE |BE BE n BE J{E Ab +vFBE, xx Mn, J{]x BE Fi{i BEx


+{iBEi BE =kni c*

It is suppliers responsibility to register his firm with ALC (Central), Visakhapatnam in terms of the contract labour (regulation and abolish)
Act 1970 and to meet all terms/conditions and requirements contained therein. The supplier is also required to ensure provident fund, payment of
minimum wages to workers conforming to AP Govt. Act. and insure his employees against accident and death, and indemnify the Admiral
Superintendent, Naval Dockyard, Visakhapatnam against any liability with respect to claims, injury or death of any person employed by him for the
subject work.

AV]/AV BEx
Agents / Agency Commission:

~BEn BE +{x li {] { ix cM BE c x BE =i{nBE c OcBEi {E +{iBEi il ={{BEh BE


xi +l {/~BE =J ={BEh/x/i+ BE +{iBEi BE { ~BEn u c Pi BEx cM BE ~BE BE |{i BEx
BE v vli BEx, xx, BE |BE Jnn BE {E BEx BE A BE BDi {E BE Sc i c n BE
xc BE M c + +vBEBE +xvBEBE { ~BE BE |{i BEx BE v vli, BEh + {E BE A
~BEn/b, BE kE {E BE { xc nA MA c + nx BE n xc BE M c* +{iBEi u n M< Ph n n Mi
{< Vi c +l n Jnn u c { Vi c BE ~BEn/b u BE< kE/{E BE BE M M + BE< kE, {F, {E
l BE ~BE x BE {c n {, ={c, {i BE, BE + BEx n M c nx BE A n BE M c i A
Jnn BE = ={c BE BE { BEx cM* Jnn BE l BE +{i ~BE {x BE A ~BEn/b BE xxi {S
BE +v BE A Si BE n VAM* A li Jnn BE c +vBE cM BE c BE< ~BE {h +BE { xi BE n
il ~BEn (nx <] BE +{E ]) i ]] BE BE { A + (|J =v n) BE l 2 |ii +ikE V |i BE
l Mix { * A ~BEn/b BE l Jnn u {c BEA MA BE +x ~BE vi { x BE +vBE
cM*
59.

The Contractor / Bidder confirms and declare to the Purchaser his status as either the original manufacturer of equipment or as the stockist /
supplier of the equipment / machinery / items referred to in this contract and that he has not engaged any individual or firm, whether Indian or foreign
whatsoever, to intercede, facilitate or in any way to recommend to the Purchaser or any of its functionaries, whether officially or unofficially, to the
award of the contract to the Contractor / Bidder nor has any amount been paid, promised or intended to be paid to any such individual or firm in respect
of any such intercession, facilitation or recommendation. The Contractor / Bidder shall agree that if it is established at any time to the satisfaction of the
Purchaser that the present declaration is in any way incorrect or if at a later stage it is discovered by the Purchaser that the Contractor / Bidder has
engaged any such individual / 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 Contractor /Bidder shall be liable to refund that amount to the Purchaser. The
Contractor / Bidder will also be debarred from entering into any supply contract with the Purchaser for a minimum period of five years. The Purchaser
will also have a right to consider cancellation of the contract either wholly or in part, without any entitlement or compensation to the Contractor / Bidder
who shall in such event be liable to refund all payments made by the Purchaser, along with interest at the rate of 2% per annum above the
LIBOR(London Inter bank Offer Rate) or PLR (Prime Lending Rate) of SBI plus 2%. The Purchaser will also have the right to recover any such amount
from any contracts concluded earlier with the Purchaser.

ABE +vBE/Patent Rights


+n BE M< i+ BE =i{nx, #E ={M BE v BE |BE BE {]]/BE{<] BE =Px BE {h{
=i{z cx n BE J{E ~BEn/b, Jnn BE cxci + Fi{i Jx ScA*
60.

The Contractor / Bidder shall hold harmless and keep the Purchaser indemnified against all claims arising as a result of
infringement of any patent / copy rights on account of manufacture, sale or use of articles covered by the order.

|ivi/S c]A MA ~BEn


Banned/De-Listed Contractors

b u c Pi BEx cM BE BE/xnBE/Mn ci cA =xc BE BDiMi { cBE { BE BE


+v BE AV VxBE Fj ={#E u BE S xc b M +l |ivi xc BE M +l S xc c] M* n
BE BE +v BE AV VxBE Fj ={#E u =xc BE S b M l +l |ivi BE M l +l S
c] M l i =BE Sx {] { nx ScA + =xc +M Pi BEx BE c BE< +BE BEh xc c BEi*
61.

The bidders are to submit a declaration stating that they being Proprietors / Directors / Partners have not been any time
individually or collectively blacklisted or banned or de-listed by any Government or quasi Government agencies or PSUs. If a bidder
entities as stated above have been blacklisted or banned or de-listed by any Government or quasi Government agencies or PSUs, this
fact must be clearly stated and it may not necessarily be a cause for disqualifying him.

(R Srinivasan)
Lt.Commander
Manager (YP) (AOL)
for Admiral Superintendent

Signature of the Authorized Signatory with seal


Name:
Desig:
Date of Signature:
Ph.No
PAN No:
VAT No

Enclosure 4 to ND (V) Tender Enquiry N0


RPYP/RTC/15-16/203 Dated 27 Oct 15

Form DPM - 11

MODEL ECS MANDATE FORMAT


Credit Clearing Mechanism
1. Customers Name
2. Particulars of Bank Account
(a) Bank Name
(b) Branch Name
(c) Address
(d) Telephone Numbers
(e) IFS Code
(f) 9 Digit Code Number of Bank and Branch appearing on MICR
Cheque issued by Bank.
(g) Account Type (S.B. Account /Current Account or Cash)
(h) Ledger number
(i) Ledger Folio number
(j) Account number as appearing on Cheque Book
(k) E Mail Address
3. Please attach a blank cancelled Cheque, or , photocopy of a Cheque or front page of your
savings bank passbook issued by your bank for verification of the above particulars.
4. Date of Effect
I, here by, declared that the particulars given above are correct and complete. If the
transaction is delayed or not effected at all for reasons of incomplete or incorrect information,
I would not hold the user institution responsible. I have read the option invitation letter and
agree to discharge the responsibility expected of me as a participant under scheme.
( ..)
Signature of Customer
Date
Certified that the particulars furnished above are correct as per records.
Banks Stamp: (..)
Date:
Signature of the Authorised Official from the Bank

Enclosure 5 to ND (V) Tender Enquiry N0


RPYP/RTC/15-16/203 Dated 27 Oct 15
FORMAT FOR COMMERCIAL BID

Sl
No.

Description

Qty
In Nos

1.

01 No

Supply of 45/10 ton EOT crane as per


technical specifications at Encl-2.
Supply of DSC system

80 Mtrs

Supply of gantry rail (80 Mtrsx2)

160 Mtrs

Transport charges

5
6

Testing and commissioning


Training Charges

Taxes

Levies

Surcharge

10

Other Costs

11

Supply of operational and Maintenance


manuals
Grand Total (Rs.) (Sl 1 to 11)

Make &
Model

Unit
Cost
In Rs

Total
Cost
In Rs

02 Sets
each

Miscellaneous
12

Validity

13

Delivery

14

Warranty/Guarantee

15

Payment: As per ND(V) Terms

16-20
weeks

Grand Total in words (Rupees____________________________________________


_________________________________________________________________ only)

Contd2

-2Note:

All items which can be costed need to be indicated here. Cost of the main items
should be shown separately (without taxes).
All items in bill of material must be reflected in commercial bid.
Extended warranty and support after basic warranty period is over can be indicated
separately.
Charges towards Commissioning, installation, erection, labours etc should be shown
separately (without taxes). Incase of no charges/ Free, the same needs to be
mentioned clearly under this head (Note: not just Inclusive).
Taxes in respect the above heads should be individually shown as per prevailing
rates. It is reiterated here that the tax rates are different for the two.
Any discount offered thereafter as a footnote or below the grand total would be
disregarded.
Price bid, if not conforming to the specified format is liable to be rejected.

(R Srinivasan)
Lt.Commander
Manager (YP) (AOL)
for Admiral Superintendent

Signature of the Authorized Signatory with seal


Name:
Desig:
Date of Signature:
Ph.No
PAN No:
VAT No

You might also like